Business and Career Opportunities DOD Awarded Contracts

March 31, 2013

Business / Career

Department of Defense

DOD AWARDED CONTRACTS

600px-US-DeptOfNavy-Seal.svgNAVY

Huntington Ingalls Inc., Newport News, Va., is being awarded a $2,595,016,400 cost-plus-incentive fee contract for accomplishment of the Refueling and Complex Overhaul (RCOH) of the USS Abraham Lincoln (CVN 72).  This previously delayed award is being made given the enactment into law of the Consolidated and Further Continuation Appropriation Act for Fiscal Year 2013 (HR 933).  Work will be performed in Newport News, Va., and is expected to be completed by November 2016.  Fiscal 2012 Shipbuilding and Conversion, Navy funding in the amount of $10,000,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured under the authority of 10 U.S.C. 2304(c)(1).  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-2108).

Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $65,013,347 modification to previously awarded contract (N00024-11-C-5118) to exercise options for fiscal 2013 Aegis Weapon System Modernization requirements for Japan.  Work will be performed in Moorestown, N.J. (69 percent); Clearwater, Fla. (30 percent); and Akron, Ohio (1 percent), and is expected to be completed by January 2017.  This contract modification involves Foreign Military Sales to Japan (100 percent).  Foreign Military Sales funding in the amount of $65,013,347 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.

Tyonek Services Corp.,* Anchorage, Alaska, is being awarded a ceiling price $41,700,000 for undefinitized indefinite-delivery/indefinite-quantity contract depot level maintenance services to support modernization, conversion, in-service repair, disassembly, and all other categories of aircraft depot level and intermediate maintenance in support of the Fleet Readiness Center Southeast (FRCSE).  Work will be performed at FRCSE, Jacksonville, Fla. (81 percent); Naval Air Station Oceana, Va. (7 percent); Naval Station Norfolk, Va. (7 percent); and Marine Corps Air Station, Beaufort, S.C. (5 percent), and is expected to be completed by September 2014.  Fiscal 2013 Navy Working Capital funds in the amount of $2,600,000 will be obligated at time of award, none 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) 6.302-1.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-13-D-0005).

Hensel Phelps Construction Co., Chantilly, Va., is being awarded a $25,149,100 firm-fixed-price contract for design and construction of a Defense Security Service Facility addition at Marine Corps Base Quantico.  The work to be performed provides for design and construction of a four-story, secure, high-rise facility addition to accommodate Department of Defense personnel.  The addition will include offices, restrooms, storage areas, mechanical rooms, and other spaces.  Supporting facilities include site and building utility connections for potable water, sanitary and storm sewers, electrical, telephone, area distribution node building and equipment, and local area network.  Paving and site improvements include exterior site and building lighting, sidewalks, earthwork, grading, landscaping, and storm water management requirements.  The contract also contains four unexercised options, which if exercised would increase cumulative contract value to $26,356,100.  Work will be performed in Quantico, Va., and is expected to be completed by July 2014.  Fiscal 2012 Military Construction, Defense contract funds in the amount of $25,149,100 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 21 proposals received.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-13-C-0155).

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded an $18,665,888 cost-plus-fixed-fee contract to provide engineering/technical support for UK Trident II Missile Systems.  The contractor shall provide technical planning, direction, coordination, and control to ensure that UK Fleet Ballistic Missile (FBM) Program requirements are identified and integrated to support planned milestone schedules and emergent requirements.  This includes:  UK FBM Program efforts; deliverable materials; UK Resident Representative technical support.  Work will be performed in Sunnyvale Calif. (72.9 percent); Cape Canaveral, Fla. (12.3 percent); Coulport, Scotland and Aldermaston, England (10.3 percent); St. Mary’s, Ga. (2.7 percent); other U.S. (0.8 percent); Silverdale, Wash. (0.7 percent), and Poway, Calif. (0.3 percent).  Work is expected to be completed by March 2015.  United Kingdom funds in the amount of $18,665,888 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(4).  The Navy’s Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0034).

Sobran Inc., Dayton, Ohio, is being awarded a ceiling price $15,900,000 undefinitized indefinite-delivery/indefinite-quantity contract to provide production support services in support of the Fleet Readiness Center Southeast depot level maintenance efforts.  Services to be provided include operational management of warehouses, inventory and storage of aircraft parts, production of tool kits for maintenance, external support to the In-Service Repair Program, operation and management of mega centers, environmental support and equipment management functions, and transportation of materials and components.  Work will be performed at the Naval Air Station (NAS), Jacksonville, Fla. (95 percent); Marine Corps Air Station, Beaufort, S.C. (2 percent); NAS Norfolk, Va. (2 percent), and NAS Oceana, Va. (1 percent); and is expected to be completed by September 2014.  Fiscal 2012 Aircraft Procurement Navy and fiscal 2013 Navy Working Capital funds in the amount of $966,433 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to the 10 U.S.C. 2304(c)(1).  The Naval Air Warfare Center, Training Systems Division, Orlando, Fla., is the contracting authority (N61340-13-D-0004).

CACI Technologies Inc., Chantilly, Va., is being awarded a $13,972,617 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-6309) for professional support services in support of the Expeditionary Warfare Program Office.  These services include support services in the areas of:  program analysis; development, control, and monitoring support, administration, communication and human resources; business, finance and cost estimating; technical and engineering support; information technology (IT); and life cycle support in the Washington Navy Yard office location.  This contract modification will be incrementally funded.  Work will be performed in Washington, D.C. (86 percent); San Diego, Calif. (9 percent); Indian Head, Md. (3 percent), and Norfolk, Va. (2 percent), and is expected to completed by March 2014.  Fiscal 2013 Research, Development, Testing and Evaluation and Operations and Maintenance, Navy funding in the amount of $2,987,549 will be obligated at time of award.  Contract funds in the amount of $687,549 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

L-3 KEO, Northampton, Mass., is being awarded a $13,396,095 firm-fixed-price modification to previously awarded contract (N00024-13-C-6265) for the production of 16 universal modular masts (UMM).  The UMM is a non-hull penetrating mast that is installed on Virginia class submarines and serves as a lifting mechanism for five different sensors including the Photonics Mast Program, high data rate mast, multi-functional mast, multi-functional modular mast and integrated electronic support measures mast.  Each sensor is mounted on a UMM.  Work will be performed in Bologna, Italy (74 percent) and Northampton, Mass. (26 percent), and is expected to be completed by December 2015.  Fiscal 2010 and 2012 Shipbuilding and Conversion, Navy funding in the amount of $13,396,095 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.

L-3 Communications Vertex Aerospace LLC., Madison, Miss., is being awarded a $10,606,604 firm-fixed-price, indefinite-delivery requirements contract for maintenance and logistics services, including labor, services, facilities, equipment, tools, direct and indirect material, and related support equipment required to support and maintain the T-39N and T-39G aircraft.  Work will be performed at the Naval Air Station Pensacola, Fla., and is expected to be completed in September 2014.  No contract funds are being obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  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-4001).

Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $7,534,247 firm-fixed-price modification to previously awarded contract (N00024-09-C-5100) for production of ship self defense system (SSDS) open architecture OL-782(V) network switching cabinets for CVN 72, LSD 44, LSD 50, LSD 52, NSWC Dahlgren Integrated Combat System Testing Facility, Wallops Island Land Based Test Site, and Raytheon Software Integration Lab.  Work will be performed in Portsmouth, R.I. (80 percent) and San Diego, Calif. (20 percent), and is expected to be completed by October 2014.  Fiscal 2011, 2012, 2013 Other Procurement, Navy and Fiscal 2012 and 2013 Shipbuilding and Conversion, Navy funding in the amount $7,534,247 will be obligated at the time of award.  Funding will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

Lockheed Martin Corp., Orlando, Fla., was awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract with a maximum value of $146,000,000.  The award will provide for the services in support of the Joint Land Component Constructive Training Capability.  Work location will be determined with each delivery order, with an estimated completion date of March 31, 2018.  The bid was solicited through the Internet, with two bids received.  The Army Program Executive Office for Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity (W900KK-13-D-0002).

General Dynamics Ordnance and Tactical Systems Inc., Scranton, Pa., (W52P1J-13-D-0035); and IMT Defense Corp., Westerville, Ohio, (W52P1J-13-D-0036);Department of the Army were awarded an indefinite-delivery/indefinite-quantity, fixed-price with economic price adjustment, multiple-award contract worth a maximum value of $100,600,000.  The award will provide for the procurement of M107 projectile metal parts.  Work location will be determined with each order, with an estimated completion date of March 26, 2018.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity.

Quantum Research International, Huntsville, Ala., was awarded an $85,500,000 cost-plus-fixed-fee contract.  This is a contract modification to provide research, development, test and evaluation services in support of the Future Warfare Center.  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 Army Space and Missile Defense Command, Peterson Air Force Base, Colo., is the contracting activity (W91260-06-D-0006).

BAE Systems Technology, Solutions and Services Inc., Rockville, Md., was awarded an $85,500,000 cost-plus-fixed-fee contract.  This is a contract modification to provide research, development, test and evaluation services in support of the Future Warfare Center.  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 Army Space and Missile Defense Command, Peterson Air Force Base, Colo., is the contracting activity (W91260-06-D-0005).

Engility Corp., Chantilly, Va., was awarded a $77,907,214 cost-plus-fixed-fee, incrementally-funded contract.  The award will provide for services in support of training U.S. and Coalition forces on law enforcement and investigation techniques.  Work will be performed in Afghanistan and Germany, with an estimated completion date of Dec. 31, 2014.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0021).

Lockheed Martin Corp., — Missiles and Fire Control, Grand Prairie, Texas, was awarded a $19,914,712 cost-plus-incentive-fee contract.  The award will provide for Department of the Armyvarious services in support of Patriot Advanced Capability Missile Support Center.  This foreign military sales contract supports Netherlands, Japan and United Arab Emirates.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-D-0030).

Hurricane Consulting Inc., Fairfax, Va., was awarded a $10,269,340 cost-plus-fixed-fee contract.  The award will provide various services in support of Army Sustainment Command.  Work will be performed in Fort Irwin, Calif.; Fort Lewis, Wash.; Fort Richardson, Alaska.; Schofield Barracks, Hawaii; and Fort Wainwright, Alaska; with an estimated completion date of March 27, 2014.  The bid was solicited through the Internet, with 19 bids received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-C-0005).

Holland and Holland, Hinesville, Ga., was awarded a $9,035,374 indefinite-delivery/indefinite-quantity, firm-fixed-price contract.  This contract modification will provide for another year of paving services at Fort Stewart, Ga.  The estimated completion date is March 31, 2014.  One bid was solicited, with one bid received.  The Army Contracting Command, Fort Stewart, Ga., is the contracting activity (W9124M-12-D-0005).

Linquest Corp., Los Angeles, Calif., (FA8808-12-C-0001) is being awarded a $7,002,010 firm-fixed-price contract modification contract for military satellite communication system engineering and integration services.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by June 30, 2013.  Type of appropriation is fiscal 2013.  The contracting activity is Space and Missile Center, Los Angeles Air Force Base, Calif.

John Madonna Construction Company Inc., San Luis Obispo, Calif., was awarded a $6,748,165 firm-fixed-price contract.  The award will provide for the erosion mitigation services in Santa Maria, Calif.  The bid was solicited through the Internet, with 14 bids received.  The Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-13-C-0005).

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply (ADS) Inc.,* Virginia Beach, Va., was awarded contract SPM2D0-13-D-0003.  The award is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for a maximum $67,518,345 for various medical, surgical, and dental equipment and supplies.  Location of performance is Defense_Logistics_AgencyVirginia with a March 28, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2013 Warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Altitude Technologies, doing business as Chinook Medical Gear Inc.,* Durango, Colo., was issued a modification exercising the first option year on contract SPM2Do-12-D-0003/P00003.  The award is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for a maximum $28,865,888 for various medical and surgical supplies and support.  Location of performance is Colorado with an April 3, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2013 Warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

United Technologies Corp., doing business as Pratt and Whitney, East Hartford, Conn., was awarded contract N00383-12-G-001M-UN10.  The award is a firm-fixed-price, sole-source contract with a maximum $10,759,459 for aircraft engine compressor supplies and replenishment spares.  Location of performance is Connecticut with a Dec. 30, 2016 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal year 2013 Air Force and Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Okla.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Booz Allen Hamilton Inc., McLean, Va., (FA8811-10-C-006 and P00043) is being awarded a $59,360,085 contract modification contract for additional systems engineering and integration support for launch test and range system programs.  The location of the performance is Los Angeles Air Force Base and Vandenberg Air Force Base, Calif., Peterson Air Force Base, Colo., and Patrick Air Force Base, Fla.  Work is expected to be completed by Dec., 2, 2013.  Type of appropriation is fiscal 2013.  The contracting activity is SMC/RNK, Los Angeles Air Force Base, Calif.

Northrup Gumman Technical Services, Herndon, Va., (FA81016-13-C-0007) is being awarded a $47,758,113 firm-fixed-price contract for follow-on support to the C-20 aircraft to fund uninterrupted continuation of CLS support/services.  The location of the performance is Ramstein Air Base, Germany; Andrews Air Force Base, Md.; Sigonella Air Base, Italy, and Kaneohe Bay Air Force Base, Hawaii.  Work is expected to be completed by June 31, 2013.  Type of appropriation is fiscal 2013.  The contracting activity is OC-ALC/GKSKB, Tinker Air Force Base, Okla.

Raytheon Co., Tucson, Ariz., (FA8681-12-C-0196, P00001) is being awarded a $31,416,883 firm-fixed-price contract for GBU-49 (396 ea.), GBU-50 (96 ea.), GBU-49 Inerts (20 ea.), GBU-50 Inerts (20 ea.) and ILS Sustainment.  The location of the performance is Tucson, Ariz.  Work is expected to be completed by Dec. 31, 2018.  The contracting activity is AFLCMC/EBDK, Eglin Air Force Base, Fla.  Contract involves foreign military sales.

DynCorp International LLC., Fort Worth, Texas, (FA3002-13-C-0020) is being awarded a $15,955,056 sole-source short term bridge contract for aircraft maintenance support services.  The location of the performance is Columbus Air Force Base, Miss.  Work is expected to be completed by July 31, 2013.  Type of appropriation is fiscal 2013.  The contracting activity is AETC CONS/LGCK, Randolph Air Force Base, Texas.

Newbegin Enterprises Inc., Johnson City, Tenn., (FA4803-11-D-0001-0004) is being awarded a $15,000,000 modification to contract for internet-based contractor operated parts store contract.  The location of the performance is Johnson City, Tenn.  Work is expected to be completed by March 31, 2014.  Type of appropriation is fiscal 2013.  The contracting activity is 20th Contracting Squadron, Shaw Air Force Base, S.C.

Lockheeed Martin Global Training and Logistics, Orlando, Fla., (FA3002-13-D-0004) is being awarded a $7,049,830 firm-fixed-price contract for weapons systems support.  The location of the performance is Luke Air Force Base, Ariz.  Work is expected to be completed by March 31, 2014.  Type of appropriation is fiscal 2013.  The contracting activity is AETC/CONS/LGCU, Randolph Air Force Base, Texas.

NAVY

RAMSYS GmbH, Ottobrunn, Germany, is being awarded a $343,550,330 firm-fixed-price contract for the production of 445 Block 2 MK-44 Mod 4 Rolling Airframe600px-US-DeptOfNavy-Seal.svg Missile (RAM) Guided Missile Round Pack (GMRP) All-Up-Rounds (AURs).  The RAM Guided Missile Weapon System is co-developed and co-produced under an International Cooperative Program between the United States and Federal Republic of Germany’s governments.  RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms.  This contract involves a purchase by the German government as a result of an international agreement between the governments of the United States and Germany.  Work will be performed in Tucson, Ariz. (49.7 percent); Ottobrunn, Germany (42.7 percent); Rocket Center, W.Va. (4.5 percent); and Andover, Mass. (3.1 percent) and is expected to be completed by January 2019.  This contract will be funded 100 percent by the Federal Republic of Germany.  Contract funds will not expire at the end of the current fiscal year.  Funding in the amount of $1,347,902 will be obligated at the time of the award.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(4).  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5459).

Lockheed Martin Mission Systems and Training, Owego, N.Y., is being awarded a $27,949,996 modification to a previously awarded firm-fixed-price, multi-year contract (N00019-11-C-0020) to provide funding for long lead materials and support for the manufacture and delivery of nine mission avionics systems and common cockpits for the MH-60R for the Danish Government’s Defence Acquisition and Logistics Organization under the Foreign Military Sales Program.  Work will be performed in Farmingdale, N.Y. (55 percent); Owego, N.Y. (31 percent); Ciudad Real, Spain (5 percent); East Syracuse, N.Y. (5 percent); Everett, Wash. (3 percent); and various locations throughout the United States (1 percent), and is expected to be completed in June 2013.  Foreign Military Sales funds in the amount of $27,949,996 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.

Exelis Inc., Information Systems Division, Herndon, Va., is being awarded a $24,509,553 modification to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00174-11-D-0001) for the continued procurement of post-production maintenance support for Navy counter radio controlled improvised explosive device electronic warfare (CREW) fixed site systems and procurement and support of the transmitting set, counter measure AN/PLT-4 systems under option year two.  Work will be performed in Boalsburg, Pa., and is expected to be completed by March 2014.  Fiscal 2013 Operation and Maintenance, Navy funding in the amount of $24,509,553 will be obligated at time of award.  Contract funds in the amount of $24,509,553 will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity.

Environmental Management Inc.,* Idaho Falls, Idaho, is being awarded a $19,267,059 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40085-10-D-0213) to exercise option three for facilities maintenance and heavy equipment repair services at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, and other outlying areas in eastern N.C.  The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities maintenance and heavy equipment repair services.  The total contract amount after exercise of this option will be $84,759,155.  Work will be performed in Jacksonville, N.C., and is expected to be completed March 2014.  Fiscal 2013 Operation and Maintenance, Navy funds in the amount of $16,688,488 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Wyle Laboratories Inc., Huntsville, Ala., is being awarded an $8,559,076 modification to a previously awarded cost-plus-fixed-fee contract (N00421-08-C-0025) for additional aircrew, engineering, operations, and scheduling services in support of the Naval Test Wing Atlantic and Naval Test Wing Pacific.  Work will be performed in Patuxent River, Md., and is expected to be completed in September 2013.  Fiscal 2013 Navy Capital Working funds in the amount of $3,716,500 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

            Forestwood Farm Inc.,* Birmingham, Ala., was awarded contract SPM300-13-D-P192.  The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract for a maximum $45,000,000 for fresh fruit and vegetable support for customers in the Alabama and Florida Panhandle zone.  Location of performance is Alabama with a Sept. 27, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and U.S. Department of Agriculture School.  Type of appropriation is fiscal year 2013 through fiscal year 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Gulf Coast Produce Distributors Inc.,** Biloxi, Miss., was awarded contract SPM300-13-D-P194.  The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract for a maximum $30,000,000 for fresh fruit and vegetable support for customers in the Mississippi zone.  Location of performance is Mississippi with a Sept. 27, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and U.S. Department of Agriculture School.  Type of appropriation is fiscal year 2013 through fiscal year 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

BRSI LP., Houston, Texas, (FA7014-10-F-A004) is being awarded a $6,500,000 firm-fixed-price contract with cost reimbursable line items for travel contract for non-personal, commercial services for third party collections.  The location of the performance is mutiple military treatment facilities in the continental U.S. and overseas. 356px-Seal_of_the_US_Air_Force.svg  Work is expected to be completed by March 31, 2014.  Type of appropriation is fiscal 2013. The contracting activity is 773 ESS/PK, San Antonio, Texas.

Signature Performance Inc., Omaha, Neb., (FA7014-10-F-A021) is being awarded a $6,500,000 firm-fixed-price contract with cost reimbursable line items for travel contract for non-personal, commercial services for third party collections.  The location of the performance is mutiple military treatment facilities in the continental U.S. and overseas.  Work is expected to be completed by March 31, 2014.  Type of appropriation is fiscal 2013. The contracting activity is 773 ESS/PK, San Antonio, Texas.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Siemens Medical Solutions, Inc., Malvern, Pa., was issued a modification exercising the fourth option year on contract (SPM2D1-09-D-8314/P00069).  The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $1,871,764,738 for radiology systems, subsystems, accessories, service, manual, and repair/parts.  Location of performance is Pennsylvania with a March 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 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Garden Wholesale Inc.*, Jacksonville, Fla., was awarded contract (SPM300-13-D-P190).  The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract for a maximum $16,800,000 for fresh fruit and vegetable support for customers in the North Florida zone.  Location of performance is Florida with a Sept. 26, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture School.  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.

United Technologies Corp., doing business as Pratt and Whitney, East Hartford, Conn., was awarded contract (N00383-12-G-001M-UN10).  The award is a firm-fixed-price, sole-source contract with a maximum $10,759,459 for aircraft engine compressor supplies and replenishment spares.  Location of performance is Connecticut with a Dec. 30, 2016 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2013 Air Force and Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Okla.

ARMY

Lockheed Martin Integrated Systems, Alexandria, Va., was awarded a $50,223,272 cost-plus-fixed-fee incrementally-funded contract.  This increment is worth $6,265,740.  The award will provide for data transport and telecommunications services.  Work will be performed in Washington, D.C., with an estimated completion date ofDepartment of the Army Sept. 30, 2013.  One bid was solicited, with one bid received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W91QUZ-06-D-0017).

Northrop Grumman Space and Mission Systems Corp., Herndon, Va., was awarded a $24,365,763 time-and-materials contract.  This modification will provide a one-year extension of support services for the Air and Missile Defense Planning and Control System.  Work location will be determined with each order, with an estimated completion date of March 25, 2014.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-D-0019).

Armtec Countermeasures Co., Coachella, Calif., was awarded a $22,818,260 firm-fixed-price contract.  This is a modification to the existing contract to procure additional M206, MJU-7A/B and MJU-10/B infrared countermeasure flares.  Work will be performed in Milan, Tenn.; and East Camden, Ark.; with an estimated completion date of Feb. 28, 2015.  The bid was solicited through the Internet, with two bids received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0055).

Kilgore Flare Co., LLC., Toone, Tenn., was awarded a $20,419,874 firm-fixed-price contract.  This is a modification of an existing contract to procure additional M206, MJU-7A/B and MJU-10/B infrared countermeasure flares.  This is a foreign military sales contract in support of countries in Asia-Pacific and Europe.  Work will be performed in Toone, with an estimated completion date of May 29, 2015.  The bid was solicited through the Internet, with two bids received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0056).

The Boeing Co., Ridley Park, Pa., was awarded a $12,100,000 cost-plus-fixed-fee contract.  The award provide for the services in support of the generation three electronic control unit upgrade and the installation of the AVR-2B Laser Warning System.  Work will be performed in Ridley Park, with an estimated completion date of March 25, 2015.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-G-0023).

L-3 National Security Solutions Inc., Reston, Va., was awarded an $8,366,495 firm-fixed-price contract.  The award will provide enterprise service support for the entire National Capital Region.  Work will be performed in Arlington, Va., with an estimated completion date of March 29, 2014.  One bid was solicited, with one bid received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-F-3003).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

ION Corp., Eden Prairie, MN, (FA8224-13-D-0004); X Technologies Inc., San Antonio, Texas, (FA8224-13-D-0005) and TFAB Defense Systems, Warner Robins, Ga, (FA8224-13-D-0006) are being awarded a $27,000,000 indefinite-delivery/indefinite-quantity contract to procure engineering services for electronic interface device analysis, assessment, technical design documentation, and production of full scale working model prototypes.  Of the $27,000,000 available for task orders under this contract, $70,000.00 will be obligated upon award for the first task order.  Subsequent task orders will be competed among the three contractors.  The location of contract performance is Hill Air Force Base, Utah.   Work is expected to be complete by March 29, 2019.  The initial task order will be funded with fiscal 2013 dollars.  Funding for subsequent task orders will align with the fiscal year in which they are awarded.  The contracting activity is Air Force Space Command, Hill Air Force Base, Utah.

Lockheed Martin Corp., Marietta, Ga., (FA8625-11-C-6597-P00141) is being awarded an $11,812,890 contract modification for contractor maintenance team and contractor logistics support for six Iraq aircraft.  The location of the performance is New al-Muthana Air Base (NAMAB), Baghdad, Iraq.  Work is expected to be completed by June 30, 2015.  Type of appropriation is fiscal 2011 funds.  The contracting activity is AFLCMC, Wright-Patterson Air Force Base, Ohio.  Contract involves foreign military sales.

NAVY

Sikorsky Aerospace Maintenance, Stratford, Conn., is being awarded a $15,855,158 modification to a previously awarded firm-fixed-price contract (N00019-09-600px-US-DeptOfNavy-Seal.svgC-0024) to exercise an option for organizational, selected intermediate, and limited depot-level maintenance for aircraft operated by Adversary Squadrons.  Work will be performed at the Naval Air Station (NAS) Key West, Fla. (40 percent); NAS Fallon, Nev. (30 percent); and the Marine Corp Air Station, Yuma, Ariz. (30 percent), and is expected to be completed in December 2013.  Contract funds in the amount of $17,140,000 are being obligated at time ofaward.  Contract funds will expireat the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded a $14,949,523 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 103 each Pod Adapter Units and NavFLIR Surrogates, which are used to attach the Advanced Targeting Forward Looking Infrared pod to the F/A-18 E/F aircraft.  Work will be performed in the Basildon, Essex, United Kingdom (70 percent) and McKinney, Texas (30 percent), and is expected to be completed in November 2015.  Contract funds in the amount of $14,949,523 are being obligated at time of award, $9,869,588 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Science Applications International Corp., San Diego, Calif., is being awarded a $12,704,478 modification under a previously awarded firm-fixed-price contract (M67854-12-C-4900) to exercise an option for Marine Corps Enterprise Information Technology (IT) Services (MCEITS) Operations Capability and Enterprise IT Center Operational Support Services (MOC/EITC) and Systems Integration Environment.  These services provide the government operations and support for the application and service hosting environment for the Marine Corps Information Enterprise (MCIENT), unclassified and classified MCEITS Operations Capability and Enterprise IT Center (EITC), including the processes and functions necessary to ensure successful management, oversight, operations and maintenance of the capability on the Marine Corps Enterprise Network.  Work will be performed at the Enterprise IT Center, Kansas City, Mo.(65 percent), Marine Corps Base, Quantico, Va. (25 percent), and Marine Corps Logistics Base Albany, Ga., (10 percent).  Work is expected to be completed on March 27, 2017.  Fiscal 2013 Operation and Maintenance funds in the amount of $12,704,478 will be obligated at the time of award and will expire at the end of the current fiscal year.  This contract was competitively procured with full and open competition, and six offers received.  Marine Corps System Command, Quantico, Va., is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $10,148,771 modification to a previously issued delivery order placed against basic ordering agreement (N00019-08-G-0010).  This modification provides for additional non-recurring engineering for the conversion of one UH-3H helicopter to a UH-3D Trainer Aircraft, including associated test support.  Work will be performed in Cherry Point, N.C., (80 percent) and Stratford, Conn., (20 percent) and is expected to be completed in October 2014.  Contract funds in the amount of $10,148,771 are being obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

BAE Systems Information and Electronic Systems Integration, Greenlawn, N.Y., is being awarded a $7,976,575 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2011) to exercise an option for the procurement and repair of Common (Identification Friend or Foe) Digital Transponder (CXP) hardware for the Army, Navy, and the governments of Saudi Arabia, Thailand, South Korea and Denmark. Work will be performed in Greenlawn, N.Y., and is expected to be completed in August 2015.  Contract funds in the amount of $7,976,575 are being obligated on this award, $697,708 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Army ($6,007,858;75.3 percent); Navy ($1,068,642;13.4 percent); and the governments of Saudi Arabia ($380,568;4.8 percent); Denmark ($289,314;3.6 percent); Korea ($203,511;2.6percent); and Thailand ($26,682;0.3 percent) under the Foreign Military Sales Program.   The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Corp., Owego, N.Y., is being awarded a $6,692,667 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0013) for the operational support of two KMAX Cargo Unmanned Aircraft Systems (UAS) deployed in operational support of Marine Corps.  Work will be performed in various OCONUS locations (90 percent) and Patuxent River, Md. (10 percent), and is expected to be completed in September 2013.  Contract funds in the amount of $6,692,667 will be obligated at time of award, all which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

CACI, Inc.-Federal, Chantilly, Va., is being awarded a $6,514,680 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-08-D-6506) with firm-fixed-price task orders to exercise a six-month option for worldwide logistics services in support of Military Sealift Command fleet operations and readiness.  Work will be performed in Chantilly, Va.(20 percent), and various locations overseas worldwide.  The work is expected to be completed by October 2013.  Fiscal 2013 Working Capital funds in the amounts of $6,514,680 will be obligated on individual task orders for fiscal year 2013.  Contract funds will expire at the end of the current fiscal year.  Military Sealift Command, Washington Navy Yard, D.C., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Vanderbilt University, Nashville, Tenn., is being awarded a $9,313,642 cost-plus-fixed-fee contract (HR0011-13-C-0041).  This effort extends the work to mature and evolve the Vanderbilt efforts from META Language FA8650-10-C-7075 and META Design Flow FA8650-10-C-7082 contracts.  This work falls under the DARPA Adaptive Vehicle Make (AVM) program.  The META tools have been under development since late 2010, with a number of performers, narrowed down to three integrated tool chains.  Work will be performed in Nashville, Tenn. (79.50 percent); Atlanta, Ga. (6.92 percent); Menlo Park, Calif. (1.06 percent); Corvallis, Ore. (2.88 percent); Cambridge, Mass. (4.07 percent); Linkoping, Sweden (2.11 percent); Natick, Mass. (1.09 percent), and Palo Alto, Calif. (2.36 percent).  The estimated completion date is March 31, 2014.  The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va.

DEFENSE LOGISTICS AGENCY

Hitachi Medical Systems America Inc., Twinsburg, Ohio, was issued a modification exercising the fourth option year on contract (SPM2D1-09-D-8331/P00014). Defense_Logistics_Agency The modification is a fixed-price with economic-price-adjustment contract with a maximum $91,626,986 for radiology systems, components, upgrades, accessories, and installation.  Location of performance is Ohio with a March 29, 2014 performance completion date.  Using military services include the 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.

Philips Medical Systems, Andover, Mass., was issued a modification exercising the fourth option year on contract (SPM2D1-09-D-8349/P00046).  The modification is a fixed-price with economic-price-adjustment contract for a maximum $77,172,660 for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts, and training.  Location of performance is Massachusetts with a March 29, 2014 performance completion date.  Using military services include the Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DeRossi and Son Co., Inc.*, Vineland, N.J., was issued a modification on contract (SPM1C1-10-D-1029/P00019).  The modification is a firm-fixed-price contract for a maximum $13,413,600 for men’s poly/wool, dress, Army, blue coats.  Location of performance is New Jersey with a March 25, 2014 performance completion date.  Using military service is the Army.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Liverpool, N.Y. is being awarded a $30,550,000 modification to previously awarded contract (N00024-09-C-5300) to exercise the firm-fixed-price options for the Surface Electronic Warfare Improvement Program (SEWIP) Block 2 System low-rate initial production units.  The SEWIP is an evolutionary acquisition program to upgrade the existing AN/SLQ-32(V) Electronic Warfare System.  The SEWIP Block 2 will greatly improve the receiver/antenna group necessary to keep capabilities current with the pace threats and to yield improved system integration.  Work will be performed in Syracuse, N.Y. (68

percent), and Lansdale, Pa. (32 percent), and is expected to be completed by September 2014.  Funding in the amount of $30,550,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Mission Systems and Training, Syracuse, N.Y., is being awarded a $17,179,793 modification to previously awarded contract (N00024-07-C-5202) for the procurement of a one year option for fiscal 2013 AN/SQQ-89 Anti-Submarine Warfare engineering services.  This includes development and fielding of the AN/SQQ-89A(V)15 Advanced Capability Build (ACB) 11 and ACB 13 systems hosted on Technical Insertion 12 hardware.  Work will be performed in Manassas, Va. (52 percent); Syracuse, N.Y. (22 percent); Newport, R.I. (10 percent); Hauppauge, N.Y. (8 percent); and Lemont Furnace, Pa. (8 percent), and is expected to be completed by September 2013.  Funds in the amount of $7,730,000 will be obligated at time of contract award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Xerox Corp., McLean, Va., is being awarded a $14,864,361 contract modification (P00016) to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00189-08-D-Z001) for a six-month period of performance extension for supplies and support of multipurpose copier equipment aboard Navy ships, both deployed and in-port.  Work will be performed on Navy ships worldwide, whether in-port or deployed, and work is expected to be completed by Sept. 30, 2103.  No funds will be obligated at time of award.  Fiscal 2013 Operations, Maintenance and Navy funds will be obligated on individual orders as they are issued.  No contract funds will expire before the end of the current fiscal year.  The original contract was awarded on a competitive bases, but this modification was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1).  The NAVSUP Fleet Logistics Center, Norfolk, Philadelphia, Pa., is the contracting activity.

AIR FORCE

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, (F42610-98-C-0001, P03801) is being awarded a $12,655,091 contract modification 356px-Seal_of_the_US_Air_Force.svgcontract for a Dual Source program.  The contract modification is to refurbish fuses under the ICBM prime integration contract.  The location of the performance is Hill Air Force Base, Utah and King of Prussia, Pa.  Work is expected to be completed by June 30, 2014.  Type of appropriation is fiscal 2013.  The contracting activity is AFNWC/PZBE, Hill Air Force Base, Utah.

Defense_Logistics_AgencyCORRECTION

DEFENSE LOGISTICS AGENCY

Robertson Fuel Systems LLC., Tempe, Ariz., was awarded contract (SPRPA1-10-G-001Y-0005).  The award is a firm-fixed-price contract for a maximum $8,777,175 for crashworthy external fuel system.  Location of performance is Arizona with a Jan. 30, 2015, performance completion date.  Using military services is Navy.  Type of appropriation is fiscal 2013 Navy Appropriation funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

AIR FORCE

Northrop Grumman Corp., Aerospace Systems, San Diego, Calif., (FA8528-12-C-0003-PZ0001) is being awarded a $433,518,021 (estimated) cost-plus-fixed-fee356px-Seal_of_the_US_Air_Force.svg contract for contractor logistics support for the RQ-4 Global Hawk fielded weapon system.  The location of the performance is San Diego, Calif.  Work is expected to be completed by Sept. 30, 2014.  Type of appropriation is fiscal 2013.  The contracting activity is AFLCMC/WIKBA, Robins Air Force Base, Ga.

JAMCO Ventures LLC., San Antonio, Texas, (FA8501-13-D-0001); Pruett Air Conditioning Co., Eastman, Ga., (FA8501-13-D-0002) and RCA Contracting Co., Inc., Montezuma, Ga. (FA8501-13-D-0003) is being awarded a $45,000,000 firm-fixed-price construction, indefinite-delivery/indefinite-quantity contract for mechanical and electrical construction type contracts.  The location of the performance is Robins Air Force Base, Ga.  Work is expected to be completed by March 2018.  Type of appropriations is fiscal 2013 through 2018.  The contracting activity is AFSC/PZIOC, Robins Air Force Base, Ga.

Department of the ArmyARMY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $49,000,000 firm-fixed-price contract.  This modification of an existing contract will provide engineering and configuration services to four utility helicopters for Saudi Arabia.  This contract is in support of foreign military sales.  Work will be performed in Stratford, with an estimated completion date of Dec. 31, 2016.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0008).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded a $39,147,739 firm-fixed-price contract.  This modification of an existing contract will provide for the conversion of M1A2 vehicles to M1A2S configuration.  This contract is in support of foreign military sales to Saudi Arabia.  Work will be performed in Lima, Ohio, with an estimated completion date of Jan. 31, 2014.  One bid was solicited, with one bid received.  The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-C-0350).

TRAX International Corp., Las Vega, Nev., was awarded a $9,333,333 cost-plus-award-fee contract.  This modification will provide a month one extension for test support services at Yuma Proving Ground, Ariz.  Work will be performed in Yuma, Ariz., with an estimated completion date of April 30, 2013.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Yuma, Ariz., is the contracting activity (W9124R-09-C-0003).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $40,200,000 fixed-price-incentive (firm-target), advance-acquisition contract to provide long lead-time parts, materials and components required for the delivery of four Low Rate Initial Production Lot VIII F-35 Lightning II Joint600px-US-DeptOfNavy-Seal.svg Strike Fighter Conventional Takeoff and Landing aircraft for the government of Japan.  Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2014.  Foreign Military Sales contract funds in the amount of $40,200,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to the FAR 6.302-4.  The Naval Air Systems Command, Patuxent River, Md., is the contracting authority (N00019-13-C-0014).

East Coast Repair and Fabrication LLC.*, Norfolk, Va. (N50054-13-D-1307); Davis Boat Works Inc.*, Newport News, Va. (N50054-13-D-1308); Alliance Technical Services Inc.*, Norfolk, Va. (N50054-13-D-1309); Colonna’s Shipyard Inc.*, Norfolk, Va. (N50054-13-D-1310); and Marine Hydraulics International Inc.*, Norfolk, Va. (N50054-13-D-1311), are each being awarded a maximum value $33,000,000 fixed-price, indefinite-delivery/indefinite-quantity multiple-award contract for marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, lighterage and service craft and their associated systems.  Work will be primarily performed in the Norfolk, Va., area and is expected to be completed by March 2014.  Each contractor will receive $75,056 at time of award.  Funding in the amount of $375,280 will expire at the end of the current fiscal year.  This multiple award contract was competitively procured via the Navy Electronic Commerce Online website, with six offers received.  The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $20,148,055 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-11-D-0004) to provide AIM-9X Sidewinder mission support and sustainment activities for the Air Force, the Navy, and the governments of Singapore, Australia, Denmark, Finland, Turkey, South Korea, Switzerland, Saudi Arabia, and Poland under the Foreign Military Sales program.  Work will be performed in Tucson, Ariz., and is expected to be completed in March 2014.  Funds are not being obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Davis Boat Works Inc.*, Newport News, Va. (N50054-13-D-1301); Alliance Technical Services Inc.*, Norfolk, Va. (N50054-13-D-1302); East Coast Repair and Fabrication LLC.*, Norfolk, Va. (N50054-13-D-1303); Beach Marine Services Inc.*, Portsmouth, Va. (N50054-13-D-1304); Colonna’s Shipyard Inc.*, Norfolk, Va. (N50054-13-D-1305); and Delphinus Engineering Inc.*, Eddystone, Pa., (N50054-13-D-1306) are each being awarded a maximum value $18,000,000 fixed-price, indefinite-delivery/indefinite-quantity contract for marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, lighterage and service craft and their associated systems.  Work will be performed in the Norfolk, Va., area and is expected to be completed by March 2014.  Each contractor will receive $34,270 at time of award.  Funding in the amount of $205,620 will expire at the end of the current fiscal year.  This multiple award contract was competitively procured via the Navy Electronic Commerce Online website, with ten offers received.  The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Hal Hays Construction Inc.*, Riverside, Calif., is being awarded $14,236,000 for firm-fixed-price task order #0013 under a previously awarded multiple award construction contract (N62473-09-D-1604) for the design and construction of Operations Access Points, Red Beach, at Marine Corps Base Camp Pendleton.  The work to be performed provides for the widening of the beach access road so large Marine Corps vehicles can pass, by construction of a new single track multi-span bridge structure.  This consists of demolishing the existing unreinforced arch bridge and wing walls.  The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal.  Work will be performed in Oceanside, Calif., and is expected to be completed by April 2015.  Fiscal 2009 Military Construction, Navy contract funds in the amount of $14,236,000 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

L-3 Communications Vertex Aerospace LLC., Madison, Miss., is being awarded a $12,946,025 modification to a previously awarded firm-fixed-price, indefinite-delivery requirements contract (N00019-12-D-0003) for logistics services support of the TH-57 aircraft fleet.  Services to be provided include repair and/or overhaul of aircraft, engines, avionics and related components.  Work will be performed at the Naval Air Station, Whiting Field, Milton, Fla., and is expected to be completed in June 2013.  Funds are not being obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Robertson Fuel Systems LLC., Tempe, Ariz., was awarded contract (SPRPA1-10-G-001Y-0005).  The award is a firm-fixed-price contract for a maximum $8,777,175 for crashworthy external fuel system.  Location of performance is Arizona with a Jan. 30, 2015 performance completion date.  Using military services is Navy.  Type of appropriation is fiscal 2013 Navy Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

Caterpillar Incorporated Defense & Federal Products, Mossville, Ill., was awarded contract (SPE8EC-13-D-0008).  The award is a fixed-price with economic-price-adjustment contract with a maximum $633,000,000 for material handling equipment.  Locations of performance are Illinois, Pennsylvania, Belgium, Japan, Germany, and Texas with a March 21, 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 contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Government Scientific Source, Reston, Va.**, was issued a modification exercising the fourth option year on contract (SPM2DE-09-D-7339/P00005).  The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for a maximum $319,459,410 for medical laboratory supplies and equipment.  Location of performance is Virginia with a March 26, 2014, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

Lockheed Martin Corp., Liverpool, N.Y., is being awarded a $27,399,999 modification to previously awarded contract (N00024-09-C-5300) to exercise and restructure the fixed-price-incentive-options for the Surface Electronic Warfare Improvement Program (SEWIP) Block 2 System long-lead-material to firm-fixed-price options.  SEWIP is an evolutionary acquisition program to upgrade the existing AN/SLQ-32(V) Electronic Warfare System.  The SEWIP Block 2 will greatly improve the receiver/antenna group necessary to keep capabilities current with the pace of the threat and to yield improved system integration.  Work will be performed in Syracuse, N.Y., and is expected to be completed by March 2014.  Funding in the amount of $27,399,999 will be obligated at time of award.  Contract funds will not expire at the end of 600px-US-DeptOfNavy-Seal.svgthe current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Airtec, Inc.,* California, Md., is being awarded a $12,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for intelligence, surveillance, and reconnaissance (ISR) services in support of the Army’s Southern Command (SOUTHCOM).  The contractor will provide ISR services utilizing two contractor-owned, contractor-operated aircraft, with government furnished property previously installed on the aircraft.  Work will be performed in Bogota, Columbia, and is expected to be completed in January 2014.  Fiscal 2013 Operations and Maintenance, Army contract funds in the amount of $917,563 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was non-competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center, Lakehurst, N.J., is the contracting activity(N68335-13-D-0010).

EDO Corp., Panama City, Fla., is being awarded a $10,984,400 firm-fixed-price contract to build and deliver one MK-105 Mod 4 Magnetic Minesweeping System for the Airborne Mine Countermeasures Program.  This system upgrade provides a significant reliability and performance improvement to the current MK-105, increasing the Navy’s capability to conduct quick response, high speed airborne mine countermeasures for the next decade.  Work will be performed in Panama City, Fla., and is expected to be completed by October 2014.  Fiscal 2012 Other Procurement, Navyfunding in the amount of $10,984,400 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1), as implemented in FAR 6.302-1.  The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity (N61331-13-C-0010).

General Dynamics Armament and Technical Products, Williston, Vt., is being awarded a $7,048,050 modification to a previously awarded firm-fixed-price contract (N00421-10-C-0024) to exercise an option for 19 M61A2 20mm Lightweight Gatling Gun Systems in support of fiscal year 2013 F/A-18 E/F aircraft.  Work will be performed in Williston, Vt., and is expected to be completed in March 2015.  Fiscal 2013 Aircraft Procurement, Navy contract funds in the amount of $7,048,050 are being obligated at time of award; none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

ManTech SRS, Technologies, Inc., Arlington, Va., (FA8811-10-C-0002, P00015) is being awarded a $15,297,820 contract modification for systems engineering and integration support for the Space and Missile Systems, Launch and Range Systems directorate.  The locations of the performance are Los Angeles Air Force Base, Calif.; Cape Canaveral Air Force Station, Fla., and Vandenberg Air Force Base, Calif.  Work is expected to be completed by March 22, 2014.  Type of appropriation is fiscal 2013.  The contracting activity is SMC/LRK, Los Angeles Air Force Base, Calif.

Department of the ArmyARMY

BAE Systems Ordnance Systems Inc., Kingsport, Tenn., was awarded a $780,802,473 firm-fixed-price contract.  The award will provide for the manufacture and supply of Insensitive Munitions Explosives.  Work location will be determined with each order, with an estimated completion date of Sept. 29, 2017.  One bid was solicited, with one bid received.  Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-D-0037).

Goldbelt Glacier Health Services LLC, Alexandria, Va., (W9133L-13-D-0002); National Sourcing Inc., Tampa, Fla., (W9133L-13-D-0003); were awarded a $200,000,000 firm-fixed-price contract among two vendors.  The award will provide for the psychological health support services.  Work location will be determined with each order, with an estimated completion date of March 18, 2018.  The bid was solicited through the Internet, with 10 bids received.  The National Guard Bureau, Arlington, Va., is the contracting activity.

Nanotherapeutics Inc., Alachua, Fla., was awarded a $135,834,018 cost-plus-fixed-fee incrementally-funded contract.  This increment is worth $70,882,379.  The award will provide for the research and development services in support of medical countermeasure capabilities.  Work will be performed in Alachua, with an estimated completion date of March 19, 2015.  The bid was solicited through the Internet, with two bids received.  The Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-13-C-0010).

SRA International Inc., Fairfax, Va., was awarded a $30,000,000 firm-fixed-price contract.  The award will provide for the procurement of services in support of the Passive Radio Frequency Identification II.  Work location will be determined with each order, with an estimated completion date of Marcy 19, 2016.  The bid was solicited through the Internet, with six bids received.  The Army Contracting Command, Alexandria, Va., is the contracting activity (W52P1J-13-D-0043).

Sikorsky, Stratford, Conn., was awarded a $26,900,000 firm-fixed-price contract.  This is a modification to convert UH-60M green aircraft and provided associated services for the Royal Thailand Army.  This contract is in support of foreign military sales.  Work will be performed in Stratford, with an estimated completion date of April 30, 2016.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0008).

The Boeing Co., Ridley Park, Penn., was awarded a $17,900,000 cost-plus-fixed-fee contract.  This is a modification for the design and engineering services in support of the CH-47 Advanced Chinook Rotor Blade.  Work will be performed in Ridley Park, with an estimated completion date of March 18, 2017.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-G-0023).

BAE Systems Land & Armament LP, York, Penn., was awarded a $16,600,000 firm-fixed-price contract.  This is a modification of an existing contract to convertDepartment of the Army Bradley Reset Vehicles from M3A3 to M2A3 configuration.  Work will be performed in York, Penn.; Lemont Furnace, Penn.; and Aiken, S.C.; with an estimated completion date of Aug. 29, 2014.  One bid was solicited, with one bid received.  The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-G-0003).

DRS RSTA Technologies Inc., Dallas, Texas, was awarded a $15,560,833 cost-plus-fixed-fee, incrementally-funded contract.  This increment is worth $5,000,000.  The award will provide for the development, prototyping and testing of the Joint Effects Targeting Systems Target Location Designation System.  Work will be performed in Dallas, with an estimated completion date of March 17, 2016.  The bid was solicited through the Internet, with four bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0023).

BAE Systems Inc., Nashua, N.H., was awarded a $15,300,196 cost-plus-fixed-fee incrementally-funded contract.  This increment is worth $5,000,000.  The award will provide for the development, prototyping and testing of the Joint Effects Targeting Systems Target Location Designation System.  Work will be performed in Nashua, with an estimated completion date of March 17, 2016.  The bid was solicited through the Internet, with four bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0026).

International Business Machines Corp., Bethesda, Md., was awarded an $8,074,022 firm-fixed-price, incrementally-funded contract.  This increment is worth $3,365,842.  This is a modification to provide services in support of the Army Learning Management System.  Work will be performed in Fort Eustis, Va., with an estimated completion date of March 21, 2014.  There were 16 bids solicited, with one bid received.  The Army Contracting Command, Fort Eustis, Va., is the contracting activity (W91QUZ-06-D-0010).

600px-US-DeptOfNavy-Seal.svgNAVY

The Navy is modifying the total amount of a previously awarded contract to Huntington Ingalls Inc, Newport News, Va., (N00024-09-C-2116) by $407,408,093 in order to extend construction preparation efforts and 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.  This modification for additional long lead material and advance construction activity may help preserve the construction schedule.  Work will be performed in Newport News, Va., and is expected to 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.

Exide Technologies, GNB Industrial Power, Aurora, Ill., is being awarded a $49,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for valve-regulated lead acid batteries and associated accessories for Ohio, Los Angeles, Virginia and Sea Wolf class and moored training submarines.  The batteries and accessories will be used on Navy submarines as secondary sources of power.  Work will be performed in Fort Smith, Ark., and is expected to be completed by March 2017.  Fiscal 2013 Operations  Procurement Navy funding in the amount of $2,851,359 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 two offers received.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-GS27).

EnerSys Energy Products Inc., Warrensburg, Mo., is being awarded a $49,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for valve-regulated lead acid batteries and associated accessories for Ohio, Los Angeles, Virginia and Sea Wolf class and moored training submarines.  The batteries and accessories will be used on Navy submarines as secondary sources of power.  Work will be performed in Warrensburg, Mo., and is expected to be completed by February 2018.  Fiscal 2013 Operations Procurement Navy funding in the amount of $1,241,000 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 two offers received.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-GS05).

Truston Technologies, Inc.*, Broussard, La. (N62583-10-D-0341); GPA Technologies, Inc.*, Ventura, Calif. (N62583-10-D-0342); Harbor Offshore, Inc.*, Ventura, Calif. (N62583-10-D-0343); Great Eastern Group, Inc.*, Fort Lauderdale, Fla. (N62583-10-D-0344); and Hardline-Resolute CM JV*, Brasstown, N.C. (N62583-10-D-0345), are each being awarded option year four under an indefinite-delivery/indefinite-quantity multiple award contract for barriers and mooring services in support of the Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme.  The combined total value for all five contractors is $17,500,000.  The work to be performed provides for project execution, logistic support and information management services for installation, inspection, repair, maintenance, and field supervision/operation of waterfront barriers, associated moorings, waterfront security systems, and marine facilities throughout the world.  No funds will be obligated with this award.  The total contract amount after exercise of this option will be $80,000,000.  All work will be performed at various installations world-wide.  Work locations will be determined with each order.  No task orders are being issued at this time.  The term of this option is from March 2013 to March 2014.  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.

J&A World Services, LLC, Austin, Texas, is being awarded a $13,062,995 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Air Station Patuxent River, Webster Field Annex, Solomon’s Recreation Center Annex and Point Lookout, Md.  The work to be performed provides for general management and administration services; facility support (facilities investment, integrated solid waste management and pool maintenance services); utilities maintenance and operation (including electrical, water and waste water); environmental.  Fiscal 2013 contract funds in the amount of $6,622,609 will be obligated at time of award.  This contract contains four option years, which if exercised, will bring the contract value to $65,943,515.  Work will be performed in Patuxent River, Md. (91 percent); Webster Field, Md. (5 percent); Solomon’s Island, Md. (2 percent); and Point Lookout, Md. (2 percent), and is expected to be completed by March 2014.  Contract funds in the amount of $8,737,705 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-13-D-3013).

Raytheon Co., Tucson, Ariz., is being awarded an $8,761,875 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0007) for the replacement of the Pulse Code Modulation (PCM) Encoder due to obsolescence issues for the Tomahawk Missile.  The PCM Encoder is a key component of the Mid-Body Range Safety Subsystem (MRSS) kit, which is installed into flight test configured missiles.  The PCM Encoder samples the flight test missile guidance and avionics telemetry data stream, encodes and formats the data, and provides the telemetry information to the ground monitoring station.  Work will be performed in Tucson, Ariz. (60 percent); Bristol, Pa. (35 percent); Berryville, Ark. (5 percent), and is expected to be completed in March 2015.  Fiscal 2011 and 2012 Weapons Procurement Navy contract funds in the amount of $8,761,875 will be obligated at time of award, $5,510,000 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems Training, Moorestown, N.J., was issued a modification on contract (HQ0276-10-C-0003/P00050).  The total value of this600px-US-MissileDefenseAgency-Seal.svg contract action is $79,693,952,increasing the total contract value from $252,128,157 to $331,822,109.  Under this modification, Aegis Ashore Engineering Agent will provide installation, integration and test of the Aegis Ashore Missile Defense System at the Pacific Missile Range facility, Kauai, Hawaii and at Host Nation 1 facility, Deveselu, Romania.  The work will be performed in Moorestown, N.J., Kauai, Hawaii, and Deveselu, Romania.  The performance period is from the date of award through July 31, 2015.  Fiscal year 2013 Research, Development, Test and Evaluation funds in the amount of $9,241,241 will be used to incrementally fund this effort at award.  Contract funds will not expire at the end of the current fiscal year.  This is not a Foreign Military Sales acquisition.  The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Brasseler USA, Savannah, Ga.*, was issued a modification exercising the first option year on contract (SPM2DE-12-D-7458/P00002).  The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for a maximum $23,303,169 for distribution of a wide range of general dental supplies.  Location of performance is Georgia with an April 8, 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.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Goodrich Corp., Jacksonville, Fla., is being awarded a $7,562,854 cost-plus-fixed-fee contract (HR0011-13-C-0044).  The award is sole-source to Goodrich for the Hybrid Multi-Material Rotor (HMMR) program.  HMMR Phase 3 includes critical scale work in support of risk mitigation associated with the design and manufacturing of hybrid multi-material systems.  The project will culminate with the delivery of a rotor for subsequent government testing.  Work will be performed in Jacksonville, Fla. (67 percent); Groton, Conn. (12 percent); Arlington, Va. (8 percent) and Arvonia, Va., (13 percent).  The estimated completion date is Sept. 30, 2014.  The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va.

DEFENSE THREAT REDUCTION AGENCY

Sanofi Pasteur VaxDesign Corporation of Orlando, Fla., is being awarded a $15,106,789 cost-plus fixed-fee, incrementally-funded contract for research and600px-US-DefenseThreatReductionAgency-Seal.svg development services for the Defense Threat Reduction Agency (DTRA) to further optimize and utilize the invitro biomimetic immune system. The contract award was a direct response to DTRA’s Chem-Bio Broad Agency Announcement. Work will be performed in Orlando, Fla., and at the U.S. Army Medical Research Institute of Infectious Diseases (ASAMRIID) at Fort Detrick, Md., and is expected to be completed March 24, 2017.  Fiscal 2012 Research, Development, Testing and Evaluation funds in the amount of $1,406,191 will be used to incrementally fund this effort at award. The contracting activity is Defense Threat Reduction Agency, Fort Belvoir, Va., (HDTRA1-13-C-0011).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Corp., Orlando, Fla., is being given a $54,354,363 cost-plus-fixed-fee contract modification (HR0011-09-C-0096).  As part of the long range anti-ship missile (LRASM) demonstration program, Lockheed Martin will conduct additional surface-launch risk-reduction work prior to two planned flight demonstrations from a representative vertical launching system canister.  LRASM is a joint DARPA/Office of Naval Research effort to develop and demonstrate standoff anti-ship strike weapon technologies.  Work will be performed in Orlando, Fla., (84.13 percent), Baltimore, Md. (14.24 percent), and Walled Lake, Mich., (1.63 percent).  The work is expected to be completed by Dec. 31, 2014.  The Defense Advanced Research Projects Agency is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Labatt Food Service, San Antonio, Texas, was awarded contract (SPM300-13-D-3659).  The award is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for a maximum $49,500,000 for prime vendor subsistence support.  Location of performance is Texas with a May 5, 2014 performance completion date.  Using military services are Army, Air Force, 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.

Rick Aviation, Inc., Newport News, Va.*, was awarded contract (SP0600-13-D-0084).  The award is a fixed-price with economic-price-adjustment contract for a maximum $12,306,668 for fuel.  Location of performance is Virginia with a March 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, and Newport News/Williamsburg International Airport, Newport News, Va.  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.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $9,800,000 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 Australian-specific non-recurring sustainment activities to include procurement of Autonomic Logistics Information System equipment, and sustainment and logistics support to government non-recurring engineering activities.  Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20600px-US-DeptOfNavy-Seal.svg percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in January 2019.  Contract funds in the amount of $4,900,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Co., Portsmouth, R.I., is being awarded an $8,330,413 cost-plus-fixed-fee modification to existing basic ordering agreement (N00164-12-G-GR79 job order 0002) for engineering and technical services in support of AN/SPS-73(V) surface search radar systems that will be used by the Navy and Coast Guard.  The services are for program management, design engineering, system engineering, technical analysis, programmatic and technical documentation development, safety-related engineering and logistic support.  Work will be performed in Portsmouth, R.I. (98 percent), and Sudbury, Mass. (2 percent), and is expected to be completed by April 2015.  Funding in the amount of $8,330,413 will be obligated at time of award.  Contract funds in the amount $666,433 of will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

Sikorsky Aerospace Maintenance, Stratford, Conn., is being awarded an $8,212,768 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0024) to exercise an option for organizational, selected intermediate, and limited depot-level maintenance for aircraft operated by adversary squadrons.  Work will be performed at the Naval Air Station (NAS) Key West, Fla. (40 percent); NAS Fallon, Nev. (30 percent); and the Marine Corp Air Station, Yuma, Ariz. (30 percent), and is expected to be completed in June 2013.  Fiscal 2013 Operation and Maintenance, Navy Reserve contract funds in the amount of $10,000,000 are being 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.

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $7,277,056 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of ARC electronic radio controls and ancillary equipment for the Air Force F-15C/D aircraft.  Equipment being procured includes 50 C-12719/ARC control radio sets; 50 AM-7526/ARC high power amplifiers; 50 MX-11641/ARC LNA diplexers; 50 RT-1939(C) receiver-transmitters; 6 RT-1747D/ARC receiver-transmitters spares; and 6 C-11898A/ARC control radio sets spares.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in March 2014.  Fiscal 2013 contract funds in the amount of 7,277,056 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_AgencyDEFENSE LOGISTICS AGENCY

Hess Corp., Woodbridge, N.J., was awarded contract (SPE600-13-D-7531).  The award is a fixed-price with economic-price-adjustment contract for a maximum $57,592,508 for direct supply pipeline quality natural gas.  Location of performance is New Jersey with a March 31, 2015 performance completion date.  Using military services are Army, Navy, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2015 service funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Tennier Industries, Inc., Boca Raton, Fla.*, was issued a modification exercising the second option year on contract (SPM1C1-11-D-1071/P00022).  The modification is a firm-fixed-price contract for a maximum $16,545,000 for extreme cold/wet weather jackets.  Locations of performance are Florida and Tennessee with a March 25, 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.

API, LLC, Camuy, Puerto Rico**, was awarded contract (SPM1C1-13-D-1037).  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum $11,606,400 for various types of Permethrin Army combat uniform camouflage coats.  Location of performance is Puerto Rico with a March 18, 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.

JOINT IMPROVISED EXPLOSIVE DEVICE DEFEAT ORGANIZATION

CACI-Wexford Group International, of Vienna, Va., (HQ0682-13-C-0004) is being awarded a $17,918,192 cost-plus-fixed-fee contract for Joint Expeditionary Team Counter-IED (C-IED) operational support services.  The contract will provide rapidly deployable expertise in all aspects of C-IED operations to support U.S. forces in Afghanistan.  The locations of performance are Arlington, Va., and Afghanistan.  Work is expected to be completed by December 2013.  Contract funds will not expire at the end of the current fiscal year.  The contracting activity is the Joint IED Defeat Organization Contract Operations, Arlington Va

NAVY

L-3 Communications Corp., dbs Randtron Antenna Systems, Menlo Park Calif., is being awarded $6,741,252 for delivery order #7003 under previously awarded600px-US-DeptOfNavy-Seal.svgBasic Ordering Agreement (N00383-11-G-004N) for the repair of the Total Radiation Aperture Controlled Antenna (TRAC)-A Rotodome Antenna Overhaul and IFF Mode 5/S upgrade on four of the French Navy’s E-2C OE-335 A/A TRAC-A antennas as well as the TRAC-A Rotary Coupler Assemblies overhaul and IFF Mode 5/S upgrades for six rotary couplers.  Work will be performed in Menlo Park, Calif., and will be completed by March 31, 2015.  Contract funds in the amount of $6,741,252 will be obligated at the time of the award.  This announcement involves foreign military sales and French Navy funds will be utilized.  The funds will not expire at the end of the current fiscal year.  One company was solicited for the non-competitive requirement and one offer was received in response to the solicitation in accordance with 10 U.S.C 2304 (c)(1).  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

General Dynamics Land Systems Inc., Woodbridge, Va., is being awarded a $25,692,736 modification to previously awarded contract (N00024-10-C-5438) to exercise an option for the production of MK46 MOD 2 Gun Weapon Systems, including associated spares and shore based parts.  This option is for the production of two gun weapon systems for the LPD 17 class and six for Littoral Combat Ship (LCS) gun mission modules designated for the LCS 5 through LCS 7.  Work will be performed in Woodbridge, Va. (43 percent); Tallahassee, Fla. (20 percent); Lima, Ohio (14 percent); Westminster, Md. (11 percent); Sterling Heights, Mich. (10 percent); Scranton, Pa. (2 percent), and is expected to be completed by November 2014.  Funding in the amount of $25,692,736 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.

General Dynamics Bath Iron Works, Bath, Maine, is being awarded an $18,006,165 modification to a previously awarded contract (N00024-06-C-2303) to exercise an option for DDG 1000 class services.  This modification provides additional class services associated with the detail design and construction of DDG 1000 class ships.  This work will provide technical and industrial engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship design.  Work will be performed in Bath, Maine, and is expected to be completed by September 2013.  Fiscal 2013 Shipbuilding and Conversion, Navy funding in the amount of $18,006,165 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.

Department of the ArmyARMY

New Mexico State University Physical Science Lab, Las Cruces, N.M., (W9124Q-08-D-0800); Northrop Grumman Technical Services Inc., Herndon, Va., (W9124Q-08-D-0801); and Orbital Sciences Corp., Chandler, Ariz., (W9124Q-08-D-0803) were awarded a $150,000,000 cost-plus-fixed-fee contract among three vendors.  The award will provide for the theoretical studies and engineering research support for the Army, Navy and Air Force Research and Development programs.  Work location will be determined with each order, with an estimated completion date of March 16, 2018.  Four bids were solicited, with four bids received.  The U.S. Army Contracting Command, White Sands Missile Range, N.M., is the contracting activity.

Technology and Supply Management LLC, Fairfax, Va., was awarded a $29,429,017 firm-fixed-price contract.  The award will provide for the delivery and assembly of one-story and two-story energy efficient shelters to Camp Buehring, Kuwait.  Work location will be determined with each order, with an estimated completion date of March 16, 2015.  The bid was solicited through the Internet, with 16 bids received.  The U.S. Army Contracting Command, Picatinny Arsenal, Ala., is the contracting activity (W15QKN-13-D-0043).

Ace Engineering Inc., La Verne, Calif., was awarded a $9,433,788 firm-fixed-price contract.  The award will provide for the construction of a predator launch and recovery element at Fort Huachuca, Ariz.  Work will be performed in Sierra Vista, Ariz., with an estimated completion date of May 15, 2014.  The bid was solicited through the Internet, with 16 bids received.  The National Guard Bureau, Phoenix, Ariz., is the contracting activity (W912L2-13-C-0001).

Science Applications International Corp., McLean, Va., was awarded an $8,649,830 cost-plus-fixed-fee contract.  The award will provide for information technology support services.  Work will be performed in Fort Belvoir, Va., with an estimated completion date of March 15, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0016).

L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $7,515,787 firm-fixed-price contract.  This is a contract modification to procure M734A1 fuzes.  Work will be performed in Cincinnati, with an estimated completion date of Feb. 28, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-10-C-0015).

DEFENSE LOGISTICS AGENCY

Zimmer US, Inc., Warsaw, Ind., was issued a modification exercising the second option year on contract (SPM2DE-11-D-7232/P00007).  The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for a maximum $69,239,944 for orthopedic hip, knee, spine, and extremity

Defense_Logistics_Agency “procedural packages, instrumentation sets and auxiliary products needed for implantation.”  Location of performance is Indiana with a March 24, 2014, performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  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.

Atmos Energy Marketing, LLC., Houston, Texas, was awarded contract (SPE600-13-D-7505).  The award is a fixed-price with economic-price-adjustment contract with a maximum $30,834,925 for natural gas.  Location of performance is Texas with an April 30, 2015, performance completion date.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  There were 14 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.

Pentaq Manufacturing Corp., Sabana Grande, Puerto Rico*, was awarded contract (SPM1C1-13-D-1036).  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum $27,244,510 for various types of Permethrin Army Combat Uniform Camouflage coats.  Location of performance is Puerto Rico with a March 17, 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.

CenterPoint Energy Services, Inc., Tulsa Okla., was awarded contract (SPE600-13-D-7506).  The award is a fixed-price with economic-price-adjustment contract with a maximum $24,428,524 for natural gas.  Location of performance is Oklahoma with an April 30, 2015, performance completion date.  Using military services are Army, Air Force and federal civilian agencies.  There were 14 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.

Colonial Energy, Inc., Fairfax, Va., was awarded contract (SPE600-13-D-7509).  The award is a fixed-price with economic-price-adjustment contract with a maximum $11,635,435 for natural gas.  Location of performance is Virginia with an April 30, 2015, performance completion date.  Using military service is Army.  There were 14 responses to the Web solicitation.  Type of appropriation is fiscal 2013 through 2015 Army funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Interconn Resources, L.L.C., Birmingham, Ala.,* was awarded contract (SPE600-13-D-7510).  The award is a fixed-price with economic-price-adjustment contract with a maximum $9,957,341 for natural gas.  Location of performance is Alabama with an April 30, 2015, performance completion date.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  There were 14 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.

Gas South, Atlanta, Ga.*, was awarded contract (SPE600-13-D-7521).  The award is a fixed-price with economic-price-adjustment for a maximum $6,854,991 for Direct Supply Pipeline Quality Natural Gas.  Location of performance is Georgia with a March 31, 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 Service funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

600px-US-DeptOfNavy-Seal.svgNAVY

Leupold & Stevens Inc., Beaverton Ore., is being awarded a $42,805,960 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the enhanced combat optical sight-optimized systems.  Work will be performed in Beaverton, Ore., and is expected to be completed by March 2018.  Fiscal 2013 Working Capital funds in the amount of $40,446 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively awarded via the Navy Electronic Commerce On-Line website, with four offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-13-D-JQ12).

General Dynamics National Steel and Shipbuilding Co., San Diego, Calif., is being awarded an $18,690,240 modification to a previously awarded contract (N00024-12-C-2400) for the post shakedown availability of USS Anchorage (LPD 23).  Specific efforts include program management, planning, engineering, design, liaison, scheduling, labor and procurement of incidental material in support of the post shakedown availability.  Work will be performed in San Diego, Calif., and is expected to be completed by December 2014.  Fiscal 2005 and 2013 Shipbuilding and Conversion, Navy funding in the amount of $6,000,000 will be obligated at time of contract award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Science Applications International Corp.,Arlington Va., is being awarded a $9,468,199 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 $10,064,377.  Work will be performed in Arlington, Va., and work is expected to be completed June 17, 2014.  If all options are exercised, work will continue through Dec. 17, 2014.  Fiscal 2013 Research, Development, Test and Evaluation contract funds in the amount of $2,793,488 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via a Defense Advanced Research Projects Agencybroad agency announcement (BAA 11-24), and published on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with 18 proposals received and four recommended for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-C-4007).

Aimpoint Inc., Chantilly, Va., is being awarded an $8,656,058 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the enhanced combat optical sight-optimized systems.  Work will be performed in Jagershillgatan, Sweden, and is expected to be completed by March 2018.  Fiscal 2013 Working Capital funds in the amount of $9,378 is being obligated at the time of award and will expire at the end of the current fiscal year.  This contract was competitively awarded via the Navy Electronic Commerce On-Line website, with four offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-13-D-JQ14).

Iris Technology Corp., Irvine, Calif., is being awarded $7,811,874 for firm-fixed-price delivery order #0002 under previously awarded contract (M67854-12-D-5049) for the procurement of 1,563 solar power adaptors (SPA II) in support of the program manager, Expeditionary Power Systems.  The 1,563 solar power adaptors will be procured to meet continuing need for these items in support of on-going deployed operations, equipment reset, and commonality across the Marine Corps.  The second generation solar power adaptor (SPA II) is the solar energy collector, electronic control, and energy storage mechanism of a tactically deployable renewable energy system that is light enough to be man-portable.  The SPA II is planned for usage by the various Marine Corps communities in rugged and austere environments to power radios, computers, and charge multiple types of batteries.  Work will be performed in Irvine, Calif., and is expected to be completed by August 2013.  Fiscal 2011 procurement funds in the amount of $7,811,874 will be obligated at the time of award and will expire at the end of the current fiscal year.  The base contract was competitively procured, with three offers received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

AIR FORCE

First RF Corp.,Boulder, Colo., (FA8750-13-D-0049) is being awarded a $24,900,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Small Business Innovation Research Program (Phase III) effort to research, develop, test, evaluate and deploy advanced radio frequency systems.  The location of the performance is Boulder, Colo.  Type of appropriation is fiscal 2013.  Work is expected to be completed by March 2019.  The contracting activity is AFRL/RIKD, Rome, N.Y 356px-Seal_of_the_US_Air_Force.svg

Lockheed Martin Space Systems Company, Sunnyvale, Calif., (FA8810-13-C-0002) is being awarded a $105,868,182 cost-plus incentive-fee and fixed-price incentive-firm contract for contractor logistics support, legacy sustainment and combined task force support for the Space Based Infrared Systems.  The location of the performance is Colorado Springs, Colo.  Work is expected to be completed by Sept. 30, 2016.  Type of appropriation is fiscal 2013.  The contracting activity is SMC/ISK, Los Angeles Air Force Base, Calif.

The Boeing Co., St. Louis, Mo., (FA8681-13-D-0102) is being awarded a $99,900,000 firm-fixed-price, cost-plus-fixed-fee and indefinite- quantity/indefinite-delivery contract for production assets, spares, repairs and sustainment for the joint direct attack munitions system.  The location of the performance is St. Louis, Mo.  Work is expected to be completed by Jan. 31, 2016.  Type of appropriation is foreign military sales funding.  The contracting activity is AFLCMC/EBDK, Eglin Air Force Base, Fla.  Contract involves foreign military sales.

Vital Link Inc., Sealy, Texas, (FA8519-13-D-0001) is being awarded a $73,540,000 indefinite-delivery/indefinite-quantity contract for repair, refurbishment and relocation of the fleet of T-9, T-10/T-11 and T-12 Noise Suppression Facilities.  The locations of the performance are Dyess Air Force Base, Texas; Eglin AFB, Fla.; Ellsworth AFB, S.D.; Tinker AFB, Okla.; Hill AFB, Utah; Kadena Air Base, Japan; Kirtland AFB, N.M.; Lackland AFB, Texas; Kunsan AB, Korea; Langley AFB, Va.; Luke AFB, Ariz.; Moody AFB, Ga.; Buckley AFB, Colo.; Mountain Home AFB, Idaho; Minot AFB, N.D.; Nellis AFB, Nev.; Osan AB, Korea; McGhee-Tyson Air National Guard Bureau, Tenn.; Barksdale AFB. La.; Royal Air Force Lakenhealth, United Kingdom; Bradley Field ANGB, Conn.; McGuire AFB, N.J.; McConnell AFB, Kan.; Offutt AFB, N.E.; Robins AFB, Ga.; Scott AFB, Ill.; Whiteman AFB, Mo.;  Spangdahlem AB, Germany; Andrews AFB. Md.; Shaw AFB, S.C.; Seymour Johnson AFB, N.C.; Tyndall AFB, Fla.; Homestead AFB, Fla.; Elmendorf AFB, Alaska; Eielsen AFB, Alaska; Hickam AFB, Hawaii; Holloman AFB, N.M.; Laughlin AFB, Texas; Randolph AFB, Texas; Sheppard AFB, Texas; Vance AFB, Okla.; Columbus AFB, Miss.; Ramstein AB, Germany; Aviano AB, Italy; Springfield, Ill.; Sandston, Va.; Klamath, Ore.; St. Louis, Mo.; Columbia, S.C.; Burlington, Vt.; Belle Chasse, La.; Cape Cod, Maine; Hartford, Conn.; Westfield, Maine; Detroit, Mich.; Boise, Idaho; Springfield, Ohio; Swanton, Ohio; Sioux City, Iowa; Sioux Falls, S.D.; San Juan, Puerto Rico; Madison, Wis.; Tucson, Ariz.; Tulsa, Okla.; Fort Worth, Texas; Des Moines, Iowa; Montgomery, Ala.; Duluth, Minn.; Houston, Texas; Fresno, Calif.; Fort Smith, Ariz.; Syracuse, N.Y.; Fargo, N.D.; Terre Haute, Ind.; Jacksonville, Fla.; Pleasantville, N.J. and Great Falls, Mont.  Work is expected to be completed by March 14, 2014.  Type of appropriation is fiscal 2013 through 2014 depot purchase equipment maintenance funds.  The contracting activity is AFLCMC/WNKBBA, Robins Air Force Base, Ga.

InDyne Inc., Reston, Va., (F04684-03-C-0050, P00440) is being awarded a $34,107,547.11 contract modification for range operations, communications and information services.  The locations of the performance are Vandenberg Air Force Base, Calif.; Pilliar Point, Calif.; Anderson Peak, Calif. and Santa Barbara, Calif.  Work is expected to be completed by Sep. 30, 2013.  Type of appropriation is fiscal 2013.  The contracting activity is 30 CONS/LGCZG, Vandenberg AFB, Calif.

Sierra Nevada Corp., Sparks, Nev., (FA8750-13-C-0021) is being awarded a $10,064,926 cost-plus-fixed-fee contract for interface to operational systems for the functional development model.  The location of the performance is Sparks, Nev.  Work is expected to be completed by Feb. 28, 2015.  Type of appropriation is fiscal 2012.  The contracting activity is AFRL/RIKF, Rome, N.Y.

600px-US-DeptOfNavy-Seal.svgNAVY

 Lockheed Martin Corp., Baltimore, Md., is being awarded a $32,820,176 modification to previously awarded contract (N00024-11-C-2300) to exercise options for class service efforts and special studies, analyses and reviews for the Littoral Combat Ship (LCS) program.  Lockheed Martin will assess engineering and production challenges and evaluate the cost and schedule risks from affordability efforts to reduce LCS acquisition and lifecycle costs.  Work will be performed in Hampton, Va. (32 percent); Marinette, Wis. (27 percent); Moorestown, N.J. (22 percent), and Washington, D.C. (19 percent), and is expected to be complete by March 2014.  Fiscal 2012 Shipbuilding and Conversion, Navy funding in the amount of $32,820,176 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.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $28,557,888 modification to previously awarded contract (N00024-06-C-6311) to provide engineering and production planning services for mission packages that will deploy from and integrate with the Littoral Combat Ship (LCS).  The Navy’s plan is to use continuous evaluation of system maturity through a disciplined system engineering framework to improve mission capability in identified mission areas. LCSs Mission Packages will be optimized for flexibility in the littorals.  Mission package capabilities are currently focused on primary mission areas of mine warfare emphasizing mine countermeasures, littoral anti-submarine warfare, and littoral surface warfare operations, including prosecution of small boats.  The LCSs Mission Packages are developed and acquired separately from the LCSs seaframe.   Work will be performed in Portsmouth, Va. (32 percent); Huntsville, Ala. (25 percent); Bethpage, N.Y. (21 percent); Manchester, N.H. (11 percent); Silver Creek, N.Y. (10 percent); Hollywood, Md. (1 percent), and is expected to be completed by September 2014.  Fiscal 2012 Operations & Maintenance, Navy funding in the amount of $28,557,888 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.

Austal USA LLC., Mobile, Ala., is being awarded a $19,987,274 modification to previously awarded contract (N00024-11-C-2301) to exercise options for class service efforts and special studies, analyses and reviews for the Littoral Combat Ship (LCS) program.  Austal USA LLC., will assess engineering and production challenges and evaluate the cost and schedule risks from affordability efforts to reduce LCS acquisition and lifecycle costs.  Work will be performed in Mobile, Ala. (72 percent) and Pittsfield, Mass. (28 percent), and is expected to complete by March 2014.  Fiscal 2012 Shipbuilding and Conversion, Navy funding in the amount of $19,987,274 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.

L-3 Communications Corp., Londonderry, N.H., is being awarded a $12,449,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for spare parts for AN/PVS-15, AN/PVS-18 and AN/PVS-31 night vision goggles.  Work will be performed in Londonderry, N.H., and is expected to be completed by March 2018.  Fiscal 2013 Procurement, Defense Activity funding in the amount of $365,668 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract is being awarded sole source in accordance with 10 U.S.C. 2304(c)(1), as implemented in FAR 6.302-1.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-JQ04).

3 Phoenix Inc.*, Chantilly, Va., is being awarded a $6,886,142 modification to previously awarded SBIR Phase III contract (N63394-10-C-1200) for additional engineering and system integration support for the AN/SPS-74 periscope detection radars system program.  This effort includes equipment, engineering services, and field services in support of in-service engineering requirements as well as material and services required for equipment changes, repair, and spare and repair parts.  The contractor will provide drawings, software engineering, and documentation development in support of the AN/SPS-74 periscope detection radars system.  Work will be performed in Wake Forest, N.C., and is expected to be completed by March 2015.  Fiscal 2012 Research, Development, Testing and Evaluation funding in the amount of $6,886,142 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, Port Hueneme, Calif. is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Sensors, Moorestown, N.Jersey is being awarded a sole source, cost-plus-award-fee contract modification to exercise600px-US-MissileDefenseAgency-Seal.svg an option to, under contract # HQ0276-10-C-0001.  The value of this contract modification is $24,023,258, increasing the total contract value from $1,316,430,438 to $1,340,453,696.  Under this modification, the contractor will support advanced concepts initiatives by the Aegis Ballistic Missile Defense Program Office to identify technology for introduction into present and future Aegis Ballistic Missile Defense Baselines/Spirals.  The work will be performed in Moorestown, New Jersey.   The performance period is from the date of award through December 31, 2013.  Fiscal 2013 Research, Development, Test and Evaluation funds will be used to incrementally fund this initial effort.  Contract funds will not expire at the end of the current fiscal year.  This is not a Foreign Military Sales acquisition.  Missile Defense Agency, Dahlgren, Va., is the contracting activity (HQ0276).

Department of the ArmyARMY

Dynamics Information Technology, Fairfax, Va., was awarded a $23,180,449 cost-plus-fixed-fee incrementally-funded contract.  This increment is worth $2,092,939.  This is a modification of an existing contract to continue services in support of the U.S. Air Force simulation, training and experimentation program.  Work will be performed in Fairfax, with an estimated completion date of March 26, 2015.  One bid was solicited, with one bid received.  The U.S. Army Program Executive Office for Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity (W900KK-07-D-0715).

CAE USA Inc., Tampa, Fla., was awarded an $18,193,388 firm-fixed-price contract.  The award will provide for the construction of a training facility at Al Mubarak Air Base, Kuwait.  This contract is in support of foreign military sales.  Work will be performed in Kuwait, with an estimated completion date of Sept. 8, 2014.  One bid was solicited, with one bid received.  The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-13-C-0016).

Inuit Services Inc., Nome, Ark., was awarded an $18,183,760 firm-fixed-price contract.  The award will provide for the base operations support services for Fort McCoy, Wis.  Work will be performed in Fort McCoy, with an estimated completion date of Dec. 31, 2015.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Contracting Command, Fort McCoy, Wis., is the contracting activity (W911SA-13-D-0005).

Advanced Electronics Co., Ltd., Riyadh, Saudi Arabia, was awarded a $12,656,358 firm-fixed-price contract.  The award will provide for the procurement of Panther radios.  This contract is in support of foreign military sales.  Work will be performed in Saudi Arabia, with an estimated completion date of Dec. 31, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0142).

IAP World Services, Cape Canaveral, Fla., was awarded a $7,929,000 cost-plus-fixed-fee contract.  This is a modification of an existing contract to continue caretaker services at the former Walter Reed Army Medical Center.  Work will be performed in Washington, D.C., with an estimated completion date of Sept. 15, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-3027).

The Boeing Co., Mesa, Ariz., was awarded a $7,226,490 firm-fixed-price contract.  This is a modification of an existing contract to exercise the option for Apache Block III contractor logistics support.  Work will be performed in Mesa, with an estimated completion date of Nov. 30, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-C-0161).

Northrop Grumman Information Technology Inc., McLean, Va., was awarded a $5,428,394 cost-plus-fixed-fee contract.  This is a modification of an existing contract to continue the production and support services of the lower tactical Internet data products.  Work location will be determined with each order, with an estimated completion date of Sept. 12, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91QUZ-07-D-0005).

DEFENSE LOGISTICS AGENCY

Colonial Energy Inc., Fairfax, Va., was awarded contract SPE600-13-D-7529.  The award is a fixed-price with economic-price-adjustment for a maximum $15,813,276 for direct supply pipeline quality natural gas.  Location of performance is Virginia with a March 31, 2015 performance completion date.  Using military Defense_Logistics_Agencyservices are Navy.  Type of appropriation is fiscal 2013 through fiscal 2015 Navy funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Integrys Energy Services, De Pere, Wis., was awarded contract SPE600-13-D-7523.  The award is a fixed-price with economic-price-adjustment for a maximum $14,907,210 for direct supply pipeline quality natural gas to the northeast region.  Location of performance is Wisconsin with a March 31, 2015 performance completion date.  Using military services are Army, Navy, Marine Corps, Coast Guard, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2015 Service funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Corp., Moorestown, N.J., is being awarded an $11,037,154 cost-plus-fixed-fee contract (HR0011-13-C-0038). The statement of work for this effort is classified.  Work will be performed in Moorestown, N.J. (100 percent).  The work is expected to be completed by March 14, 2016.  The Defense Advanced Research Projects Agency is the contracting activity.

Science Applications International Corp., McLean, Va., is being awarded an $8,086,263 cost-plus-fixed-fee contract (HR0011-13-C-0040).  The statement of work for this effort is classified.  Work will be performed in McLean, Va. (100 percent).  The work is expected to be completed by March 14, 2016.  The Defense Advanced Research Projects Agency is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

The Boeing Co., St. Louis, Mo., is being awarded a revised not-to-exceed amount of $3,543,500,000 contract modification (FA8505-12-C-0001, P00004) for country standard time compliance technical order development, integration and testing fabrication of trial kits to support validation and verification activities, procurement of 68 F-15S to SA conversion kits and the procurement and installation of four base stand-up kits.  This modification is a decrease of $456,160,000 for a revised not-to-exceed of $3,543,500,000 for the F-15 S/SA conversion and provisioning program.  The location of the performance is St. Louis, Mo.  Work is expected to be completed by Dec. 19, 2019.  Type of appropriation is fiscal 2012 through fiscal 2013.  The contracting activity is AFLCMC/WWKA, Robins Air Force Base, Ga.  Contract involves foreign military sales.

 Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $173,643,542 firm-fixed-price, cost-reimbursable-no-fee, time and material contract (FA8523-13-D-0002) for sustainment of the LITENING Targeting Pod System.  The location of performance is Rolling Meadows, Ill.  Work is expected to be completed by Dec. 31, 2017.  Type of appropriation is fiscal 2013.  The contracting activity is AFLCMC/WNKCA, Robins Air Force Base, Ga.

NAVY

The Boeing Co., Seattle, Wash., is being awarded a $128,393,761 modification to a previously awarded cost-plus-award-fee contract (N00019-04-C-3146) for engineering labor to perform extended lifetime fatigue testing, teardown, and post-teardown analysis of the P-8A airframe under the P-8A System Development and Demonstration Program.  The engineering tasks and analyses are necessary to authorize P-8A operations for up to 150 percent of the specified service life of the airframe,600px-US-DeptOfNavy-Seal.svg dependent upon the results of the extended lifetime testing.  Work will be performed in Seattle, Wash. (95 percent), and St. Louis, Mo. (5 percent), and is expected to be completed in December 2018.  Fiscal 2013 Research, Development, Testing and Evaluation, Navy contract funds in the amount of $128,393,761 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.

Tetra Tech EC Inc., Virginia Beach, Va., is being awarded an indefinite-delivery-indefinite-quantity, cost-plus-award-fee contract with a maximum amount of $100,000,000 for environmental remediation services for projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR).  No task orders are being issued at this time.  Work will be performed primarily within the NAVFAC Atlantic AOR which includes North Carolina (29 percent); Virginia (25 percent); Maryland (15 percent); Connecticut (5 percent); Maine (5 percent); Massechusetts (5 percent); Washington, D.C. (5 percent); Africa (5 percent); Pennsylvania (4 percent); West Virginia (1 percent); and Vieques, Puerto Rico (1 percent).  Although principle geographical areas are identified for the contract, the contractor may be required to perform work at any Navy or Marine Corps activity in the AOR covered by NAVFAC Atlantic.  Work may also be added and performed anywhere outside of NAVFAC Atlantic’s AOR, as required by the government.  The term of the contract is not to exceed 60 months with an expected completion date of March 2018.  Fiscal 2013 Environmental Restoration, Navy contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-13-D-8007).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

LB and B Associates Inc., Columbia, Md., was awarded contract SP0600-13-C-5307.  The award is a firm-fixed-price for a minimum $21,623,595 for bulk contractor owned-contractor operated fuel receipt, storage, and issue services, storage and maintenance services at an existing retail government owned-contractor operator self-service fuel ground station.  Locations of performance are Cape Canaveral Air Force Station and Maryland with a Sept. 30, 2018 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2014 through fiscal 2018 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

DL FMS Joint Venture*, Clover, S.C., was awarded contract SP0600-13-C-5323.  The award is a firm-fixed-price contract for a minimum $12,460,291 for operation, maintenance, product quality surveillance, inventory control and accounting, security, safety, and plant protection.  Locations of performance are South Carolina and California with a March 31, 2018 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Raytheon Co., Marlborough, Mass., is being awarded a $21,556,370 cost-plus-fixed-fee contract (HR0011-13-C-0039).  The statement of work for this effort is classified.  Work will be performed in Marlborough, Mass. (60 percent) and Cambridge, Mass. (40 percent).  The work is expected to be completed by March 13, 2016.  The Defense Advanced Research Projects Agency is the contracting activity.

California Institute of Technology, Pasadena, Calif. is being awarded a $15,150,012 modification to a cooperative agreement (HR0011-11-2-0006).  This modification is for the autonomous diagnostics to enable prevention and therapeutics:  diagnostics on demand (ADEPT: DxOD) program.  The digital slipchip platform for use in limited resource settings (LRS) will be designed to provide analytic parity with the equipment typically used in reference laboratories, yet with a user experience and robustness that would permit clinical laboratory improvement amendments (CLIA)-waived status.  To allow for a high level of medical care, the device will be readable with a cell phone, so results can be transmitted to reference laboratories or remote physicians.  Work will be performed in Pasadena, Calif., (99 percent) and Alachua, Fla., (1 percent).  The work is expected to be completed by August, 2014.  The Defense Advanced Research Projects Agency is the contracting activity.

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

The Lincoln Public Schools, Lincoln, Mass., was awarded a $11,259,242 firm-fixed-price contract modification exercising the first of four option periods of service contract number HEVAS6-12-C-0001.  The contract is for comprehensive education program services, grades pre-Kindergarten through eighth, servicing eligible dependent children of Department of Defense personnel residing on Hanscom Air Force Base, Massachusetts.  The period of performance for this option is through June 30, 2014.  The contracting activity for this action is DoDEA/DDESS, Peachtree City, Ga.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

pledge-footer_original

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

Comments are closed.

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: