Business and Career Opportunities DOD Awarded Contracts

March 13, 2013

Business / Career

Department of Defense

DOD AWARDED CONTRACTS

DEFENSE LOGISTICS AGENCY

Taylor-Dunn Manufacturing*, Anaheim, Calif., was awarded contract SPE8EC-13-D-0011.  The award is for $633,000,000 and is being issued for the procurement of commercial type material handling equipment.  Location of performance is California with a March 12, 2018 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 2018 Defense Working Capital funds.  The contractingDefense_Logistics_Agency activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tullahoma Industries LLC.**, Tullahoma, Tenn., was awarded contract SPM1C1-13-D-1033.  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for $25,482,000 for three types of permethrin Army combat uniform camouflage patterned trousers.  Locations of performance are Alabama and Tennessee with a March 12, 2014 performance completion date.  Using military service is Army.  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.

Tallahassee Aviation Partners LLC.*, Houston, Texas, was awarded contract SP0600-13-D-0024.  The award is a fixed-price with economic-price-adjustment, Into-Plane contract for $11,480,135 for fuel.  Locations of performance are Florida and Texas 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.

600px-US-DeptOfNavy-Seal.svgNAVY

CEIA USA Ltd.*, Twinsburg, Ohio, is being awarded a $33,270,967 firm-fixed-price contract for the procurement of compact metal detectors and ancillary equipment in support of foreign military sales (FMS) to Afghanistan (100 percent).  Work will be performed in Viciomaggio, Italy, and is expected to be completed by September 2013.  FMS funding in the amount of $33,270,967 will be obligated at time of 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 (N00174-13-C-0019).

Mid Atlantic Professionals Inc., Germantown, Md., (N00189-13-D-0016); GeoNorth LLC., Anchorage, Alaska, (N00189-13-D-0017); and Language on Demand, Fairfax, Va., (N00189-13-D-0018) are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple award contract to provide civilians in the battlefield training enhancement support.  Estimated program amount is $25,778,471 for the base year.  The maximum dollar value for the program – one 12 month base period and two 12 month option periods for all three contracts combined is $73,442,654.  Funding will be provided at the task order level.  These three contractors will compete for the task orders under the terms and conditions of the awarded contract.  Work will be performed in Dam Neck, Virginia Beach, Va. (23 percent); Little Creek, Virginia Beach, Va. (14 percent); Fort Story, Virginia Beach, Va. (13 percent); Camp Pendleton, Virginia Beach, Va. (13 percent); China Lake, Calif. (9 percent); San Diego, Calif. (9 percent); Fort Hunter Liggett, Calif. (7 percent); Cheatham Annex, Yorktown, Va.,(3 percent); Pearl Harbor, Hawaii (3 percent); Camp Shelby Miss. (2.5 percent); Gulf Port, Miss. (2.5 percent); and Moyock, N.C. (1 percent), and work is expected to be completed  by March 14, 2014.  With all options exercised, work will continue through March 14, 2016.  Funding in the amount of $15,000 for the minimum guarantee will be equally divided among the three contracts using Operations and Maintenance, Navy funds, and will funds will expire at the end of the current fiscal year.  The contract was competitively procured through full and open competition and solicited through the Navy Electronic Commerce Online and Federal Business Opportunities websites, with seven offers received.  NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity.

AIR FORCE

Sierra Nevada Corp., Sparks, Nev., is being awarded an $8,387,809 cost-plus-fixed-fee completion contract (FA8750-13-C-0057) for software and hardare architecture framework prototype development.  The location of the performance is Sparks, Nev.  Work is expected to be completed by March 13, 2015.  Type of appropriation is fiscal356px-Seal_of_the_US_Air_Force.svg 2012 Research Development Test and Evaluation funds.  The contracting activity is AFRL/RIKD, Rome, N.Y.

600px-WHS_Insignia.svgWASHINGTON HEADQUARTERS SERVICES

Qualx Corp., Vienna, Va, has been awarded an $8,287,292 option to the firm-fixed-price contract (HQ0034-12-F-0213) to provide comprehensive enterprise-wide information and administrative management services. Work will be performed in Washington, D.C., with an estimated completion date of March 16, 2014.  Washington Headquarters Services, Acquisition Directorate, Arlington, Va., is the contracting activity.

MISSILE DEFENSE AGENCY

Raytheon Co., Integrated Defense Systems, Woburn, Mass., has been awarded a firm-fixed-price contract modification to exercise an option to the, under contract # HQ0147-12-C-0006 (P00010).  The value of this contract modification is $8,252,145, increasing the total contract value from $571,946,872 to $580,199,017.  Under this600px-US-MissileDefenseAgency-Seal.svg
modification, the contractor will manufacture and deliver one AN/TPY-2 prime power unit (PPU).  The work will be performed in Woburn, Mass.  The performance period is from March 25, 2013 through June 30, 2015.  Fiscal 2013 Procurement funds will not expire at the end of the current fiscal year.  The Missile Defense Agency, Huntsville, Ala., is the contracting activity.

ARMY

Envirotech Environmental Services Inc., Stockbridge, Calif., was awarded a $6,580,507 firm-fixed-price contract.  This award is a modification of an existing contract to perform environmental services in Afghanistan.  Work will be performed in Afghanistan, with an estimated completion date of March 15, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-F-0005).

Attain LLC., Vienna, Va., (W52P1J-13-D-0012); InSap Services Inc., Marlton, N.J., (W52P1J-13-D-0016); and Herdt Consulting Inc., Chelsea, Ala., (W52P1J-13-D-0033); were awarded a $129,000,000 firm-fixed-price multiple award task order contract among three vendors.  The award will provide for the full range of enterprise infrastructure services.  Work location will be determined with each order, with an estimated completion date of March 4, 2018.  There were 10 bids solicited, with 10 bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity.

Department of the ArmyDon Jones Construction Co., Inc., Columbus, Ga., (W912HN-13-D-0005); Blueforge LLC., St. Petersburg, Fla., (W912HN-13-D-0006); Kadell Industries Inc., Fort Mitchell, Ala., (W912HN-13-D-0007); Edgewater Construction Services LLC., Chesapeake, Va., (W912HN-13-D-0008); and Maverick Constructors, Lutz, Fla., (W912HN-13-D-0010); were awarded a $95,000,000 firm-fixed-price multiple award task order contract among five vendors.  The award will provide for the general construction services; primarily at Fort Benning, Ga.  Work location will be determined with each order, with an estimated completion date of March 6, 2018.  The bid was solicited through the Internet, with 24 bids received.  The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity.

BAE Systems Inc., Nashua, N.H., was awarded a $66,000,015 firm-fixed-price contract.  The award will provide for the procurement of AN/AAR-57 common missile warning systems.  The contract is in support of Foreign Military Sales for United Arab Emirates and Saudi Arabia.  Work will be performed in Nashua, with an estimated completion date of March 6, 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-13-C-C108).

Raytheon Company Missile Systems, Tucson, Ariz., was awarded a $26,875,500 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure tube-launched optically-tracked wireless-guided missiles for the U.S. Marine Corps.  Work will be performed in Tucson, and Farmington, N.M.; with an estimated completion date of Dec. 31, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0265).

B&K Construction Company Inc., Mandeville, La., was awarded a $24,370,629 firm-fixed-price contract.  The award will provide for the installation, construction and relocation services at areas of the Mississippi River.  Work will be performed in Jefferson Parish, La., with an estimated completion date of Sept. 30, 2015.  The bid was solicited through the Internet, with nine bids received.  The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0015).

Enola Contracting Services, Chipley, Fla., was awarded a $20,000,000 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure maintenance and repair services at Fort Stewart and Hunter Army Airfield, Ga.  Work will be performed in Fort Stewart, with an estimated completion date of March 31, 2014.  The bid was solicited through the Internet, with 15 bids received.  The U.S. Army Contracting Command, Fort Stewart, Ga., is the contracting activity (W91247-11-D-0007).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded a $19,917,006 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to continue training services and contractor logistics support services for Iraq.  This contract is in support of Foreign Military Sales.  Work location will be determined with each order, with an estimated completion date of Sept. 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0015).

MACNAK Korte Design Build LLC., Lakewood, Wash., was awarded a $14,338,486 firm-fixed-price contract.  The award will provide for the construction services to an existing Army Reserve Center facility located at Fort Wadsworth in Staten Island, N.Y.  Work will be performed in Staten Island, with an estimated completion date of July 19, 2014.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-C-0009).

Speegle Construction Inc., Niceville, Fla., was awarded a $12,358,500 firm-fixed-price contract.  The award will provide for the construction of a squadron operationsDepartment of the Army facility at Luke Air Force Base (AFB), Ariz.  Work will be performed at Luke AFB, with an estimated completion date of Sept. 16, 2014.  The bid was solicited through the Internet, with 16 bids received.  The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-13-D-0006).

Lockheed Martin Corp., Liverpool, N.Y., was awarded an $11,989,659 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to procure interim contractor support for the AN/TPQ-53 radar systems.  Work will be performed in Liverpool, with an estimated completion date of Sept. 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-06-C-T004).

Eaton Aerospace, Jackson, Miss., was awarded a $9,336,811 firm-fixed-price, incrementally-funded contract.  This increment is worth $394,680.  The award will provide for the procurement of axial pistons that support the CH-47.  Work will be performed in Jackson, with an estimated completion date of Dec. 8, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0060).

Airborne Systems North America of California Inc., Santa Ana, Calif., was awarded a $7,055,988 firm-fixed-price contract.  The award will provide for the procurement of T-11 personnel parachutes, MC-6 personnel parachutes and associated equipment.  This contract is in support of Foreign Military Sales for Australia.  Work will be performed in Santa Ana, with an estimated completion date of Dec. 2, 2013.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0071).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded contract SPRRA1-13-D-0025.  The award is a firm-fixed-price contract for $45,266,450 for helicopter hub rotors.  Location of performance is Connecticut with a March 5, 2018 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2013 Army Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

AIR FORCE

Northrop Grumman Systems Corp., Linthicum Heights, Md., is being awarded a $30,000,000 indefinite-quantity/indefinite-delivery contract (FA88677-13-D-0043)356px-Seal_of_the_US_Air_Force.svg for contractor logistics support services in support of the AN/ASQ-236 aircraft pod.  The location of performance is Linthicum, Md.  Work is expected to be completed by Mar. 11, 2016.  Type of appropriation is fiscal 2013.  The contracting activity is AFLCMC/EBSK, Eglin Air Force Base, Fla.

Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $20,562,405 contract modification (FA8625-12-C-6598, P00029) for Large Aircraft Infrared Counter-Measure hardware and support.  The location of performance is Rolling Meadows, Ill.  Work is expected to be completed by April 30, 2015.  Type of appropriation is fiscal 2011 through fiscal 2013.  The contracting activity is AFLCMC/WLYK, Wright-Patterson Air Force Base, Ohio.  Contract involves Foreign Military Sales.

600px-US-DeptOfNavy-Seal.svgNAVY

Systems Application and Technologies Inc.*, Oxnard, Calif., is being awarded a $15,514,626 cost-plus-fixed-fee contract for maintenance and operations of aerial and seaborne target assets in for the U.S. Navy and the governments of Japan and Australia under the Foreign Military Sales program.  Work will be performed at the Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, Calif. (40 percent); the Naval Surface Warfare Center, Port Hueneme, Calif. (30 percent); various at sea locations (15 percent); NAWCWD China Lake, Ridgecrest, Calif. (7 percent); the White Sands Missile Range, Las Cruces, N.M. (3 percent); the Pacific Missile Range Facility, Kauai, Hawaii (2 percent); the Utah Test and Training Range, Salt Lake City, Utah (2 percent) and Vandenburg Air Force Base, Lompoc, Calif. (1 percent), and is expected to be completed in March 2014.  Fiscal 2013 contract funds in the amount of $6,450,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; one offer was received.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-C-0083).

WASHINGTON HEADQUARTERS SERVICE

Interactive Process Technology LLC., Jamaica Plain, Mass., has been awarded an $8,534,922 option to the firm-fixed-price contract (HQ0034-12-A-0010) to provide technical, analytical, and administrative support services to the Office of the Under Secretary of Defense for Acquisition, Technology and Logistics.  Work will be performed600px-WHS_Insignia.svg in Falls Church, Va., Alexandria, Va., and Washington, D.C., with an estimated completion date of April 22, 2014.  Washington Headquarters Services, Acquisition Directorate, Arlington, Va., is the contracting activity.

NAVY

Bell/Boeing Joint Program Office, Amarillo, Texas, is being awarded a $73,002,094 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to repair 142 components in support of the V-22 aircraft.  Work will be performed in Fort Worth, Texas (80 percent) and Ridley Park, Pa. (20 percent), and the expected completion date is Sept. 8, 2015.  Funding for this contract will be individual task orders.  No funds will be obligated at time of award and therefore, will not expire before the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 USC 2304 (c)(1).  The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-13-D-017N).

Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $71,623,427 modification to a previously awarded cost-plus-incentive-fee, firm-fixed-price contract (N00019-12-C-0059) for the modification and delivery of six vertical take-off and landing tactical unmanned aerial vehicles (VTUAV) and seven ground control stations in support of the VTUAV endurance upgrade rapid deployment capability effort.  Work will be performed in Dallas, Texas (32 percent); Ozark, Ala. (27 percent); Rancho Bernardo, Calif. (25 percent); Moss Point, Miss. (15 percent); and Point Mugu, Calif. (1 percent), and is expected to be completed in September 2014.  Fiscal 2012 and 2013 Aircraft Procurement Navy contract funds in the amount of $71,623,427 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

W.M. Robots LLC.*, Colmar, Pa, is being awarded an $18,081,851 modification to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00174-11-D-0015) for the procurement of Vallon mine detectors and consumable spares in support of foreign military sales to Afghanistan (100 percent).  Work will be performed in Colmar, Pa, and is expected to be completed by September 2013.  Funding in the amount of $18,081,851 will be obligated at time of 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.

600px-US-DeptOfNavy-Seal.svgThe Applied Physical Sciences Corp., Groton, Conn., is being awarded a $15,162,432 cost-plus-fixed-fee contract for research and development of configurable technology to provide anti-submarine warfare surveillance over large, operationally relevant, deep ocean areas.  This effort will include system architecture and design, sensors and processing, communications mobility, and energy requirements.  This 15-month contract includes one, six-month option which, if exercised, would bring the potential value of this contract to $21,213,511.  Work will be performed in Groton, Conn., and work is expected to be completed June 10, 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement (BAA 11-24), and published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-C-4006).

Lockheed Martin Corp., Mission Systems and Sensors (MS2), Manassas, Va., is being awarded a $9,040,687 not to exceed delivery order #1082 under a previously awarded basic ordering agreement (N00104-10-G-A109) for the repair of parts for the NA/UYQ-70 advanced display and processor systems for tactical and command, control, communication, computers intelligence (C4I) applications for target acquisition and tracking, weapons control, theater air defense, anti-submarine warfare, battle group communication and airborne surveillance and control.  Work will be performed at 35 various locations throughout the United States and is expected to be completed by March 2014.  Contract funds will not expire before the end of the current fiscal year.  Fiscal 2013 Navy Working Capital funds in the amount of $4,429,936 will be obligated at the time of the award.  One company was solicited for the non-competitive requirement and one offer was received in response to the original solicitation in accordance with 10 U.S.C. 2304 (c)(1).  NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity

The Entwistle Co.*, Hudson, Mass., is being awarded a $7,433,459 modification to a previously awarded firm-fixed-price contract (N68335-10-C-0313) to exercise an option to procure 48 A/S32P-25A fire fighting vehicle conversion kits.  Work will be performed in Hudson, Mass., and is expected to be completed in September 2017.   Fiscal 2011, 2012, and 2013 Aircraft Procurement, Navy contract funds in the amount of $7,433,459 are being obligated at time of award, $2,332,829 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.

Raytheon Co., Tucson, Ariz., is being awarded a $6,563,713 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2000) for the procurement of four torpedo tube launched (TTL) Tomahawk Block IV all-up-round missiles for the government of the United Kingdom under the Foreign Military Sales Program.  The Tomahawk Block IV missile is capable of launch from surface ships equipped with the vertical launch system (VLS), submarines equipped with the capsule launch system (CLS), and submarines equipped with the TTL launch system.  Work will be performed in Tucson, Ariz. (32.6 percent); Camden, Ark. (13 percent); Ogden, Utah (10.5 percent);  Dallas, Tex. (3.5 percent); Minneapolis, Minn. (3.3 percent); Glenrothes, Scotland (3.3 percent); Spanish Fork, Utah (3.1 percent); El Segundo, Calif. (3 percent); Walled Lake, Mich. (2.6 percent); Anniston, Ala. (2.5 percent);  Ft. Wayne, Ind. (2.3 percent); Ontario, Canada (2.2 percent); Vergennes, Vt. (2.1 percent); Berryville, Ark. (1.8 percent); Westminster, Colo. (1.6 percent); Largo, Fla. (1.5 percent); Middletown, Conn. (1.3 percent); Huntsville, Ala. (1.2 percent); Clearwater, Fla. (0.8 percent); Moorpark, Calif. (0.8 percent); El Monte, Calif. (0.6 percent); Salt Lake City, Utah (0.6 percent); Farmington, N.M. (0.2 percent); and various continental U.S. (CONUS) and outside CONUS locations (5.6 percent); and is expected to be completed in February 2015.  Foreign Military Sales funding in the amount of $6,563,713 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

DEFENSE LOGISTICS AGENCY

Jacksonville Jetport LLC., Jacksonville, Fla., was awarded contract SP0600-13-D-0046.  The award is a fixed-price with economic-price-adjustment contract for $48,823,761 for aircraft fuel services.  Location of performance is Florida with a March 31, 2017 performance completion date.  Using military services are Army, Navy, AirDefense_Logistics_Agency 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.

CTS Cement Manufacturing Corp.*, Cypress, Calif., was issued a modification exercising the second option period on contract SPM8EG-10-D-0001/P00092.  The modification is a fixed-price with economic-price-adjustment, indefinite-quantity contract for $13,865,022 for rigid concrete repair.  Location of performance is California with a March 10, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 Defense Revolving Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

160px-Special_Operations_Specops_Army.svgU.S. SPECIAL OPERATIONS COMMAND

Teledyne Brown Engineering Inc., Huntsville, Ala, was awarded an $8,467,615 estimated contract cost increase as a result of formal reprogramming under its indefinite-delivery/indefinite-quantity contract for the development and test of an engineering development model for the shallow water combat submersible program.  The work will be performed in Huntsville, and is expected to be completed within twenty-four months from issuance of contract modification.  The contracting activity is U.S. Special Operations Command, MacDill Air Force Base, Fla., (H92222-11-D-0002).

Remington Arms Co., LLC., Madison, N.C., is being awarded a ten year, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the purchase of the precision sniper rifle (PSR) system for U.S. Special Operations forces.  The estimated contract value is $79,717,783.  The maximum quantities for this requirement are projected to be 5,150 PSR systems and 4,696,800 rounds of ammunition.  The work will be performed at Remington facilities in Ilion, N.Y., and Elizabethtown, Ky., and the ammunition at Barnes Bullets facility, Mona, Utah.  The expected completion date is March 7, 2023.  The contracting activity is U.S. Special Operations Command, MacDill Air Force Base, Fla., (H92222-13-D-0003).

AIR FORCE

MultiLingual Solutions, Rockville, Md., is being awarded an $8,011,321,52 contract modification (FA7037-10-D-0002-0006-01) for linguist/analyst servcies.  The location of performance is Offutt Air Force Base, Neb.; Fort Meade, Md.; Fort Gordon, Ga.; Hurlburt Field, Fla.; Kadena Air Base, Japan; Royal Air Force Mildenhall, United Kingdom; Lackland Air Force Base, Texas; Salt Lake City, Utah; Fort Bragg, N.C.; Goodfellow Air Force Base, Texas, and Kunia, Hawaii.  Work is expected to be completed by July 9, 2013.  Type of appropriation is fiscal 2013.  The contracting activity is AF ISR Agency, Lackland Air Force Base, Texas.

Northrop Grumman Systems Corp., Rolling Meadows, Ill., (FA8626-10-D-2132) is being awarded a $7,060,582 firm-fixed-price contract for Litening ATP-SE Phase IV356px-Seal_of_the_US_Air_Force.svg Operational Flight Program.  The location of performance is Rolling Meadows, Ill.  Work is expected to be completed by Jan. 12, 2015.  Type of appropriation is fiscal 2012.  The contracting activity is AFLCMC/WNQK, Wright-Patterson Air Force Base, Ohio.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Agfa Healthcare Corp., Greenville, S.C., was issued a modification exercising the first option period on contract (SPM2D1-11-D-8303/P00027).  The modification is a fixed-price with economic-price-adjustment contract for $528,376,639 for Digital Imaging Network-Picture Archive Communications System.  Location of performance is South Carolina with a March 7, 2015 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 2015 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Raytheon Co., El Segundo, Calif., was awarded contract (SPRA1-11-G-003X).  The award is a firm-fixed-price, sole-source contract against a basic ordering agreement for $24,608,501 for F/A-18 components.  Location of performance is California with an April 30, 2016 completion date.  Using military services are Navy and Foreign Military Sale customers.  Type of appropriation is fiscal 2013 Navy Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation Strategic Acquisition, Philadelphia, Pa.

 Imperial Sales Co.,* Watsonville, Calif., was issued a modification exercising the second option period on contract (SPM3S1-11-D-Z188).  The modification is a fixed-price with economic-price-adjustment contract for $8,121,565 for unitized group ration components.  Location of performance is California with a March 10, 2014 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.

ARMY

ALATEC Inc., Huntsville, Ala., (W911S0-10-D-0013); Charles F. Day & Associates LLC., Davenport, Idaho, (W911S0-10-D-0014); FSCX Inc., Lawton, Okla., (W911S0-10-D-0015); Integration Innovation Inc., Huntsville, Ala., (W911S0-10-D-0016); Potawatomi Training LLC., Oklahoma City, Okla., (W911S0-10-D-0017); Huckstep Holdings Corp., Colorado Springs, Colo., (W911S0-10-D-0018); and SNAP Inc., Chantilly, Va., (W911S0-10-D-0019); were awarded a firm-fixed-price multiple award task order contract, with options, among seven vendors.  The contract will have a maximum value of $248,313,975.  The award will provide for the services in support of the U.S. Army Fires Center of Excellence and Fort Sill, Okla., in its mission to develop and produce training strategies, doctrine, concepts, instruction and products for the current and future force.  Work location will be determined with each order, with an estimated completion date of March 3, 2014.  The bid was solicited through the Internet, with 15 bids received.  The U.S. Army Contracting Command, Fort Sill, Okla., is the contracting activity.

L-3 Communications, Link Simulation and Training, Arlington, Texas, was awarded a $32,399,999 firm-fixed-price contract.  The award will provide for the procurement of operational flight trainers, spare parts and contractor logistic support.  Work will be performed in Arlington and Taiwan, with an estimated completion dateDepartment of the Army of Dec. 24, 2016.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Program Executive Office Simulation, Training & Instrumentation, Orlando, Fla., is the contracting activity (W900KK-13-C-0043).

Lockheed Martin Corp., Orlando, Fla., was awarded a $28,273,000 firm-fixed-price contract.  The award will provide for the upgrade of existing ranges, and trajectory installation on newly constructed ranges, in support of the Saudi Arabia National Guard Live-Fire range modernization.  The contract is in support of Foreign Military Sales.  Work will be performed in Orlando; Suwanee, Ga.; and San Diego, Calif.; with an estimated completion date of Dec. 31, 2014.  One bid was solicited, with one bid received.  The U.S. Army Program Executive Office Simulation, Training & Instrumentation, Orlando, Fla., is the contracting activity (W900KK-13-C-0038).

Skookum Educational Programs, Bremerton, Wash., was awarded a $22,521,315 firm-fixed-price incrementally-funded contract.  This increment is worth $2,207,671.  The award will provide for the base-operation services at Fort Lee, Va.  Work will be performed in Fort Lee, with an estimated completion date of March 28, 2014.  Four bids were solicited, with four bids received.  The U.S. Army Contracting Command, Fort Lee, Va., is the contracting activity (W91QF5-13-C-0003).

Two Rivers Medical, St. Charles, Mo., was awarded a $22,039,986 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure sets, kits and outfits in support of the U.S. Army Medical Materiel agency.  Work location will be determined with each order, with an estimated completion date of Feb. 28, 2014.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-09-D-0089).

Department of the ArmyGlobal Support Services LLC., Anchorage, Alaska, was awarded an $18,429,662 cost-plus-fixed-fee incrementally-funded contract.  This increment is worth $5,637,599.  The award will provide for the procurement of administrative services in support of the Army Research Laboratory.  Work will be performed in Adelphi, Md.; Aberdeen, Md.; and White Sands, N.M.; with an estimated completion date of Aug. 31, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-13-C-0057).

Management and Technology Solutions Inc., Falls Church, Va., was awarded a $16,988,793 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure sets, kits and outfits in support of the U.S. Army Medical Materiel Agency.  Work location will be determined with each order, with an estimated completion date of Feb. 28, 2014.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-09-D-0087).

The Lighthouse for the Blind, St. Louis, Mo., was awarded a $14,618,580 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure sets, kits and outfits in support of the U.S. Army Medical Materiel Agency.  Work location will be determined with each order, with an estimated completion date of Feb. 28, 2014.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-09-D-0088).

Mistral Inc., Bethesda, Md., was awarded a $13,996,258 firm-fixed-price contract.  The award will provide for the procurement of Improved Enhanced Mortar Targeting systems.  Work will be performed in Bethesda, with an estimated completion date of Nov. 28, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-C-0012).

General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded an $11,716,130 fixed-price-incentive contract.  The award will provide for the modification of an existing contract to procure logistics support for the Universal Ground Control System and Universal Ground Data Terminal.  Work will be performed in Poway, with an estimated completion date of Sept. 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0068).

Advanced Telemetry Systems Inc., Isanti, Minn., was awarded an $8,000,000 firm-fixed-price contract.  The award will provide for the procurement of Juvenile Salmon Acoustic Telemetry System transmitters.  Work location will be determined with each order, with an estimated completion date of Feb. 28, 2015.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Corps of Engineers, Walla Walla, Wash., is the contracting activity (W912EF-13-D-0003).

Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded a $6,575,554 firm-fixed-price contract.  The award will provide for the services in support of the Modernized Target Acquisition Designation Sight / Pilot Night Vision Sensor.  Work will be performed in Orlando, with an estimated completion date of Feb. 28, 2014.  One bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0029).

NAVY

Coburn Contractors, LLC.*, Montgomery, Ala. (N62478-13-D-4001); Halbert Construction Co., Inc.*, El Cajon, Calif. (N62478-13-D-4002); Hawk Niking LLC.*, Wahiawa, Hawaii (N62478-13-D-4003); RWT LLC.*, Provo, Utah (N62478-13-D-4004); Starlight-Shintani-Greenwave JV*, Honolulu, Hawaii (N62478-13-D-4005); Sullivan International Group, Inc.*, San Diego, Calif. (N62478-13-D-4006); Talion Construction, LLC.*, Honolulu, Hawaii (N62478-13-D-4007); and Tokunaga Elite JV, LLC.*, Honolulu, Hawaii (N62478-13-D-4008), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR).  The maximum dollar600px-US-DeptOfNavy-Seal.svg value, including the base period and two option years, for all eight contracts combined is $95,000,000.  The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration, and related demolition of existing infrastructure based on design build or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii.  No task orders are being issued at this time.  All work will be performed at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii AOR.  The term of the contract is not to exceed 36 months, with an expected completion date of March 2014 (base period).  Contract funds in the amount of $80,000 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 25 proposals received.  These eight contractors may compete for task orders under the terms and conditions of the awarded contracts.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

LS3P Collaborative LLC., Charleston, S.C. was awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for complete architect and engineering services at the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  Task order 0001 is being awarded for $808,176 for 100 percent design for the replacement of Bolden Elementary-Middle School at Marine Corps Air Station Beaufort, Laurel Bay, S.C.  Work for this task order is expected to be completed by April 2014.  All work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southeast AOR including, but not limited to Georgia. (50 percent) and South Carolina, (50 percent), and is expected to be completed by March 2018.  Contract funds in the amount of $808,176 are being obligated at time of 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 38 proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-13-D-0010).

The Boeing Co., Seattle, Wash., is being awarded a $12,354,787 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) for services on three P-8A Training Systems to provide training for P-8A aircraft that operate with a Test Release 12 (TR-12) aircraft software version.  In addition, this modification provides for analysis of Aircraft Program Revision Records that define changes to the aircraft between the previously delivered Block 9.2 configuration of training devices and the target TR-12 configuration shall be analyzed for applicability to the training system.  Work will be performed in St. Louis, Mo., and is expected to be completed in December 2013.  Contract funds in the amount of $12,354,787 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air System Command, Patuxent River, Md., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgGeneral Dynamics NASSCO Earl Industries, Portsmouth, Va., is being awarded a $10,394,502 modification to a previously awarded contract (N00024-11-C-4303) for the USS Enterprise (CVN 65) ship terminal operation programin support of the deactivation of the ship.  The ship terminal operation program will be the first availability in the inactivation of the ship.  This program is an exercised option for the CVN class multi-ship, multi-option contract.  Work will be performed in Norfolk, Va., and is expected to be completed by June 2013.  Funding in the amount of $10,394,502 will be obligated at time of award.  Contract funds in the amount of $10,394,502 will expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $9,340,354 modification to a previously awarded contract (N00024-10-C-5124) for technical engineering, logistics, configuration management, quality assurance, operation and maintenance for Aegis program sites located in Moorestown, N.J. and associated materials required to execute Foreign Military Sales cases to Japan (72.1 percent), Spain (9.1 percent), Norway (6.2 percent), Korea (8 percent), and Australia (4.6 percent) 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.  These facilities incorporate highly integrated, classified, real-time networks that connect numerous contractors and U.S. government facilities required to build, integrate, test and deliver computer program baselines for the U.S. Navy, ballistic missile defense and foreign military sales requirements, as applicable.  Work will be performed in Moorestown, N.J., and is expected to be completed in April 2013.  Funding in the amount of $9,340,354 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., of North Charleston, S.C., is being awarded a $7,974,850 firm, fixed-price contract for the regular overhaul and dry-docking of MSC fleet replenishment oiler USNS Patuxent (T-AO 201).  Work will include lifeboats and davit maintenance and testing; underway replenishment gear maintenance; ventilation fan motor overhauls; main engine overhauls; underwater hull cleaning, preparing and painting; and propeller system maintenance.  Patuxent’s primary mission is to provide fuel to deployed Navy ships at sea and their assigned aircraft.  Work will be performed in North Charleston, S.C., and is expected to be completed by May 2013.  The contract includes options which, if exercised, would bring the total contract value to $9,261,404.  Contract funds in the amount of $7,974,850 will be obligated at time of award and will expire at the end of the current fiscal year.  The contract includes options which, if exercised, would bring the total contract value to $9,261,404.  This contract was competitively procured, with proposals solicited via the Military Sealift Command, Federal Business Opportunities and Navy Electronic Commerce Online websites and one offer received.  Military Sealift Command Norfolk, Va., is the contracting activity (N32205-13-C-1004).

Insitu, Inc., Bingen, Wash., is being awarded a $7,826,247 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0061) to exercise an option for operational and maintenance servicesin support of the ScanEagle Unmanned Aerial Systems .  These services will provide electro-optical/infrared and mid-wave infrared imagery in support of land based operations in Operation Enduring Freedom to provide real-time imagery and data.  Work will be performed in Bingen, Wash., and is expected to be completed in January 2014.  Contract funds in the amount of $3,557,385 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $7,928,898 cost-plus-fixed-fee contract (HR0011-13-C-0037).  The statement of work for this effort is classified.  Work will be performed in Atlanta (59 percent) and Billerica, Mass., (41 percent).  The work is expected to be completed by March 7, 2016.  The Defense Advanced Research Projects Agency is the contracting activity.

NAVY

Charles Stark Draper Laboratories, Inc., Cambridge, Mass., is being awarded $257,839,173 to provide Trident II (D5) Guidance System Strategic Program Alteration  (SPALT) materials including: labor and consumable material to meet requirements for the guidance system on-going SPALT of MK6 MOD 1; test and procure data package assemblies; and circuit card assembly materials with electronic components.  Work will be performed inPittsfield Mass. (84 percent); Cambridge, Mass. (7 percent); Clearwater, Fla. (5 percent); Terrytown, N.Y. (2 percent); El Segundo, Calif.,(1percent) and other (1 percent).  Work is expected to be completed Dec. 31. 2016.  Contract 600px-US-DeptOfNavy-Seal.svgfunds in the amount of $257,839,173 will be obligated at the time of award.  Contract funds in the amount of $15,000,000 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1).  The Navy’s Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0007).

The Navy is modifying the total amount of a previously awarded contract to Huntington Ingalls Inc., Newport News, Va., (N00024-09-C-2116) by $64,988,809 in order to provide the ability to procure additional long lead material and advance construction activities for CVN 79 if required.  The current contract has been in place since 2009.    Work will be performed in Newport News, Va., and is expected to be complete by October 2015.  Additional funding is not being obligated at this time.  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.

Alion Science and Technology Corp., Burr Ridge, Ill., is being awarded a $63,782,673 cost-plus-incentive-fee modification to previously awarded contract (N00024-12-C-4401) to increase the level of effort available to provide mission critical professional support services in support of the NAVSEA Surface Warfare Directorate (SEA 21).  This modification will continue professional support services in support of SEA 21during the interim between the expiration of the competitively awarded, SEAPORT-e task order, (N00024-01-D-7013-0021), and the award of multiple follow-on, competitively awarded SEAPORT-e task orders.  This contract includes options which, if exercised, would bring the total value of the contract to $136,126,929.  The contract provides necessary program management, engineering, logistics, technical support, planning and readiness support, fleet introduction training and financial management support services in support of ongoing maintenance and modernization efforts.  Work will be performed in Washington, D.C. (56 percent), Norfolk, Va. (23 percent), San Diego, Calif. (6 percent), Pascagoula, Miss. (6 percent), Bath, Maine (3 percent), Mayport, Fla. (2 percent), Japan (2 percent) and various locations of less than one percent, each totaling two percent, and is expected to be completed by January 2014.  Funding in the amount of $19,230,119 will be obligated at time of award.  Fiscal 2013 Operations & Maintenance Navy contract funds in the amount of $19,230,119 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Barling Bay, LLC.*, North Charleston, S.C. (N65236-13-D-4964); CASE, LLC.*, Alexandria, Va. (N65236-13-D-4965); DKW Communications, Inc.*, Washington. D.C. (N65236-13-D-4966); Dynamic Network Enterprises, Inc.*, Stafford, Va. (N65236-13-D-4967); Grove Resource Solutions, Inc.*, Frederick, Md. (N65236-13-D-4968); Information Management Group, Inc.*, Fairfax, Va. (N65236-13-D-4969); Mandex, Inc.*, Fairfax, Va. (N65236-13-D-4970); Network Security Systems Plus, Inc.*, Falls Church, Va. (N65236-13-D-4971); Technical Software Services, Inc.*, Pensacola, Fla. (N65236-13-D-4972); and Vector Planning and Services, Inc.*, San Diego (N65236-13-D-4973), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for fixed-price-incentive (firm target) and firm-fixed-price task orders, performance based contract.  The contracts are for the procurement of integrated cyber operations support services including the entire spectrum of non-inherently governmental services and solutions (equipment and services) associated with the full system lifecycle support including research, development, test, evaluation, production and fielding of sustainable, secure, survivable, and interoperable command, control, communication, computers, combat systems, intelligence, surveillance, reconnaissance (C5ISR), information operations, enterprise information services (EIS) and space capabilities.  The cumulative, estimated value (ceiling) of the base year is $49,918,000.  These contracts include options which, if exercised, would bring the cumulative value (ceiling) of these contracts to an estimated $249,590,000.  Work will be performed worldwide.  Work is expected to be completed by March 2014.  If all options are exercised, work could continue until March 2018.  SPAWAR Systems Center Atlantic Navy Working Capital funds in the amount of $15,000 will be obligated at the time of award as the minimum guarantee and will be split among the 10 awardees; these funds will not expire at the end of the current fiscal year.  This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas.  The multiple award contractswere competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S.C. 2304(b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 20 offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $12,773,553 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for services in support of Tomahawk missile depot maintenance, including direct fleet support for resolving technical issues with forward deployed, in-theater weapons and inventory management for the U.S. Navy and the United Kingdom.  Work will be performed in Tucson, Ariz. (70 percent); Camden, Ark. (24 percent); Commerce Township, Mich. (4 percent); Indianapolis, Ind. (1 percent); and various other continental U.S. (CONUS) and outside CONUS locations (1 percent).  Work is expected to be completed in February 2014.  Contract funds in the amount of $2,419,482 will be obligated at time of award, $2,331,175 of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-D-0002).

Aero Thermo Technology, Inc., Huntsville, Ala., is being awarded a $6,779,733 cost-plus-fixed-fee contract to provide guidance systems, technical, analytical and program services to support the TRIDENT II Submarine Launched Ballistic Missile guidance systems requirements for strategic systems programs.  They will support key guidance system technology development and coordination between the Navy and the Air Force for current and next generation strategic systems.  The Navy and Air Force will conduct closely coordinated strategic ballistic missile technology development and application programs based on recommendations of the U.S. Strategic Command, Defense Planning Guidance, and Nuclear Posture Reviews.  Both services invest in research, development, test and evaluation projects to ensure unique, critical design, and development skills relevant to strategic systems remain viable to support current and future ballistic missile requirements.  This contract contains options, which if exercised, will bring the contract total to $20,741,835.  Work will be performed in Huntsville, Ala., and work is expected to be completed Dec. 3, 2013.  If options are exercised, work will continue through Dec. 31, 2015.  Contract funds in the amount of $1,411,994 will be obligated at the time of award.  Contract funds in the amount of $3,856,327 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The Navy’s Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0013).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

 Lockheed Martin Services, Inc., Gaithersburg, Md., is being awarded a $70,000,000 contract modification (FA8734-08-D-0003, P00023) to the personnel services delivery transformation contract.  The location of the performance is Randolph Air Force Base, Texas.  Work is expected to be completed by April 2016.  Type of appropriation is fiscal 2013 through fiscal 2015.  The contracting activity is AFLCMC/HIBK, Randolph Air Force Base, Texas.

DEFENSE LOGISTICS AGENCY

L-3 Communications Avionics Systems, Inc., Grand Rapids, Mich., was awarded contract (SPRRA1-13-D-0026).  The award is a firm-fixed-price, sole-source contractDefense_Logistics_Agency for $18,631,032 for Chinook (CH-47) Helicopter flight display units.  Location of performance is Michigan with a March 7, 2017 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2013 Army Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

The Missile Defense Agency (MDA) has awarded a sole-source, cost-plus-award-fee contract action to Raytheon Missile Systems Co., Tucson, Ariz.,under contract (HQ0276-11-C-0002), modification P00032.  The total value of this effort is $62,309,991,increasing the total contract value from $594,376,724 to $656,686,715.  Under this modification, the contractor will perform Standard Missile-3 Block IB in-service engineering support.  The work will be performed in Tucson, Ariz.  The performance period is from date of award through Sept. 30, 2015.  Fiscal 2013 Research, Development, Test and Evaluation funds will be used to incrementally fund this effort.  Contract funds will not expire at the end of the current fiscal year.  This is not a Foreign Military Sales acquisition.  The MDA, Dahlgren, Va., is the contracting activity.

ARMY

J & J Maintenance Inc., Austin, Texas, (W912DY-13-D-0018); and Linc Government Services L.L.C., Hopkinsville, Ky., (W912DY-13-D-0019); were awarded a $585,000,000 firm-fixed-price multiple award task order contract among seven vendors.  Five other vendors were previously awarded.  The award will provide for the construction services in support of the Medical Repair and Renewal program.  Work location will be determined with each order, with an estimated completion date of July 10, 2017.  The bid was solicited through the Internet, with 27 bids received.  The U.S. Army Corps of Engineers, Huntsville, Ala., is the contracting activity.

Hensel Phelps Kiewit Joint Venture, Chantilly, Va., was awarded a $564,689,000 firm-fixed-price, incrementally-funded contract.  This increment is worth $56,000,000.  The award will provide for the design and construction of a high performance computing center on Fort Meade, Md.  Work will be performed in Fort Meade, with an estimated completion date of Sept. 1, 2015.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-13-C-0005).

Textron Marine & Land Systems, New Orleans, La., was awarded a $113,431,277 firm-fixed-price contract.  The award will provide for the procurement of Mobile Strike Force vehicles to support the Afghanistan National Security Forces.  This contract is in support of Foreign Military Sales for Afghanistan.  Work will be performed in New Orleans, with an estimated completion date of Feb. 28, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command,Department of the Army Warren, Mich., is the contracting activity (W56HZV-13-C-0170).

The Boeing Co., Mesa, Ariz., was awarded a $41,111,000 cost-plus-fixed-fee contract.  The award will provide for the incremental funding modification in support of AH-64 Apache Block III system development.  Work will be performed in Mesa, with an estimated completion date of Sept. 30, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0001).

Macnak-Saybr JV 1, Lakewood, Wash., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum value of $30,000,000.  The award will provide for general construction services.  Work location will be determined with each order, with an estimated completion date of March 31, 2016.  The bid was solicited through the Internet, with 13 bids received.  The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-D-1003).

The Boeing Co., Ridley Park, Pa., was awarded a $22,480,813 cost-plus-fixed-fee contract.  The award will provide for deployed field-service support for the CH-47 Fleet and the cargo helicopter project management office.  Work location will be determined with each order, with an estimated completion date of Sept. 30, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0065).

The Boeing Co., Ridley Park, Pa., was awarded a cost-plus-fixed-fee contract with a maximum value of $17,890,174.  The award will provide for the non-deployed field-service support for the CH-47 Fleet and the cargo helicopter project management office.  Work location will be determined with each order, with an estimated completion date of Sept. 30, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0097).

BH Defense LLC., Arlington, Va., was awarded a $17,846,157 firm-fixed-price contract.  The award will provide for the services in support of the Iraq International Academy to ensure the continued development of Iraq’s defense forces through the education and development of its senior leadership.  This contract is in support of Foreign Military Sales for Iraq.  Work will be performed in Iraq, with an estimated completion date of Feb. 29, 2016.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Bragg, N.C., is the contracting activity (W91247-13-C-0015).

Department of the Blind Visually Impaired, Richmond, Va., was awarded a $15,802,629 firm-fixed-price contract.  The award will provide for the necessary support services for the function of the food and dining facility on Fort Lee, Va.  Work will be performed in Fort Lee, with an estimated completion date of Feb. 29, 2016.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Contracting Command, Fort Lee, Va., is the contracting activity (W91QF5-13-D-0003).

Department of the ArmyBenchmark Electronics Incorporated, Rochester, Minn., was awarded a $14,882,971 firm-fixed-price contract.  The award will provide for the procurement of a maximum of 12,000 transceiver field units in support of Program Manager Air Warrior.  Work will be performed in Rochester, with an estimated completion date of Feb. 27, 2018.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-D-0002).

DynCorp International, Fort Worth, Texas, was awarded a $14,197,819 cost-plus-award-fee incrementally-funded contract.  This increment is worth $5,858,421.  The award will provide for the modification of an existing contract to extend logistics support services for the Directorate of Logistics.  Work will be performed in Fort Campbell, Ky., with an estimated completion date of Sept. 30, 2013.  Fifteen bids were solicited, with five bids received.  The U.S. Army Contracting Command, Fort Campbell, Ky., is the contracting activity (W911SE-07-D-0005).

 S M Resources Corp., Inc., Lanham, Md., was awarded a cost-plus-fixed-fee incrementally-funded contract worth a maximum value of $9,999,999.  This increment is worth $53,206.  The award will provide for the Chemical Biological Applications and Risk Reduction mission support services.  Work location will be determined with each order, with an estimated completion date of Feb. 24, 2016.  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 (W911SR-13-D-0001).

Northrop Grumman Information Systems, McLean, Va., was awarded a $9,784,125 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to exercise the option for systems sustainment in support of the biometrics database.  Work will be performed in Alexandria, Va., with an estimated completion date of Feb. 28, 2014.  There were 20 bids solicited, with 16 bids received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W91QUZ-07-D-0005).

South Carolina Commission for the Blind, Columbia, S.C., was awarded a $9,498,655 firm-fixed-price, incrementally-funded contract.  This increment is worth $3,097,841.  The award will provide for the modification of an existing contract to extend food services support at Fort Jackson, S.C.  Work will be performed in Fort Jackson, with an estimated completion date of May 31, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Jackson, S.C., is the contracting activity (W9124C-13-C-0010).

Alliant Techsystems Operations, Plymouth, Minn., was awarded a $9,259,272 firm-fixed-price contract.  The award will provide for the modification of an existing contract to refurbish Spider munitions control units TS-04 system to the TS-09 version.  Work will be performed in Plymouth; Wilmington, Mass; and Rocket City, W.Va.; with an estimated completion date of Jan. 31, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-06-C-0154).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $72,200,000 undefinitized modification to the previously awarded Low Rate Initial Production Lot 6 advance acquisition contract (N00019-11-C-0083).  This modification provides for the procurement of support equipment at Pilot Training Center 1, Luke Air Force Base for the F-35 Lightning II Conventional Take-Off and Landing air system program.  In addition, this modification provides for the associated Data Quality Integration Management supplier support tasks, and all other sustainment data products for the U. S. Air Force and the governments of Italy and Australia.  Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in August 2014.  Contract funds in the amount of600px-US-DeptOfNavy-Seal.svg $36,100,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the U. S. Air Force ($55,009,524; 76.2 percent); and the governments of Italy ($10,314,286; 14.3 percent); and Australia ($6,876,190; 9.5 percent).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Titan Maritime L.L.C., Pompano Beach, Fla., is being awarded a $43,000,000 ceiling modification to previously awarded contract (N00024-D-12-4119) for salvage; salvage related towing, harbor clearance, ocean engineering and point-to-point towing services to support the director of ocean engineering, supervisor of salvage and diving.  Work will be performed in the vicinity of the U.S. West Coast (80 percent), Hawaii (10 percent) and Eastern Pacific (10 percent), and is expected to be completed by February 2014.  No funding will be obligated at this time.  The initial order fulfilling the minimum government liability amount of $50,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command is the contracting activity.

Science Applications International Corp., McLean, Va., is being awarded a $21,207,322 firm-fixed-price contract for global sustainment of Anti-Terrorism Force Protection Ashore Program Systems and associated equipment and software at 66 military installations worldwide.  The work to be performed provides for preventive and corrective maintenance to sustain all Anti-Terrorism Force Protection Ashore Systems, associated equipment and software.  This includes providing centralized comprehensive life cycle sustainment support for all of the hardware, software/firmware and cabling or other signal/data transmission sub-systems necessary for the systems to function as intended.  Service call management is also included as part of this requirement.  The contract is incrementally funded with the first increment of $3,655,433 being allocated at the time of award.  The second increment will be funded in April 2013 at $17,551,889.  The contract also contains five unexercised options, which if exercised would increase cumulative contract value to $74,398,851.  Work will be performed worldwide, and is expected to be completed by March 2014.  Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $3,655,433 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 five proposals received.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity (N39430-13-C-1201).

Shell Marine Products (U.S.), Houston, Texas, is being awarded a one-year $15,952,820 indefinite-delivery/indefinite-quantity contract with firm-fixed-price task orders for the supply and related services of lube oil products for the engineering directorate of Military Sealift Command and other government agencies.  This contract includes four one-year option periods, which, if exercised, would bring the cumulative value to $80,361,824.  Work will be performed where needed at ports worldwide and is expected to be completed May 2014.  If all option periods are exercised work will continue through May 2018.  Fiscal 2013 Navy Working Capital funds in the amount of $15,952,820 are obligated for and will expire at the end of the current fiscal year.  This contract was competitively procured via solicitations posted to Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with more than 50 companies solicited and three offers received.  Military Sealift Command, Washington, D.C., is the contracting activity (N00033-13-D-8020).

Northrop Grumman Systems Corp., Electronic Systems Sector, Land and Self Protection Systems Division, Rolling Meadows, Ill., is being awarded an $11,665,702 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0043) for software and the integration of that software into the hardware design of the AN/APR-39D(V)2 processor and appropriate antennas and receiver resources in support of various naval aviation platforms.  Work will be performed in Rolling Meadows, Ill., and is expected to be completed in March 2014.  Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $11,665,702 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Northrup Grumman Systems Corp., Chantilly, Va., was awarded contract (SPRBL1-13-D-0012).  The award is a firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity contract for $49,288,375 for guardrail modernization system spare parts.  Locations of performance are Virginia and California with a March 5, 2018 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2013 through fiscal 2017 Army Working Capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Md.

Short Bark Industries, Inc., Vonore, Tenn.*, was awarded contract (SPM1C1-13-D-1030).  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for $23,017,500 for various types of Permethrin Army Combat Uniform coats.  Locations of performance are in Tennessee, Puerto Rico, and Mississippi with a March 4, 2014 performance completion date.  Using military service is Army.  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.

Tennier Industries, Inc., Boca Raton, Fla.**, was awarded contract (SPM1C1-13-D-1029).  The award is a firm-fixed-price contract for $22,977,600 for cold weather, soft shell, loft parkas and trousers.  Locations of performance are in Florida, Tennessee, and Kentucky with a March 4, 2014 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 Troop Support, Philadelphia, Pa.

Avfuel Corp., Ann Arbor, Mich.**, was awarded contract (SP0600-13-D-0026).  The award is a fixed-price with economic-price-adjustment contract for $6,749,966 for fuel.  Locations of performance are in Michigan and Florida 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.

Tactical & Survival Specialties, Inc., Harrisonburg, Va.***, was issued a modification exercising the third option year on contract (SPM8EJ-09-D-0001/P00020).  The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $5,638,289,738 in support of the Special Operational Equipment Tailored Logistics Support Program.  Location of performance is Virginia with a March 9, 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.

W.S. Darley & Co., Itasca, Ill.**, was issued a modification exercising the third option year on contract (SPM8EJ-09-D-0002/P00019).  The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $5,559,591,157 in support of the Special Operational Equipment Tailored Logistics Support Program.  Location of performance is in Illinois with a March 9, 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.

Source One Distributors Inc., Wellington, Fla.****, was issued a modification exercising the third option year on contract (SPM8EJ-09-D-0004/P00021).  The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $5,304,877,527 in support of the Special Operational Equipment Tailored Logistics Support Program.  Location of performance is in Florida with a March 9, 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.

 ADS, Inc., Virginia Beach, Va.**, was issued a modification exercising the third option year on contract (SPM8EJ-09-D-0003/P00021).  The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $3,549,597,144 in support of the Special Operational Equipment Tailored Logistics Support Program.  Location of performance is in Virginia with a March 9, 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.

AIR FORCE

University of Dayton Research Institute, Dayton, Ohio, (FA8650-13-D-5600) is being awarded a $45,000,000 indefinite-delivery/indefinite-quantity contract for the Quick Reaction Evaluation of Materials and Processes Program.  The location of performance is Wright-Patterson Air Force Base, Ohio.  Work is expected to be completed by May 31, 2019.  Type of appropriation is fiscal 2013.  The contracting activity is ARFL/RQKMS, Wright-Patterson Air Force Base, Ohio.

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, (F42610-98-C-0001, modification number to be awarded at time of award) is being awarded a356px-Seal_of_the_US_Air_Force.svg $22,226,876 contract modification contract for ICBM ICU II engineering change.  The location of the performance is Huntington Beach, Calif.  Work is expected to be completed by Aug. 3, 2013.  Type of appropriation is fiscal 2011 through 2016.  The contracting activity is AFNWC/PZBE, Hill Air Force Base, Utah.

*Small In HubZone Business

**Small Business

***Service-Disabled Veteran Owned Small Business

****Veteran Owned Small Business

NAVY

Lockheed Martin Corp., Baltimore, Md., is being provided funding in the amount of $696,629,123 under previously awarded contract (N00024-11-C-2300) for construction of two fiscal 2013 Littoral Combat Ships.  Work will be performed in Marinette, Wis. (56 percent); Walpole, Mass. (14 percent); Washington, D.C. (12 percent); Oldsmar, Fla. (4 percent); Beloit, Wis. (3 percent); Moorestown, N.J. (2 percent); Minneapolis, Minn. (2 percent) and various locations of less than one percent each totaling seven percent, and is expected to be complete by July 2018.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgAustal USA, Mobile, Ala., is being provided funding in the amount of $681,721,789 under previously awarded contract (N00024-11-C-2301) for construction of two fiscal 2013 Littoral Combat Ships.  Work will be performed in Mobile, Ala. (51 percent); Pittsfield, Mass. (13 percent); Cincinnati, Ohio (4 percent); Baltimore, Md. (2 percent); Burlington, Vt. (2 percent); New Orleans, La. (2 percent) and various locations of less than two percent each totaling 26 percent.  Work is expected to be complete by June 2018.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Moorestown, N.J., is being awarded a $100,685,094 cost-plus-incentive-fee, cost-plus-fixed-fee, and cost-only contract for Aegis Combat System Engineering Agent (CSEA) efforts for the design, development, integration, test and delivery of computer program baselines, associated technology insertion hardware design support, in-service baseline maintenance and associated training and studies.  The Aegis CSEA will evolve and maintain the Aegis Weapon System (AWS) and Aegis Combat System (ACS) for CG 47 class cruisers, DDG 51 class destroyers and future surface combatant Aegis ship classes.  Work will be performed in Moorestown, N.J. (55 percent); Manassas, Va. (34.1 percent); Pittsfield, Mass. (3.9 percent); Dahlgren, Va. (2.6 percent); Berlin, N.J. (1.6 percent); Columbia, Md. (1.4 percent); Birdsboro, Pa. (0.7 percent); Mount Laurel, N.J. (0.4 percent); Fairfax, Va. (0.2 percent); and less than 0.1 percent each in Bethesda, Md., Cherry Hill, N.J., Lexington Park, Md., Newport Beach, Calif., Philadelphia, Pa., Silver Spring, Md., and Washington, D.C., and is expected to be completed by May 2018.  Incremental funding in the amount of $2,924,119 will be obligated at time of award.  Contract funds in the amount of $50,000 will expire at the end of the current fiscal year.  This contract was competitively procured using full-and-open competitive procedures, with proposals solicited via the Navy Electronic Commerce Online and Federal Business Opportunities websites, and three offers were received in response to the solicitation.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5116).

Bath Iron Works, Bath, Maine, is being awarded a $12,326,893 modification to previously awarded contract (N00024-09-C-2302) to exercise an option for post-delivery support for the USS Coronado (LCS 4).  Bath Iron Works will perform the planning and implementation of deferred design changes that have been identified during the construction period.  The corrections and upgrades are necessary to support Coronado’s sailaway and follow-on post-delivery test and trials period.  Work will be performed in Mobile, Ala. (76 percent); Bath, Maine (18 percent); and Pittsfield, Mass. (6 percent), and is expected to be complete by February 2014.  Fiscal 2009 Shipbuilding and Conversion, Navy funding in the amount of $12,326,893 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.

Marine Hydraulics International*, Norfolk, Va., is being awarded a $6,951,085 modification to previously awarded contract (N00024-10-C-4405) to exercise options for the accomplishment of the USS Cole (DDG 67) fiscal year 2013 selected restricted availability.  A selected restricted availability includes the planning and execution of depot-level maintenance, alterations and modernizations that will update and improve the ship’s military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by June 2013.  Fiscal 2013 Operations & Maintenance, Navy contract funds in the amount of $6,951,085 will be obligated at time of award and will expire at the end of the current fiscal year.  The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Shell Energy North America (U.S.), L.P (Shell), Houston, Texas, was awarded contract SPE600-13-D-7519.  The award is a fixed-price with economic-price-adjustment contract with a maximum $35,250,227 for natural gas.  Locations of performance are Texas, Nevada, Montana, Washington, Oregon and California with a Sept. 30, 2015 performance completion date.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  There were eight responses to the Web solicitation.  Type of appropriation is fiscal 2013 through fiscal 2015 multiple agency funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

U.S. Worldmeds LLC*, Louisville, Ky., was awarded contract SPM2D0-13-D-0002.  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with aDefense_Logistics_Agency maximum $30,239,949 for pharmaceutical product support.  Location of performance is Kentucky with a March 3, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tiger Natural Gas Inc.*, Tulsa Okla., was awarded contract SPE600-13-D-7516.  The award is a fixed-price with economic-price-adjustment contract with a maximum $19,867,106 for natural gas.  Locations of performance are Oklahoma, Colorado and New Mexico, with a Sept. 30, 2015 performance completion date.  Using military services are Air Force and federal civilian agencies. There were eight responses to the Web solicitation.  Type of appropriation is fiscal 2013 through fiscal 2015 multiple agency funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir Va.

CIMA Energy Ltd.*,, Houston, Texas*, was awarded contract SPE600-13-D-7514.  The award is a fixed-price with economic-price-adjustment contract with a maximum $11,540,628 for natural gas.  Locations of performance are Texas and Utah, with a Sept. 30, 2015 performance completion date.  Using military services are Army and Air Force.  There were eight responses to the Web solicitation.  Type of appropriation is fiscal 2013 through fiscal 2015 multiple agency funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Intelligence and Information Systems, Aurora, Colo., (FA8807-10-C-0001, P00088) is being awarded a $12,099,527 contract modification to provide allowance of digital signatures of critical information exchanges and proof message origin.  The location of the performance is Aurora, Colo.  Work is expected to be completed by Feb. 28, 2015.  Type of appropriation is fiscal 2013.  The contracting activity is SMC/GPK, Los Angeles Air Force Base, Calif.

WASHINGTON HEADQUARTERS SERVICES

Logistics Management Institute, McLean, Va., has been awarded a $6,797,235.70 modification to the firm-fixed-price contract (HQ0034-10-F-0075) to provide support services to the Director, Defense Procurement and Acquisition Policy. Work will be performed in Arlington and McLean, Va., with an estimated completion date of600px-WHS_Insignia.svg Feb. 28, 2014.  Washington Headquarters Services, Acquisition Directorate, Arlington, Va., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Bayer Healthcare Pharmaceuticals, Wayne, N.J., was issued a modification exercising the first option year on contract SPM2D0-12-D-0002/P00006.  The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $49,401,788 for various pharmaceutical products.  Location of performance is New Jersey 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 Warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tennier Industries*, Boca Raton, Fla., was awarded contract SPM1C1-13-D-1028.  The award is a fixed-price with economic price adjustment contract with a maximum $15,551,438 for universal camouflage patterned jackets.  Locations of performance are Florida, Tennessee, West Virginia and Georgia with a Feb. 28, 2014 performance completion date.  Using military service is Army.  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.

Exide Technologies, Milton, Ga., was awarded contract SPM7LX-13-D-0029.  The award is a fixed-price with economic price adjustment contract with a maximum $6,754,515 for procurement of storage batteries.  Locations of performance are Iowa and Georgia with a Feb. 24, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2012 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

AIR FORCE

DLT Solutions, Herndon, Va., is being awarded a $23,212,706 firm-fixed-price contract (FA8771-13-F-8100) for procurement of software maintenance and support for356px-Seal_of_the_US_Air_Force.svg perpetual enterprise Oracle software licenses.  The location of performance is Herndon, Va.  Work is expected to be completed by Feb. 28, 2014.  Type of appropriation is fiscal 2013. The contracting activity is AFLCMC/HIK, Maxwell Air Force Base-Gunter Annex, Ala.

L-3 Communications Vertex Aerospace L.L.C., Madison, Miss., is being awarded a $8,076.281 contract modification (FA3002-09-C-0006, P00022) for aircraft flightline maintenance for the F-16 aircraft in support of Taiwan’s F-16 program.  The location of  performance is Luke Air Force Base, Ariz.  Work is expected to be completed by Feb. 28, 2014.  Type of appropriation is international funding.  The contracting activity is AETC CONS/LGCI, Randolph Air Force Base, Texas.  Contract involves Foreign Military Sales.

600px-US-DeptOfNavy-Seal.svgNAVY

General Dynamics National Steel and Shipbuilding Co., Norfolk, Va., is being awarded a $14,648,643 modification to previously awarded cost-plus-award-fee contract (N00024-10-C-4401) to exercise options for repairs and alterations for the USS Fort McHenry (LSD 43) non dry-docking fiscal year 2013 chief of Naval operations (CNO) availability.  The CNO availability consists of various repairs and alterations such as engine replacement/repair, jacket water cooler, lagging and insulation, ballast tank repair/preserve, well deck repair, cylinder head and components, etc.  Work will be performed in Norfolk, Va., and is expected to be completed by August 2013.  Fiscal 2013 funding in the amount of $14,648,643 will be obligated at time of award, and will expire at the end of the current fiscal year.  The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Canadian Commercial Corp., Ottawa, Ontario, Canada, is being awarded a $9,839,099 firm-fixed-price, cost-reimbursable, indefinite-delivery/indefinite-quantity contract for services and supplies for land and sea-based modeling, testing and risk reduction flights for the U.S. Navy and the governments of Australia, Spain, Japan, South Korea and Norway.  In support of these efforts, the contractor will utilize a Vindicator II System comprised of contractor-owned unmanned air vehicles and high-speed maneuvering unmanned surface vehicles, as well as a contractor-owned helicopter radar signature simulator.  Work will be performed at the Naval Air Warfare Center Weapons Division (NAWCWD), Pt. Mugu, Calif. (30 percent); the Pacific Missile Range Facility, Barking Sands, Kauai, Hawaii (30 percent); NASA Wallops Flight Facility, Wallops Island, Va. (15 percent); Virginia Capes, Dam Neck, Va. (15 percent); NAWCWD China Lake, Calif. (5 percent); and Key West, Fla. (5 percent), and is expected to be completed in March 2018.  Fiscal 2013 Operations and Maintenance, Navy contract funds in the amount of $262,723 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to the FAR 6.302-1.  This contract combines purchase for the U.S. Navy (8,264,844; 85 percent) and the governments of Australia ($314,851; 3 percent); Spain ($314,851; 3 percent); Japan ($314,851; 3 percent); South Korea ($314,851; 3 percent); and Norway ($314,851; 3 percent) under the Foreign Military Sales Program.  The Naval Air Systems Command, Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-D-0005).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

HRL Laboratories L.L.C., Malibu, Calif., is being awarded a $10,150,974 cost-plus-fixed-fee contract (HR0011-13-C-0027).  This work is under the Structural Logic program, which seeks revolutionary structural designs that make up the basis for modern military platforms and systems by passively adapting to varying loads and simultaneously exhibiting high stiffness and high damping over a wide dynamic range.  The goal of the Structural Logic Phase II is to demonstrate that this radically new approach to structural design can be applied to relevant and real world tactical systems.  During Phase I of the program a wide range of relevant tactical applications were evaluated for the Structural Logic concepts and technologies including: space, armor, aerodynamic, hydrodynamic and civil engineering structural systems.  The government has selected a hydrodynamic application, in particular a high speed boat (watercraft) for the Phase II demonstration.  Work will be performed in Malibu, Calif. (34.3 percent); Baltimore, Md. (26.6 percent); Champaign, Ill. (18.6 percent); Chesapeake, Va. (8.2 percent); Austin, Texas (6.8 percent); Akron, Ohio (4.0 percent) and Portland, Maine (1.5 percent).  The work is expected to be completed by Feb. 27, 2015.  The Defense Advanced Research Projects Agency is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

 

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

Trackbacks/Pingbacks

  1. Business and Career Opportunities DOD Awarded Contracts | beenetworknews - March 19, 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: