DOD AWARDED CONTRACTS
ARMY
Jorge Scientific Corp., Alexandria, Va., was awarded a $22,000,000 modification (No. P00013), to a previously awarded cost-plus-fixed-fee, foreign-military-sales contract (W911QX-12-C-0011), for research and development services in support of the legacy doctrine. This FMS contract is in support of Afghanistan. The cumulative total value of this contract is now $151,403,040. Work will be performed in Afghanistan. Fiscal 2013 procurement funds are being obligated on this award. The Army Contracting Command, Adelphi, Md., is the contracting activity.
MedTrust LLC, San Antonio, Texas, was awarded a firm-fixed-price contract with a maximum value of $20,382,532 for various medical services. Work location and type of appropriation will be determined with each task order. One bid was solicited, with one bid received. The Army Medical Command, Fort Sam Houston, Texas, is the contracting activity (W81K00-13-D-0003).
Technology Service Corp., Silver Spring, Md., was awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract with a maximum value of $19,000,000 for the development of a route optimization for survivability against sensors system. Work will be performed in Fort Eustis, Va. Fiscal 2013 Research, Development, Technology and Evaluation contract funds are being obligated on this award. One bid was solicited, with one bid received. The Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911W6-13-D-0010).
Immersive Media Tactical Solutions LLC, Fredericksburg, Va., was awarded a firm-fixed-price contract with a maximum value of $14,456,145 for the procurement of route convoy patrol recorders and associated services. Work location and type of appropriation will be determined with each order. The bid was solicited through the Internet, with one bid received. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-D-0008).
Choctaw Contracting Services, Durant, Okla., was awarded a firm-fixed-price contract with a maximum value of $12,929,114 for health care services. Work location and type of appropriation will be determined with each order. One bid was solicited, with one bid received. The Army Medical Command, Fort Sam Houston, Texas, is the contracting activity (W81K00-13-D-0002).
Weeks Marine Inc., Covington, La., was awarded a firm-fixed-price contract with a maximum value of $9,500,150 for flood control and emergency repair services. Work will be performed in Cape May, N.J. Fiscal 2013 Operations and Maintenance contract funds are being obligated on this award. The bid was solicited through the Internet, with four bids received. The Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-13-C-0013).
Sierra Nevada Corp., Sparks, Nev., was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a maximum value of $8,000,000 for services in support of the helicopter autonomous landing system. Work location and type of appropriation will be determined with each order. The bid was solicited through the Internet, with one bid received. The Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911W6-13-D-0007).
Oasis Systems LLC, Lexington, Mass., is being awarded a $11,815,725 cost-plus-fixed-fee, cost-reimbursable for professional acquisition support services. Work will be primarily performed at Hanscom Air Force Base, Mass., but also at Wright-Patterson Air Force Base, Ohio; Maxwell Air Force Base-Gunter Annex, Ala.; Randolph and Lackland Air Force Base, Texas with an expected completion date of Oct. 17, 2013. The maximum dollar value, including the base period and option years, is $11,815,725. Fiscal 2013 funds in the amount of $4,209,487 are being obligated at time of award. This contract was a sole-source acquisition. Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Mass., is the contracting activity (FA8721-13-C-0025).
Quantech Services, Inc., Lexington, Mass., is being awarded a $9,525,293 cost-plus-fixed-fee, cost-reimbursable contract for professional acquisition support services. Work will be primarily performed at Hanscom Air Force Base, Mass., but also at Wright-Patterson Air Force Base, Ohio, Maxwell Air Force Base-Gunter Annex, Ala.; Randolph and Lackland Air Force Base, Texas with an expected completion date of Oct. 17, 2013. Fiscal 2013 funds in the amount of $5,609,562 are being obligated at time of award. This contract was a sole-source acquisition. The Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Mass., is the contracting activity is the contracting activity (FA8721-13-C-0016)
Lockheed Martin Corp., Marietta, Ga., is being awarded a $9,250,005 contract modification (P00162) for C-130J Group A large aircraft infrared countermeasures kits. Work will be performed at Greenville, S.C., with an expected completion date of March 31, 2015. The total cumulative face value of the contract (FA8625-11-C-6597) is $1,621,177,812. Fiscal 2011 funds are being used. The Air Force Life Cycle Management Center/WLNNC is the contracting activity.
PE Systems, Inc., Littleton, Mass., is being awarded a $9,068,048 cost-plus-fixed-fee, cost-reimbursable for professional acquisition support services. Work will be primarily performed at Hanscom Air Force Base, Mass., but also at Wright-Patterson Air Force Base, Ohio, Maxwell Air Force Base-Gunter Annex, Ala.; Randolph and Lackland Air Force Base, Texas with an expected completion date of Oct. 17, 2013. Fiscal 2013 funds in the amount of $8,499,547 are being obligated at time of award. This contract was a sole source acquisition. The Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Mass., is the contracting activity (FA8721-13-C-0029).
Odyssey Systems Consulting Group, Wakefield, Mass., is being awarded a $8,565,546 cost-plus-fixed-fee, cost-reimbursable contract for professional acquisition support services. Work will be primarily performed at Hanscom Air Force Base, Mass., but also at Wright-Patterson Air Force Base, Ohio, Maxwell Air Force Base-Gunter Annex, Ala.; Randolph and Lackland Air Force Base, Texas with an expected completion date of Oct. 17, 2013. The maximum dollar value is $8,565,546. Fiscal 2013 funds in the amount of $2,985,859 are being obligated at time of award. This contract was a sole-source acquisition. Air Force Life Cycle Management Center, Hanscom Air Force Base, Mass., is the contracting activity (FA8721-13-C-0022).
DEFENSE LOGISTICS AGENCY
Golden Manufacturing Company, Inc.,* Golden, Miss., has been awarded a maximum $55,349,415 contract for various types of Permethrin Army Combat Uniform coats. The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Mississippi with an April 16, 2014 performance completion date. Using military service is Army. 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.; (SPM1C1-13-D-1047).
AFI, LLC** Camuy, Puerto Rico, has been awarded a maximum $43,337,008 contract for various types of Permethrin Army Combat Uniform trousers. The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico with an April 16, 2014 performance completion date. Using military service is Army. 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.; (SPM1C1-13-D-1044).
Dental Health Products,* New Franken, Wis., has been awarded a maximum $41,496,000 modification (P00001) exercising the first option year for distribution of a wide range of general dental supplies. The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Wisconsin with an April 27, 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 Defense Working Capital Funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.; (SPM2DE-12-D-7459).
Henry Schein, Inc., Melville, N.Y., has been awarded a maximum $23,202,450 modification exercising the third option year for laboratory supplies and wares. The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is New York with an April 25, 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., (SPM2DE-10-D-7342/P00008).
Communications and Power Industries, LLC, Microwave Power Products Division, Palo Alto, Calif., is being awarded a $9,058,598 firm-fixed-price requirements contract to repair a total estimated quantity of 625 continuous wave illuminator electron tubes for the AN-SPY radar program, within the AEGIS weapon system. This contract contains four option years, which if exercised, will bring the contract value to $35,291,485. Work will be performed in Palo Alto, Calif., and is expected to be completed by April 2014. If the options are exercised, work will continue through February 2019. Fiscal 2013 Navy Working Capital contract funds in the amount of $9,058,598 will be obligated at the time of the award and will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1). NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-13-D-D006).
Raytheon Co., El Segundo, Calif., is being awarded an $8,640,000 firm-fixed-price delivery order (#0044) against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of three AN/APG-79 Active Electronically Scanned Array Radar Systems in support of the F/A-18 E/F aircraft. Work will be performed in Forrest, Miss. (80 percent), and El Segundo, Calif. (20 percent), and is expected to be completed in December 2014. Fiscal 2012 Aircraft Procurement Navy contract funds in the amount of $8,640,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
TSO Armor and Training, Chesapeake, Va., is being awarded a $7,008,285 firm-fixed-price contract to provide instructor services for the Naval School Explosive Ordnance Disposal to train service members from the Army, Navy, and Air Force in explosive ordnance disposal (EOD) tactics in accordance with the school’s standards to be fully trained EOD technicians. This contract contains two option years, which if exercised, will bring the contract value to $21,031,579. Work will be performed at Eglin Air Force Base, Fla., and the expected completion date is May 31, 2014. If the options are exercised, work will continue through May 31, 2016. Fiscal 2013 Operations and Maintenance, Navy contract funds in the amount of $7,008,285 will be funded at the time of the award and funds will expire before the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with 11 offers received in response to this solicitation. The NAVSUP Fleet Logistics Center Norfolk, Contracting Dept., Philadelphia Office, Philadelphia, Pa., is the contracting activity (N00189-13-C-Z027).
AIR FORCE
United Launch Services, Centennial, Colo., was awarded a $16,895,621 firm-fixed-price contract modification (P00092) for cost-plus, incentive-fee contract (FA8811-11-C-0002) for EELV launch capability. The contract modification pays the fiscal 2013 Atlas Capital depreciation portion of the total cost recoverable previously determined to be recovered over a 15 year period. Type of appropriation is fiscal 2013. The contracting activity is Launch and Range Systems Directorate at the Space and Missile Systems Center, Los Angeles Air Force Base, Calif.
DEFENSE INFORMATION SYSTEMS AGENCY
HighAction, L.L.C., Fairfax, Va., (HC1047-13-D-4001); Soft Tech Consulting, Inc., Chantilly, Va., (HC1047-13-D-4002); Unitech Consulting, L.L.C. doing business as Chameleon Integrated Services, Saint Louis, Mo., (HC1047-13-D-4003); and NOVA Corporation, Chambersburg, Pa., (HC1047-13-D-4004), were each awarded an indefinite-delivery/indefinite-quantity (ID/IQ) contract for the Defense Information Systems Agency Information Technology Enterprise Support Services (DESS). The multiple-award ID/IQ is hybrid in nature with firm-fixed-price, cost-reimbursable, and time-and-materials contract line items. The awardees under this contract will provide support services to operate, maintain, and modernize DISA’s Information Technology (IT) enterprise. The minimum guarantee for each offeror is $5,000 during the base period only, with no guaranteed minimum for any of the option periods. The total amount of all orders placed against these contracts shall not exceed $404,095,000 over the 66-month period. In accordance with the Federal Acquisition Streamlining Act (FASA) and FAR 16.505(b) or DFARS 216.505-70(b)(1) and 216.505-70(b)(2), all awardees will be provided a “fair opportunity” to be considered for each order in excess of $2,500, unless one of the exceptions at FAR 16.505(b)(2) applies. The distribution of the total ceiling value of $404,095,000 will be determined based on the subsequent award of competitive task orders. No individual awardee is guaranteed above the minimum guarantee amount of $5,000 for the base period. Furthermore, the $404,095,000 is a total ceiling value, which cannot be exceeded over the life of the potential five-year contract, provided $404,095,000 in funding is made available over the potential 66-month ordering period. There is no guarantee these contracts will be extended beyond the base year ordering period. No funding is obligated at the basic contract level. Funding will be obligated on subsequent competitively awarded task orders. The period of performance for each of the basic contracts will be for a one-year base period beginning May 1, 2013 through April 30, 2014 with four one-year option periods (if exercised) and a six month extension of services in accordance with FAR 52.217-8 for a total of 66 months. Work will be performed at both continental United States and overseas DISA operating locations. The original solicitation was posted to the Internet as a competitive 8(a) set-aside, with twenty eight proposals received. The Defense Information Technology Contracting Organization, National Capital Region is the contracting activity.
DEFENSE LOGISTICS AGENCY
Combat Medical Systems, LLC,* Fayetteville, N.C., has been awarded a maximum $86,000,000 contract for ventilation, breathing equipment and related accessories. The award is a fixed-price with economic-price-adjustment contract. Location of performance is North Carolina with an April 14, 2018 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, federal civilian agencies and the Veterans Administration. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.,(SPM2D1-13-D-8210).
Sea Box Inc., * Cinnaminson, N.J., has been awarded a maximum $44,409,960 contract for shipping and storage containers. The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New Jersey with an April 13, 2016 performance completion date. Using military service is the Army. Type of appropriation is fiscal 2013 through fiscal 2016 Army Working Capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime-Warren, Warren, Mich., (SPRDL1-13-D-0016).
Berg Manufacturing Inc., * Spokane, Wash., has been awarded a maximum $44,409,960 contract for shipping and storage containers. The award is a firm-fixed-price, indefinite delivery/indefinite-quantity contract. Location of performance is Washington with an April 13, 2016, performance completion date. Using military service is the Army. Type of appropriation is fiscal 2013 through fiscal 2016 Army Working Capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime-Warren, Warren Mich., (SPRDL1-13-D-0019).
Maloy Mobile Storage Inc., * Albuquerque, N.M., has been awarded a maximum $44,409,960 contract for shipping and storage containers. The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New Mexico with an April 13, 2016, performance completion date. Using military service is the Army. Type of appropriation is fiscal 2013 through fiscal 2016 Army Working Capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime-Warren, Warren Mich., (SPRDL1-13-D-0020).
Raytheon Co., Largo, Fla., is being awarded a $30,020,420 cost-plus-fixed-fee and cost-only modification to previously awarded contract (N00024-08-C-5202) for design agent and engineering services in support of the Cooperative Engagement Capabilities (CEC) program. The CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. Work will be performed in St. Petersburg, Fla. (90 percent), and Largo, Fla. (10 percent), and is expected to be completed by September 2013. Fiscal 2012 and 2013 Research, Development, Testing and Evaluation, fiscal 2013 Operations and Maintenance, Navy, fiscal 2013 Shipbuilding and Conversion, Navy, and fiscal 2013 Other Procurement, Navyfunding in the amount of $2,133,982 will be obligated at time of award. Contract funds in the amount of $1,606,328 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
American Overseas Marine Corp., Quincy, Mass., is being awarded a $14,502,237 modification under a previously awarded firm-fixed-price contract (N00033-10-C-5300) to exercise a one-year option period for the operation and maintenance of seven large, medium speed, roll-on/roll-off ships. When activated, these ships will transport equipment in support of deployed U.S. military forces worldwide. Work will be performed in waters worldwide, and work is expected to be completed by April 2014. Fiscal 2013 Working Capital funds in the amount $14,502,237 are obligated for fiscal 2013. Contract funds will expire at the end of the current fiscal year. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-10-C-5300).
Bath Iron Works, Bath, Maine, is being awarded a $12,599,317 modification to previously awarded contract (N00024-09-C-2302) to exercise an option for Littoral Combat Ship (LCS) Class Design Services. LCS Class Design Services provide necessary engineering, program, and technical support for LCS Class ships. This effort includesclass baseline design services, class documentation services, class engineering studies, cost estimating support, LCS ship transition, and liaison for ship construction and post delivery with the class design agent for LCS 6 and follow. Work will be performed in Bath, Maine (52 percent); Pittsfield, Mass. (47 percent); and Mobile, Ala. (1 percent), and is expected to be completed by June 2014. Fiscal 2012 Shipbuilding and Conversion, Navy funding in the amount of $12,599,317 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Raytheon Missile Systems, Tucson, Ariz., is being awarded an $8,627,879 modification to a previously awarded cost-plus-fixed-fee contract (N00019-11-C-0026) services in support of the Phase II AIM-9X System Improvement Program for the Air Force, Navy, and the government of Saudi Arabia, including hardware and software development activities and implementation of security architecture requirements. Work will be performed in Tucson, Ariz., and is expected to be completed in March 2014. Fiscal 2012 Research, Development, Testing and Evaluation, Navy and fiscal 2013 Research, Development, Testing and Evaluation, Air Force contract funds in the amount of $4,029,748 will be obligated at time of award, $529,748 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($5,522,000; 64 percent); Navy ($1,705,879; 19.77 percent); and the government of Saudi Arabia ($1,400,000; 16.23 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
The Canadian Commercial Corp., Ottawa, Ontario, Canada is being awarded a $7,478,757 firm-fixed-pricecontract for Light Armored Vehicle Armor Kits and Ballistic Protection Upgrade Package in support of the Marine Corps program to repair and/or upgrade battle-damaged light armored vehicles. The cumulative value of this contract is $7,478,757. Work will be performed in Ottawa, Ontario, Canada,and is expected to be completed by January 2014. Fiscal 2012 Navy Working Capital funds in the amount of $7,478,757 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract is a sole source in accordance with 10 U.S.C. 2304(c)(1). The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-13-C-0012).
DEFENSE THREAT REDUCTION AGENCY
Agentase LLC, of Pittsburgh, Pa., is being awarded a $12,129,448 cost-plus-fixed-fee contract for research into a Dynamically Responsive Chemical/Biological Agent Defense System for the Defense Threat Reduction Agency in support of the research and development directorate. Bids were solicited via BAA and multiple proposals were received. Work will be performed in Pittsburgh, Pa., and is expected to be completed April 2018. The contracting activity is Defense Threat Reduction Agency, Ft Belvoir, Va., (HDTRA1-13-C -0003).
Sage Management Enterprise, LLC, Columbia, Md., is being awarded a $7,955,374 cost-plus-fixed-fee contract for advanced multi-integration sensor engineering reports. This contract provides advanced systems engineering, research, and analysis of sensors, networks, and ground stations spanning multiple disciplines to enable the future fielding of operational capabilities. The scope of this effort shall include requirements development and management for sensors, develop system specifications and interface standards, develop data standards and concepts of operation. The effort will also perform the necessary research and analysis to perform sensor capability comparisons, capability based planning, development of project scoring methodologies and prioritization of sensor initiatives that align to collection requirements. Fiscal 2013 research and development funds in the amount of $949,200 are being obligated at the time of this award. This was a competitive acquisition and one proposal was received. Work will be performed in Columbia, Md., and is expected to be completed by Nov. 13, 2015. The contracting activity is Air Force Research Laboratory/RIKD, Rome, N.Y (FA8750-13-C-0073).
Dawson Technical LLC., Boerne, Texas (FA8903-13-D-0002); PB&A Inc. Austin, Texas (FA8903-13-D-0003); AGEISS Inc, Evergreen, Colo. (FA8903-13-D-0004); FEDITC LLC., doing business as Federal Integrated Engineering Consulting, San Antonio, Texas (FA8903-13-D-0005); BB&E Consulting Engineers and Professional LLC., Farmington Hills, Mich. (FA8903-13-D-0006), are being awarded a $950,000,000 indefinite-delivery/indefinite-quantity contract with provision to issue firm-fixed-price and cost-plus-fixed-fee task orders for advisory and assistance services (A&AS) in support of the Air Force civil engineer mission. A&AS services will be provided for installation, major command, and other Air Force Civil Engineer Center (AFCEC) customers worldwide. The cumulative total face value for this acquisition is $950,000,000 (maximum). An amount of $3,000 will be obligated on task order 0001 for the initial five prime contracts. Each task order 0001 for all prime contracts will be awarded simultaneously with the basic contracts, for an initial total of $15,000. The ordering period under this contract shall be 24 months from date of contract award and includes three 12-month option periods. This contract was competitively procured, 100 percent small business set-aside with 19 proposals received. The contracting activity is 772 ESS/PKS, Lackland Air Force Base, Texas.
The Boeing Co., St. Louis, Mo., is being awarded a $65,877,538 firm-fixed-price contract for 2,701 Lot 17 Joint Direct Attack Munition (JDAM) tailkits. Work will be performed at St. Louis, Mo., and is expected to be completed by March 31, 2015. The contract involves foreign military sales (FMS); this effort is 100 percent FMS for Israel. The contracting activity is AFLCMC/EBDKI, Eglin Air Force Base, Fla., (FA8681-13-C-0093).
ARMY
Hanjin Intermodal American Inc., Carson, Calif., was awarded a $50,000,000 modification (No. P00016), to a previously awarded firm-fixed-price contract (W52P1J-10-D-0048), for continued line-haul transportation services of locally procured cargo from Kazakhstan to Afghanistan. The total cumulative face value of the contract is now $85,500,000. Fiscal 2013 Operations and Maintenance, Army contract funds are being obligated on this award. The Army Contracting Command, Rock Island, Ill., is the contracting activity.
Schutt Industries, Clintonville, Wis., was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a maximum value of $39,640,560 for the procurement of M200A1 2.5 ton trailers equipped with an anti-lock brake system. Work location will be determined with each order. The type of appropriation will be determined with each order. The bid was solicited through the Internet, with six bids received. The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0079).
The Boeing Co., Mesa, Ariz., was awarded a $36,599,871 modification (No. 0013), to a previously awarded firm-fixed-price contract (W58RGZ-10-G-0006), to procure composite main rotor blades and associated support equipment for the Apache Block III configuration. Fiscal 2012 procurement contract funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
TI2E, Lincoln, Neb., (W912DR-13-D-0013); and Avatar, West Chester, Pa., (W912DR-13-D-0014), were awarded a $12,000,000 multiple award task order, firm-fixed-price, multi-year contract for the removal of hazardous, toxic and radioactive waste and military munitions. Work will take place within Army Corps of Engineers North Atlantic Division area of responsibility. The type of appropriation will be determined with each task order. The bid was solicited through the Internet, with six bids received. The Army Corps of Engineers, Baltimore, Md., is the contracting activity.
Eutaw Construction Co., Inc., Aberdeen, Miss., was awarded a $10,702,665 firm-fixed-priced contract for services in support of the Southeast Louisiana Urban Flood Control project. Work will be performed in Harahan, La. Fiscal 2013 procurement contract funds are being obligated on this award. The bid was solicited through the Internet, with nine bids received. The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0017).
L-3 Communication, San Diego, Calif., was awarded a $10,505,889 firm-fixed-price, FMS contract to procure HF transceivers and components for RT-1606 systems and accessories. This FMS contract is in support of Egypt. Fiscal 2013 procurement contract funds are being obligated on this award. One bid was solicited, with one bid received. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-C-D518).
Argon ST Inc., Fairfax, Va., was awarded a $9,632,695 cost-plus-fixed-fee contract to provide services in support of the Joint Unified Multi-Capable Protection System research and development program. Fiscal 2013 procurement funds are being obligated on this award. The bid was solicited through the Internet, with one bid received. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-C-A202).
Keany Produce Co.*, Landover, Md., has been awarded a maximum $46,619,580 contract for fresh fruit and vegetable support for customers in Virginia. The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract. Location of performance is Maryland with an Oct. 10, 2014, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and U.S. Department of Agriculture school customers. 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., (SPM300-13-D-P188).
Carter Industries Inc.**, Olive Hill, Ky., has been awarded a maximum $12,441,600 modification exercising the second option year for sage green, flyer’s coveralls. The modification is a firm-fixed-price contract. Location of performance is Kentucky with an April 15, 2014, performance completion date. Using military services are 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., (SPM1C1-11-D-1067/P00012).
Alon USA L.P., Dallas, Texas, has been awarded a maximum $11,636,870 contract for aviation turbine fuel. The award is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Texas, with a Sept. 30, 2013 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-0468).
NAVY
iRobot Corp., Bedford, Mass., is being awarded a $28,776,935 modification to previously awarded contract (N00174-11-D-0013) for the procurement of Man Transportable Robotic System production systems, depot level repair parts, spare kits, depot repair services, parts supply, training, engineering enhancements, configuration management and approved accessories. The Man Transportable Robotic System is a small robotic vehicle used by Explosive Ordnance Disposal technicians to conduct remote reconnaissance, render safe, and/or dispose of explosive devices. Work will be performed in Bedford, Mass., and is expected to be completed by April 2014. No funding will be obligated at the time of the award. Fiscal 2013 Operations and Maintenance, Navy and Operations and Maintenance, Army contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity.
General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $9,504,885 firm-fixed-priced modification to previously awarded contract (N00024-12-C-4301) for the execution work necessary to prepare and accomplish maintenance and modernization work of the fiscal 2013 dry-docking selected restricted availability of the USS Hartford (SSN 768). This scope of work encompasses required maintenance activities necessary to maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity. Work will be performed in Groton, Conn. (95 percent), and Quonset Point, R.I. (5 percent), and is expected to be completed by September 2013. Fiscal 2013 Operations and Maintenance, Navy contract funds in the amount of $9,504,885 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Atlas Technologies Inc.*, North Charleston, S.C. (N65236-13-D-4870); Ausgar Technologies, Inc.*, San Diego, Calif. (N65236-13-D-4871); By Light, Professional IT Services, Inc.*, Arlington, Va. (N65236-13-D-4872); Cambridge International Systems Inc.*, Arlington, Va. (N65236-13-D-4873); Case, LLC.*, Alexandria, Va. (N65236-13-D-4874); DKW Communications Inc.*, Washington, D.C. (N65236-13-D-4875); Dynamic Network Enterprises*, Stafford, Va. (N65236-13-D-4876); KinetX Inc.*, Tempe, Ariz. (N65236-13-D-4877); Professional Software Engineering Inc.*, Virginia Beach, Va. (N65236-13-D-4878); and Trace Systems Inc.*, McLean, Va. (N65236-13-D-4879) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus fixed-fee, performance-based contract with provisions for fixed-price-incentive (firm target) and firm-fixed-price task orders. The contracts are for the procurement of transport and computing infrastructure support services including the entire spectrum of non-inherently governmental services and solutions (equipment and services) associated with the full system lifecycle support including research, development, test, evaluation, production and fielding of sustainable, secure, survivable, and interoperable command, control, communication, computers, combat systems, intelligence, surveillance, reconnaissance, information operations, enterprise information services and space capabilities. The cumulative, estimated value (ceiling) of the base year is $49,918,000. These contracts include options which, if exercised, would bring the cumulative value (ceiling) of these contracts to an estimated $249,590,000. Work will be performed worldwide. Work is expected to be completed by April 2014. If all options are exercised, work could continue until April 2018. SPAWAR Systems Center Atlantic Navy Working Capital funds in the amount of $15,000 will be obligated at the time of award as the minimum guarantee and will be split among the 10 awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas. The multiple award contracts were competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S.C. 2304(b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 21 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.
Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $29,478,449 cost-plus-fixed fee contract for design engineering and build for the commercial equivalent equipment, including cabinets, consoles, cables and switches necessary to support the development and test of the Japan Aegis modernization baseline computer programs and equipment. This contract involves Foreign Military Sales (FMS) for the government of Japan (100 percent). Work will be performed in Moorestown, N.J. (83.6 percent); Clearwater, Fla. (16.3 percent); Akron, Ohio (0.1 percent), and is expected to be completed by June 2014. FMS funds in the amount of $26,089,734 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(1)(4). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5111).
Eclipse Group Inc., Annapolis, Md., is being awarded a $22,879,990 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple-award contract for operational and logistics support for ocean testing and related at sea projects. The contractor will be required to provide operational support personnel and specialized equipment such as remotely operated vehicles, diving services, aircraft support, specialized mobilization equipment and vessels with crews and provisioning in support of open ocean sea tests. Work will be performed in Annapolis, Md., and is expected to be completed by April 2016. Fiscal 2013 Shipbuilding and Conversion, Navy funding in the amount of $30,000 will be obligated at the time of the award. Contract funds do not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with four offers received. The Naval Undersea Warfare Center Division, Newport, R.I., is the contracting activity (N66604-13-D-3001).
Seaward Services Inc., New Albany, Ind., is being awarded a $21,849,824 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple-award contract for operational and logistics support for ocean testing and related at sea projects. The contractor will be required to provide operational support personnel and specialized equipment such as remotely operated vehicles, diving services, aircraft support, specialized mobilization equipment and vessels with crews and provisioning in support of open ocean sea tests. Work will be performed in New Albany, Ind., and is expected to be completed by April 2016. Fiscal 2013 Shipbuilding and Conversion, Navy funding in the amount of $30,000 will be obligated at the time of the award. Contract funds do not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with four offers received. The Naval Undersea Warfare Center Division, Newport is the contracting activity (N66604-13-D-0983).
Logos Technologies Inc.*, Arlington, Va., is being awarded an $8,000,994 modification to a previously awarded firm-fixed-price contract (N68335-12-C-0192) to exercise an option for field service representatives, operators, and analysts required to support Persistent Ground Surveillance Systems Kestrel systems deployed outside of the continental United States. This modification is in support of a Phase III Small Business Innovation Research (SBIR) Project under Topic 072-019 entitled “Wide Area Video Image Storage Techniques.” Work will be performed in Afghanistan (90 percent) and Fairfax, Va. (10 percent), and is expected to be completed in October 2013. Fiscal 2013 Operations and Maintenance, Army contract funds in the amount of $8,000,994 are being obligated on this award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.
Logos Technologies Inc.*, Arlington, Va., is being awarded a $7,154,836 modification to delivery order #0003 under previously awarded basic ordering agreement (N68335-10-G-0036) to exercise an option for a field service representatives, operators, analysts, and trainers to support the Persistent Threat Detection Systems deployed outside the continental United States. This modification is in support of a Phase III Small Business Innovation Research (SBIR) project under Topic SB072-019, “Wide Area Video Image Storage Techniques.” Work will be performed in Afghanistan (94 percent) and Fairfax, Va. (6 percent), and is expected to be completed in October 2013. Fiscal 2013 Operations and Maintenance, Army contract funds in the amount of $7,154,836 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.
Foster Caviness Inc.*, Colfax, N.C., has been awarded a maximum $48,600,000 contract for fresh fruit and vegetable support for customers in the Tennessee Zone. The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract. Locations of performance are North Carolina and Tennessee with an Oct. 10, 2014 performance completion date. Using military services are Army, Air Force, Marine Corps, and U.S. Department of Agriculture school customers. 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., (SPM300-13-D-P196).
United Technologies Corp., doing business as Pratt and Whitney, East Hartford, Conn., has been awarded a maximum $12,067,012 contract for vane assemblies. The award is a firm-fixed-price, sole-source contract. Location of performance is Connecticut with a Feb. 28, 2014 performance completion date. Using military service is Air Force. Type of appropriation is fiscal year 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (N00383-12-G-001M-Y84G).
AIR FORCE
General Atomics Aeronautical Systems Inc., Poway, Calif., is being awarded an $18,251,274 firm-fixed-price contract for MQ-1/MQ-9 organic depot activation. Work will be performed at Hill Air Force Base (AFB), Utah, Warner-Robins AFB, Ga., and Tinker AFB, Okla., and is expected to be completed by April 4, 2015. This award is a result of sole-source acquisition. Type of appropriation is fiscal 2011. The contracting activity is AFLCMC/WIIK, Wright-Patterson AFB, Ohio (FA8620-10-G-3038 0044).
L-3 Communication Corp., Greenville, Texas, is being awarded a $9,134,686 firm-fixed-price, cost-reimbursable, time and materials contract for the Republic of Korea Government (ROKG) Peace Pioneer Core and Depot/System Integrated Laboratory Sustainment Program. This task order 0002 effort is engineering, and Program Management Support to include all sustainment operations and management required for the Depot/System Integrated Laboratory, as well as continued management of production, test, and support equipment required to support Peace Pioneer. Work will be performed in Greenville, Texas, and is expected to be completed by March 31, 2015. This award is the result of a sole-source acquisition. The contracting activity is AFCLMC/WINK, Wright-Patterson AFB, Ohio. Contract involves foreign military sales; 100 percent of this contract modification is an unclassified FMS requirement for the ROKG (FA8620-13-G-3002, TO 0002).
Beechcraft Defense Co., LLC., Wichita, Kan., is being awarded a $28,644,355 firm-fixed-price modification contract for Iraq T-6 sustainment (base, life support and security). Work will be performed at Tikrit Air Base, Iraq, and is expected to be completed by Dec. 31, 2013. This contract modification is an unclassified Foreign Military Sales (FMS) requirement for the Government of Iraq. The FMS office will modify the current Government of Iraq T-6A sustainment contract, FA8617-12-C-6194, to provide the necessary services. Dollars are FMS and not tied to a fiscal year. The contracting activity is AFLCMC/WLZI, Wright-Patterson Air Force Base, Ohio (FA8617-12-C-6194-P00007).
BAE Systems Electronics Ltd, Maritime Services Division, Portsmouth, U.K., is being awarded an $8,268,703 modification to previously awarded contract (N61331-08-C-0012) that includes firm-fixed-price contract line item numbers (CLIN) for program management and support and calibration and maintenance services and a cost-plus-fixed-fee CLIN for engineering services support. This modification will complete production and delivery of Archerfish neutralizers (destructor, mine neutralization, Airborne EX64 Mod 0 Archerfish) system upgrade provides a significant reliability and performance improvement to the current MK-105, increasing the U.S. Navy’s capability to conduct quick response, high speed airborne mine countermeasures for the next decade. Work will be performed in Portsmouth, U.K., and is expected to be completed bySeptember 2014. Fiscal 2012 and 2013 Weapons Procurement, Navy funding in the amount of $7,768,703 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 Panama City Division, Panama City, Fla., is the contracting activity.
Comtech EF Data, Tempe, Ariz., is being awarded a $7,548,254 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price contract for development and production of Advanced Time Division Multiple Access (TDMA) Interface Processor (ATIP). The ATIP will replace the legacy TDMA Interface Processor. The ATIP is a Layer-2 ethernet bridging device that will be installed on ship, shore and submarine platforms. It provides transparent bridging capability among internet protocol users that are geographically dispersed and connected via Milstar Medium Data Rate (MDR), Advanced Extremely High Frequency MDR/Extended Data Rate (XDR) or Enhanced Polar XDR links. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $28,350,859. Work will be performed in Tempe, Ariz. (53 percent) and Scottsdale, Ariz. (47 percent), and is expected to be completed by April 2014. If all options are exercised, work could continue until March 2018. Contract funds will not expire at the end of the current fiscal year. Fiscal 2013 Research, Development, Testing and Evaluation contract funds in the amount of $4,500,000 will be obligated at the time of award. This contract was competitively procured with multiple proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with two offers received. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-13-C-0015).
ARMY
McCann World Group Inc., New York, N.Y., was awarded a modification (No. P00010), to a previously awarded fixed-price-award-fee contract (W9124D-11-D-0036), with a maximum value of $192,114,076 for professional marketing and advertising services in support of personnel recruitment and retention programs throughout the Army. The cumulative total face value of this contract is now $565,128,853. Work performance location and type of appropriation will be determined with each order. The Army Contracting Command, Fort Knox, Ky., is the contracting activity.
Northrop Grumman Systems Corp., Carson, Calif., was awarded a $12,443,001 modification (No. P00067), to a previously awarded cost-plus-incentive-fee contract (W31P4Q-07-C-0335), for a four-month extension of services in support of Counter Rocket Artillery Mortar Command and Control System. The cumulative total face value of this contract is now $156,052,528. A combination of fiscal 2013 Research, Development, Testing and Evaluation, Army; and fiscal 2013 Operations and Maintenance, Army; contract funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
Akima Facilities Management LLC., Anchorage, Alaska, was awarded a $13,738,710 modification (No. P00128), to a previously awarded cost-plus-award-fee contract (W911SE-07-C-0013), for installation support services at Fort Gordon, Ga. The cumulative face value of this contract is now $234,506,147. Fiscal 2013 Operations and Maintenance, Army contract funds are being obligated on this award. The Army Contracting Command, Fort Gordon, Ga., is the contracting activity.
Dell, Round Rock, Texas, was awarded a $9,604,789 firm-fixed-price contract. The award will provide for the procurement of desktop computers and tablets. Eleven bids were solicited, with five bids received. Fiscal 2011 Other Procurement, Army funds are being obligated on this award. The Army Contracting Command, Tobyhanna, Pa., is the contracting activity (W91QUZ-06-D-0002).
Northrup Grumman Information Systems, Herndon, Va., is being awarded a $40,500,000 indefinite-delivery/indefinite-quantity contract for research, development, enhancement, integration, deployment and sustainment the Secure Access Baseline for the EnterpRise multi-level access solutions for the Air Force Intelligence, Surveillance and Reconnaissance Agency, Department of Homeland Security, Defense Intelligence Agency, and other intelligence community and Department of Defense customers. Work will be performed at Herndon, Va., and is expected to be completed by April 9, 2018. This award is the result of a competitive acquisition and offers were solicited electronically; one offer was received. Type of appropriation is fiscal 2013. The contracting activity is Air Force Research Laboratory/RIKF, Rome, N.Y. (FA8750-13-D-0134)
Raytheon Co., Goleta, Calif. is being awarded a $35,166,810 firm-fixed delivery order for AN/ALE-50 towed decoys. Work will be performed at Forest, Miss., and is expected to be completed by March 31, 2015. This award is the result of a sole-source acquisition. Type of appropriation is fiscal 2011. Delivery order is multiyear. AFLCMC/WNKCB, Robins Air Force Base, Ga. is the contracting activity; (FA8523-04-D-0001-0087).
NAVY
Lion-Vallen Industries, Dayton, Ohio, is being awarded a $24,796,986 firm-fixed-priced requirements contract for logistics services to manage, support, and operate the Marine Corps consolidated storage program individual issue facility and unit issue facility warehouse network. Contractor support consists of managing infantry combat equipment, chemical, biological, radiological, and nuclear defense equipment, special training allowance pool, soft-walled shelters and camouflage netting, and contractor-owned contractor-operated asset visibility capability system. Work will be performed in Barstow, Calif. (23 percent); Camp Lejuene, N.C. (18 percent); Camp Pendleton, Calif. (13 percent); Okinawa, Japan (10 percent); Miramar, Calif. (9 percent); Camp Geiger, N.C. (7 percent); Twenty-nine Palms, Calif. (4 percent); Cherry Point, N.C. (4 percent); Kaneohe Bay, Hawaii (3 percent); Yuma, Ariz. (2 percent); Beaufort, S. C. (2 percent); Iwakuni, Japan (2 percent); New River, N.C. (2 percent); and Bridgeport, Calif. (1 percent). Work is expected to be completed April 2014. Fiscal 2013 Operation and Maintenance funds in the amount of $24,796,986 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-13-D-0002).
Cardinal health Inc., Waukegan, Ill., has been awarded a maximum $18,625,651 modification exercising the first option year on a one year base contract with four one-year options for various laboratory supplies. The modification is a fixed price with economic price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois with an April 12, 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. (SPM2DE-12-D-7346/P00002).
AIR FORCE
Oasis Systems LLC., Lexington, Mass., (FA8721-13-D-0001); Odyssey Systems Consulting Group Ltd., Wakefield, Mass. (FA8721-13-D-0002); Business Technologies and Solutions Inc., Beavercreek, Ohio (FA8721-13-D-0003); ADNET Systems Inc., Rockville, Md. (FA8721-13-D-0004); Baum Romstedt Technology Research Corp., Burlington, Mass.( FA8721-13-D-0005); P3I Inc., Hopkinton, Mass. (FA8721-13-D-0006); Array Information Technology, Inc., Dayton, Ohio (FA8721-13-D-0013); Quantech Services Inc., Lexington, Mass.(FA8721-13-D-0014); Gemini Industries Inc., Burlington, Mass. (FA8721-13-D-0015) are being awarded an indefinite-delivery/indefinite-quantity (IDIQ) contract with a ceiling value of $675,117,000 (contains cost-plus-fixed-fee (CPFF), firm-fixed-price (FFP), and cost reimbursable (CR) contract line item numbers (CLINs)) contract for acquisition support advisory and assistance services to Air Force Life Cycle Management Center’s PEO-directorates and functional support offices. The main operating location is Hanscom Air Force Base (AFB), Mass. with primary geographically separated units (GSUs) at Wright-Patterson AFB, Ohio; Maxwell AFB-Gunter Annex, Ala.; Randolph AFB, Texas and Lackland AFB, Texas. The IDIQ ordering period will be five years from the date of IDIQ award with task order performance up to 12 months beyond the end of the IDIQ ordering period. This was a 100 percent small business set-aside competitive acquisition and 21 offers were received. Type of appropriation will be determined with each task order. The contracting activity is the Enterprise Acquisition Division (AFLCMC/PZM), Hanscom Air Force Base, Mass.
WASHINGTON HEADQUARTERS SERVICES
Grunley Construction Company Inc., Rockville, Md. is being awarded a firm-fixed-price contract with a maximum amount of $43,594,000 for construction services, including designing and building, to modernize the west power plant at Raven Rock Mountain Complex in order to meet 2N redundancy requirements. Work will be performed in Fairfield, Pa., and is expected to be completed in September 2015. This contract was competitively processed via the Federal Business Opportunities website with three proposals received. Washington Headquarters Services, Washington, D.C., is the contracting activity (HQ0034-13-C-0062).
DEFENSE LOGISTICS AGENCY
Wolverine World Wide Inc., Rockford, Mich., has been awarded a maximum $14,807,178 modification exercising the second option year contract for Navy certified safety boots. The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Michigan with an April 5, 2013 performance completion date. Using military service is Navy. 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., SPM1C1-11-D-1045/P00005.
Walker Power Systems Inc.,* Phoenix, Ariz., has been awarded a maximum $3,800,095 contract for diesel generator set. The award is a firm-fixed-price, sole source contract. Location of performance is Arizona with a June 4, 2014 performance completion date. Using military service is Army. Type of appropriation is fiscal 2013 Army Working Capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Mich.
Lockheed Martin Mission Systems and Training, Owego, N.Y., is being awarded a $13,516,318 cost-plus-fixed-fee delivery order #4083 against a previously issued Basic Ordering Agreement (N00019-09-G-0005) for the implementation, integration and testing of MH-60R data link/data fusion enhancements to existing MH-60R capabilities as a software modification. Work will be performed in Owego, N.Y (92 percent) and San Diego, Calif., (8 percent) and is expected to be completed in June 2015. Fiscal 2012 Aircraft Procurement Navy contract funds in the amount of $13,516,318 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.
AIR FORCE
Jacobs Technology, Inc., Tullahoma, Tenn., is being awarded a $128,450,000 indefinite- delivery/indefinite-quantity contract modification (FA9200-12-D-0085). The total estimated cumulative face value of the contract is $263,950,000. This modification provides for the exercise of an option for additional diverse engineering, technical and acquisition support services being provided under the basic contract. Work will be performed at Eglin Air Force Base, Fla., with an expected completion date of April 19, 2014. This is an IDIQ contract with multiple funding appropriations at the task order level; the contract is not multiyear. Type of appropriation is fiscal 2012 and 2013. The contracting activity is AFTC/PZZ, Eglin Air Force Base, Fla. This contract involves foreign military sales.
UES, Inc., Dayton, Ohio, is being awarded a $22,745,000 contract modification (FA8650-10-D-5226 P00007) for metallic and ceramic materials research. The contract modification is to increase the ceiling amount of the original indefinite-delivery/indefinite-quantity contract. The total cumulative face value of the contract is $45,490,000. Work will be performed at the Air Force Research Laboratory, Wright Research Site, Wright-Patterson Air Force Base, Ohio with an expected completion date of Dec. 21, 2015. No funds will be obligated with this contract action. Funds will be obligated on task orders issued. The contracting activity is AFRL/RQKMC, Wright-Patterson Air Force Base, Ohio.
Lockheed Martin Aeronautics Co., Marietta, Ga., is being awarded a $9,444,423 contract modification (FA8625-09-D-6485, Order 0020) for C-5 Reliability Enhancement and Re-Engining Program interim contractor support. Work will be performed at Marietta, Ga., with an expected completion date of March 31, 2014. Type of appropriation is fiscal 2013. The contracting activity is AFLCMC/WLSK,Wright-Patterson, Air Force Base, Ohio.
FujiFilm Medical Systems USA, Inc., Stamford, Conn., has been awarded a maximum $98,024,868 modification exercising the first option year on a two year base contract with one two-year option and one, one-year option for digital imaging network-picture archive communication system. The modification is a fixed-price with economic-price-adjustment contract. Location of performance is Connecticut with an April 10, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2015 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2D1-11-D-8307/P00004).
NAVY
StandardAero (San Antonio), Inc., San Antonio, Texas, is being awarded a $29,877,590 cost-plus-fixed-fee, firm-fixed-price contract to overhaul 30 C-130 T-56A-16 engines for the government of Japan under the Foreign Military Sales program, including required support equipment. Work will be performed in San Antonio, Texas (75 percent) and Winnipeg, Manitoba, Canada (25 percent), and is expected to be completed in July 2014. Foreign Military Sales contract funds in the amount of $29,877,590 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 FAR 6.302-4. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-C-0123).
Leebcor Services, LLC*, Williamsburg, Va., is being awarded a $7,890,405 firm-fixed-price contract for design and construction of a one story Marine Corps Reserve Training Center, including a vehicle maintenance facility in Memphis, Tenn. The building has steel framed structure with concrete foundation, concrete floor, masonry walls, a specially constructed weapons storage area, vehicle maintenance bay, vehicle lubrication system, staging areas, classrooms, drill hall with bleachers, locker and shower rooms and workshops. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $8,340,405. Work will be performed in Memphis, Tenn., and is expected to be completed by October 2014. Fiscal 2012 Military Construction, Navy Reserve contract funds in the amount of $7,890,405 are being 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 24 proposals received. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity (N40083-13-C-0019).
Landoll Corp., * Marysville, Kan., has been awarded a maximum $177,500,000 contract for procurement of commercial type trucks and trailers. The award is a fixed-price with economic-price-adjustment contract. Location of performance is Kansas with an April 3, 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., (SPE8EC-13-D-0009).
Foster Caviness Inc.,* Colfax, N.C., has been awarded a maximum $49,800,000 contract for fresh fruit and vegetable support for customers in the North Carolina zone. The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract. Location of performance is North Carolina with an Oct. 3, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture school customers. 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., (SPM300-13-D-P198).
MISSILE DEFENSE AGENCY
Raytheon Missile Systems Co., Tucson, Ariz., has been awarded a modification of a sole-source cost-plus-fixed-fee contract (HQ0276-13-C-0001). The total value
of this effort is $49,946,254,increasing the total contract value from $3,500,000 to $53,446,254. Under this modification, the contractor will perform Standard Missile-3 Block IB sustaining engineering support. The work will be performed in Tucson, Ariz. The performance period is from date of award through Dec. 31, 2013. Fiscal 2013 Defense Wide Procurement funds will be used to incrementally fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. The Missile Defense Agency, Dahlgren, Va., is the contracting activity.
Primal Innovation LLC, Sanford, Fla., was awarded a $47,295,671 firm-fixed-price contract. The award will provide for road repair services, to include various cleaners, chemicals, containers and spare parts. Work location will be determined with each order. Type of appropriation will be determined with each order. One bid was solicited, with one bid received. The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0081).
EADS North America, Herndon, Va., was awarded a $20,994,308 modification (No. P00675), to a previously awarded firm-fixed-price contract (W58RGZ-06-C-0194), for security and support mission equipment package production cut-in services. The cumulative total face value of this contract is now $2,260,811,397. Work will be performed in Columbus, Miss. Fiscal 2013 Other Procurement, Army contract funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
Raytheon Co., Missile Systems, Tucson, Ariz., was awarded a $20,615,112 modification (No. P00003), to a previously awarded firm-fixed-price contract (W31P4Q-12-C-0265), to procure tube-launched optically-tracked wireless-guided missiles. The cumulative total face value of this contract is now $202,887,036. Work will be performed in Tucson and in Farmington, N.M. Combinations of fiscal 2012 and 2013 Other Procurement, Army contract funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
Professional Contract Services Inc., Austin, Texas, was awarded a $14,172,355 modification (No. P00011), to a previously awarded firm-fixed-price contract (W91151-10-D-0001), to procure food and dining facility attendant support services at Fort Hood, Texas. The total cumulative value of this contract is now $70,078,788. Funds will be obligated upon task order issuance. The Army Contracting Command, Fort Hood, Texas, is the contracting activity.
Dutra Dredging Co., San Rafael, Calif., was awarded a $10,008,000 firm-fixed-price contract for maintenance dredging services in Oregon, Washington and California. Fiscal 2013 Other Procurement, Army contract funds are being obligated on this award. The Army Corps of Engineers, Portland, Ore., is the contracting activity (W9127N-13-C-0008).
CACI-CMS Information Systems Inc., Chantilly, Va., was awarded a $9,705,666 modification (No. P00026), to a previously awarded firm-fixed-price contract (W91QUZ-09-F-0125), to provide program management and engineering services in support of Department of Defense biometric programs. The total cumulative face value of this contract is now $43,357,840. Work will be performed in Alexandria, Va., combinations of fiscal 2013 Operations and Maintenance, Army; and fiscal 2012 and 2013 Research, Development, Testing and Evaluation, Army contract funds are being obligated on this award. The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.
TSI Corp., Las Vegas, Nev., was awarded an $8,448,352 modification (No. P00004), to a previously awarded fixed-price-award-fee contract (W9124J-12-D-0012), to provide support services to the Directorate of Public Works in Fort Hood, Texas. The total cumulative face value of this contract is now $16,260,566. Type of appropriation will be determined with each task order. The Army Contracting Command, Fort Hood, Texas, is the contracting activity.
NAVY
Aviation Ground Equipment Corp.*, Freeport, N.Y., is being awarded a $11,362,906 fixed-price, indefinite-delivery/indefinite-quantity contract for the engineering change proposal to upgrade the Static Frequency Converter (SFC) production units in order to meet the more stringent and newer electrical power requirements of the F-35 aircraft. In addition, this contract includes the updating of the technical and logistics data that includes the SFC technical manual. Work will be performed in Moraine, Ohio (80 percent) and Freeport, N.Y. (20 percent), and is expected to be completed in April 2017. Fiscal 2013 Aircraft Procurement, Navy contract funds in the amount of $809,692 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 FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-D-0011).
Lockheed Martin Corp., Marietta, Ga., is being awarded a $7,340,724 contract modification (FA8625-11-C-6597 P00197) for incorporation of Large Aircraft Infrared Countermeasures (LAIRCM) NexGen Sensors onto HC/MC-130J aircraft. Work will be performed in Marietta, Ga., and is expected to be completed by Oct.15, 2015. Type of appropriation is fiscal 2012. The contracting activity is AFLMC/WISK, Wright-Patterson Air Force Base, Ohio.
NAVY
Booz Allen Hamilton Engineering Services, LLC, Annapolis, Md. (N65236-13-D-4910); Booz Allen Hamilton, Inc., McLean, Va. (N65236-13-D-4911); CACI, Inc. Federal, Chantilly, Va. (N65236-13-D-4912); Centurum Information Technology, Inc., Marlton, NJ (N65236-13-D-4913); Computer Sciences Corp., Falls Church, Va., (N65236-13-D-4914); Glotech, Inc., Rockville, Md. (N65236-13-D-4915); Honeywell Technology Solutions, Inc., Columbia, Md. (N65236-13-D-4916); Engility Corp., Mount Laurel, N.J. (N65236-13-D-4917); Lockheed Martin Information Systems & Global Solutions, Herndon, Va. (N65236-13-D-4918); M.C. Dean, Inc., Dulles, Va. (N65236-13-D-4919); Qinetiq North America, Inc., Services and Solutions Group, Fairfax, Va. (N65236-13-D-4920); Science Applications International Corp., McLean, Va. (N65236-13-D-4921); Sotera Defense Solutions, Inc., Virginia Beach, Va. (N65236-13-D-4922); Scientific Research Corp., Atlanta (N65236-13-D-4923); and ManTech Systems Engineering Corp., Fairfax, Va. (N65236-13-D-4974) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance based multiple award contract with provisions for fixed-price-incentive (firm target) and firm-fixed-price task orders. The contracts are for the procurement of Decision Superiority support services including the entire spectrum of non-inherently governmental services and solutions (equipment and services) associated with the full system lifecycle support including research, development, test, evaluation, production and fielding of sustainable, secure, survivable, and interoperable command, control, communication, computers, combat systems, intelligence, surveillance, reconnaissance (C5ISR), information operations, enterprise information services and space capabilities. The cumulative, estimated ceiling value of the base year is $179,957,600. These contracts include options which, if exercised, would bring the cumulative ceiling value of these contracts to an estimated $899,788,000. Work will be performed worldwide. Work is expected to be completed by March 2014. If all options are exercised, work could continue until March 2018. Fiscal 2013 SPAWAR Systems Center Atlantic Navy Working Capital funds in the amount of $25,000 will be obligated at the time of award as the minimum guarantee and will be split among the 15 awardees; these funds will not expire at the end of the current fiscal year. The multiple award contractswere competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 16 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.
Dragados USA, Inc., New York, N.Y., was awarded on April 2, 2013, a $20,072,022 modification to previously awarded firm-fixed-price contract (N40085-12-C-7714) to exercise option items one, two and three which provides for the construction of a road, borrow pits, two bridges, foundation piling and pile load testing at Marine Corps Base, Camp Lejeune. The work to be performed under option item one provides for construction of: (1) a fully designed and permitted four lane divided roadway from Brewster Boulevard to Wallace Creek as part of the base entry road project; (2) borrow pits managed and in full compliance. The project also includes construction of two bridges; (3) a bridge crossing at Wallace Creek; (4) a bridge crossing over Stone Street. The work to be performed under option item two provides for construction of foundation piling to support the work performed in option item one. The work to be performed under option item three provides for pile load testing to support the work performed in option item one. The total contract amount after exercise of these options will be $61,240,000. Work will be performed in Jacksonville, N.C., and is expected to be completed by April 2015. Contract funds in the amount of $20,072,022 are obligated at time of award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.
The Boeing Co., Boeing Defense, St. Charles, Mo., is being awarded a $19,214,763 cost-plus-fixed-fee, cost-plus-incentive-fee, cost-fixed-price-incentive, firm-fixed-price contract for the design and construction of High Altitude Anti-Submarine Warfare Weapon Capability (HAAWC) Air Launch Accessory (ALA) assets and equipment as well as associated engineering services and support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $47,034,172. Work will be performed in St. Charles, Mo., and is expected to be completed by April 2016. Contract funds in the amount of $9,759,000 will expire at the end of the current fiscal year. Funding in the amount of $14,200,000 will be obligated at the time of the award. This contract was competitively procured with proposals solicited via FedBizOpps and three offers were received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-6402).
Hologic, Inc., Bedford, Mass., has been awarded a maximum $94,182,807 modification exercising the fourth option year on a one year base contract with seven one year options for radiology systems, subsystems and components. The modification is a fixed-price with economic-price-adjustment contract. Location of performance is Massachusetts with an April 6, 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., (SPM2D1-09-D-8334/P00015).
AIR FORCE
EMC Corp., Irvine, Calif., is being awarded a $21,985,876 indefinite-delivery/indefinite-quantity contract for support and development services for instrumentation support for instrumentation loading, integration, analysis and display (ILIAD), Enterprise Test Data Management System (ETDMS), Odyssey, and supplies to Air Force test customers. Work will be performed in Irvine, Calif., with an expected completion date of April 2, 2017. Type of appropriation is fiscal 2013. The contracting activity is AFTC/PZIEA, Edwards Air Force Base, Calif. (FA9302-13-D-0002).
CORRECTION (dollar amount corrected from 29 March release)
Booz Allen Hamilton Inc., McLean, Va., is being awarded a $8,936,283 contract modification (FA8811-10-C-006 and P00043) for additional systems engineering and integration support for launch test and range system programs. Work will be performed at Los Angeles Air Force Base and Vandenberg Air Force Base, Calif.; Peterson Air Force Base Colo., and Patrick Air Force Base, Fla., with an expected completion date of Dec. 2, 2013. Type of appropriation is fiscal 2013. The contracting activity is SMC/RNK, Los Angeles Air Force Base, Calif.
American Medical Depot (AMD)*, Opa Locka, Fla., was awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for a maximum $49,800,000 for stretchers and beds. Locations of performance are Florida and Michigan with a March 19, 2018 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2013 Defense Working Capital Funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (SPM2DH-13-D-8206)
Sikorsky Aircraft Corp., Stratford, Conn., was issued a modification on contract (SPM4AX-12-D-9402/P00048). The modification is a firm-fixed-price, sole-source contract for a maximum $155,159,830 for supply of spare parts in support of various aircraft platforms. Location of performance is Connecticut with a July 7, 2015 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2013 through fiscal 2015 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.
SupplyCore, Inc.,* Rockford, Ill., was issued a modification on contract (SPM500-11-D-BP06/P00024). The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity, seven month bridge contract for a maximum $62,000,000 for maintenance, repair and operations supplies for the Korean region. Location of performance is Illinois with an Oct. 31, 2013, 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.
Universal Sodexho, New Orleans, La., was issued a modification on contract (SPM500-11-D-BP07/P00024). The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity, seven month bridge contract for a maximum $27,000,000 for maintenance, repair and operations supplies for the Korean region. Location of performance is Louisiana with an Oct. 31, 2013 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.
Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded contract (FA8523-04-D-0002XE29). The award is a firm-fixed-price, sole-source contract for a maximum $16,214,717 for spares supporting C-17 production. Location of performance is Iowa with a Jan. 31, 2018 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Air Force funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Ga.
NAVY
Huntington Ingalls Inc., Newport News, Va., is being awarded an $18,232,027 modification to previously awarded contract (N00024-08-C-2110) for special tooling, special test equipment, and supplier related vendor support services supporting the Gerald R. Ford (CVN 78) construction. The work will be performed in Newport News, Va., and is expected to complete in September 2015. Fiscal 2011 Shipbuilding and Conversion, Navy funding in the amount of $18,232,027 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.
NAVMAR Applied Sciences Corp.*, Warminster, Pa., is being awarded a $17,970,662 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N68335-10-G-0026) for engineering, integration, system maintenance/repair services, and training for the continued development of advanced sensors and systems in support of naval aviation missions of the Special Operations Command. Work will be performed in Johnstown, Pa., and is expected to be completed in March 2015. Fiscal 2011 Other Procurement, Army, fiscal 2012 Research, Development, Testing and Evaluation,Army and fiscal 2013 Operation & Maintenance, Army funds in the amount of $7,125,881 will be obligated at time of award, $4,365,881 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.
Lockheed Martin, Mission System and Training, Baltimore, Md., is being awarded a $17,077,638 cost-plus-award-fee order against the previously awarded Basic Ordering Agreement (N00024-12-G-2317) for the execution of the post-shakedown availability (PSA) for USS Fort Worth (LCS 3). Lockheed Martin will provide labor and material to perform the PSA in accordance with work item specifications and accomplish all testing, including post repair trials, required to verify the accuracy and completion of all shipyard work. Work will be performed in San Diego, Calif., and is expected to be completed by July 2013. Fiscal 2006, 2012, and 2013 Shipbuilding and Conversion, Navyfunding in the amount of $17,077,638 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.
Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a $13,085,222 advance acquisition contract to provide long lead parts and components required for the manufacture and delivery of 15 Lot 11 UH-1Y Build New Aircraft and 10 Lot 11 AH-1Z Build New Aircraft for the Marine Corps. Work will be performed in Fort Worth, Texas (60 percent) and Amarillo, Texas (40 percent), and is expected to be completed in September 2014. Fiscal 2013 Aircraft Procurement, Navy contract funds in the amount of $13,085,222 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 FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0023).
Vericor Power Systems LLC, Alpharetta, Ga., is being awarded a $12,146,760 modification to previously awarded contract (N00024-12-C-4154) for the manufacture, testing and delivery of eight ETF40B Marine gas turbine engines in support of the Landing Craft Air Cushion (LCAC) Service Life Extension Program (SLEP) as well as the repair/refurbishment of eight output group modules for LCAC engines. The ETF40B engines are an integral part of the LCAC SLEP. The SLEP will extend the service life of LCAC from 20 to 30 years; sustain/enhance craft capability; replace obsolete electronics; repair corrosion damage; reduce life cycle cost by improving reliability and maintainability; increase survivability; and establish a common configuration baseline. Work will be performed in Alpharetta, Ga. (90 percent), and Winnipeg, Manitoba, (10 percent), and is expected to be completed by February 2014. Fiscal 2013 Shipbuilding and Conversion, Navy funding in the amount of $12,146,760 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.
Electric Boat Corp., Groton, Conn., is being awarded an $11,756,345 cost-plus-fixed-fee modification to previously awarded contract (N00024-09-C-2104) for continued procurement and manufacturing of onboard repair parts for Virginia-class submarines. Work will be performed in Groton, Conn., and is scheduled to be completed by August 2016. Fiscal 2013 Shipbuilding and Conversion, Navy funding in the amount $2,606,000 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.
Clark/McCarthy, a Joint Venture, Costa Mesa, Calif., is being awarded a $7,685,025 modification to increase the maximum dollar value of previously awarded firm-fixed-price contract (N62473-10-C-0001) for the procurement of furniture, fixtures, and equipment for the Naval Replacement Hospital at Marine Corps Base Camp Pendleton. After award of this modification, the total cumulative contract value will be $437,865,079. Work will be performed in Oceanside, Calif., and is expected to be completed by January 2014. Fiscal 2013 Operation and Maintenance, Defense Health Program contract funds in the amount of $7,685,025 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
Hydraulics International, Inc.*, Chatsworth, Calif., is being awarded a $7,406,593 firm-fixed-price contract for the procurement of 40 diesel portable hydraulic power supply carts for use on the V-22 aircraft, including logistics requirements and technical data, drawings and unlimited technical data rights. Work will be performed in Chatsworth, Calif., and is expected to be completed in February 2015. Fiscal 2011 Aircraft Procurement Navy and fiscal 2011 Aircraft Procurement Air Force contract funds in the amount of $7,406,593 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-C-0194).
Computer Sciences Corp., San Diego, Calif., is being awarded a maximum amount $7,209,996 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide technical and engineering support to Marine Corps Tactical Systems Support Activity (MCTSSA) Operating Forces Tactical Systems Support Center (OFTSSC) and the operating forces worldwide with continuous support of fielded tactical C4 programs. This contract includes three options, which if exercised would bring the cumulative value of this contract to $29,872,025.08. Work will be performed in Marine Corps Base Camp Pendleton, Calif. (29 percent); various Marine garrison locations throughout the continental U.S. (32 percent) and various Marine garrison locations outside the continental U.S. (39 percent), and work is expected to be completed May 6, 2014. If options are exercised, work will continue through May 6, 2017. Fiscal 2013 Operations and Maintenance contract funds in the amount of $2,142,000 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 the Federal Business Opportunities website, with seven offers received. The Marine Corps Systems Command, Marine Corps Tactical Systems Support Activity, Camp Pendleton, Calif., is the contracting activity (M68909-13-D-7613).
Northrup Grumman Technical Services, Herndon, Va., 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 contractor logistics support. The locations of performance are Ramstein Air Base (AB), Germany, Andrews Air Force Base, Md., Sigonella AB, Italy, and Kaneohe Bay AFB, 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 AFB, Okla., (FA81016-13-C-0007).
FlightSafety Services Corp., Centennial, Colo., is being awarded a $12,580,980 contract modification (FA8223-11-C-0003P00049) for C-5 aircrew training instruction continuation. The locations of performance are Dover Air Force Base (AFB), Del., Travis AFB, Calif., Lackland AFB, Texas, Westover Air Reserve Base, Maine and Martinsburg Air National Guard Base, W. Va. Work is expected to be completed by Jan. 31, 2014. Type of appropriation is fiscal 2013. The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio.
Raytheon, Intelligence and Information Systems, Defense and Civil Missions Solutions, Sterling, Va., is being awarded an $11,795,303 firm-fixed-price contract for sustainment services supporting the Military Satellite Communications System (MILSATCOM) Global Broadcast System (GBS). The location of performance is Sterling, Va. Work is expected to be completed by Oct. 31, 2013. Type of appropriation is fiscal 2013. The contracting activity is AFSPC SMC/PKL, Peterson Air Force Base, Colo., (F8823-13-C-0004).
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS
Related articles
- Wright-Patt seeks bids on $7M worth of construction (bizjournals.com)
- Raytheon Wins $38.6 Million in Missile, SIGINT Contract Awards (dailyfinance.com)
- Northrop Grumman Receives Contract Modification for Global Hawk Unmanned Aircraft (spacewar.com)
- Raytheon Wins $38.6 Million in Missile, SIGINT Contract Awards (fool.com)
- Rockwell Collins Receives Large U.S. Air Force Contracts (kcrg.com)
- CONECT: USAF Stops, then Restarts B-52H Communications Upgrades (defenseindustrydaily.com)
Trackbacks/Pingbacks
[…] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS […]