Business and Career Opportunities DOD Awarded Contracts

February 18, 2013

Business / Career

Department of Defense

DOD Awarded Contracts

NAVY

The Johns Hopkins University Applied Physics Laboratory (JHU/APL), Laurel, Md., is being awarded a five-year, sole source, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, task order contract (N00024-13-D-6400) for research, development, engineering, and test and evaluation for programs throughout the Department of Defense (DoD).  The maximum ceiling amount is $2,296,583,964 for up to 11,964,743 staff hours of research and development in the core competency600px-US-DeptOfNavy-Seal.svg areas approved for JHU/APL by DoD which include: strategic systems test and evaluation; submarine security and survivability; space science and engineering; combat systems and guided missiles; theater air defense and power projection; and information technology (C4ISR/IO); simulation, modeling, and operations analysis.  This contract includes an option for an additional five years, which requires separate review and approval by assistant secretary of the Navy (research development and acquisition) and assistant secretary of defense (research and evaluation), which, if exercised, would bring the cumulative maximum ceiling value of the contract to $4,904,853,263 for up to 23,929,486 staff hours.  Work will be performed in Laurel, Md., and is expected to be completed by September 2017.  Funds are obligated on individual task orders for efforts that fall within the core competency areas.  No funds are guaranteed by the award of this contract; this contracting action merely establishes a potential ceiling value.  Funds from program offices throughout the DoD may be obligated on individual task orders for efforts that fall within the core competency areas.  The contract was a sole source pursuant to 10 U.S.C. 2304 (c) (3), as implemented in FAR 6.302-3.  Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-D-6400) on behalf of the DoD.

            Huntington Ingalls Inc. (HII), Newport News, Va., is being awarded a $32,000,000 modification to existing delivery order no. 4T14 under a previously awarded basic ordering agreement (N00024-10-G-4305) for collision damage repairs to the USS Montpelier.  HII will provide expert inspection, repair and material support services for this effort.  Work will be performed in Newport News, Va., and is expected to be completed by July 2013.  Fiscal 2013 Operations and Maintenance, Navy funding in the amount of $12,000,000 will be obligated at time of award and will expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Va., is the contracting activity.

Navmar Applied Sciences Corp., Warminster, Pa., is being awarded a $31,284,013 cost-plus-fixed-fee, firm-fixed-price contract for continued sustainment and establishment of Copperhead Unmanned Aerial Vehicle (UAV) detachments.  This includes the procurement of the 42 TigerShark Unmanned Aerial Vehicles (UAV) Block III platforms, and up to four ground control stations and associated spares as well as continental United States and outside the continental United States personnel support.  Work will be performed in Afghanistan (90 percent), and the Yuma Proving Ground, Ariz. (10 percent), and is expected to be completed in February 2014.  Fiscal 2012 and 2013 contract funds in the amount of $22,677,399 will be obligated at time of award, of which $4,677,399 will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to the FAR 6.302-2.  The Naval Air Warfare Center, Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-C-0125).

Structural Associates Inc.*, East Syracuse, N.Y., is being awarded a $27,453,350 firm-fixed-priced contract for replacement of fuel storage facilities and distribution system at San Clemente Island.  The work includes the construction of three bulk fuel storage tanks and one defuel tank, a pump station with emergency generator at the existing fuel pier, pipeline, and a combined pump house/fuel building at the bulk fuel farm.  Work also provides for construction of a photovoltaic roof system.  Work will be performed in San Diego, Calif., and is expected to be completed by March 2015.  Fiscal 2009 contract funds in the amount of $27,453,350 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured as a small business set-aside via the Navy Electronic Commerce Online website with three proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-13-C-4213).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

            ACENT Laboratories L.L.C., Long Island, N.Y., (FA8650-13-D-2331) is being awarded a $48,500,000 cost-plus-fixed-fee and firm-fixed-price contract for Enhanced Operability Scramjet Technology.  The locations of the performance are Manorville, N.Y.; Sacramento, Calif.; Elkton, Md.; Laurel, Md.; West Palm Beach, Fla.; and Dayton, Ohio.  Work is expected to be completed by Feb. 28, 2020.  Type of appropriation is fiscal 2012.  The contracting activity is Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio.

Raytheon Intelligence and Information Systems, Aurora, Colo., (FA8807-10-C-0001, P00086) is being awarded a $26,300,000 cost-plus-incentive-fee and cost-plus-award-fee modification contract for GPS operator control station minimized crew manning to reduce crew size from eight to four personnel.  The location of performance is Aurora, Colo.  Work is expected to be completed by Feb. 28, 2015.  Type of appropriation is fiscal 2013.  The contracting activity is Space and Missile Center, Los Angeles Air Force Base, Calif.

DEFENSE FINANCE AND ACCOUNTING SERVICES

            CACI Inc. – Federal, Chantilly, Va., is being awarded a $10,557,263 modification to a previously awarded firm-fixed-price contract (HC1028-08-D-2016-9R01) for on-site operational support to the mission systems of the office of the under secretary of defense (comptroller) in the areas relating to system maintenance, system conversion and migration, report generation and documentation, training and guidance on the comptroller mission systems as well as service desk and network operations.  This contract supports the department’s IT consolidation efficiency initiative.  This is the third option of a five-year contract period.  Work will be performed in Chantilly, Va., and is expected to be completed Feb. 15, 2014.  Defense Finance and Accounting Service, Contract Services Directorate is the contracting activity.

NAVY

United Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Conn., is being awarded a $64,999,589 cost-plus-incentive-fee modification to a previously awarded advance acquisition contract (N00019-12-C-0090) for the Joint Strike Fighter (JSF) F135 Propulsion System Low Rate Initial Production (LRIP) Lot VI recurring sustainment, operations, and maintenance efforts.  Efforts include labor and materials required to maintain and repair F135 propulsion systems; sustainment labor consisting of fleet and material management, sustaining engineering, and joint services technical data updates; and material required to support fielded600px-US-DeptOfNavy-Seal.svg propulsion systems and support equipment after unit and depot activations at production, training, and operational locations.  Work will be performed in East Hartford, Conn. (54 percent); Indianapolis, Ind. (31 percent); and Bristol, United Kingdom (15 percent), and is expected to be completed in December 2013.  Fiscal 2012 and 2013 contract funds in the amount of $55,348,405 are being obligated on this award, $11,772,218 of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Marine Corps ($43,869,364; 69 percent); the U.S. Air Force ($17,799,556; 26 percent); and the U.S. Navy ($3,330,669; 5 percent).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Camber Corp., Huntsville, Ala., is being awarded an $18,150,147 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical, professional, and administrative support services for the Center for Civil Military Relations.  Work will be performed in Kailua, Hawaii (2 percent); Huntsville, Ala., (2 percent); Monterey, Calif., (9 percent); Tampa, Fla., (2 percent); Army posts in the United States (15 percent); and various locations outside the continental United States each one percent and below (70 percent).  Work is expected to be completed by July 24, 2013.  Contract funds in the amount of $18,150,147 will expire at the end of this current fiscal year.  No funds will be obligated at the time of award.  This announcement involves potential Foreign Military Sales. This contract was not competitively procured in accordance with U.S.C. code 2304 (c) (1).  The NAVSUP Fleet Logistics Center, San Diego, Calif., is contracting activity (N00244-12-D-0008).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

COLSA Corp., Huntville, Ala., (FA9200-10-D-0166, mod 18) is being awarded a $54,533,104 indefinite-delivery/indefinite-quantity contract modification for technical and acquisition management support services.  The location of performance is Eglin Air Force Base (AFB), Fla.  Work is expected to be completed by Feb. 28, 2014.  Type of appropriation is multiple funding at the task order level.  The contracting activity is AFTC/PZZ, Eglin AFB. Fla.  Contract involves Foreign Military Sales.

Oasis Systems L.L.C., Lexington, Mass., (FA9200-10-D-0173, mod 18) is being awarded a $54,533,104 indefinite-delivery/indefinite-quantity contract modification for technical and acquisition management support services.  The location of the performance is Eglin AFB, Fla.  Work is expected to be completed by Feb. 28, 2014.  Type of appropriation is multiple funding at the task order level.  The contracting activity is AFTC/PZZ, Eglin AFB. Fla.  Contract involves Foreign Military Sales.

Universities Space Research Association, Columbia, Md., (FA9453-13-2-0263) is being awarded a $24,900,000 indefinite-delivery/indefinite-quantity contract for Air Force Research Lab (AFRL) Scholars Program.  The location of performance is Kirtland AFB N.M., Sunspot, N.M., and Maui, Hawaii.  Work is expected to be completed by Sept. 30, 2018.  Type of appropriation is fiscal 2013 Research, Development, Test and Evaluation funds.  This agreement is optional use and allows for decentralized ordering by other AFRL Technical Directorates located in Wright Patterson AFB, Ohio, Eglin AFB, Fla., and Rome, N.Y.  The contracting activity is AFRL Phillips Research Site.

DEFENSE LOGISTICS AGENCY

            Racoe Inc.*, Celina, Tenn., was awarded contract SPM1C1-13-D-1022.  The award is a firm-fixed-price, indefinite-quantity contract with a maximum $8,592,099 for Marine Corps combat utility uniforms.  Locations of performance are Tennessee and Mississippi with a Feb. 13, 2014 performance completion date.  Using military service isDefense_Logistics_Agency Marine Corps.  There were fourteen responses to the Web solicitation.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

*In HubZone, Woman Owned Small Business

SonoSite, Inc., Bothell, Wash., was issued a modification exercising the fourth option year on contract SPM2D1-09-D-8339/P00031.  The modification is a fixed price with economic-price-adjustment contract with a maximum $46,228,189 for radiology systems, subsystems and components.  Location of performance is Washington with a Feb. 18, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were forty-three responses to the Web solicitation.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital Funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

600px-US-DeptOfNavy-Seal.svgNAVY

HDR Architecture Inc., Alexandria, Va., is being awarded $31,396,610 for firm-fixed-price task order #JU05 under a previously awarded multiple award indefinite-quantity contract (N62470-09-D-9044) for engineering and design services for the construction of medical center addition/alteration at Walter Reed National Military Medical Center.  The contractor shall prepare the full plans and specifications to construct and renovate medical/clinic facilities for a new state of the art medical services building.  Work will be performed in Bethesda, Md., and is expected to be completed by August 2014.  Prior year Military Construction, Tricare Management Activity, Planning and Design contract funds in the amount of $31,396,610 are obligated on this award and will not expire at the end of the current fiscal year.  One price proposal was received for this task order; three technical proposals resulted in a down-selection to one offeror; this was approved on June 26, 2012.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity through a one-time Assignment of Contract Administration authority from Naval Facilities Engineering Command Atlantic.

            Rolls-Royce Corp., Indianapolis, Ind., is being awarded an $8,993,808 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for additional engineering services in support of up to 5,886 flight hours for the MV-22 fleet aircraft in support of Operation Enduring Freedom and the east and west coast Marine Expeditionary Units deployments.  Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed inNovember 2013.  Fiscal 2012 Operations and Maintenance, Navy Overseas Contingency Operations funds in the amount of $8,993,808 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.

Clayton International Inc.*, Peachtree City, Ga., is being awarded a $6,962,766 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-11-G-0008) for depot-level maintenance in support of the Egyptian Air Force H-3 Variant Helicopter Program under the Foreign Military Sales Program.  Services to be provided include reconfiguration of one MK-2E helicopter to the MK-2 utility configuration and rewiring of the helicopter.  Work will be performed in Peachtree City, Ga., and is expected to be completed in December 2014.  Foreign Military Sales funding in the amount of $6,962,766 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.

AMSEC L.L.C., Virginia Beach, Va., is being awarded a $6,601,036 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for information management technology support services which will provide system maintenance, submarine maintenance engineering, planning and procurement (SUBMEPP) activity enterprise business process information systems that support Department of the Navy (DoN), initiatives supporting Navy Marine Corps Intranet/functional area managers, and onsite operational support for SUBMEPP information technology systems.  In addition, the contractor shall provide additional resources to support SUBMEPP’s applications, interfaces with the Navy’s Enterprise Resource Planning , web initiatives, desktop publishing and content management systems product development, and development of new information technology solutions to support DoN improved business processes and efficiencies.  This contract contains two option years, which if exercised, would bring the contract value to $19,638,474.  Work will be performed in Portsmouth, N.H., and is expected to be completed April 8, 2013.  If all options are exercised, work will continue through April 7, 2016.  Fiscal 2013 Operations and Maintenance, Navy funds in the amount of $100,000 will be obligated at the time of the award and will expire at the end of this current fiscal year.  The contract was competitively procured under full and open competition via Navy Electronic Commerce Online and Federal Business Opportunities websites, with five offers received in response to this solicitation.  The NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity (N00189-13-D-0010).

AIR FORCE

            Infinity Systems Engineering L.L.C., Colorado Springs, Colo., (FA8823-13-C-0013) is being awarded a $6,778,868 firm-fixed-price contract for Space Logistics356px-Seal_of_the_US_Air_Force.svg Infrastructure support services.  The location of performance is Colorado Springs, Colo.  Work is expected to be completed by February 2014.  Type of appropriation is fiscal 2013 through fiscal 2014.  The contracting activity is SMC/SL, Peterson Air Force Base. Colo.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Crown Equipment Corp., New Bremen, Ohio, was awarded contract SPE8EC-13-D-0010.  The award is a fixed-price with economic-price-adjustment contract and is one of up to twenty-three contracts with a maximum $633,000,000 being issued against solicitation SPM8EC-11-R-0001 for commercial type material handling equipment.  Locations of performance are Ohio, Indiana, and North Carolina with a Feb. 7, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were twenty-five proposals solicited with twenty-five responses.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital Funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Segovia Distributing, Inc.*, El Paso, Texas, was awarded contract SPM300-13-D-P169.  The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract with a maximum $40,000,000 for fresh fruit and vegetable support for customers in New Mexico and Colorado.  Locations of performance are Texas and New Mexico with an Aug. 12, 2017performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture’s school and reservation customers.  There were three responses to the Defense Logistics Agency Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital Funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Labatt Food Service, San Antonio, Texas, was awarded contract SPM300-13-D-3655.  The award is a fixed-price with economic-price-adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $34,500,000 for subsistence prime vendor support for customers in Texas and New Mexico Regions.  Locations of performance are Texas and New Mexico with a March 28, 2015 performance completion date.  Using military services are Army, Air Force, Marine Corps, and federal civilian agencies.  There were five responses to the Defense Logistics Agency Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tullahoma Industries, L.L.C.**, Tullahoma, Tenn., was issued a modification exercising the first option year on contract SPM1C1-12-D-1024/P00003.  The modification is a firm-fixed-price contract with a maximum $9,191,988 for soft shell, extreme cold and wet weather jackets.  Locations of performance are Tennessee and Alabama with a June 15, 2014 performance completion date.  Using military service is Army.  There were nine responses to the Defense Logistics Agency Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital Funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

Colonna’s Shipyard Inc.*, Norfolk, Va.,  is being awarded a $17,942,143 fixed-price contract for a dry-docking phased maintenance availability on the USS Monsoon (PC 4) for the accomplishment of miscellaneous structural, electrical and mechanical repairs, including dry-docking.  This contract contains options, which if exercised, would bring the contract value to $18,690,252.  Work will be performed in Norfolk, Va., and is expected to be completed by February 2014.  Fiscal 2013 Operations and Maintenance, Navy funding in the amount of $17,942,143 will be obligated at the time of the award and will expire at the end of the current fiscal year.  This600px-US-DeptOfNavy-Seal.svg contract was competitively procured via the Navy Electronic Commerce Online website with two offers received.  The Naval Ship Support Activity, Norfolk, Va., is the contracting activity (N50054-13-C-1307).

East Coast Repair and Fabrication L.L.C.*, Norfolk, Va., is being awarded a $13,584,787 fixed-price contract for a dry-docking phased maintenance availability on the USS Hurricane (PC 3) for the accomplishment of miscellaneous structural, electrical and mechanical repairs, including dry-docking.  This contract contains options, which if exercised, would bring the contract value to $14,239,409.  Work will be performed in Portsmouth, Va., and is expected to be completed by January 2014.  Fiscal 2013 Operations and Maintenance, Navy funding in the amount of $13,584,787 will be obligated at the time of the 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 two offers received. The Naval Ship Support Activity, Norfolk, Va., is the contracting activity (N50054-13-C-1306).

Cortana Corp.*, Falls Church, Va., is being awarded a $7,818,326 modification to a previously awarded cost-plus-fixed-fee contract (N00421-09-C-0028) to exercise an option for the research and development of sensors and systems in support of the Advanced Sensor Application Program and the Remote Environmental Sensor Program.  Sensors and systems support a variety of naval aviation missions, including air-under-sea warfare, defense suppression, electronic attack, naval warfare and amphibious, strike and anti-surface warfare.  Work will be performed in Falls Church, Va., and is expected to be completed in January 2014.  Fiscal 2013 Research, Development, Testing and Evaluation, Navy funds in the amount of $350,000 are being obligated at time of 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.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

            EMCORE Corp., Albuquerque, N.M., (FA8650-13-C-5501) is being awarded a $7,364,902 cost-plus-fixed-fee contract for the Advanced Multi-Junction Space Cell Producibility Program.  The location of performance is Albuquerque, N.M.  Work is expected to be completed by April 13, 2018.  Type of appropriation is fiscal 2013.  The contracting activity is AFRL/RQKMS, Wright-Patterson Air Force Base, Ohio.

Northrop Grumman Corp., Rolling Meadows, Ill., (FA8538-13-D-0001) is being awarded an $11,067,296 firm-fixed-price contract for testing and repair of the F-15 aircraft electronic systems test set interface test adapters.  The location of performance is Rolling Meadows, Ill.  Work is expected to be completed by Feb. 10, 2018.  Type of appropriation is fiscal 2013 through fiscal 2018.  The contracting activity is 638 AFSC/PZAAB, Robins Air Force Base, Ga.

NAVY

ERAPSCO Inc., Columbia City, Ind., is being awarded a $7,193,759 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity600px-US-DeptOfNavy-Seal.svg contract (N00421-11-D-0029) for engineering and manufacturing development services in support of the High Altitude Anti-Submarine Warfare system.  Work will be performed in DeLeon Springs, Fla. (52 percent) and Columbia City, Ind. (48 percent), and is expected to be completed in May 2014.  Fiscal 2013 Research, Development, Testing and Evaluation, Navy contract funds in the amount of $890,000 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.

TRICARE MANAGEMENT ACTIVITY

            Logistics Health Inc., La Crosse, Wis., was awarded an indefinite-delivery/indefinite-quantity contract to provide health readiness support services to the service components, which are composed of the reserve components, active components and Department of Defense civilians.  This requirement provides services to meet the medical and dental standards and requirements essential in maintaining a deployable force.  The value of this action is not to exceed $749,425,040.  The guaranteed minimum on the contract is $100,000.  The contract start date is anticipated for the spring of 2013.  These services are provided in every state, U.S. Territory, the District of Columbia, and Germany through the contractor’s call center, and within the integrated network.  This contract was competitively procured with five offers received.  TRICARE Management Activity, Contract Operations Division, Falls Church, Va., is the contracting activity (HT0011-13-D0001).

ARMY

Clark McCarthy Healthcare Partners II, Dallas, Texas, was awarded a $648,930,000 firm-fixed-price contract.  The award will provide for the construction of a medical facility to replace the existing William Beaumont Army Medical Center at Fort Bliss in El Paso, Texas.  Work will be performed in El Paso, with an estimated completion date of July 29, 2016.  The bid was solicited through the Internet, with five bids received.  The Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-13-C-0004).

            AC First L.L.C., Fort Worth, Texas, was awarded a $356,446,696 cost-plus-fixed-fee contract.  This is a modification of an existing contract to provide maintenance, Department of the Armysupply and transportation services in support of the 401st Army Field Support Brigade located in Afghanistan.  Work will be performed in Afghanistan, with an estimated completion date of Jan. 27, 2014.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W911SE-07-D-0004).

South Carolina Commission for the Blind, Columbia, S.C., was awarded a $162,100,749 firm-fixed-price contract.  The award will provide for food services at 11 dining facilities in Fort Jackson, S.C.  Work will be performed in Fort Jackson, with an estimated completion date of Jan. 31, 2018.  The bid was solicited through the Internet, with four bids received.  The Army Contracting Command, Fort Jackson, S.C., is the contracting activity (W9124C-13-C-0007).

Raytheon Integrated Defense Systems, Andover, Mass., was awarded a $115,959,356 firm-fixed-price level-of-effort contract.  This is a modification of an existing contract to provide engineering services for the PATRIOT in support of Foreign Military Sales.  Work will be performed in Andover, Mass; Billerica, Mass.; Burlington, Mass.; El Segundo, Calif.; El Paso, Texas; Huntsville, Ala.; Norfolk, Va.; Pelham, N.H.; Tewksbury, Mass.; and White Sands Missile Range, N.M.; with an estimated completion date of Jan. 31, 2014.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-C-0057).

McConnell Jones Lanier and Murphy L.L.C., Huntsville, Ala., (W15QKN-13-D-0017); Pioneering Decisive Solutions Inc., California, Md., (W15QKN-13-D-0015); and Total Technology Inc., Cherry Hill, N.J., (W15QKN-13-D-0016); were awarded a $75,000,000 firm-fixed-price-multiple award task order contract among three contractors.  The award will provide for the Automated Test System Testing and Net-Centric support.  Work location will be determined with each order, with an estimated completion date of Jan. 23, 2018.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Great Lakes Dredge and Dock Co., L.L.C., Oak Brooke, Ill., was awarded a $68,681,500 firm-fixed-price contract.  The award will provide for the drilling, dredging, blasting and disposal services.  Work will be performed in Newark, N.J., and Staten Island, N.Y., with an estimated completion date of June 25, 2013.  The bid was solicited through the Internet, with three bids received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0012).

            L-3 Communications Corp., Madison, Miss., was awarded a $57,141,401 firm-fixed-price contract.  The award will provide for the Life-Cycle Contractor Support maintenance for the Army’s fleet of C-12, RC-12 and UC-35 fixed-wing aircraft.  Work will be performed in Madison, Miss., with an estimated completion date of Jan. 31, 2014.  The bid was solicited through the Internet, with two bids received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0107).

Munilla Construction Management L.L.C., Miami, Fla., was awarded a $47,778,910 firm-fixed-price contract.  The award will provide for the miscellaneous demolition, installation, clearing, disposal, excavation and construction operations.  Work will be performed in Boca Raton, Fla., with an estimated completion date of Nov.Department of the Army 1, 2014.  Three bids were solicited, with three bids received.  The Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-13-C-0008).

Garco Construction Inc., Spokane, Wash., was awarded a $36,247,000 firm-fixed-price contract.  The award will provide for the construction of a Tactical Equipment Maintenance Facility at Joint Base Lewis-McChord, Wash.  Work will be performed in Dupont, Wash., with an estimated completion date of July 31, 2014.  The bid was solicited through the Internet, with 12 bids received.  The Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-C-0020).

General Dynamics Information Technology, Fairfax, Va., was awarded a $27,334,957 cost-plus-fixed-fee contract.  The award will provide for the services in support of Traumatic Brain Injury Programs at the Defense and Veteran Brain Injury Clinic.  Work will be performed in Silver Spring, Md.; Bethesda, Md.; Camp Lejeune, N.C.; Camp Pendleton, Calif.; Fort Belvoir, Va.; Fort Bragg, N.C.; Fort Carson, Colo.; Fort Hood, Texas; San Diego, Calif.; Fort Sam Houston, Texas; Jamaica Plain, Mass.; Minneapolis, Minn.; and Palo Alto, Calif.; with an estimated completion date of Sept. 16, 2017.  The bid was solicited through the Internet, with eight bids received.  The Army Medical Command, Washington, D.C., is the contracting activity (W91YTZ-13-C-0015).

BioFire Diagnostics Inc., Salt Lake City, Utah, (W911QY-13-C-0080); Focus Diagnostics Inc., Cypress, Calif., (W911QY-13-D-0081); and IQuum Inc., Marlborough, Mass., (W911QY-13-D-0082); were awarded a $23,112,576 cost-plus-fixed-fee multiple award task order contract between three contractors.  The award will provide for the U.S. Food and Drug Administration (FDA) cleared diagnostic platform and related development of FDA cleared Biological Warfare Agent in vitro diagnostic assays.  Work location will be determined with each order, with an estimated completion date of Feb. 1, 2023.  The bid was solicited through the Internet, with four bids received.  The Army Contracting Command, Natick, Mass., is the contracting activity.

Alliant Techsystems Operations, Plymouth, Minn., was awarded a $19,954,365 firm-fixed-price contract.  This is a modification to an existing contract to provide for the procurement of Spider Munitions Control Units.  Work will be performed in Wilmington, Mass.; Rocket City, W.Va.; and Plymouth, Minn., with an estimated completion date of Nov. 30, 2013.  One bid was solicited, with one bid received.  The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-11-C-0126).

General Dynamics Armament and Technical Products, Williston, Vt., was awarded a $14,349,780 firm-fixed-price contract.  This is a modification to an existing contract to provide for the procurement of M2A1 .50 Caliber Machine Gun Quick Change Barrel Kits.  Work will be performed in Saco, Maine, with an estimated completion date of Aug. 29, 2014.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0027).

CeSight Joint Venture, Anaheim, Calif., was awarded a $13,775,400 firm-fixed-price contract.  The award will provide for the various construction projects at Joint Base Lewis-McChord (JBLM), Wash.  Work will be performed in JBLM, with an estimated completion date of Aug. 30, 2014.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-C-0024).

DS3 Enterprises Inc., Central Islip, N.Y., was awarded an $8,836,646 firm-fixed-price contract.  The award will provide for debris removal and haul and disposal services for Fire Island, Suffolk County, N.Y.  Work will be performed in Suffolk County, with an estimated completion date of April 1, 2013.  The bid was solicited through the Internet, with nine bids received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0014).

Technical and Project Engineering, McLean, Va., was awarded an $8,788,901 firm-fixed-price contract.  The award will provide for the modification of an existing contract for services in support of Army Training Models.  Work will be performed in Arlington, Va., with an estimated completion date of Aug. 6, 2013.  One bid was solicited, with one bid received.  The Army Contracting Command, Washington, D.C., is the contracting activity (W91WAW-07-C-0043).

ICx Technologies Inc., Pittsburgh, Pa., was awarded an $8,304,741 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to procure various services in support of the Joint Program Manager — Nuclear, Biological and Chemical Contamination Avoidance.  Work will be performed in Elkridge and Aberdeen, Md.; Norfolk, Va.; and Lewisburg, Pa.; with an estimated completion date of March 1, 2014.  Five bids were solicited, with five bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-08-C-0075).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Computer Sciences Corp.,Fairview Heights, Ill., (FA4452-13-C-0007) is being awarded a $75,000,000 firm-fixed-price and cost-plus-fixed-fee contract for the Global Air Transportation Execution System system upgrade release.  The location of the performance is Fairview Heights and Scott Air Force Base, Ill.  Work is expected to be completed by Jan. 31, 2018.  Type of appropriation is fiscal 2013.  The contracting activity is AMC/A7KQA, Scott Air Force Base, Ill.

            Lockheed Martin Corp., Space System Co., Newtown, Pa., (FA8807-13-C-0002) is being awarded a $62,000,000 firm-fixed-price contract for Global Positioning System III Space Vehicles 5 and 6.  The location of the performance is Newtown, Pa.  Work is expected to be completed by June 30, 2017.  Type of appropriation is fiscal 2013.  The contracting activity is SMC/GPK, Los Angeles Air Force Base, Calif.

Aerospace Testing Alliance, Tullahoma, Tenn., (F40600-03-C-0001, P00290) is being awarded a $7,786,186 contract modification for operation, maintenance, information management and support of Arnold Engineering Development Complex.  The location of the performance is Arnold Air Force Base, Tenn.  Work is expected to be completed by Sept. 30, 2013.  Type of appropriation is fiscal 2013.  The contracting activity is AEDC/PZZ, Arnold Air Force Base, Tenn.

            Decypher -PSI Government Solutions, San Antonio, Texas, (FA4452-11-D-0003); Monterey Consultants, Dayton, Ohio (FA4452-11-D-0004); Sawdey Solutions Services, Beavercreek, Ohio (FA4452-11-D-0005); B3H, Shalimar, Fla., (FA4452-11-D-0006) and ExecuTech Strategic Consulting, Woodbridge, Va., (FA4452-11-D-0007) are being awarded a $7,813,187 firm-fixed-price, cost-reimbursable, indefinite-delivery/indefinite-quantity contract for advisory and assistance services for all multiple skill sets and tasks in support of Air Mobility Command and tenant units.  The primary location of the performance is Scott Air Force Base, Ill.  Work is expected to be completed by June 30, 2016.  Type of appropriation is for fiscal 2011 through fiscal 2013.  The contracting activity is AMC/A7KQA, Scott Air Force Base, Ill.

DEFENSE LOGISTICS AGENCY

            I-Solutions Direct, Inc., Metals USA, Fort Washington, Pa., was issued a modification exercising the third option year on contract (SPM8EG-09-D-0001/P00048).  The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $174,200,000 for prime vendor metalsDefense_Logistics_Agency for the Southeast Region.  Location of performance is Penn., with a Feb. 12, 2014, performance completion date.  Using services are Army, Navy, Air Force, Marine Corps, and Federal civilian agencies.  There were three responses to the Web solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Sagent Pharmaceuticals Inc.*, Schaumburg, Ill., was awarded contract (SPM2D0-13-D-0001).  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $28,514,732 for various types of pharmaceuticals.  Locations of performance are Ill., and Tenn., with a Feb. 8, 2014, performance completion date.  Using services are Army, Air Force, and Marine Corps.  There were thirty-one responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 War Stopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Wel-Fab Inc.*, Lumberton, N.J., was awarded contract (SPM8ED-13-D-0001).  The award is a fixed-price with economic-price-adjustment, sole-source contract with a maximum $17,906,109 for procurement of decontamination systems and related parts to provide immediate decontamination processing for the warfighters.  Location of performance is N.J., with a Feb. 7, 2015 performance completion date.  Using services are Army and Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Mission Systems and Training, Owego, N.Y., is being awarded a $9,305,830 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0031) for incorporation of engineering change proposals (ECPs) required for 12 P-3 aircraft for the Government of Taiwan under the Foreign Military Sales Program.  This modification provides for incorporation of the Complimentary Navigation Message ECP, which updates RINU-G and Control Display Unit software for a message set required by the Harpoon Block 2 Missile for precision targeting.  In addition, this modification provides for incorporation of the ALR-97/Electronic Support Measures ECP, which updates the ALR-95 system.  This modification also provides for the upgrade of the Mode “4” software to the Mode-T software and updates to the technical publications.  Work will be performed in Owego, N.Y., (31 percent); Jacksonville, Fla., (18 percent); Van Nuys, Calif., (16 percent); Aberdeen, Md., (14 percent); Cedar Rapids, Iowa, (13 percent); McKinney, Texas, (3 percent); Marietta, Ga., (3 percent); and Woodland Hills, Calif., (2 percent), and is expected to be completed in February 2014.  Foreign Military Sales contract funds in the amount of $9,305,830 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

General Dynamics, Bath Iron Works, Bath, Maine, is being awarded a $6,875,016 cost-plus award fee modification under a previous awarded basic ordering agreement (N00024-09-G-2301) to provide engineering and management services for advance planning and design in support of the post shakedown availability for the Littoral Combat Ship Independence (LCS 2).  Bath Iron Works will provide design, planning and material support services for the vessel.  Efforts will include program management, advance planning, engineering, design, material kitting, liaison and scheduling.  Work will be performed in Bath, Maine, (90 percent) and Pittsfield, Mass., (10 percent), and is expected to be completed by April 2013.  Fiscal 2013 research, development, testing and evaluation funding in the amount of $6,875,016 will be obligated at time of award, and will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

CDI Marine Co., Virginia Beach, Va., is being awarded $6,680,729 for task order (FK01) under previously awarded multiple-award contract (N00178-04-D-4027) for engineering support services associated with ship construction and repair at Norfolk Naval Shipyard.  The contract contains an option year, which if exercised, will bring the contract value to $13,489,476.  Work will be performed in Portsmouth, Va., and work is expected to be completed Feb. 10, 2014.  If the option year is exercised, work will continue through Feb. 10, 2105.  Fiscal 2013 operations and maintenance, Navy funds in the amount of $556,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  Funding incrementally in accordance with spend plan provided in DFARS clause 252.232-7007.  As a result of competitive procurement under the NAVSEA SEAPORT-E contract, two offers were received for this task order.  NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity.

MISSILE DEFENSE AGENCY

            Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., is being awarded a sole-source-cost-plus-incentive-fee/cost-plus-award-fee contractMissile Defense Agency modification under contract number (HQ0276-10-C-0001).   The value of this contract modification is $30,226,670, increasing the total contract value from $1,286,203,768 to $1,316,430,438.  Under this modification, the contractor will conduct the installation, test, and checkout of the Aegis Ballistic Missile Defense Baseline 4.0.1 Weapon System aboard three Navy Destroyers.  The work will be performed in Moorestown, N.J.; Pearl Harbor, Hawaii; San Diego, Calif., and Norfolk, Va.  The performance period is from the date of award through March 15, 2015.  Fiscal 2013 Research, Development, Test and Evaluation funds will be used to incrementally fund this initial effort.  Contract funds will not expire at the end of the current fiscal year.  The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

            General Dynamics National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $9,051,101 modification to previously awarded cost-plus award fee contract (N00024-07-C-4013) for the removal and installation of gas turbine exhaust ducts as part of the USS Makin Island (LHD 8) fiscal 2012 phased maintenance availability.  A phased maintenance availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, Calif., and is expected to be completed byMay 2013.  Fiscal 2013 Operations and Maintenance, Navy funding in the amount of $9,051,101 will be obligated at time of award and will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

SMIT Salvage, Singapore, was awarded on Feb. 1, 2013, a $24,889,904 delivery order against previously awarded indefinite-delivery/indefinite-quantity, cost-plus-award-fee contract (N00024-12-D-4120) to provide support for emergency response and recovery operations for the USS Guardian (MCM 5) grounding on Tubbataha Reef, Sulu Sea, Philippines.  Support will include personnel, vessels and equipment required for assessment, planning, stabilization, oil removal and vessel recovery.  Work will be performed in the vicinity of the Tubbataha Reef, Philippines, (72 percent); Palawan, Philippines, (15 percent); Singapore, SG, (10 percent); Washington, D.C., (1 percent); Rotterdam, The Netherlands, (1 percent); and Pearl Harbor, Hawaii, (1 percent), and is expected to be completed by December 2013.  Fiscal 2013 Operations and Maintenance, Navy funds in the amount of $24,889,904 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.

Detyens Shipyards Inc., North Charleston, S.C., is being awarded an $8,457,403 firm-fixed-price contract for a 55-calendar day shipyard availability for the regular overhaul and dry docking of dry cargo/ammunition ship USNS Robert E. Peary (T-AKE 5).  Work will include inspecting the propeller shaft and stern tube; installing a reverse osmosis desalination unit to produce fresh water; installing a chlorpac unit; overhauling sea valves; and cleaning and painting the underwater hull.  Peary’s primary mission is to operate as part of a carrier strike group, providing fuel, ammunition, and dry and refrigerated stores to support the 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 $9,885,453.  Work will be performed in North Charleston, S.C., and is expected to be completed by May 2013.  Contract funds in the amount of $8,457,403 are obligated in fiscal 2013, and will expire at the end of the current fiscal year.  This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with one offer received.  Military Sealift Command Norfolk, Norfolk, Va., is the contracting activity (N32205-13-C-3010).

            Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $6,983,525 modification to previously awarded cost-plus-fixed-fee contract (N00024-10-C-5124) for technical engineering and associated materials required to execute development and testing efforts at the Aegis Sites, including the Combat Systems Engineering Development Site, Spy-1A Test Facility Site and the Naval Systems Computing Center.  Work will be performed in Moorestown, N.J., and is expected to be completed by March 2013.  Funding in the amount of $6,983,525 will be obligated at time of award.  The applicable funding is fiscal 2012 and fiscal 2013 research, development, testing and evaluation.  Contract funds in the amount of $1,013,018 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

Texas Department of Assistive and Rehabilitative Services, Austin, Texas, (W9124J-09-D-0005) is being awarded a $15,531,068 firm-fixed-price contract356px-Seal_of_the_US_Air_Force.svg for full food services.  The location of the performance is Fort Sam Houston, Camp Bullis, and Joint Base San Antonio, Texas.  Work is expected to be completed by Jan. 31, 2014.  Type of appropriation is Air Force funding for fiscal 2013.  The contracting activity is 502nd CONS/LGCA, Fort Sam Houston, Texas.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Mercury Air Center Inc., doing business as Atlantic Aviation, North Charleston, S.C., was awarded contract SP0600-13-D-0020.  The award is a fixed-price with economic-price-adjustment contract with a maximum $13,323,012 for fuel.  Location of performance is South Carolina with a March 31, 2015 performance completion date.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

U.S. SPECIAL OPERATIONS COMMAND

            iGov Technologies Inc., Reston, Va., has been awarded a $500,000,000 single award indefinite-delivery/indefinite-quantity contract to provide the Tactical160px-Special_Operations_Specops_Army.svg Local Area Network (TACLAN) Family of Systems acquisition, design, integration, production, and delivery in support of U.S. Special Operations Command.  The contract will be performed in Tampa, Fla.  U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity (H92222-13-D-0001).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

            Pro-Tainer Inc., Alexandria, Minn.*, was awarded contract SPE8EC-13-D-0007.  The award is a fixed-price with economic-price-adjustment contract with a maximum $157,500,000 for procurement of commercial type environmental equipment.  Location of performance is Minnesota with a Feb. 3, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were twelve solicitations with twelve responses.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

PPL Energy Plus, Allentown, Pa., was issued a modification on contract SPE600-13-D-8014/P00002.  The modification is a firm-fixed-price contract with a maximum $51,249,809 for electricity.  Location of performance is Maryland and Pennsylvania with a Sept. 30, 2014 performance completion date.  Using service is Maryland Procurement Office.  There were one hundred and nine solicitations with twelve responses.  Type of appropriation is fiscal 2013 Service funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

            Washington Gas Energy Services Inc., Herndon, Va., was issued a modification on contract SPE600-13-D-8013/P00001.  The modification is a firm fixed-price contract with a maximum $38,892,550 for electricity.  Location of performance is District of Columbia and Pennsylvania with a Dec. 31, 2014 performance completion date.  Using service is Army and federal civilian agencies.  There were one hundred and nine solicitations with twelve responses.  Type of appropriation is fiscal 2013 Service funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

AIR FORCE

The Design Knowledge Co., Fairborn, Ohio, (FA8650-13-D-1547) is being awarded a $24,899,999 Small Business Innovation Research Phase III, cost-plus-fixed-356px-Seal_of_the_US_Air_Force.svgfee, indefinite delivery/indefinite quantity contract for research and development of the 4-D Common Operational Picture for Mission Assurance.  The location of the performance is Fairborn, Ohio.  Work is expected to be completed by Feb. 3, 2020.  The contracting activity is AFRL/RQKSE, Wright-Patterson Air Force Base, Ohio.  This contract will be incrementally funded by Air Force Research & Development funds.  Type of appropriation is fiscal 2012.

600px-US-DeptOfNavy-Seal.svgNAVY

PKL Services Inc.,* Poway, Calif., is being awarded a $16,321,932 modification to a previously awarded firm-fixed-price contract (N00421-09-C-0023) to exercise an option for reset organizational level maintenance services in support of Marine Corps AH-1W, UH-1N, CH-53D/E, and CH-46E aircraft platforms.  Work will be performed in Camp Pendleton, Calif. (30 percent); Jacksonville, Fla. (25 percent); Iraq/Afghanistan (22 percent); San Diego, Calif. (18); and Kaneohe Bay, Hawaii (5 percent), and is expected to be completed in August 2013.  Fiscal 2013 Operations & Maintenance, Navy contract funds in the amount of $7,990,545 will be obligated at time of award, all 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.

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $14,219,580 cost-plus-fixed-fee contract for fiscal 2013 through fiscal 2017 U.S. Navy Standard Missile depot and intermediate level maintenance, all-up-round recertifications and special maintenance tasks, and Foreign Military Sales repairs and maintenance.  This contract will provide for the repair, maintenance, and recertification of Standard Missiles, sections, assemblies, subassemblies, components and test or support equipment for fiscal 2013 through fiscal 2017.  Work will be performed in Tucson, Ariz. (89 percent); Camden, Ark. (8 percent); Huntsville, Ala. (2 percent); and Andover, Mass. (1 percent), and is expected to be completed by September 2013.  Fiscal 2013 Operations & Maintenance, Navy funding in the amount of $5,642,715 will be obligated at time of award.  Contract funds in the amount of $5,642,715 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), as implemented in FAR 6.302-1:  The supplies or services required are available from only one responsible source and no other type of supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-13-C-5402).

            Raytheon Co., Tucson, Ariz., is being awarded a $9,817,530 cost-plus-fixed-fee modification to previously awarded letter contract (N00024-04-C-5340) for an alternative architecture study in support of the Cobra Judy Replacement (CJR) program.  The CJR program designs, develops, and acquires a functional replacement ship and mission equipment suite for the current Cobra Judy and USNS Observation Island.  The CJR mission is the same as that of the system it replaces – long-dwell foreign ballistic missile data collection in support of international treaty verification. The mission systems onboard the replacement ship includes high-power, instrumentation-class S-band and X-band radar phased arrays and the necessary ancillary equipment to support the mission.  Work will be performed in Sudbury, Mass., and is expected to be completed by September 2013.  Funding in the amount of $9,817,530 will be obligated at time of award.  Contract funds in the amount of $300,000 will expire at the end of the current fiscal year.  Fiscal 2012 and fiscal 2013 Research, Development, Testing & Evaluation contract funds are being used.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Computer Sciences Corp., San Diego, Calif., is being awarded a potential $9,437,767 modification to previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-11-D-0016) to exercise an option to provide engineering services for network and information systems that are currently operational and/or under development.  This is one of two multiple award contracts: both awardees compete for task orders during the ordering period.  Exercising of this award-term option will bring the total contract value to $35,659,074.  Work will be performed in San Diego, Calif., and work for this option is expected to be completed Dec. 1, 2014.  Contract funds will not expire at the end of the current fiscal year.  No contract funds are being obligated on this effort at the time of award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity.

Science Applications International Corp., McLean Va., is being awarded a potential $9,276,960 modification to previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-11-D-0017) to exercise an option to provide engineering services for network and information systems that are currently operational and/or under development.  This is one of two multiple award contracts: both awardees compete for task orders during the ordering period.  Exercising this award-term option will bring the potential contract value to $36,014,840.  Work will be performed in San Diego, Calif. (85 percent) and McLean, Va. (15 percent), and work for this option is expected to be completed Dec. 1, 2014.  Contract funds will not expire at the end of the current fiscal year. No contract funds are being obligated on this effort at the time of award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-11-D-0017).

 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

 

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

Trackbacks/Pingbacks

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