DOD AWARDED CONTRACTS
NAVY
URS Federal Technical Services Inc., Germantown, Md., is being awarded a maximum value $18,788,706 fixed-price, indefinite-delivery/indefinite-quantity contract for engineering, technical and programmatic support for the Spectrum Electronic Warfare Department. The Spectrum Electronic Warfare Department’s primary focus areas are in direct support of Airborne Electronic Defense, Airborne Electronic Attack, Maritime, and Expeditionary Divisions. Tasks include research and development support; system engineering and process engineering; modeling, simulation, and analysis; prototyping, pre-production, model-making and fabrication support; system design documentation and technical data support; software engineering, development, programming and network support; reliability, maintainability and availability; human factors, performance and usability engineering; system safety engineering; configuration management; quality assurance; interoperability, test and evaluation, trials; logistics; supply and provisioning; training; and program support. Work will be performed in Crane, Ind., and is expected to be completed by June 2014. This contract includes foreign military sales to Afghanistan (3 percent), Iraq (1 percent) and Australia (1 percent). Working Capital funds in the amount of $896,727 will be obligated at time of award. Contract funds in the amount of $896,727 will expire at the end of the current fiscal year. This contract was not competitively procured. The contract was procured on a sole-source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The Naval Surface Warfare Center Crane, Ind., is the contracting activity (N00164-13-D-WS73).
Northrop Grumman Corp., Integrated Systems, Bethpage, N.Y., is being awarded a $17,146,324 modification to a previously awarded advanced acquisition contract (N00019-12-C-0063) for additional product, fleet, and engineering investigations support for the Full Rate Production Lot 1 E-2D Advanced Hawkeye Program. Work will be performed in Bethpage, N.Y. (81.94 percent); Norfolk, Va. (8.98 percent); Syracuse, N.Y. (3.71 percent); Indianapolis, Ind. (3.32 percent); and St. Augustine, Fla. (2.05 percent), and work is expected to be completed in June 2014. Fiscal 2013 Aircraft Procurement, Navy funding in the amount of $17,146, 324 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.
Pacific IC Source*, Yucaipa, Calif. (N68936-13-D-0021); LC Engineers, Inc.*; Rahway, N.J. (N68936-13-D-0022); Laguna Components, Inc.*; Laguna Beach, Calif. (N68936-13-D-0023); Impact Components*, San Diego, Calif. (N68936-13-D-0024); and JRH Electronics, LLC*, Marlton, N.J. (N68936-13-D-0025), are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contracts for the procurement of electronic components for the U.S. Navy. Components to be procured include integrated circuits, resistors, capacitors, connectors, wire braid, diodes, flex circuits, switches, back shells, heat-shrinkable sleeving, sleeving, field-effect transistors, encoders, transistors, power supply, flash chips, potentiometers, radio, electronic sub-assemblies, receivers, semi-conductors, plugs, global positioning system components, terminal blocks, antennas, inertial measurement units, fuses, relays, transducers, switches, power-cables, receptacles, oscilloscopes, and drying cabinets. The estimated aggregate ceiling for all five contracts is $9,250,000, with the companies having an opportunity to compete for individual task orders. Work will be performed in Yucaipa, Calif., for Pacific IC Source; Rahway, N.J., for LC Engineers, Inc.; Laguna Beach, Calif., for Laguna Components, Inc.; San Diego, Calif., for Impact Components; and Marlton, N.J., for JRH Electronics, LLC, and work is expected to be completed in June 2018. Fiscal 2013 Research, Development, Test and Evaluation, Navyfunds in the amount of $2,500 are being obligated at time of award ($500 minimum required for each awardee), none of which will expire at the end of the fiscal year. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; 10 offers were received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.
Northrop Grumman, Bethpage, N.Y., is being awarded a not-to-exceed $7,474,835 delivery order (No7192) under a previously awarded Basic Ordering Agreement (N00383-12-G-034G) for the repair of 43 line items on the Advanced Hawkeye System used on the E-2D aircraft. Work will be performed in Bethpage, N.Y., and work is expected to be completed by June 3, 2015. Fiscal 2013 Aircraft Procurement Navy funding in the amount of $7,474,835 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. This is sole-source contract to Northrop Grumman in accordance with 10 U.S.C. 2304(c)(1). NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.
Huntington Ingalls Inc., Pascagoula, Miss., is being awarded a $3,331,476,001 fixed-price incentive, multiyear contract for construction of five DDG 51 class ships, one in each of fiscal 2013-2017. This contract includes options for engineering change proposals, design budgeting requirements and post-delivery availabilities, which, if exercised, would bring the cumulative value of this contract to $3,386,092,948. Work will be performed in Pascagoula, Miss. (56.3 percent), Cincinnati, Ohio (6.9 percent), Walpole, Mass. (4.5 percent), York, Pa. (1.9 percent), Camden, N.J. (1.4 percent), Erie, Pa. (1.3 percent), Charlottesville, Va. (1 percent), and other locations below 1 percent (26.7 percent), and is expected to be completed by July 2023. Contract funds will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Huntington Ingalls Incorporated and Bath Iron Works pursuant to 10 United States Code (U.S.C.) 2304 (c) (3) and Federal Acquisition Regulation (FAR) 6.302-3 (Industrial Mobilization). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-2307).
Bath Iron Works, Bath, Maine, is being awarded a $2,843,385,450fixed-price incentive, multiyear contract for construction of four DDG 51 class ships, one in each of fiscal 2013 and 2015-2017. This contract includes options for construction of an additional DDG 51 class ship, engineering change proposals, design budgeting requirements and post-delivery availabilitieswhich, if exercised, would bring the cumulative value of this contract to $3,529,812,945. Work will be performed in Bath/Brunswick, Maine (58.9 percent), Cincinnati, Ohio (6.4 percent), Walpole, Mass. (4.4 percent), South Portland, Maine (2 percent), York, Pa. (1.9 percent), Charlottesville, Va. (1.8 percent), Coatesville, Pa. (1.7 percent), Erie, Pa. (1 percent), and other locations below 1 percent (21.9 percent), and is expected to be completed by July 2023. Contract funds will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Bath Iron Works and Huntington Ingalls Incorporated pursuant to 10 United States Code (U.S.C.) 2304 (c) (3) and Federal Acquisition Regulation (FAR) 6.302-3 (Industrial Mobilization). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-2305).
Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded a not-to-exceed $23,760,905 contract modification to previously awarded contract (N00024-05-C-5346), for the execution of Phase II CVN 78 Dual Band Radar Test and Evaluation engineering support at the Raytheon Integrated Defense Systems Software Development Laboratory and Wallops Island Engineering Test Center Land Based Test Site. Work will be performed in Sudbury, Mass., and is expected to be completed by November 2014. Fiscal 2011 Shipbuilding and Conversion, Navy and fiscal 2012 Research, Development, Test and
Evaluation funding in the amount of $7,435,275 will be obligated at time of award. Contract funds in the amount of $2,100,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.
EaglePicher Technologies, LLC, Joplin, Mo., is being awarded a $7,096,000 firm-fixed-price contract for the procurement of Thermal Lithium Battery High-Speed Anti-Radiation Missile Control Section Replacement Thermal Batteries for the U.S. Air Force. This effort will include design, performance(one-time), test, manufacture andacceptance requirements for a multi-tapped, squib-activated, lithium or lithium alloy anode, thermal battery. Work will be performed in Joplin, Mo., and is expected to be completed in October 2016. Fiscal 2011 Research, Development, Test and Evaluation, Air Force contract funds in the amount of $7,096,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; three offers were received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-C-0114).
Northrop Grumman Technical Services Inc., Herndon, Va., was awarded a cost-plus-fixed-fee contract with a maximum value of $83,867,077 for logistic support services to supply and maintenance operations. Work will be performed in Fort Irwin, Calif. Fiscal 2013 Operations and Maintenance funds in the amount of $80,379,450 are being obligated on this award. One bid was solicited, with one bid received. The Army Contracting Command, Fort Irwin, Calif., is the contracting activity (W9124B-13-C-0005).
Medico Industries Inc., Wilkes Barre, Penn., was awarded a fixed-price, economic-price-adjustment contract with a maximum value of $52,054,000 for the procurement of 120mm Illumination Mortar Cartridges. Performance location and type of appropriation will be determined with each order. The bid was solicited through the Internet, with six bids received. The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-D-0068).
Alatec Inc., Huntsville, Ala., (W911S0-11-D-0037); and TEC-Masters Inc., Huntsville, Ala., (W911S0-11-D-0035); were awarded a firm-fixed-price, multiple-award contract with a maximum value of $49,765,680 for support services to the Army Fires Center of Excellence and Fort Sill, Okla. Type of appropriation will be determined with each order. The bid was solicited through the Internet, with two bids received. The Army Contracting Command, Fort Sill, Okla., is the contracting activity.
Agile Defense Inc., Fairfax, Va., was awarded a cost-plus-award-fee contract with a maximum value of $31,878,082 for unclassified information technology services for the Defense Advanced Research Projects Agency. Work will be performed in Arlington, Va. A combination of fiscal 2012 and fiscal 2013 Research, Development, Testing and Evaluation funds in the amount of $15,160,000 are being obligated on this award. The bid was solicited through the Internet, with eight bids received. The Army Contracting Command, Research Triangle Park, N.C., is the contracting activity (W911NF-13-C-0069).
NextiraOne Federal LLC, Herndon, Va., was awarded a $25,589,368 modification (No. P00012), to a previously awarded firm-fixed-price, indefinite-delivery-indefinite-quantity contract (W91QUZ-12-D-0011), for long-term support of the Nortel Networks family of digital telephone switch systems within the Department of Defense. The cumulative total face value of this contract is $70,058,487. Work will be performed in Herndon, Va.; Bahrain; Japan; and Republic of Korea. Type of appropriation will be determined with each order. The Army Contracting Command, Rock Island, Ill., is the contracting activity.
Jorge Scientific Corp., Arlington, Va., was awarded a $20,097,322 modification (No. P00016), to a previously awarded cost-plus-fixed-fee, foreign-military-sales (FMS) contract (W911QX-12-C-0011), for the design and development of new doctrine and training methodologies for the Legacy Program. The cumulative total face value of this contract is $191,135,944. This FMS contract is in support of Afghanistan. Work will be performed in Afghanistan. Fiscal 2013 Procurement funds in the amount of $9,883,977 are being obligated on this award. The Army Contracting Command, Adelphi, Md., is the contracting activity.
Archer Western Federal Jv, Chicago, Ill., was awarded a firm-fixed-price contract with a maximum value of $16,983,000 for the construction of an Unmanned Aerial Vehicle Complex on Fort Campbell, Ky. Fiscal 2013 Military Construction funds are being obligated on this award. The bid was solicited through the Internet, with 14 bids received. The Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-C-0012).
Motorola Solutions, Columbia, Md., was awarded a firm-fixed-price contract with a maximum value of $16,877,999 for land mobile radio support services. Work will be performed in Kuwait. Fiscal 2013 Operations and Maintenance funds are being obligated on this award. One bid was solicited, with one bid received. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-C-0017).
CACI Dynamic Systems Inc., Chantilly, Va., was awarded a firm-fixed-price contract with a maximum value of $14,228,545 for acquisition support services in Afghanistan, Kuwait and Qatar. Fiscal 2013 Operations and Maintenance funds are being obligated on this award. One bid was solicited, with one bid received. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W560MY-13-C-0007).
Wolverine Services LLC, Anchorage, Alaska, was awarded a $13,898,652 modification (No. 000012), to a previously awarded firm-fixed-price, multi-year, task-order contract (W9124D-11-D-0056), for logistical support services to Fort Knox, Ky. The cumulative total face value of this contract is $39,347,720. Type of appropriation will be determined with each order. The Army Contracting Command, Fort Knox, Ky., is the contracting activity.
Lockheed Martin Corp., Grand Prairie, Texas, was awarded a cost-plus-fixed-fee contract with a maximum value of $12,000,000 for contractor field support services for the PATRIOT Advanced Capability-3. Work will be performed in Dallas, Texas; Kuwait; El Paso, Texas; Killeen, Texas; Lawton, Okla.; Fayetteville, N.C.; Qatar; Bahrain; United Arab Emirates; Germany; Korea; Japan; and Turkey. Fiscal 2013 Procurement funds are being obligated on this award. One bid was solicited, with one bid received. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0100).
Donald Maggi Inc., Rolla, Mo., was awarded a firm-fixed-price contract with a maximum value of $11,711,000 for the continued construction of a Basic Training Complex at Fort Leonard Wood, Mo. Fiscal 2013 Military Construction funds are being obligated on this award. The bid was solicited through the Internet, with seven bids received. The Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-13-C-4010).
Navistar Defense LLC, Lisle, Ill., was awarded an $8,939,983 modification (No. P00071), to a previously awarded cost-plus-fixed-fee, multi-year contract (W56HZV-10-C-0011), for field services representative support for the Mine Resistant Ambush Protected vehicle. The cumulative total face value of this contract is $49,800,673. Fiscal 2013 Operations and Maintenance funds are being obligated on this award. The Army Contracting Command, Warren, Mich., is the contracting activity.
Lockheed Martin Integrated Systems, Alexandria, Va., was awarded a $7,998,226 modification (No. BA9006), to a previously awarded cost-plus-fixed-fee contract (W91QUZ-06-D-0017), for information technology services for the Pentagon and National Capital Region. The cumulative total face value of this contract is $49,675,273. Performance location and type of appropriation will be determined with each order. The Army Contracting Command, Rock Island, Ill., is the contracting activity.
Luhr Bros, Inc., Columbia, Ill., was awarded a firm-fixed-price contract with a maximum value of $7,000,000 for maintenance dredging services along the Mississippi River. Performance location and type of appropriation will be determined with each order. The bid was solicited through the Internet, with one bid received. The Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-D-0032).
Smiths Detection Edgewood, Edgewood, Md., was awarded a $6,966,409 modification (No. P00033), to a previously award firm-fixed-price contract (W911SR-07-C-0080), for the procurement of M41A Joint Chemical Agent Detectors and M4A1 Communications Adapters. The cumulative total face value of this contract is $108,681,535. A combination of fiscal 2013 Operations and Maintenance and other Procurement funds are being obligated on this award. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.
AMENDED: The indefinite-delivery/indefinite-quantity with provision to issue firm-fixed-price and cost-plus-fixed-fee task orders, multiple-award contract announced on April 12, 2013, for advisory and assistance services in support of the Air Force civil engineer mission is amended to add the following company as awardee: Trusant Technologies, LLC, Ellicott City, Md. An amount of $3,000 will be obligated on task order 0001. 772nd Enterprise Sourcing Squadron, Lackland Air Force Base, Texas, is the contracting activity (FA8903-13-D-0009).
DEFENSE LOGISTICS AGENCY
Terex Corp., Fredericksburg, Va., has been awarded a maximum $327,500,000 fixed-price with an economic-price-adjustment contract. This contract is a five-year term for the procurement of commercial type cranes. Locations of performance are Virginia, Italy, France, Germany, Iowa and South Dakota with a May 30, 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-0012).
Government Services Corp.*, Moscow, Idaho, has been awarded a minimum $19,573,916 fixed-price with an economic-price-adjustment contract. This contract is for fuel. Locations of performance are Idaho, Oregon, Montana, and Washington with a July 30, 2016 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2016 Service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4512).
Bridgewell Resources, Tigard, Ore., has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is Oregon with a May 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 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0006).
Buie Lumber Co.*, Boerne, Texas, has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two year base contract with three one-year options for providing wood products. Location of performance is Texas with a May 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 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0001).
Forest Products Distributors**, Rapid City, S.D., has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is South Dakota with a May 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 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0002).
Haroldson Group International LLC.*, Lake Oswego, Ore., has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is Oregon with a May 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 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0003).
Progressive Services Corp.*, Beaverton, Ore., has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is Oregon with a May 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 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0004).
S&S Forest Products, Boerne, Texas, has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is Texas with a May 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 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0005).
Leading Technology Composites*, Wichita, Kan., has been awarded a maximum $13,840,000 firm-fixed-price contract. This contract is a one year base contract for enhanced side ballistic inserts. Location of performance is Kansas with a May 31, 2014 performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-13-D-1055).
General Procurement Services*, Columbus, Ohio, has been awarded a maximum $12,600,000 fixed-price with an economic-price-adjustment, indefinite-quantity contract. This contract is for fresh fruit and vegetable support for non-Department of Defense customers in Wisconsin and upper Michigan zone. Location of performance is Ohio with a Feb. 3, 2018 performance completion date. Using service is 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., (SPE300-13-D-S504).
Troy Company Inc.*, Seattle, Wash., has been awarded a minimum $7,587,399 fixed-price with economic-price-adjustment contract. This contract is for fuel. Locations of performance are Washington and Oregon with a July 30, 2016 performance completion date. Using military services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal year 2016 Service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4515).
AAR Airlift Group Inc., Palm Bay, Fla., is being awarded a $97,946,397 option year modification (0001/0002) on an indefinite delivery/indefinite quantity contract (HTC711-10-D-R016 ) for fixed wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Total cumulative face value of the contract is $307,603,230. This modification adds the third option of the basic contract with four option periods. Work will be performed in Afghanistan, and the option will start June 1, 2013, to be completed by May 31, 2014. Type of appropriation is fiscal 2013 Army Operations and Maintenance funds, and will not expire at the end of the current fiscal year. There were seven proposals received. The contracting activity in U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.
Berry Aviation Inc., San Marcos, Texas, is being awarded a $29,933,251 option year modification (0002) on an indefinite delivery/indefinite quantity contract (HTC711-10-D-R018) for fixed wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Total cumulative face value of the contract is $106,882,869. This modification adds the third option of the basic contract with four option periods. Work will be performed in Afghanistan, and the option will start June 1, 2013, to be completed by May 31, 2014. Type of appropriation is fiscal 2013 Army Operations and Maintenance funds, and will not expire at the end of the current fiscal year. There were seven proposals received. The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.
Evergreen Helicopters of Alaska, Anchorage, Alaska, is being awarded a $24,482,759 option-year modification (0001/0002) on an indefinite-delivery/indefinite quantity contract (HTC711-10-D-R017) for fixed wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. The total cumulative face value of the contract is $78,904,939. This modification adds the third option of the basic contract with four option periods, and the option will start June 1, 2013, to be completed by May 31, 2014. Work will be performed in Afghanistan. Type of appropriation is fiscal 2013 Army Operations and Maintenance funds, and will not expire at the end of the current fiscal year. There were seven proposals received. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.
NAVY
Raytheon Missile Systems, Tucson, Ariz., is being awarded a $75,914,110 cost-plus-fixed-fee contract (N00024-13-C-5403) for Standard Missile engineering and technical services. These services include research and development efforts; design, systems, and production engineering; technical services; evaluation services; component improvement services; and production proofing services for missile producibility, missile production, and shipboard integration. This contract includes options which, if exercised, would bring the cumulative value of this contract to $316,538,398. Work will be performed in Tucson, Ariz. (86.8 percent); Andover, Mass. (9.4 percent); Huntsville, Ala. (1.7 percent); Arlington, Va. (1.1 percent); Camden, Ark. (0.7 percent); and White Sands, N.M. (0.3 percent), and is expected to be completed by December 2017. Fiscal 2013 Research, Development, Test & Evaluation, Fiscal 2013 Defense Wide Procurement, and Fiscal 2011, 2012 and 2013 Weapons Procurement, Navy funding in the amount of $33,065,387 is being obligated at contract award. Contract funds in the amount of $1,582,138 will expire at the end of the current fiscal year. This contract was not competitively procured. This contract was sole sourced under 10 U.S.C. 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Raytheon Co., Tucson, Ariz., is being awarded a $19,594,107 modification to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00019-12-C-2002) for the design and engineering analysis of the AIM-9X Block II Missile System for the U.S. Navy, the U.S. Air Force, and the Government of Saudi Arabia. Work will be performed in Tucson, Ariz. (96 percent); Andover, Mass. (3 percent); and various locations inside and outside of the United States (1 percent), and is expected to be completed in June 2014. Fiscal 2013 Research, Development, Test & Evaluation, Navy, Fiscal 2013 Research, Development, Test & Evaluation, Air Force, and Foreign Military Sales funds in the amount $7,537,371 will be obligated at time of award; none of which expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($8,347,958; 42.6 percent); the U.S. Air Force ($5,687,724; 29 percent); and the Government of Saudi Arabia ($5,558,425; 28.4 percent) under the Foreign Military Sales Act. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Lockheed Martin Corp., Marietta, Ga., is being awarded a $16,449,950 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0017) for the completed design of large aircraft infrared counter measures (LAIRCM) aircraft modification kits (A-Kits) in support of the Marine Corps KC-130J aircraft. This modification includes 10 LAIRCM A-Kits, a test kit installation of a LAIRCM A-Kit, and a validation installation of a LAIRCM A-Kit. Work will be performed in Marietta, Ga. (51 percent); Greenville, S.C. (31 percent); and Rolling Meadows, Ill. (18 percent), and is expected to be completed in November 2015. Fiscal 2012 and 2013 Aircraft Procurement Navy contract funds in the amount of $16,449,950 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.
General Dynamics, Advanced Information Systems, Fairfax, Va., is being awarded a $15,040,000 modification to previously awarded contract (N00024-09-C-5396) for nine high-gain, high-sensitivity systems in support of the Surface Electronic Warfare Improvement Program (SEWIP) Block 1B3 low-rate initial production requirements. This provides SEWIP with the ability to detect and identify additional threat emitters and provide warning to the combat system to ensure that SEWIP achieves all objectives. Work will be performed in Fairfax, Va., and is expected to be completed by March 2015. Fiscal 2012 and 2013 Other Procurement, Navy funding in the amount of $15,040,000 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 is the contracting activity.
King Aerospace Inc., Addison, Texas, is being awarded a $12,876,083 modification to a previously awarded indefinite-delivery requirements contract (N00019-12-D-0014) to exercise an option for contractor logistics services in support of six C-9B, including base site operations, depot planned maintenance interval inspections and engine shop visits. Work will be performed in Addison, Texas (38.5 percent); Ardmore, Okla. (35 percent); Whidbey Island, Wash. (14 percent); Cherry Point, N.C. (8 percent); and Miami, Fla. (4.5 percent); and is expected to be completed in May 2014. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $12,808,636 modification to a delivery order previously placed against basic order agreement N00019-10-G-0004. This modification will provide in-flight refueling risk reduction trade studies for the E-2D Advanced Hawkeye. Work will be performed in Bethpage, N.Y. (67 percent); Endicott, N.Y. (12.6 percent); Irvine, Calif. (10 percent); Bohemia, N.Y. (3.8 percent); Ronkonkoma, N.Y. (3.6 percent); Windsor Locks, Conn. (2 percent); St. Augustine, Fla. (.8 percent); and Stanford, Conn. (.2 percent), and is expected to be completed in September 2013. Fiscal 2013 Research, Development, Test & Evaluation, Navy contract funds in the amount of $12,808,636 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.
BAE Systems San Diego Ship Repair, Inc., San Diego, Calif., is being awarded an $8,970,338 modification to previously awarded cost-plus-award-fee contract (N00024-11-C-4408) to definitize the USS Gridley (DDG-101) fiscal 2013 selected restricted availability. A selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. This modification includes options which, if exercised, would bring the cumulative value to $9,233,934. Work will be performed in San Diego, Calif., and is expected to be completed by Oct. 9, 2013. Fiscal 2013 Operations & Maintenance, Navy and Fiscal 2013 Other Procurement, Navy funding in the amount of $8,970,338 will be obligated at the time of award. Contract funds in the amount of $5,338,137 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.
Rolls-Royce Corp., Indianapolis, Ind., is being awarded an $8,419,280 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for additional engineering services of up to 11,020 flight hours for the MV-22 fleet aircraft in support of Operation Enduring Freedom and the east and west coast Marine Expeditionary Units deployments. Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in November 2013. Fiscal 2013 Operations & Maintenance, Navy Overseas Contingency Operations contract funds in the amount of $8,419,280 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Lockheed Martin Missiles and Fire Control, Orlando, Fla., has been awarded a $34,231,570 contract modification (FA8682-11-D-0155 0022 modification 04) for initial development of the Precision Targeting Module software package: one containerized instrumented test vehicle, one containerized Jettison test vehicle, two containerized separation test vehicles, two containerized mass simulation vehicles, global positioning systems controlled radiation pattern antennas, one weapon support simulator consisting of a system support simulator and transit case assembly, tooling, process development, design support and equipment to facilitate the Joint Air-To-Surface Standoff Missile (JASSM) Building AUR upgrade/expansion at Pike County Operations and systems engineering services to maintain the JASSM System performance specification and provide programmatic, technical and systems management. The cumulative face value of the contract is $39,343,421. Work will be performed at Orlando, Fla., and Troy, Ala., and is expected to be completed by Jan. 31, 2016. This contract is in support of foreign military sales to Finland. The contracting activity is Air Force Life Cycle Management Center/EBJK, Eglin Air Force Base, Fla.
United Technologies Corp., East Hartford, Conn., has been awarded a $28,589,240 Delivery Order for two F135-PW-100 conventional takeoff and landing (CTOL) ground test engines. Work will be performed at East Hartford, Conn., and is expected to be completed by June 30, 2014. Fiscal year 2012 Research and Development funds are being obligated on this award. This award is the result of a sole source acquisition. Air Force Life Cycle Management Center/LPAK, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (F33657-99-D-2051 0031)
Data Tactics Corp., McLean, Va., has been awarded a $25,796,741 cost-plus-fixed-fee completion contract for graph engine that revolutionizes how network graph data is ingested, stored, and accessed with an overarching integration framework built in a modular architecture to facilitate development and support ease of integration of components within a secure, flexible, and elastic computing cluster capable of servicing the needs of heavy cyber battle-space analytics. Deliverables include software, hardware, and reports. Work will be performed at McLean, Va., and Arlington, Va. Work is expected to be completed by Sept. 30, 2017. This award is the result of a competitive acquisition, offers were solicited electronically and 62 offers were received. $3,497,005 will be obligated at the time of award; of that amount, $15,803 will be fiscal 2012 Department of Defense (DoD) Research and Development funds and $3,481,202 will be fiscal 2013 DoD Research and Development Funds. Air Force Research Laboratory/RIKD, Rome, N.Y., is the contracting activity. (FA8750-13-C-0128)
Antelope Valley East Kern Water Agency, Palmdale, Calif., has been awarded a $19,999,752 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for clear, potable water safe for human consumption in accordance with standards adopted by the California Department of Health Services for drinking and culinary water. The contractor shall also provide up to a maximum of 3,200 gallons per minute of water continuously available to the main base point of delivery (PoD) and up to a maximum of 460 gallons per minute of water continuously available to the Air Force Research Laboratory PoD. Work will be performed in Palmdale, Calif., and is expected to be completed by May 31, 2023. This was a sole-source acquisition and each year applicable fiscal year funds will be applied. Fiscal 2013 Operations and Maintenance funds in the amount of $460,080 are being obligated on this award. This contract is not a multiyear contract, and the Air Force Test Center/PZIOC, Edwards Air Force Base, Calif., is the contracting activity. (FA9301-13-D-0016)
Lockheed Martin Global Inc., Orlando, Fla., has been being awarded a $16,585,413 firm-fixed-price, time and material, undefinitized contract for five Sniper Advanced Targeting Pods, five Compact Multiband Data Links, five Digital Data Recorders, six pylons, and spares, along with integration, support and program management. Work will be performed at Orlando, Fla., and is expected to be completed by Dec. 31, 2014. This contract is in support of foreign military sales for Royal Jordanian Air Force. This award is the result of a source-directed/sole-source acquisition, and $8,126,853 is being obligated at time of award. Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Ga., is the contracting activity. (FA8540-13-C-0019)
Raytheon SI Government Solutions, Arlington, Va., has been awarded a $9,752,133 cost-plus-fixed-fee contract for Plan X mission execution software. The scope of this effort is to design and develop a runtime environment to both securely and efficiently execute cyber operations mission scripts and to serve as a foundation for cyber support platforms. Work will be performed at Arlington, Va., and is expected to be completed by Oct. 31, 2017. This award is the result of a competitive acquisition; 62 offerors were solicited electronically and six offers were received. Fiscal 2013 Research, Development, Test and Engineering Funds will be used. Air Force Research Laboratory/RIKD, Rome, N.Y., is the contracting activity. (FA8750-13-C-0130)
WASHINGTON HEADQUARTERS SERVICES
RAND Corp., Santa Monica, Calif., is being awarded a $12,379,400 modification to a previously awarded cost-plus-fixed-fee contract (W91WAW-12-C-0030) for research, analysis and development services provided to Office of the Under Secretary of Defense for Acquisition Technology and Logistics. Work will be performed in Washington, D.C. (100 percent), and is expected to be completed in December 2014. This contract was a sole-source procurement. Washington Headquarters Services, Washington, D.C., is the contracting activity.
Science Application International Corp., Fairfield, N.J., has been awarded a maximum $74,244,560 modification (P00036) exercising the eighth option year period on contract (SPM500-04-D-BP06) for maintenance, repair, and operations supplies for Hawaii and Guam region. The contract is a firm-fixed-price, indefinite-delivery contract. Location of performance is New Jersey with a May 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 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
GDF Suez Energy Resources NA Inc., Houston, Texas, has been awarded a maximum $37,930,530 firm-fixed price-contract. This contract is for electricity. Location of performance is Texas and Illinois with a Dec. 31, 2016 performance completion date. Using service is federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2016 Service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SPE600-13-D-8026).
Benco Dental Co., Pittston, Pa., has been awarded a maximum $25,685,075 modification (P00005) exercising the second option year period on contract (SPM2DE-11-D-7454) for the distribution of a wide range of general dental supplies. The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Pennsylvania with a June 13, 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.
Associated Petroleum Products Inc.*, Tacoma, Wash., has been awarded a minimum $24,156,136 fixed-price with an economic-price-adjustment contract. This contract is for fuel. Location of performance is Washington with a July 30, 2016 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2016 Service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4506).
Mansfield Oil Company of Gainesville Inc.*, Gainesville, Ga., has been awarded a minimum $6,660,715 fixed-price with an economic-price-adjustment contract. This contract is for fuel. Locations of performance are Georgia, Oregon, and Washington with a July 30, 2016 performance completion date. Using military services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2016 Service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4513).
NAVY
Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $435,315,279 modification to a previously awarded cost-plus-incentive-fee contract (N00019-06-C-0081) to procure four CH-53K System Demonstration Test Article aircraft. Work will be performed in Stratford, Conn. (17 percent); West Palm Beach, Fla. (17 percent); Wichita, Kan.(15 percent); Salt Lake City, Utah (10 percent); St. Louis, Mo. (4 percent); Bridgeport, W.Va. (3 percent); Windsor Locks, Conn. (3 percent); Ft. Walton Beach, Fla. (2 percent); Redmond, Wash. (2 percent); Forest, Ohio (2 percent); Jackson, Miss. (2 percent); Cudahy, Wis.(2 percent); Irvine, Calif. (2 percent); Kent, Wash. (1.2 percent); Bristol, United Kingdom (1 percent); Phoenix, Ariz. (1 percent); Chesterfield, Mo. (1 percent); Los Angeles, Calif. (1 percent); Rochester, United Kingdom (1 percent); Buckinhamshire, United Kingdom (1 percent); Longueil, Quebec, Canada (1 percent); Cedar Rapids, Iowa (.8 percent); Twinsburg, Ohio (.8 percent); St. Clair, Pa. (.5 percent), and various other locations (8.7 percent). The work is expected to be completed in June 2017. Fiscal 2013 Research, Development, Test & Evaluation, Navy contract funds in the amount of $48,137,874 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.
Oshkosh Corp., Oshkosh, Wis., is being awarded an estimated $192,852,826 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of P-19R Aircraft Rescue Fire Fighting vehicles, support and sustainment, to replace the current fleet of truck, firefighting, aircraft crash and structure fire, A/S32 P-19A for the Marine Corps. Work will be performed in Oshkosh, Wis., and work is expected to be completed by May 29, 2018. Fiscal 2013 Research Development Test & Evaluation funds in the amount of $2,727,688 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 Federal Business Opportunities website, with three offers received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-13-D-0214).
The Boeing Co., Seattle, Wash., is being awarded a $53,598,727 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) to procure spares in support of the Low Rate Initial Production Lot III of the P-8A Multi-Mission Maritime aircraft. Work will be performed in Seattle, Wash. (60.80 percent); Linthicum, Md. (14.89 percent); McKinney, Texas (6.44 percent); Valencia, Calif. (4.85 percent); Huntington Beach, Calif. (3.47 percent); Mesa, Ariz. (2.22 percent); Salt Lake City, Utah (1.10 percent); Johnson City, N.Y. (.95 percent); Huntington, N.Y. (.84 percent); Grand Rapids, Mich. (.57 percent); Richmond, Calif. (.50 percent) and various locations throughout the United States (3.37 percent), and is expected to be completed in June 2016. Fiscal 2013 Aircraft Procurement Navy funds in the amount of $53,598,727 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Md., is the contracting activity.
L-3 Communications Corp., Communication Systems, East, Camden, N.J., is being awarded an $8,010,923 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for firm-fixed-price orders, performance based contract. The contract is for the procurement of engineering and technical services to support L-3 proprietary systems and integrated peripheral communications equipment for the Coast Guard. This contract includes options which, if exercised, would bring the cumulative ceiling value of the contract to an estimated $24,888,500. This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling. Work will be performed in Camden, N.J. (70 percent); Alameda, Calif. (15 percent); Charleston, S.C. (10 percent); and Petaluma, Calif. (5 percent), and work is expected to be completed by May 2014. If all options are exercised, work could continue until May 2016. Fiscal 2009 Navy Working Capital funds in the amount of $25,000 will obligated at the time of award, and will expire at the end of the current fiscal year. The contract was not competitively procured because it is a sole source acquisition negotiated under 10 U.S.C. 2304(c)(1). Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-13-D-7803).
AMENDED: The cost-plus-fixed-fee contract announced on May 22, 2013, to collect, analyze, synthesize/process, and disseminate scientific and technical information for the Defense Technical Information Center is amended to the following: Award of contract is the result of a full tradeoff acquisition between five offerors. Fiscal 2013 Department of Defense Research and Development contract funds in the amount of $1,455,793 are being obligated on this award. Enterprise Sourcing Group/PKS, Offutt Air Force Base, Neb., is the contracting activity. (FA8075-13-D-0001).
ARMY
General Dynamics and Technical Products Inc., Williston, Vt., (W15QKN-13-D-0055); and Capco Inc., Grand Junction, Colo., (W15QKN-13-D-0054); were awarded a firm-fixed-price, multiple-award contract with a maximum value of $27,271,538 for the procurement of M2A1 machine gun gages and special tools. Performance location and type of appropriation will be determined with each order. The bid solicited through the Internet, with five bids received. The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.
Structural Associates Inc., East Syracuse, N.Y., was awarded a firm-fixed-price contract with a maximum value of $24,480,300 to replace the fuel hydrant systems at Westover Air Force Base, Mass. A combination of fiscal 2009 and fiscal 2012 military construction funds are being obligated on this award. The bid was solicited through the Internet, with four bids received. The Army Corps of Engineers, Concord, Mass., is the contracting activity (W912WJ-13-C-0004).
Consortium of Universities of the Washington Metropolitan Area, Washington, D.C., was awarded a $10,499,025 modification (P00010), to a previously awarded contract (W5J9CQ-11-C-0040), to acquire technical and analytical services of university students and faculty for the conduct of research at the Army Research Institute for the Behavioral and Social Sciences. A combination of fiscal 2012 and fiscal 2013 are being obligated on this award. The Army Contracting Command, Research Triangle Park, N.C., is the contracting activity.
Great Lakes Dredge & Lock LLC., Oak Brook, Ill., was awarded a firm-fixed-price contract with a maximum value of $10,165,000 for dredging services along the Mississippi River. Work will be performed in Memphis, Tenn. Fiscal 2013 procurement funds are being obligated on this award. The bid was solicited through the Internet, with three bids received. The Army Corps of Engineers, Memphis, Tenn., is the contracting activity (W912EQ-13-C-0017).
Rockwell Collins, Salt Lake City, Utah, was awarded an $8,110,129 modification (0001), to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multi-year, foreign military sales (FMS) contract (W58RGZ-13-D-0145), for services in support of the Longbow Crew Trainer Virtual Geospecific Database Suites. This FMS contract is in support of Saudi Arabia. Fiscal 2012 procurement funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
The University of Akron, Akron, Ohio, was awarded a $7,530,645 modification (P00002), to a previously awarded firm-fixed-price contract (W9132T-11-C-0035), for the education, technical and outreach products for the Department of Defense Office of Corrosion Policy and Oversight. The cumulative total face value of this contract is $16,719,706. Fiscal 2012 research, development, testing and evaluation funds are being obligated on this award. The bid was solicited through the Internet, with six bids received. The Army Corps of Engineers, Champaign, Ill., is the contracting activity.
Nolin Rural Electric Cooperative Corp., Elizabethtown, Ky., was awarded a $7,187,924 modification (P00082), to a previously awarded multi-year contract (DABT23-01-C-0030), for the electrical distribution services at Fort Knox, Ky. The cumulative total face value of this contract is $53,365,125. Type of appropriation will be determined with each order. Five bids were solicited, with four bids received. The Army Contracting Command, Fort Knox, Ky., is the contracting activity.
DEFENSE THREAT REDUCTION AGENCY
Institute for Systems Biology, Seattle, Wash., is being awarded a $7,665,557 cost-type contract for research into pre-symptomatic detection of post-operative sepsis for the Defense Threat Reduction Agency in support of the J9 Research and Development Directorate. Work will be performed in Seattle, Wash, and is expected to be completed May 29, 2016. Bids were solicited via a broad agency announcement. Defense Threat Reduction Agency, Ft. Belvoir, Va., is the contracting activity (HDTRA1-13-C-0055).
DEFENSE LOGISTICS AGENCY
Philips Healthcare Informatics, Foster City, Calif., has been awarded a maximum $88,477,787 modification (P00002) exercising the first option year of a two year base contract (SPM2D1-11-D-8305) with one two-year option and one one-year option periods for digital imaging network-picture archive communication system. The contract is a firm-fixed-price contract. Location of performance is California with a June 2, 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.
ManTech TSG-1 Joint Venture – Fairfax, Va. (N00189-13-D-0019); TASC Inc., Andover, Md. (N00189-13-D-0020); Gryphon Technologies L.C., Washington, D.C. (N00189-13-D-0021); CGI Federal Inc., Fairfax, Va. (N00189-13-D-0022); Alion Science and Technology Corp., Burr Ridge, Ill. (N00189-13-D-0023); Wyle Laboratories Inc., Huntsville, Ala. (N00189-13-D-0024); and Booz Allen Hamilton, McLean, Va. (N00189-13-D-0025), is being awarded a indefinite-delivery/indefinite-quantity, multiple-award contract with fixed-price provisions for operational test and evaluation analytical support services to Command Operational Test and Evaluation Force. ManTech TSG-1 Joint Venture is being awarded $11,773,778, and if all options are exercised, the total aggregate value will be $35,994,900. TASC Inc. is being awarded $13,254,787, and if all options are exercised, the total aggregate value will be $40,296,352. Gryphon Technologies L.C., is being awarded $13,409,846, and if all options are exercised, the total aggregate value will be $41,353,490. CGI Federal Inc. is being awarded $13,723,896, and if all options are exercised, the total aggregate value will be $41,725,463. Alion Science and Technology Corp., is being awarded $14,795,958, and if all options are exercised, the total aggregate value will be $45,217,337. Wyle Laboratories is being awarded $15,408,024, and if all options are exercised, the total aggregate value will be $47,118,477. Booz Allen Hamilton is being awarded $16,700,031, and if all options are exercised, the total aggregate value will be $51,039,160. Work will be performed in Norfolk, Va., and work is expected to be completed June 2, 2014. If all options are exercised, work will continue through June 3, 2016. Research, Development, Test & Evaluation funding in the amount of $20,000 for the minimum guarantee, will be obligated and will be equally divided among all contractors. Contract funds will expire at the end of the current fiscal year. The contract was competitively procured under full and open competition and solicited via the Navy Electronic Commerce On-line and Federal Business Opportunities websites, with seven offers were received in response to this solicitation. The NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity.
Lockheed Martin Corp., Liverpool, N.Y., is being awarded a $39,050,000 modification to previously awarded contract (N00024-09-C-5300) to exercise a firm-fixed-price option for the Surface Electronic Warfare Improvement Program (SEWIP) Block 2 System low-rate initial production units. 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. (68 percent), and in Lansdale, Pa. (32 percent), and is expected to be completed by September 2014. Fiscal 2013 Other Procurement, Navy funding in the amount of $39,050,000 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.
Raytheon Co., Fullerton, Calif., is being awarded a $14,633,925 modification to a previously awarded cost-plus-incentive-fee contract (N00019-08-C-0034) for the Joint Precision Approach and Landing System (JPALS) maintenance Design Phase II. This modification includes assessing, documenting and implementing design modifications to the existing maintenance design to allow for increased organizational level maintenance of the JPALS Increment 1A Ship system. Work will be performed in Fullerton, Calif. (60 percent); Cedar Rapids, Iowa (28 percent); and Indianapolis, Ind., (12 percent); and is expected to be completed in December 2013. Fiscal 2012 and 2013 Research, Development, Test & Evaluation, Navy contract funds in the amount of $13,944,653 are being obligated on this award, $5,326,104 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Honeywell International Inc., Aerospace Defense & Space, Albuquerque, N.M., is being awarded a $9,029,507 firm-fixed-price contract for the procurement of 121 advanced multi-purpose displays for the F/A-18E/F and EA-18G aircraft. Work will be performed in Albuquerque, N.M., and is expected to be completed in January 2015. Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $9,029,507 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-0048).
ARMY
CORRECTION (dollar amount corrected from 24 September 2012 release)
BAE Systems Land and Armaments L.P., Sterling Heights, Mich., was awarded a cost-plus-incentive-fee contract with a maximum value of $234,330,410 for the engineering design, logistics and test and evaluation services in support of the Bradley Engineering Change Proposal Effort. Work will be performed in York, Pa.; Sterling Heights, Mich.; Santa Clara, Calif.; and Akin, S.C.; with an estimated completion date of Sept. 29, 2017. Fiscal 2011 research, development, testing and evaluation funds in the amount of $55,899,804 were obligated at time of award. The bid was solicited through the Internet, with one bid received. The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0358).
Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $50,631,117 modification to a previously awarded advance acquisition contract (N00019-13-C-0023) to provide additional 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 $50,631,117 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.
BAE Systems San Diego Ship Repair Inc., San Diego, Calif., was awarded May 24, 2013, a $49,796,139 modification to previously awarded cost-plus-award-fee contract (N00024-11-C-4408) to definitize the USS Russell (DDG 59) fiscal 2013 extended dry-docking selected restricted availability. An extended dry-docking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. This modification includes options which, if exercised, would bring the cumulative value to $50,258,933. Work will be performed in San Diego, Calif., and is expected to be completed by February 2014. Funding in the amount of $49,796,139 will be obligated at time of award. Fiscal 2013 Operations & Maintenance, Navy and Fiscal 2013 Other Procurement, Navy contract funds in the amount of $38,064,531 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.
Breeze Eastern Corp., Whippany, N.J., is being awarded a $7,002,145 modification to previously awarded contract (N00383-12-D-002F) to exercise option year one for the repair of five items required to support the H-53 helicopter. Work will be performed in Whippany, N.J., and is expected to be completed Nov. 21, 2013. If all options are exercised, work will continue through Nov. 21, 2017. No funds will be obligated at the time of award. No contract funds will expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement via the Navy Electronic Commerce Online website, with one offer received in response to the solicitation in accordance with 10 U.S.C. 2304(c)(1). NAVSUP Weapons Systems Support, Philadelphia, Pa., is the contracting activity.
Universal Propulsion Co., Fairfield, Calif., is being awarded a $6,674,272 firm-fixed-price contract to manufacture 286 each digital recovery sequencer kits, 452 each power modules and 36 each electronic modules as kit sub-component replacement spares in support of F-15, F-16, F-117 and B-1 aircraft for the Cartridge Actuated Device/Propellant Device Joint Program Office, Naval Surface Warfare Center, Indian Head Division. Work will be performed in Fairfield Calif., and work is expected to be completed by Nov. 14, 2014. Fiscal 2012 Procurement of Ammunition, Navy, Marine Corps, Air Force, and Fiscal 2010 Foreign Military Sales funds in the amount of $6,674,272 will be obligated at time of the award. Contract funds will not expire before the end of the current fiscal year. This contract combines purchases for the U.S. Navy (39.753 percent) and the governments of Turkey (12.802 percent); Pakistan (9.986 percent); Korea (6.401 percent); Saudi Arabia (5.488 percent); Columbia (5.121 percent); Poland (5.121 percent); Greece (4.913 percent); Indonesia (3.072 percent); Bahrain (1.536 percent); Jordan (1.536 percent); Netherlands (1.366 percent); Portugal (1.024 percent); Taiwan (0.857 percent); Egypt (0.768 percent); and Denmark (0.256 percent) under the Foreign Military Sales Program. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). The Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-13-C-K074).
DEFENSE LOGISTICS AGENCY
Invive Corp., Orlando, Fla., has been awarded a maximum $11,872,052 modification (P00004) exercising the second option year of a one-year base contract (SPM2D1-11-D-8346) with seven one-year option periods for radiology systems, subsystems, and components. The contract is a fixed-price with economic price adjustment contract. Location of performance is Florida with a May 31, 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.
Digirad Corp.*, Poway, Calif., has been awarded a maximum $10,923,649 modification (P00011) exercising the fourth option year of a one-year base contract (SPM2D1-09-D-8330) with seven one-year option periods for radiology systems, subsystems, and components. The contract is a fixed-price with economic price adjustment contract. Location of performance is California with a May 31, 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.
The Air Force is finalizing a descoping of requirements with Lockheed Martin Space Systems Co., Strategic & Missile Defense Programs, Air Force Programs, King of Prussia, Pa., for -$7,843,972. The modification (P00040) will result in a credit to the government, and a reduction in the total cumulative face value of the contract (FA8814-08-C-0003) to $57,292,347. Government determined this payload delivery vehicle will not proceed for further development to operations. The modification descopes aeroshell and avionics requirements and reduces the quantity and scope of hypersonic related trade studies. Work was performed at King of Prussia, Pa., and was completed on April 30, 2013. The contracting activity is Space and Missile Center/XRC, Contracting for Development Planning Directorate, Los Angeles Air Force Base, Calif.
AMENDED: The indefinite-delivery/indefinite-quantity with provision to issue firm-fixed-price and cost-plus-fixed-fee task orders, multiple-award contract announced on April 12, 2013, for advisory and assistance services in support of the Air Force civil engineer mission is amended to add the following companies as awardees: Unified Business Technologies Inc., Troy, Mich., Cherokee Nation Technology Solutions LLC, Lakewood, Colo., and EMLS-FutureNet JVLLX, Detroit, Mich. An amount of $3,000 will be obligated on task order 0001. 772nd Enterprise Sourcing Squadron, Lackland Air Force Base, Texas, is the contracting activity. (FA8903-13-D-0008, FA8903-13-D-0010, FA8903-13-D- 0015)
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES
Related articles
- U.S. Navy awards $6.2B in contracts to build 9 new destroyers (upi.com)
- More from John – Navy Makes $6 Billion Multi-Year Destroyer Buy (h16613.com)
- DDG 51 Multiyear Procurement Contract Awarded (thedefencejournal.wordpress.com)
- BMD in Bunches: The USN’s Multi-Year Destroyer Contract, FY 2013 – 2017 (defenseindustrydaily.com)
- Bath Iron Works gets contracts for four Navy destroyers with option for fifth (bangordailynews.com)
Trackbacks/Pingbacks
[…] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS […]