NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $333,786,000 fixed-price-incentive (firm-target), advance acquisition contract to provide long lead-time parts, materials and components required for the delivery for the 35 Low Rate Initial Production lot VIII F-35 Lightning II Joint Strike Fighter aircraft: 19 conventional takeoff and landing (CTOL) aircraft for the U.S. Air Force; six short takeoff vertical landing (STOVL) aircraft for the U.S. MarineCorps; four Carrier Variant aircraft for the U.S. Navy; four STOVL for the United Kingdom; and two CTOL aircraft for the Government of Norway. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2014. Contract funds in the amount of $333,786,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($155,190,000, 46 percent); the U. S. Marine Corps ($85,380,000, 26 percent); and the U.S. Navy ($27,470,000, 8 percent); the United Kingdom ($45,037,000, 14 percent); and Norway ($20,709,000, 6 percent). This contract was not competitively procured pursuant to the FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting authority (N00019-13-C-0008).
PAE Government Services Inc., Arlington, Va., is being awarded a $54,013,255 modification under a previously awarded cost-plus-award fee contract (N33191-12-D-0407) to extend the period of performance for recurring base operating support services at Camp Lemonnier, Djibouti and Camp Simba, Manda Bay, Kenya. The work to be performed provides for general management and administration services; public safety (harbor security, security operations and emergency management program); ordnance; air operations (airfield facilities and passenger terminal and cargo handling); supply; morale, welfare and recreation; galley; housing (bachelor quarters and laundry); facility support (facilities investment, janitorial, pest control services and refuse services); utilities (water, waste water and electrical); base support vehicle and equipment; and environmental. After award of this modification, the total cumulative contract value will be $122,973,269. Work will be performed in Africa, in Djibouti (97 percent) and Kenya (3 percent), and is expected to be completed by September 2013. Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $7,716,179 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity.
Argo Systems L.L.C.*, Hanover, Md., is being awarded a $23,033,000 firm-fixed-price contract for the design and construction of the Embassy Security Group Facilities at Marine Corps Base, Quantico, Va. The work to be performed provides for a new headquarters building, separate warehouse, and compound access control buildings for the Marine Corps Embassy Security Guard (MCESG) at Marine Corps Base Quantico. MCESG headquarters building will serve a dual function; both as the administrative arm of the MCESG and as a mock embassy at which Marine trainees will practice embassy security operations. The facility will also include a separate warehouse operations building. The contract contains two unexercised options, which if exercised would increase cumulative contract value to $24,504,956. Work will be performed in Quantico, Va., and is expected to be completed by March 2015. Fiscal 2012 Military Construction, Navy contract funds in the amount of $23,033,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with 15 proposals received. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-13-C-0002).
Talon Industries Inc.*, Arlington, Texas, is being awarded a $16,984,071 firm-fixed-price contract for construction of a fuel pipeline replacement at Naval Air Station Whidbey Island. The work provides for a new steel underground pipeline covering 4.6 miles between fuel pier on Seaplane Base and consolidated fuel facility tanks at Ault Field Naval Air Station. The work also includes, after completion of the new pipeline, the decommissioning of two 60 year old pipelines; and provides for wetland mitigation work. The pipeline provides the primary means of transporting JP-8 jet fuel from the main fuel pier to Naval Air Station Whidbey Island airfield to support mission requirements. Work will be performed in Oak Harbor, Wash., and is expected to be completed by August 2014. Fiscal 2012 Military Construction, Defense Logistics Agency contract funds in the amount of $16,984,071 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-13-C-4005).
The Boeing Co., St. Louis, Mo., is being awarded an $11,364,353 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0030) to exercise an option for the full rate production of 1,001 precision laser guidance sets for the U.S. Air Force. Work will be performed in St. Charles, Mo., and is expected to be completed in February 2014. Fiscal 2013 Aircraft Procurement Air Force contract funds in the amount of $11,364,353 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.
Engility Corp., Mount Laurel, N.J., was awarded on Feb, 27, 2013, a $9,600,000 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-09-D-0009) to exercise an option for technical and engineering services in support of the Naval Air Systems Command Structures Division (AIR 4.3), to include data analysis, information systems, and software functions of the Structural Appraisal of Fatigue Effects (SAFE) Program. Work will be performed in Lexington Park, Md., and is expected to be completed in February 2014. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.
The Wornick Co., Cincinnati, Ohio, was awarded contract SPM3S1-13-D-Z193. The award is a firm-fixed-price contract with a maximum $181,739,242 for various polymeric entrée ration items. Location of performance is Ohio with a Feb. 28, 2016 performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
AmeriQual Group L.L.C., Evansville, Ind., was awarded contract SPM3S1-13-D-Z192. The award is a firm-fixed-price contract with a maximum $150,730,396 for various polymeric entrée ration items. Location of performance is Indiana with a Feb. 28, 2016 performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
GE Datex Ohmeda Inc., Madison, Wis., was issued a modification exercising the fourth option year on contract SPM2D1-09-D-8348/P00020. The modification is a fixed-price with economic-price-adjustment contract with a maximum $19,847,688 for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts and training. Location of performance is in Wisconsin with a March 5, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. 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.
Lord Corp., Brie, Pa., was issued a modification on contract SPE400-02-D-9413/P00001. The modification is a fixed-price with economic-price-adjustment contract with a maximum $12,322,800 for bearing assembly rotors. Locations of performance are in Pennsylvania and Ohio with a Sept. 16, 2013 performance completion date. Using military service is Army. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.
Elwyn Industries, Aston, Pa., was issued a modification exercising the second option year on contract SPM2DS-11-D-N001/P00007. The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $7,952,663 for muslin, compressed, camouflaged, triangular bandages. Locations of performance are in Pennsylvania and Delaware with a March 8, 2014 performance completion date. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Twigg Corp.*, Martinsville, Ind., was awarded contract SPM4A7-13-D-0030. The award is a firm-fixed-price, indefinite-quantity contract with a maximum $6,686,824 for multiple types of engine vane assemblies. Location of performance is in Indiana with a March 2014 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.
AIR FORCE
Gulfstream Aerospace Corp., Savannah, Ga., is being awarded a $49,594,534 firm-fixed-price contract (FA8106-13-D-0001) for contractor logistics support services for the C-37 aircraft. The location of performance is Savannah, Ga.; MacDill Air Force Base, Fla.; Joint Base Andrews, Md.; Hickam Air Force Base, Hawaii and Ramstein Air Force Base, Germany. Work is expected to be completed by Dec. 31, 2013. Type of appropriation is fiscal 2013. The contracting activity is OC-ALC/GKSKB,Tinker Air Force Base, Okla.
Science Applications International Corp., McLean, Va., is being awarded a $7,977,017 firm-fixed-price contract (FA8807-13-C-0004) for global positioning systems engineering and integration requirements. The location of performance is El Segundo, Calif. Work is expected to be completed by May 7, 2013. Type of appropriation is fiscal 2011 through 2013. The contracting activity is SMC/GPK, Los Angeles Air Force Base, Calif.
Thales Communications Inc., Clarksburg, Md., is being awarded a $7,600,000 indefinite-delivery/indefinite-quantity contract (FA8102-13-D-0001, order 0001) for Navigational Aids Family of Systems modernization program for non-developmental systems to upgrade the legacy AN/FRN-43/44/45 systems. The location of the performance is Shawnee, Kan. Work is expected to be completed by February 2014. Type of appropriation is fiscal 2012. The contracting activity is AFLCMC/HBKKC, Tinker Air Force Base, Okla.
ARMY
BAE System Technology Solutions, Rockville, Md., was awarded a $25,152,601 cost-plus-award-fee contract. The award will provide for the maintenance, transportation and supply services on the island of Oahu and Hawaii. Work will be performed in various locations in Hawaii, including Schofield Barracks, East Range, Wheeler Army Airfield, Fort Shafter and Pokakuloa Training Area. The contract’s estimated completion date is Feb. 28, 2014. There were 54 bids solicited, with seven bids received. The U.S. Army Contracting Command, Fort Shafter, Hawaii, is the contracting activity (W912CN-08-C-0085).
Shaw Environmental and Infrastructure Inc., Edgewood, Md., was awarded an $18,187,332 firm-fixed-price contract. The award will provide for the support services to perform Public Works functions in Alaska. Work will be performed in Fort Wainwright, Alaska, with an estimated completion date of Feb. 28, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Fort Wainwright, Alaska, is the contracting activity (W912CZ-09-D-0004).
Consolidated Construction and Engineering Co., Laurel, Md., (W91CRB-13-D-0005); and Grose Construction, Aberdeen, Md., (W91CRB-13-D-0006); were awarded a firm-fixed-price multiple-award contract among two vendors with a maximum amount of $15,000,000. The award will provide for the range maintenance services. Work location will be determined with each subsequent order, with an estimated completion date of Feb. 24, 2016. The bid was solicited through the Internet, with nine bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.
iRobot Corp., Bedford, Mass., was awarded a $14,424,220 firm-fixed-price contract. The award will provide for the procurement of FirstLook robotic systems, spare part kits and robot accessories. Work will be performed in Bedford, with an estimated completion date of Aug. 20, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0124).
QinetiQ North America Inc., Waltham, Mass., was awarded a $12,946,769 firm-fixed-price contract. The award will provide for the procurement of Dragon Runner-10 robotic systems and associated spare parts for system sustainment. Work will be performed in Waltham and Franklin, Mass., and Pittsburgh, Pa., with an estimated completion date of Aug. 25, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0128).
DynCorp International L.L.C., Fort Worth, Texas, was awarded an $11,533,474 firm-fixed-price contract. The award will provide for the aviation field maintenance services. Work will be performed in Fort Hood, Texas, with an estimated completion date of March 22, 2014. The bid was solicited through the Internet, with eight bids received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0042).
TRAX International Corp., Las Vegas, Nev., was awarded a $9,333,333 cost-plus-award-fee contract. The award will provide for the modification of an existing contract to continue test support services on Yuma Proving Ground, Ariz. Work will be performed in Yuma, Ariz., and Fort Greely, Alaska, with an estimated completion date of March 31, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Yuma, Ariz., is the contracting activity (W9124R-09-C-0003).
Manson Construction Co., Seattle, Wash., was awarded an $8,000,000 firm-fixed-price contract. The award will provide for maintenance dredging services of Mobile Harbor Channel, Ala. Work location will be determined with each subsequent order, with an estimated completion date of April 18, 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-D-0005).
Harris, Rochester, N.Y., was awarded a firm-fixed-price contract with a maximum value of $500,000,000. The award will provide for the modification of an existing contract to raise the price ceiling in support of the procurement of radios, support equipment, data and services. Work location will be determined with each order, with an estimated completion date of Dec. 15, 2015. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-D-H607).
FN Manufacturing L.L.C., Columbia, S.C., was awarded a firm-fixed-price contract with a maximum value of $76,922,574. The award will provide for the procurement of a maximum quantity of 120,000 M4/M4A1 Carbines and related requirements. Work location will be determined with each order, with an estimated completion date of Feb. 19, 2018. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0030).
Conti Federal Services Inc., Edison, N.J., was awarded a $62,388,649 firm-fixed-price contract. The award will provide for the construction of a below-grade facility and six additional above-grade support facilities in Israel. Work will be performed in Israel, with an estimated completion date of May 20, 2015. The bid was solicited through the Internet, with five bids received. This contract is in support of Foreign Military Sales. The U.S. Army Corps of Engineers, Wiesbaden, Germany, is thecontracting activity (W912GB-13-C-0004).
BPSI-MPSC L.L.C., Severna Park, Md., was awarded a $50,000,000 firm-fixed-price contract. The award will provide for the procurement of General Administrative Support Services to the National Guard nationwide. Work location will be determined with each order, with an estimated completion date of Nov. 14, 2013. The bid was solicited through the Internet, with one bid received. The National Guard Bureau, Lansing, Mich., is the contracting activity (W912JB-13-D-4002).
GPI-URS Joint Venture, Babylon, N.Y., was awarded a $49,500,000 firm-fixed-price contract. The award will provide support services for physical safety/security improvements on and around bridges in the New York City area. Work location will be determined with each location, with an estimated completion date of Feb. 21, 2023. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-D-0001).
L-3 Communications Vertex Aerospace L.L.C., Madison, Miss., was awarded a $48,212,171 time-and-materials contract for aviation maintenance services. Work will be performed in Savannah, Ga.; Fort Bragg, N.C.; and Fort Campbell, Ky.; with an estimated completion date of July 28, 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-0054).
BAE Systems Southeast Shipyard, Jacksonville, Fla., (W911S0-13-D-0001); Colonna’s Shipyard Inc., Norfolk, Va., (W911S0-13-D-0002); Detyens Shipyard Inc., North Charleston, S.C., (W911S0-13-D-0003); East Coast Repair and Fabrication, Portsmouth, Va., (W911S0-13-D-0004); Hendry Corp., Tampa, Fla., (W911S0-13-D-0005); Lyon Shipyard Inc., Norfolk, Va., (W911S0-13-D-0006); Metal Trades Inc., Hollywood, S.C., (W911S0-13-D-0007); Savannah Marine Repair L.L.C., Savannah, Ga., (W911S0-13-D-0008); Tecnico Corp., Chesapeake, Va., (W911S0-13-D-0009); and Yank Marine Inc., Tuckahoe, N.J., (W911S0-13-D-0010); were awarded a $33,111,543 firm-fixed-price contract among ten contractors. The award will provide for the dry-docking, cleaning, painting, repairs and modifications to the U.S. Army Active and Reserve vessels located on the East and Gulf of Mexico Coasts of United States. Work location will be determined with each order, with an estimated completion date of Feb. 10, 2016. The bid was solicited through the Internet, with 10 bids received. The U.S. Army Contracting Command, Fort Eustis, Va., is the contracting activity.
Jacobs Technology Inc., Tullahoma, Tenn., was awarded a $30,676,146 firm-fixed-price contract. The award will provide for the Army Research Laboratory Information Technology Support Services. Work will be performed in Adelphi, Md.; Aberdeen Proving Ground, Md.; White Sands, N.M.; and Research Triangle Park, N.C.; with an estimated completion date of Feb. 13, 2015. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-13-F-0011).
Coastal Environmental Group Inc., Edgewood, N.Y., (W912DQ-13-D-3012); Frontier Services Inc., Kansas City, Mo., (W912DQ-13-D-3013); and Remediation Services Inc., Independence, Kan., (W912DQ-13-D-3015); were awarded a $30,000,000 firm-fixed-price multiple award task order contract. The award will provide for environmental protection services. Work location will be determined with each order, with an estimated completion date of Feb. 10, 2018. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity.
General Dynamics Ordnance and Tactical Systems, St. Petersburg, Fla., was awarded a $22,860,857 firm-fixed-price contract. The award will provide for the demilitarization and disposal services. Work will be performed in St. Petersburg, with an estimated completion date of Sept. 25, 2015. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0027).
Navistar Defense L.L.C., Lisle, Ill., was awarded a $22,576,917 firm-fixed-price contract. The award will provide for the upgrade and up-armoring of medium tactical vehicles in support of Foreign Military Sales. Work will be performed in West Point, Miss., with an estimated completion date of July 19, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0161).
Oceaneering International, Chesapeake, Va. (N65540-13-D-0003); and General Dynamics Electric Boat Corp., Groton, Conn. (N65540-13-D-0004) are each being awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contracts with an estimated ceiling of $181,831,426 for Oceaneering International and an estimated ceiling of $215,518,065 for Electric Boat Corp., for services to support submarine safety program (SUBSAFE) and intermediate level work. This contract will provide technical management, administrative and technical services, materials, tools, equipment, facilities, and required support to accomplish installation, troubleshooting, repair and maintenance of main and auxiliary, weapons, hull, mechanical and electrical equipment. Work will be performed in Norfolk, Va. (22 percent); Pearl Harbor, Hawaii (22 percent); Puget Sound, Wash. (22 percent); San Diego, Calif. (6 percent); Kittery, Maine (5 percent); Kings Bay, Ga. (5 percent); Bangor, Wash (5 percent); Guam (5 percent); Yokosuka, Japan (4 percent); New London, Conn. (3 percent); and Washington, D.C. (1 percent), and is expected to complete in February 2018. Fiscal 2013 Operations Maintenance Navy contract funds in the amount of $412,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured through Navy Electronic Commerce Online and Federal Business Opportunities websites, with two offers received. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity.
Raytheon Co., McKinney, Texas, is being awarded $69,000,000 for ceiling priced repair delivery order #7005 under a previously awarded basic ordering agreement (N00383-10-G-003D) for the repair of 34 weapon repairable assemblies and 33 shop replaceable assemblies for the advanced targeting forward looking infrared 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 Feb. 25, 2015. Fiscal 2013 Navy Working Capital funds in the amount of $17,437,885 will be obligated at the time of award and will not expire at end of the current fiscal year. The contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1). The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.
DEFENSE LOGISTICS AGENCY
Protective Products Enterprises Inc. (PPE), Sunrise, Fla., was issued a modification exercising the first option year on contract SPM1C1-12-D-1026/P00009. The modification is a firm-fixed-price contract with a maximum $79,528,733 for improved outer tactical vests and components. Location of performance is in Florida with a Feb. 27, 2014 performance completion date. Using military services are Army and Air Force. 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.
Air Wilmington, Inc.*, Wilmington, N.C., was awarded contract SP0600-13-D-0051. The award is a fixed-price with economic-price-adjustment contract with a maximum $9,410,542 for jet fuel. Location of performance is in North Carolina with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There was one proposal solicited 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.
Capps Shoe Co.*, Lynchburg, Va., was awarded contract SPM1C1-12-D-1030. The award is a firm-fixed-price contract with a maximum $6,873,060 for men’s poromeric shoes. Location of performance is Virginia with a Feb. 27, 2014 performance completion date. Using military services are Army and Marine Corps. There was one response to the Bidders List solicitation. Type of appropriation is fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $71,202,469 contract modification (FA8620-10-C-4000, P00023) for Global Hawk block load/sustaining enginering and production acceptance infrastructure. The location of performance is San Diego, Calif. Work is expected to be completed by Dec. 31, 2014. Type of appropriation is fiscal 2011. The contracting activity is AFLCMC/WIGK, Wright-Patterson Air Force Base, Ohio.
Innovative Scientific Solutions Inc., Dayton, Ohio, is being awarded a $44,560,000 indefinite-delivery/indefinite-quantity contract (FA8650-13-D-2343 with Task Order 00001) for advanced propulsion concepts and cycles program. The location of performance is Wright-Patterson Air Force Base, Ohio. Work is expected to be completed by Feb. 25, 2021. Type of appropriation is fiscal 2013. The contracting activity is AFRL/RQKPB, Wright-Patterson Air Force Base, Ohio.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
University of Washington, Seattle, Wash., is being awarded a $9,617,731 modification to a cooperative agreement (HR0011-11-2-0007). This work is part of the autonomous diagnostics to enable prevention and therapeutics (ADEPT) program, which seeks an advanced instrument-free analytical platform capable of performing a wide range of nucleic acid amplification tests at low cost anywhere and with little or no user training. Work will be performed in Seattle (50.1 percent); Bothell, Wash. (17.6 percent) and Niskayuna, N.Y. (32.3 percent). The work is expected to be completed by August 2014. The Defense Advanced Research Projects Agency is the contracting activity.
NAVY
Northrop Grumman Maritime Systems Corp., Charlottesville, Va., is being awarded a $6,724,859 firm-fixed-price contract for design, production, and testing of integrated bridge navigation systems equipment for the DDG 51 modernization program, which is a comprehensive plan to modernize each ship in the ship class at the approximate midlife point (17½ years). The grated Bridge Navigation System is a key upgrade in the hull, mechanical and electrical modernization package for the in-service ships. The program includes up to three new ships per year through fiscal year 2017. The new construction program is required to deliver grated bridge navigation systems to the respective shipyards as government-furnished equipment. Work will be performed in Charlottesville, Va., and is expected to be completed by June 2014. Funding in the amount of $6,724,859 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-4205).
Navmar Applied Sciences Corp., Warminster, Pa., is being awarded a $50,977,258 modification to a previously awarded cost-plus-fixed-fee/firm-fixed-price contract (N68335-13-C-0125) to exercise an option for additional sustainment efforts for existing Copperhead unmanned aerial vehicle (UAV) detachments, to include personnel support for training and logistics both in the continental United States and outside the continental United States, as well as a variety of spares and industrial supply type materials required for the repair and maintenance efforts. 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. Contract funds in the amount of $18,240,000 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, Lakehurst, N.J., is the contracting activity.
NRG Energy Inc.*, Princeton, N.J. (N62583-10-D-0326); Chevron Energy Solutions Co., Eagan, Minn. (N62583-10-D-0327); SunDurance Energy L.L.C.*, Edison, N.J. (N62583-10-D-0328); Sun Edison L.L.C.*, Beltsville, Md. (N62583-10-D-0329); and Solarstar California XV L.L.C., Richmond, Calif. (N62583-10-D-0330), are each being awarded option year three under an indefinite-quantity/indefinite-delivery, firm-fixed-price multiple award contract for the purchase of renewable electrical power through power purchase agreements at Naval and Marine Corps installations in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The combined total value for all five contractors is $25,000,000. No task orders are being awarded at this time. The work to be performed provides the generation of electric power from renewable power systems that are constructed, owned, operated, and maintained by the contractor on government property located within the installation boundaries. The government will procure through Power Purchase Agreements. The contract amount after exercise of this option will be $175,000,000. Work will be performed at various federal sites within the NAVFAC Southwest AOR including but not limited to California (80 percent) and Arizona (20 percent), and work on this option is expected to be completed February 2014. No funds will be obligated with this award. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.
Rolls Royce Corp., Indianapolis, Ind., is being awarded a $16,767,685 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-09-D-0020) for additional power-by-the-hour in support of the KC-130J aircraft propulsion system. Work will be performed in Indianapolis, Ind., and is expected to be completed in July 2013. No funding is being obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. No contract funds will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
All Native Services*, Winnebago, Neb., is being awarded a $15,009,514 modification to previously awarded cost-plus-fixed fee research and development contract (N00174-11-D-0009) to exercise option year two for the Night Vision and Electronic Sensors Directorate. The Night Vision and Electronic Sensors Directorate will promote research and development which will result in a prototype of a Cerberus Lite system, which will be capable of becoming a four-person hand carried portable unit. Support areas include infrared, laser, thermal imaging and other related sensor technologies. Work will be performed in Fort Belvoir, Va., and is expected to be completed by February 2014. No funding will be obligated at the time of the award. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Division, Indian Head, Md., is the contracting activity.
Lockheed Martin Global Training and Logistics, Orlando, Fla., is being awarded a $6,584,392 firm-fixed-price contract for machinery control systems (MCS) and engineering services for the DDG 51 Fleet Modernization Program. The MCS is a hull, mechanical and electrical upgrade and part of a comprehensive plan to modernize the DDG 51 class. The focus of the MCS upgrade is to automate many manual functions to reduce manning levels and watch stander requirements. This contract includes options which, if exercised, would bring the cumulative value of this contract to $134,186,364. Work will be performed in Orlando, Fla., and is expected to be completed by June 2014. Fiscal 2012 Shipbuilding and Conversion, Navy funding in the amount of $6,584,392 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-4208).
Bangor International Airport, Bangor, Maine, was awarded contract SP0600-12-R-0057. The award is a fixed-price with economic-price-adjustment contract with a maximum $38,033,262 for jet fuel. Location of performance is in Maine with an April 30, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. 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.
Avfuel Corp.*, Ann Arbor, Mich., was awarded contract SP0600-13-D-0060. The award is a fixed-price with economic-price-adjustment contract with a maximum $9,387,138 for jet fuel. Locations of performance are Pennsylvania and Michigan with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. 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.
EPIC Aviation L.L.C.*, Salem, Ore., was awarded contract SP0600-13-D-0066. The award is a fixed-price with economic-price-adjustment contract with a maximum $7,548,156 for jet fuel. Locations of performance are Pennsylvania and Oregon with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. 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.
Watson Pharmaceuticals, Parsippany, N.J., was issued a modification exercising the third option year on contract SPM2D0-10-D-0001/P00035. The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $7,753,603 for various pharmaceutical products. Location of performance is New Jersey with a Feb. 24, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were thirty-one responses to the Web solicitation. Type of appropriation is fiscal 2013 through fiscal 2014 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
AIR FORCE
Honeywell Technology Solutions Inc., Colorado Springs, Colo., is being awarded a $26,000,000 firm-fixed-price contract (FA8806-13-C-0001) to modernize the core electronics at Guam Tracking Station A-Side and Hawaii Tracking Station B-Side. The location of performance is Guam and Hawaii. Work is expected to be completed by Dec. 31, 2015. Type of appropriation is fiscal 2012. The contracting activity is SMC/RNK, Los Angeles Air Force Base, Calif.
Teledyne Scientific Imaging L.L.C., Thousand Oaks, Calif., is being awarded a $13,845,840 cost-plus-fixed-fee contract (FA8650-13-C-7313) for Diverse Accessible Heterogenous Integration research and development work. The location of the performance is Thousand Oaks, Calif. Work is expected to be completed by May 30, 2017. This award is the result of a competitive Defense Advanced Research Projects Agency broad agency announcement. Type of appropriation is fiscal 2012. The contracting activity is AFRL/RQKDB, Wright-Patterson Air Force Base, Ohio.
Merlin RAMCo Inc., Jacksonville, Fla., (FA3002-13-C-0009) is being awarded a $10,841,699 firm-fixed-price and cost-reimburseable contract for Royal Saudi Air Force support personnel. The location of performance is King Abdul Aziz Air Base, Dhahran; King Khalid Air Base, Khamis Mushayt; King Fahad Air Base, Taif; King Faisal Air Base, Tabuk; Prince Sultan Air Base, Al Kharj; Royal Saudi Air Force, Riyadh and King Abdullah Air Base, Jeddah. Work is expected to be completed by Aug. 21, 2014. Type of appropriation is fiscal 2011. The contracting activity is AETC CONS/LGCI, Randolph Air Force Base, Texas. Contract involves Foreign Military Sales.
Lockheed Martin Corp., Manassas, Va., is being awarded a $6,554,538 contract modification (FA8707-12-C-0013, P00003) to acquire an air defense system capability for the Royal Jordanian Air Force and purchase and install 22 guided advanced technical rocket radios. The location of performance is San Diego, Calif. Work is expected to be completed by July 2016. Type of appropriation is under Foreign Military Sales treasury account. The contracting activity is AFLCMC/HBNA, Hanscom Air Force Base, Mass. Contract involved Foreign Military Sales.
Accenture Federal Services L.L.C., Arlington, Va., is being awarded a $42,199,567 contract modification (FA8771-12-F-0008, P00002) for Defense Enterprise Accounting and Management System program. The location of performance is Fairborn, Ohio. Work is expected to be completed by April 30, 2014. Type of appropriation is fiscal 2012. The contracting activity is AFLCMC/HIQK, Wright-Patterson Air Force Base, Ohio.
Lockheed Martin Mission Systems and Training, Orlando, Fla., is being awarded a $20,560,000 contract modification (FA8621-11-C-6288, P00020) for procurement of one C-130J weapon system trainer device for Air Mobility Command. The location of performance is Marietta, Ga. and Tampa, Fla. Work is expected to be completed by June 30, 2016. Type of appropriation is fiscal 2013. The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio.
STV-BRPH JV, Douglassville, Pa., is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for complete architect and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The work to be performed provides for preparation of design/build request for proposals and other design services. Task order #0001 is being awarded at $91,945 for request for proposal development for the replacement/upgrade of the waste water treatment plant at Fleet Readiness Center Southeast, Naval Air Station Jacksonville, Fla. Work for this task order is expected to be completed by July 2013. All work will be performed at various Navy and Marine Corps facilities and other government facilities including, but not limited to Florida (70 percent), Georgia (15 percent), Guantanamo Bay Cuba (10 percent), and Andros Island Bahamas (5 percent), and is expected to be completed by February 2018. Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $91,945 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 38 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-13-D-0009).
TCOM Limited Partnership A/K/A TCOM L.P.,* Columbia, Md., is being awarded a $10,701,961 firm-fixed-price delivery order against a previously issued basic ordering agreement (N68335-13-G-0011) for 22M and 28M aerostat parts and spares in support of the Army’s Persistent Ground Surveillance System (PGSS) Program. Work will be performed in Elizabeth City, N.C. (90 percent) and Columbia, Md. (10 percent), and is expected to be completed in July 2013. Fiscal 2011 and 2013 Army contract funds in the amount of $10,701,961 are being obligated on this award, all 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.
VSolvit, L.L.C.*, Fillmore, Calif., is being awarded a $10,527,041 indefinite-delivery/ indefinite-quantity contract with firm-fixed-price task orders for information technology enterprise business systems support at Naval Facilities (NAVFAC) Information Technology Center, Naval Base Ventura County. The contract also contains four unexercised options, which if exercised would increase cumulative contract value to $53,121,508. No task orders are being awarded at this time. Work will be performed in Port Hueneme Calif., and is expected to be completed by February 2014. Contract funds will not expire at the end of the current fiscal year. Contract funds are fiscal 2013 and 2014 Operation and Maintenance, Navy. No funds will be obligated with this award. This contract was issued as an 8(a) competitive set-aside procurement using Federal Acquisition Regulation Part 15 procedures via the Navy Electronic Commerce Online website with nine proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity (N39430-13-D-1231).
DEFENSE LOGISTICS AGENCY
Sysco Seattle, Kent, Wash., was awarded contract (SPM300-13-D-3641). The award is a fixed-price with economic price adjustment, indefinite-quantity, sole source contract with a maximum $21,000,000 for prime vendor full line food distribution. Locations of performance are in Washington and Alaska with a Feb. 22, 2014 performance completion date. Using military services are Army, Navy, and Air Force. There was one proposal solicited 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
Hitachi Aloka Medical, Ltd., Wallingford, Conn.*, was issued a modification exercising the fourth option year on contract (SPM2D1-09-D-8329/P00016). The modification is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity-contract with a maximum $14,508,160 for radiology systems, subsystems, accessories, services, manual, and repair parts. Location of performance is Connecticut with a Feb. 26, 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.
Omega Medical Imaging, Inc., Sanford, Fla.*, was issued a modification exercising the fourth option year on contract (SPM2D1-09-D-8336/P00009). The modification is a fixed-price with economic price adjustment contract with a maximum $14,014,205 for radiology systems, subsystems, and components. Location of performance is Florida with a Feb. 24, 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.
Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an indefinite-delivery/indefinite-quantity contract (FA8611-13-D-2850) with a ceiling of $6,900,000,000 for F-22 modernization. The locations of performance are El Segundo, Calif.; Scottsdale, Ariz.; San Diego, Calif.; Nashua, N.H.; and Wayne, N.J. Work is expected to be completed by Feb. 20, 2023. This award is a result of a sole source acquisition. The contracting activity is AFLCMC/WWUK, Wright-Patterson Air Force Base, Ohio.
Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $284,439,355 fixed-price incentive firm target contract (FA8810-13-C-0001) for advanced procurement for the Space-Based Infrared Systems GEO 5-6 program. The location of performance is Sunnyvale, Calif. Work is expected to be completed by June 19, 2016. Type of appropriation is fiscal 2011 and 2012. The contracting activity is SMC/IS, Los Angeles Air Force Base, Calif.
Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $159,955,980 firm-fixed-price contract modification (FA8625-12-C-6598, P00025) to procure hardware and support for the Large Aircraft Infrared Countermeasures System. The location of performance is Rolling Meadows, Ill. Work is expected to be completed by April 30, 2015. Type of appropriation is fiscal 2011, 2012 and 2013, Foreign Military Sales and Overseas Contingency Operations. The contracting activity is AFLCMC/WLYK, Wright-Patterson Air Force Base, Ohio. Contract involves Foreign Military Sales.
Lockheed Martin Corp., Space Systems, Newton, Pa., is being awarded a $58,237,713 contract modification (FA8807-13-C-0002) for Global Positioning System III Space Vehicles 7 and 8 long lead items. The location of performance is Newton, 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.
Northrop Grumman Aerospace Systems, Redondo Beach, Calif., is being awarded a $32,661,700 cost-plus-fixed-fee contract (FA8650-13-C-7313) for delivery of data, reports, software and hardware related to Diverse Accessible Heterogeneous Integration Research and Development. The location of performance is Redondo Beach, Calif. Work is expected to be completed by May 20, 2017. Type of appropriation is fiscal 2013. The contracting activity is AFRL/RQKDB, Wright-Patterson Air Force Base, Ohio.
Northrop Grumman Technical Services, Herndon, Va., is being awarded a $10,490,157 firm-fixed-price contract (FA8223-11-D-0001-0008) for purchase and production of nine T-38C Pacer Classic III aircraft tooling installation sets. The location of performance is Fraser, Mich. Work is expected to be completed by May 31, 2014. Type of appropriation is fiscal 2012 and 2013. The contracting activity is AFLCMC/WLDKA, Hill Air Force Base, Utah.
HRL Laboratories L.L.C., Malibu, Calif., is being awarded a $6,504,988 cost-plus-fixed-fee contract (FA8650-13-C-7324) for delivery of data, reports, software and hardware related to Diverse Accessible Heterogeneous Integration Research and Development. The location of the performance is Malibu, Calif. Work is expected to be completed by May 20, 2017. Type of appropriation is 2013. The contracting activity is AFRL/RQKDB, Wright-Patterson Air Force Base, Ohio.
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS
Related articles
- U.S. Department of Defense Contract Awards for February 27, 2013 (veteranstoday.com)
- Obama Administration Sends 1,400 Jobs Overseas (pjmedia.com)
- $98 Million in Pentagon Contracts Announced Night Before Sequester (dailyfinance.com)
- Lockheed Martin Gets Contract Just Before Sequester (theepochtimes.com)
- Lockheed Awarded $333.7 Million Contract for Eighth F-35 Batch – Bloomberg (bloomberg.com)
- Business and Career Opportunities DOD Awarded Contracts (beenetworknews.com)
Trackbacks/Pingbacks
[…] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS […]