Business and Career Opportunities DOD Awarded Contracts

United_States_Department_of_Defense_Seal.svg

DOD Awarded Contracts

Defense Logistics Agency

Graybar Electric Company Inc., St. Louis, Mo., has been awarded a maximum $341,233,221 modification (P00033) exercising the eighth option year for maintenance, repair, and operations prime vendor contract (SPM500-04-D-BP11) for South Central Zone 1 Region.  The contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Missouri, with a July 28, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian

Defense_Logistics_Agencyagencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

SupplyCore Inc.*, Rockford, Ill., has been awarded a maximum $209,238,846 modification (P00028) exercising the eighth option year for maintenance, repair and operations supplies contract (SPM500-04-D-BP10) for North Central Region.  The contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Illinois, with a July 28, 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.

Science Applications International Corp., Fairfield, N.J., has been awarded a maximum $145,854,089 modification (P00028) exercising the eighth option year for maintenance, repair and operations prime vendor contract (SPM500-04-D-BP12) for South Central Zone 2 Region.  The contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey, with a July 28, 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.

URS Federal Services Inc., Germantown, Md., has been awarded a maximum $19,550,631 modification (P00012) exercising the second option year of a one year base contract (SP3300-11-C-0012) with four one-year option periods for hazardous materials management services.  The contract is a cost-plus-incentive-fee contract with cost-reimbursement and firm-fixed-price line items.  Locations of performance are Maryland, Florida, North Carolina, and California, with a July 27, 2016 performance completion date.  Using service is Defense Logistics Agency Aviation.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pa.

Army

Walsh Construction Company II LLC, Chicago, Ill., was awarded a firm-fixed-price, option-filled contract with a maximum value of $158,937,000 for the construction of a new cadet barracks at the U.S. Military Academy in West Point, N.Y.  Fiscal 2013 military construction funds in the amount of $72,000,000 are being obligated on this award.  The bid was solicited through the Internet, with eight bids received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0032).

Department of the ArmyCarter Enterprises, Brooklyn, N.Y., was awarded a firm-fixed-price, multi-year contract with a maximum value of $58,111,772 for the procurement of soldier plate carrier systems and related items and services.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with eight bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-D-0016).

B & K Construction Company LLC, Mandeville, La., was awarded a firm-fixed-price, option-filled contract with a maximum value of $52,001,667 for the construction services in support of the Southeast Louisiana Urban Drainage Project.  Work will be performed in New Orleans, La.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0037).

Dutra Dredging Co., San Rafael, Calif., was awarded a firm-fixed-price contract with a maximum value of $25,254,400 for services in support of the Beach Erosion Control Project.  Work will be performed in Monmouth, N.J.  Fiscal 2013 procurement funds are being obligated on this award.  Fifteen bids were solicited, with three bids received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0039).

ICx Technologies Inc., doing business as Agentase Inc., Elkridge, Md., was awarded a $21,768,549 modification (P00081) to a previously awarded firm-fixed-price, option-filled contract (W911SR-08-C-0075) for services in support of the Joint Program Manager for Nuclear, Biological and Chemical Contamination Avoidance program.  The cumulative total face value of this contract is $68,719,884.  Fiscal 2013 research, development, testing and engineering funds in the amount of $3,852,828 are being obligated on this award.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

Raytheon Co., Huntsville, Ala., was awarded a $16,676,423 modification (P00004) to a previously awarded cost-plus-fixed-fee, option-filled, multi-year contract (W91P4Q-12-C-0238) for the depot-level diagnostics and repair of the Patriot missile system.  The cumulative total face value of this contract is $31,127,859.  Work will be performed in Fort Sill, Okla.; El Paso, Texas; Fort Bragg, N.C.; and Fort Hood, Texas.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0238).

Weeks Marine Inc., Covington, La., was awarded a firm-fixed-price, option-filled contract with a maximum value of $14,295,950 for services in support of the Maryland Beach e-nourishment Project.  Work will be performed in Ocean City, Md.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-13-C-0036).

Inglett & Stubbs International Ltd., Smyrna, Ga., was awarded a labor-hour, option-filled contract with a maximum value of $11,391,894 for inspection and repair services in Afghanistan.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  One bid was solicited, with one bid received.  The Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-13-C-0030).

Technical and Project Engineering LLC, Alexandria, Va., was awarded a cost-plus-fixed-fee, option-filled contract with a maximum value of $10,751,221 for services in support of the Army training models.  Work will be performed in Arlington, Va.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0036).

Systems & Technology Research, Woburn, Mass., was awarded a $7,477,220 modification (P00006) to a previously awarded cost-plus-fixed-fee contract (W911NF-12-C-0043) for services the Defense Advanced Research Projects Agency’s social media in strategic communication program.  Work will be performed in San Francisco, Calif.  Fiscal 2013 research, development, testing and engineering funds in the amount of $1,220,000 are being obligated on this award.  The Army Contracting Command, Research Triangle Park, N.C., is the contracting activity.

Navy

CH2M Hill/Clark Nexsen Energy Partners Joint Venture, Englewood, Colo., is being awarded a $60,000,000 firm-fixed-price modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract (N62583-11-D-0533) for the exercise of option one for architect and engineering and design services for energy efficient projects and services.  Architect-engineer and engineering services will require expertise in energy management, architectural, mechanical, electrical, structural, and environmental disciplines as it pertains to Department of Defense utility systems and energy consuming systems in Naval shore infrastructure.  After award of this option, the total cumulative contract value will be $180,000,000.  No task orders are being issued at this time.  Work will be performed at various Navy and Marine Corps facilities and other government facilities stateside (80 percent) and overseas (20 percent), and work is expected to be completed July 2014.  No funds will be obligated at this time.  Fiscal 2013 and 2014 Operation and Maintenance, Navy funds will be obligated on the individual task orders as they are issued.  Contract funds will not expire by the end of the current fiscal year.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNorthrop Grumman Corp., Annapolis, Md., is being awarded a $45,987,322 firm-fixed price, cost-plus-fixed fee, cost-type contract for the production of proof of manufacturing/first articles, functional item replacement level components of the MK 54 mod 0 array kits, engineering services hours, hardware repair support, test equipment, additional spares and production support material, and warranty options.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $294,384,741.  Work will be performed in Lititz, Pa. (40.5 percent); Annapolis, Md. (30.9 percent); and Santa Barbara, Calif. (28.6 percent), and is expected to be completed by July 2016.  Fiscal 2012 and 2013 Weapons Procurement, Navy, and Foreign Military Sales funding in the amount of $45,987,322 will be obligated at the time of the award, and will not expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy (52 percent) and the governments of Commonwealth of Australia (41 percent) and Republic of India (7 percent) under the foreign military sales (FMS) program.  This contract was competitively procured with proposals solicited via the E-commerce and Federal Business Opportunities websites, with two offers received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-6412).

Anthony and Gordon Construction Co.*, Knoxville, Tenn., is being awarded a $10,168,000 firm-fixed-price contract for the design-bid-build to construct an addition to and renovation of an existing Aircraft Component Maintenance Facility at Naval Air Station Corpus Christi.  Work will be performed in Corpus Christi, Texas, and is expected to be completed by April 2015.  Fiscal 2013 Military Construction, Army contract funds in the amount of $10,168,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with ten proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (contract number N69450-13-C-0754).

BAE Systems, Land & Armaments LP, U.S. Combat Systems, Minneapolis, Minn. is being awarded a $9,222,314 modification to previously awarded contract (N00024-13-C-5325) for engineering services in support of the MK 41 vertical launching system.  Work will provide technical and engineering services for the support of research, development, test, evaluation, upgrades, operation, maintenance and product improvements.  This contract combines support for the U.S. Navy (96.02 percent) and the governments of South Korea (3.49 percent); the Netherlands (.38 percent) and Canada (.11 percent) under the foreign military sales program.  Work will be performed in Minneapolis, Minn. (87 percent); Brea, Calif. (12 percent); and Aberdeen, S.D. (1 percent), and is expected to be completed by September 2013.  Fiscal 2013 Research, Development, Test & Evaluation and FMS funding in the amount of $9,222,314 will be obligated at the time of award.  Contract funds in the amount of $89,928 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp., McLean, Va., is being awarded an $8,070,540 modification (P00003) under previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00189-11-D-Z041) to exercise option II for the operation and maintenance of the Department of the Navy, naval criminal investigative service law enforcement information exchange system and Department of Defense law enforcement information system.  Work will be performed in McLean Va. (79.5 percent); Quantico, Va. (5.8 percent); Seattle, Wash. (4.7 percent); Santa Ana, Calif. (4.7 percent); Camp Lejeune, N.C. (4.1 percent); Norfolk, Va. (0.3 percent); Jacksonville, Fla. (0.3 percent); Portland, Texas (0.3 percent); and Raleigh, N.C. (0.3 percent).  Work is expected to be completed no later than Sept. 30, 2014.  No funds are being obligated at the time of award.  Fiscal 2014 Operations & Maintenance, Navy funds will be obligated on the individual task orders as they are issued.  Contract funds will not expire by the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce On-line website, with two offers received in response to the solicitation.  The NAVSUP Fleet Logistics Center, Norfolk, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

TeleCommunication Systems, Inc., Annapolis, Md., is being awarded a $6,865,586 cost-plus-fixed-fee contract for the design, development, delivery, and evaluation of a largely non-proprietary prototype Intelligent Tutoring System capability and associated content for the Navy’s information technology (IT) rating “A” School at the Center for Information Dominance in Pensacola, Fla.  The intelligent tutoring authoring and delivery system will be integrated within the IT A-School course and it will emphasize the troubleshooting skills required of today’s Navy IT rating.  Work will be performed in San Mateo, Calif. (65 percent), Pensacola, Fla. (30 percent), and Annapolis, Md. (5 percent),  and is expected to be completed in September 2015.  Fiscal 2012 Research, Development, Test & Evaluation contract funds in the amount of $6,865,586 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This contract was competitively procured via Broad Agency Announcement, with one offer received.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-13-C-0014).

Air Force

Lockheed Martin Aeronautics, Marietta, Ga., has been awarded a $12,980,000 (not-to-exceed), undefinitized contract action (FA8625-11-C-6597 P00172) for the advanced procurement of one Israel C-130J-30 aircraft and field services representatives.  The total cumulative face value of the contract is $1,630,827,050.  Work will be performed at 356px-Seal_of_the_US_Air_Force.svgMarietta, Ga., and is expected to be completed by Dec. 30, 2015.  This is 100 percent foreign military sales.  Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Army

Gilbane Federal Joint Venture, Walnut Creek, Calif., (W9127S-13-D-6000); J E Dunn Construction, Kansas City, Mo., (W9127S-13-D-6001); and United Excel Corporation, Merriam, Kan., (W9127S-13-D-6002); were awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multi-year, multiple-award, task-order contract with a maximum value of $712,000,000 for construction and initial-outfitting services in support of the Air Force medical service healthcare facilities modernization program.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with 23 bids received.  The Army Corps of Engineers, Little Rock, Ark., is the contracting activity.

Department of the ArmyHensel Phelps Construction Co., Chantilly, Va., was awarded a firm-fixed-price contract with a maximum value of $39,700,010 for the construction of the Nolan Building parking garage at Fort Belvoir, Va.  Fiscal 2012 military construction funds are being obligated on this award.  The bid was solicited through the Internet, with eight bids received.  The Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-13-C-0035).

Necaise Brothers Construction Inc., Gulfport, Miss., was awarded a firm-fixed-price, option-filled contract with a maximum value of $11,616,187 for the construction of a water and sewer system at Big Hill Acres, Vancleave, Miss.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with nine bids received.  The Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-13-C-0024).

Textron Inc., New Orleans, La., was awarded a $10,999,987 modification (P00019) to a previously awarded cost-plus-fixed-fee contract (W56HZV-11-C-0418) for the maintenance overhaul of armored security vehicles.  The cumulative total face value of this contract is $99,908,080.  Fiscal 2012 operations and maintenance funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

Lifecycle Construction Services, Fredericksburg, Va., (W912HP-13-D-0004); PentaCon LLC, Catoosa, Okla., (W912HP-13-D-0005); and Anthony & Gordon Construction Company Inc., Knoxville, Tenn., (W912HP-13-D-0006); were awarded a firm-fixed-price, option-filled, multiple-award, task-order contract for construction services in support of the Defense Logistics Agency.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with 28 bids received.  The Army Corps of Engineers, Charleston, S.C., is the contracting activity.

Navy

GPC, Joint Venture, Irvine, Calif., is being awarded a maximum value $250,000,000 cost-plus-award-fee, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for services to manage, maintain and operate the emergency ship salvage material system (ESSM) and support the Navy’s oil and hazardous substances spill response program.  The contractor will be responsible for the full-time manning and management of ESSM facilities, including inventory and periodic maintenance of equipment stored at ESSM complexes, maintenance of all ESSM system equipment for immediate deployment and operation, deploying full operations response teams with pollution control equipment, and providing ESSM operator/technician(s) when required to support the deployment of ESSM salvage and oil pollution response equipment.  Work will be performed in Williamsburg, Va. (42.5 percent); Port Hueneme, Calif. (42.5 percent); Richardson, Alaska (5 percent); Pearl Harbor, Hawaii (5 percent), and at various locations below 1 percent (5

600px-US-DeptOfNavy-Seal.svgpercent), and is expected to be completed by September 2014.  No funding is being obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procedure via the Federal Business Opportunities website, with one offer received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-D-4100).

Manufacturing Techniques Inc.*, Kilmarnock, Va., is being awarded a $16,196,816 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for lowest replaceable units and upgrade kits for ground based operational surveillance system (GBOSS) to be used by the U.S. Marine Corps.  The GBOSS tower, GBOSS lite, and cerberus lite systems provide 24-hour persistent, ground-based surveillance capability.  Work will be performed in Kilmarnock, Va., and is expected to be completed by July 2018.  Fiscal 2012 Procurement, Marine Corps funding in the amount of $600,000 will be obligated at the time of the award, and will expire at the end of the current fiscal year.  This was competitively procured via the Federal Business Opportunities website, with seven offers received.  The Naval Surface Warfare Center, Crane Ind., is the contracting activity (N00164-13-D-JT71).

Air Force

Lockheed Martin Space System Corp., Sunnyvale, Calif., has been awarded a $101,604,039 cost-plus-award-fee modification (P00208) of the Spacecraft Integration and test (SIT) contract (F04701-02-C-0003) for the Defense Meteorological Satellite Program.  The cumulative face value of the contract is $619,804,376.  This contract action includes tasks associated with the revision of the launch dates for Flight 19 and 356px-Seal_of_the_US_Air_Force.svgFlight 20, and re-phasing of the SIT contract consistent with the revised launch dates.  Work will be performed at Sunnyvale, Calif., and is expected to be completed by Oct. 1, 2020.  The fiscal years that this effort will cover are from 2013-2022.  No funds will be obligated at time of award; this effort will be incrementally funded using Procurement (3020) funds.  Air Force Space and Missile Systems Center/Defense Weather Systems Directorate, Los Angeles Air Force Base, Calif., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Space Systems Co., Sunnyvale, Calif., has been awarded an $8,791,515 modification (P00584) to a cost-plus-incentive-fee contract (F04701-02-C-0002) for Interim Contractor Sustainment FY12-15 Additional Scope for the Advance Extremely High Frequency (AEHF) System Development and Demonstration Program (SDD).  The cumulative face value of the contract including this award is $8,570,251,784.  The contract modification is increasing tasking levels as a result of the delayed experienced in the Ground Segment software development and delivery.  Work will be performed at Sunnyvale, Calif., and is expected to be completed by Nov. 30, 2014.  Fiscal 2013 Research and Development funds in the amount of $1,545,053 are being obligated at time of award.  Space and Missile Systems Center/PKJA, Los Angeles Air Force Base, Calif., is the contracting activity.

Defense Logistics Agency

Pacific Consolidated Industries, Riverside, Calif., has been awarded a maximum $21,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  This contract is a one year base contract with two one-year option periods and is for non-developmental electronic catalog system for electronic documents portable oxygen distribution systemDefense_Logistics_Agency and accessories.  Location of performance is California, with a July 23, 2016 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DH-13-D-8211).

Navy

BAE Systems San Diego Ship Repair Inc., San Diego, Calif., was awarded a $38,601,943 modification to previously awarded cost-plus-award-fee contract (N00024-11-C-4408) on July 19, 2013, to definitize the USS Benfold (DDG 65) fiscal 2013 extended selected restricted availability.  Work will be performed in San Diego, Calif.,and is expected to be completed by August 2014.  Fiscal 2013 Operation and Maintenance and Other Procurement, Navy funding in the amount of $38,601,943 will be obligated at time of award.  Contract funds in the amount of $11,788,829 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

 600px-US-DeptOfNavy-Seal.svgGeneral Dynamics Armament and Technical Products, Williston, Vt., is being awarded a $32,679,084 firm fixed-price multi-year procurement contract for the production of Aegis gun and guided-missile directors (MK82 Mod 0), Aegis director controllers (MK 200 Mod 0) for associated material and engineering services and for six Aegis Weapon System ship sets.  This procurement includes economic order quantity (EOQ) advance procurement (AP) funding for production related materials and interim repair parts for the six multi-year procurement ship sets.  Work will be performed in Williston, Vt., and is expected to be completed by August 2018.  Shipbuilding and Conversion, Navy contract funds in the amount of $32,679,084 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via Federal Business Opportunities with one offer received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5113).

Scientific Research Corp., Atlanta, Ga., is being awarded an $8,974,067 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0062) to exercise an option for the procurement of 200 Multi-Function Color Display (MFCD) units and associated technical data to support forced retrofit of MFCD units into T-45 aircraft.  Work will be performed in Milwaukee, Wis. (58 percent), Largo, Fla. (24 percent), and Atlanta, Ga. (18 percent), and is expected to be completed in June 2015.  Fiscal 2012 and Fiscal 2013 Aircraft Procurement, Navy contract funds in the amount of $8,974,067 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.

Defense Logistics Agency

TQM Inc. doing business as Two Rivers Medical*, St. Charles, Mo., has been awarded a maximum $26,250,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  This contract is a five year base contract with no option periods and is for medical equipment.  Location of performance is Missouri with aDefense_Logistics_Agency July 17, 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.; SPM2DH-13-D-8215.

Air Force

FPM Remediations Inc., San Antonio, Texas, has been awarded a $13,267,405 firm-fixed-price contract for environmental remediation activities at Joint 356px-Seal_of_the_US_Air_Force.svgBase Charleston, S.C., and Seymour Johnson Air Force Base, N.C.  Work will be performed at Joint Base Charleston, S.C., and Seymour Johnson Air Force Base, N.C., and is expected to be completed by July 21, 2023.  Solicitation was posted on Federal Business Opportunities and five companies submitted proposals.  Fiscal 2013 Environmental Remediation Activities funds in the amount of $4,083,259 are being obligated at time of award.  772 Enterprise Sourcing Squadron/PKS, San Antonio, Texas, is the contracting activity (FA8903-13-C-0006).

Army

Dell Federal Systems LP, Round Rock, Texas, (W91QUZ-07-D-0006); International Business Machine Corp., Bethesda, Md., (W91QUZ-07-D-0007); Unicom Government Inc., Herndon, Va., (W91QUZ-07-D-0008); CDW Government LLC, Vernon Hills, Ill., (W91QUZ-07-D-0009); Iron Bow Technologies LLC, Chantilly, Va., (W91QUZ-07-D-0010); and World Wide Technology Inc., Maryland Heights, Mo., (W91QUZ-07-D-0011); were awarded a firm-fixed-price, multiple-award, task-order contract with a maximum value of $494,000,000 for the hardware, software and related integration services in support of the Information Technology Enterprise Solution-2.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with 18 bids received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity.

Thales — Raytheon Systems Company LLC, Fullerton, Calif., was awarded a firm-fixed-price, multi-year contract with a maximum value of $83,500,000 for spare parts, components and repairs for various radar systems.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with oneDepartment of the Army bid received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-D-C104).

Bosh Global Services, Newport News, Va., was awarded a firm-fixed-price, multi-year, option-filled contract with a maximum value of $60,000,000 for small unmanned aircraft systems training, logistics support and technical management services.  Work will be performed in Huntsville, Ala.  Fiscal 2013 operations and maintenance funds in the amount of $5,000 are being obligated on this award.  The bid was solicited through the Internet, with seven bids received.  The Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-13-D-0097).

FSA + JKC Joint Venture One LLC, Tampa, Fla., was awarded a firm-fixed-price contract with a maximum value of $53,822,000 for the renovation of Scott Barracks at the U.S. Military Academy in West Point, N.Y.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  The bid was solicited through the Internet, with six bids received.  The Army Contracting Command, West Point, N.Y., is the contracting activity (W911SD-13-C-0007).

Greenway Enterprises Inc., Helena, Mont., was awarded a firm-fixed-price, task-order contract with a maximum value of $49,000,000 for construction projects for western states, primarily in Utah, Colorado, Nevada and New Mexico.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with two bids received.  The Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-13-D-0023).

Northrop Grumman, Rolling Meadows, Ill., was awarded a cost-plus-fixed-fee, multi-year contract with a maximum value of $17,225,000 for the procurement of repair and calibration of secondary items in support of the integrated family of test equipment.  Fiscal 2013 procurement funds in the amount of $200,000 are being obligated on this award.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-D-0038).

GPS Source Inc., Pueblo West, Colo., was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a maximum value of $16,613,430 for the procurement of defense advanced global positioning system receiver distributed devices.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with two bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-D-C116).

Navy

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $9,552,979 cost-plus-fixed-fee contract to provide security hardware, associated software, equipment installation, system test, accreditation, certification and delivery of nuclear weapon security system equipment at U.S. Navy Installations.  This contract contains options, which if exercised, will bring the contract value to $10,917,152.  Work will be performed in Sunnyvale, Calif. (34.2 percent); Kings Bay, Ga. (28.49 percent); Silverdale, Wash. (12.17 percent); Cape Canaveral Air Force Station, Fla. (11.62 percent); Pittsfield, Mass. (9.3 percent); Honolulu, Hawaii (4.22 percent).  Work is expected to be completed Oct. 30, 600px-US-DeptOfNavy-Seal.svg2015.  If all the options are exercised, work will continue through March 31, 2016.  Fiscal 2013 Other Procurement, Navy, Fiscal 2013 Operations & Maintenance, Navy, and Research, Development, Test & Evaluation contract funds in the amount of $9,552,979 will be obligated at the time of award.  Contract funds in the amount of $484,750 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-6 and 10 U.S.C. 2304(c)(1).  The Navy’s Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0043).

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $7,526,038 cost-plus-award-fee modification to the previously awarded task order under a Basic Ordering Agreement (N00024-09-G-2301 ER09) to provide engineering and management services for advance planning and design in support of the post-shakedown availability for the USS Independence (LCS 2).  Bath Iron Works will provide design, planning, and material support services for the vessel.  Efforts will include program management, advance planning, engineering, design, material kitting, liaison, and scheduling.  Work will be performed in Bath, Maine (55 percent), and San Diego, Calif. (45 percent), and is expected to be completed by March 2014.  Fiscal 2013 Research, Development, Test & Evaluation and Fiscal 2013 Operations & Maintenance, Navy funding in the amount of $7,526,038 will be obligated at the time of award.  Funding in the amount of $602,083 will expire at the end of the current fiscal year.  The Basic Ordering Agreement was awarded on a sole-source basis pursuant to 10 U.S.C. 2304 (c)(1).  The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

Army

RCTec Inc., Syracuse, N.Y., was awarded a firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a maximum value of $221,800,000 for the procurement of lightweight counter mortar radars and related parts and services.  Performance location and funding will be determined with each order.  One bid was solicited, with one bid received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-D-C702).

General Dynamics Armament and Technical Products Inc., Williston, Vt., was awarded a $67,456,648 modification (P00136) to a previously awarded firm-fixed-price, option-filled, foreign-military-sales contract (W31P4Q-10-C-0190) for the procurement of hydra rockets, warheads and related parts in support of the Army, Navy, Air Force and Saudi

Department of the Army Arabia.  The cumulative total face value of this contract is $1,025,465,887.  Work will be performed in Camden, Ark.  A combination of fiscal 2011, fiscal 2012 and fiscal 2013 procurement funds and fiscal 2013 research, development, testing and engineering funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Center Industries Corp., Wichita, Kan., was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multi-year contract with a maximum value of $44,270,394 for the procurement of improved magazines for the M4/M4A1 carbine.  Performance location and funding 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-0132).

The Boeing Co., Ridley Park, Pa., was awarded a cost-plus-fixed-fee contract with a maximum value of $39,619,052 for the logistics support and fielding and training services for units receiving the CH-47F.  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 (W58RGZ-13-C-0114).

Phylway Construction LLC, Thibodaux, La., was awarded a firm-fixed-price contract with a maximum value of $29,537,805 for the construction of a new pump station, new floodwall, new levees, berms and embankments and new channels and ditches.  Work will be performed in Belle Chase, La.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with eight bids received.  The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-11-D-0010).

The SURVICE Engineering Company LLC, Belcamp, Md., was awarded a $27,000,000 modification (P00014) to a previously awarded time-and-materials contract (W91CRB-09-D-0027) for engineering and testing and evaluation support services.  Performance location and funding will be determined with each order.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

HamHed LLC, New Albany, Ind., (W912QR-13-D-0034); Budget Services & Supplies LLC, Jeffersonville, Ind., (W912QR-13-D-0035); TATCO Services Inc., La Plata, Md., (W912QR-13-D-0036); and Radcorp Solutions Inc., Waldorf, Md., (W912QR-13-D-0037) were awarded a firm-fixed-price contract with a maximum value of $20,000,000 for janitorial services.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with six bids received.  The Army Corps of Engineers, Louisville, Ky., is the contracting activity.

Norfolk Dredging Co., Chesapeake, Va., was awarded a firm-fixed-price, option-filled contract with a maximum value of $15,258,000 for dredging services in support of the New York Beach Erosion Control and Navigation Project. Work will be performed in Fire Island, N.Y.  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, New York, N.Y., is the contracting activity (W912DS-13-C-0037).

Utah State University Research Foundation, North Logan, Utah, was awarded a contract with a maximum value of $12,000,000 for research and development services in support of the Precision Lightweight Weapon and Sensor Mount program.  Performance location and funding will be determined with each order.  One bid was solicited, with one bid received.  The Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911W6-13-D-0005).

Senne & Company Inc., Topeka, Kan., was awarded a firm-fixed-price, option-filled contract with a maximum value of $7,963,784 for the construction services in support of the Kansas Army National Guard.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with six bids received.  The National Guard Bureau, Topeka, Kan., is the contracting activity (W912JC-13-C-1307).

SAP Government Support and Services Inc., Newtown Square, Pa., was awarded a time-and-materials, option-filled contract with a maximum value of $7,148,785 for services in support of enterprise resource planning.  Work will be performed in Alexandria, Va.  Fiscal 2013 research, development, testing and engineering funds in the amount of $3,377,160 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-11-C-0025).

Navy

General Electric Co., Lynn, Mass., is being awarded an $87,034,442 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) to exercise an option for the procurement of 22 Lot 17 full rate production F414-GE-400 install engines for the F/A-18E/F aircraft.  Work will be performed in Lynn, Mass. (59 percent); Hooksett, N.H. (18 percent); Rutland, Vt. (12 percent); and Madisonville, Ky. (11 percent), and is expected to be completed in October 2015.  Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $87,034,442 will be obligated at the 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.

600px-US-DeptOfNavy-Seal.svgLockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $70,358,000 modification to a previously awarded advance acquisition contract (N00019-13-C-0008) to provide long lead-time parts, material and components required for the delivery of seven Conventional Take Off and Landing F-35 Lightning II Joint Strike Fighter aircraft and one Short Take-Off Vertical Landing F-35 Lightning II Joint Strike Fighter aircraft for the government of Italy.  Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2014.  International Partner contract funds in the amount of $70,358,000 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 authority.

Oceaneering International Inc., Chesapeake, Va., is being awarded a $16,468,887 cost-plus-fixed fee, cost-plus-incentive fee and firm-fixed-price contract to procure technical/maintenance services for the dry-deck shelter.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $99,717,721.  Work will be performed in Chesapeake, Va. (60 percent); Honolulu, Hawaii (30 percent); Kings Bay, Ga. (5 percent); Groton, Conn. (3 percent); and Guam (2 percent).  Work is expected to be completed by July 2014, and with options exercised, work will continue through July 2018.  Fiscal 2013 Operations and Maintenance and Fiscal 2013 Other Procurement, Navy funding in the amount of $4,034,257 will be obligated at the time of this award.  Contract funds in the amount of $2,622,669 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy E-Commerce and Federal Business Opportunities websites, with one proposal solicited and two offers received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-6403).

Lockheed Martin Gyrocam Systems LLC, Orlando, Fla., is being awarded $14,623,204 for delivery order #0003 to previously awarded firm- fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-12-D-5504) for field service representatives (FSRs) in support of the vehicle optic surveillance system program, program manager, Marine Air Ground Task Force command, control and communications.  Work includes FSRs to provide parts, stock support, maintenance and training support for legacy systems.  Work will be performed in Afghanistan (80 percent) and Orlando, Fla. (20 percent), and is expected to be completed by July 2014.  Fiscal 2013 Operations and Maintenance Funds in the amount of $14,623,204 will be obligated at the time of award, and will expire Sept. 30, 2013.  This contract was competitively procured via Federal Business Opportunities, with two offers received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Rite Solutions Inc.*, Pawcatuck, Conn., is being awarded a $14,589,640 modification to a previously awarded cost-plus-fixed fee contract (N00024-10-C-6258) for engineering services to apply unique human systems integration processes leading to command decision modules and supporting infrastructures, command and control center configurations, and other technical support work associated with Navy submarines, surface and air platforms.  This effort is the result of Small Business Innovative Research Topic N05-149 – Combat Systems of the Future.  Work will be performed in Middletown, R.I., and is expected to be completed by May 2014.  Fiscal 2013 Research, Development, Test and Evaluation funding in the amount of $283,500 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.

Defense Logistics Agency

Northrop Grumman Systems Corp., Bethpage, N.Y., has been awarded a maximum $40,278,672 firm-fixed-price, sole-source contract.  The contract is for procurement of outer wing panels.  Location of performance is New York, with a Jan. 31, 2017 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013

Defense_Logistics_Agency Navy Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPM4AX-12-D-9401-THA4).

GE Aviation, Lynn, Mass., has been awarded a maximum $6,896,800 firm-fixed-price, sole-source contract.  The contract is for combustion chamber liners.  Location of performance is Massachusetts, with a December 2015 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013 through fiscal 2015 Navy Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (FA8122-09-G-0001-THEJ).

Air Force

Deloitte Consulting LLP, McLean, Va., has been awarded a maximum $23,000,000 single award, indefinite-delivery/indefinite-quantity contract (FA8734-13-D-0001; FA8734-13-D-0001 0001; FA8734-13-D-0001 0002).  Individual task orders will specify contract type(s) to be utilized at time of order.  The contract types at the task order level will provide

356px-Seal_of_the_US_Air_Force.svgsupport for requirements analysis, design, development, testing, fielding, sustainment, and Tier 3 (developmental and operational) support for a library of web services to support the AF/A1 human resources information technology portfolio.  This contract was solicited electronically, and six bids were received.  Because this is an IDIQ contract, location is not known at this time and will be cited on individual task orders.  Generally, work will be performed at Air Force facilities or at contractor facilities on software programs owned by the Air Force.  Work is expected to be completed by July 14, 2018.  Fiscal 2012 Research and Development, Test and Evaluation funds in the amount of $1,029,000 are being obligated at time of award.  Air Force Life Cycle Management Center/HIBK, Joint Base San Antonio-Randolph, Texas, is the contracting activity.

U.S. Transportation Command

Software AG Government Solutions Inc., Reston, Va., was awarded a $10,274,000 firm-fixed-price contract for software AG Flex Perpetual licenses and maintenance support.  This contract provides for Flex Perpetual licenses and maintenance support for defense personal property system (DPS) and agile transportation for the 21st century (AT21) programs.  Work will be performed at Scott Air Force Base, Ill., and is expected to be completed July 14, 2017.  The maximum dollar value, including the base period and three option years, is $17,684,000.  Transportation Working Capital funds in the amount of $10,274,000 are being obligated at time of award.  This contract was a sole-source acquisition.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-13-M-D018).

Missile Defense Agency

Raytheon Integrated Defense Systems, Woburn, Mass. is being awarded a sole-source, cost-plus-incentive-fee, and cost-plus-fixed-fee contract modification to HQ0147-12-C-0005 under a foreign military sales (FMS) case to the United Arab Emirates (UAE), to provide software updates, contractor logistic support, radar repair and return and technical600px-US-MissileDefenseAgency-Seal.svg services on the AN/TPY-2 radars being delivered as part of a whole FMS case as an element of the Terminal High Altitude Area Defense (THAAD) system.  The value of this effort is $83,785,417.  Work will be performed in Woburn, Mass., White Sands Missile Range, N.M., and UAE.  The period of performance is through Sept. 30, 2018.  UAE FMS funds in the amount of $83,785,417 will be used to fund this effort.  The Missile Defense Agency, Huntsville, Ala., is the contracting activity (HQ0147).

Air Force

Boeing Co., McDonnell Douglas Corp., St. Louis, Mo., has been awarded a not-to-exceed amount of $75,598,874 firm-fixed-price and cost-reimbursable contract (FA3002-13-D-0012) for courseware development as well as initial and differences training necessary to transition from other F-15

356px-Seal_of_the_US_Air_Force.svgvariants to the unique, non-commercial F-15SA weapon system for the Royal Saudi Air Force.  Work will be performed in St. Louis, Mo., and King Khalid Air Base, Khamis Mushayt, Kingdom of Saudi Arabia.  This is a sole-source acquisition.  Fiscal 2011 international funding will be used in this multiyear (100 percent), FMS contract, and FMS customer is The Air Force Security Assistance Training Squadron.  Work is expected to be completed by July 19, 2019.  Air Education and Training Command Contracting Squadron/LGCI (International Contracting Flight), Randolph Air Force Base, Texas, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $13,569,781 firm-fixed-price contract Option III (FA8105-09-C-0004).  Rockwell Collins Inc., shall produce 19 low rate initial production modification kits for the KC-135 CNS/ATM Block 45 upgrade.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed by May 30, 2014.  Option III is 100 percent funded with fiscal 2013 aircraft procurement funds.  Air Force Life Cycle Management Center/WKKPA, Tinker Air Force Base, Okla., is the contracting activity.

Navy

Tetra Tech Inc., Arlington, Va. (N62470-D-13-8016); GMI-AECOM Joint Venture, Plano, Texas (N62470-D-13-8017); CH2M Hill Inc., Virginia Beach, Va. (N62470-D-13-8018), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for various tasks to accomplish natural resource services and compliance and related environmental planning services in support of the U.S. Navy.  The maximum dollar value for all three contracts combined is $75,000,000.  These three contractors may compete for task orders under the terms and conditions of the awarded contract.  No task orders are being issued at this time.  Work will be performed at various Navy, Marine Corps and other sites primarily within the Naval Facilities Engineering Command Atlantic area of responsibility, but also worldwide.  The term of the contract is not to exceed 60 months, with an expected completion date of July 2018.  Fiscal 2013 Naval Environmental Protection Support Service contract funds in the amount of $15,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

BOSH Global Services*, Newport News, Va. (N65236-13-D-5840); Imagine One StraCon Venture LLC*, Fort Worth, Texas (N65236-13-D-5841); ISHPI Information Technologies Inc.*, Mount Pleasant, S.C. (N65236-13-D-5842); Sentek Global*, San Diego, Calif. (N65236-13-D-5843); Skylla Engineering Ltd.*, Humble, Texas (N65236-13-D-5844); and Chugach Federal Solution Inc.*, Anchorage, Alaska (N65236-13-D-5858) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for fixed-price-600px-US-DeptOfNavy-Seal.svgincentive (firm target) and firm-fixed-price task orders, performance based multiple award contract.  The contracts are for the procurement of decision superiority 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, communications, computers, combat systems, intelligence, surveillance, reconnaissance, information operations, enterprise information services and space capabilities.  The combined cumulative, estimated value of the base year is $19,752,906.  These contracts include options which, if exercised, would bring the cumulative value of these multiple award contracts to an estimated $98,764,531.  Work will be performed worldwide as task orders are issued, and is expected to be completed by July 2014.  If all options are exercised, work could continue until July 2018.  SPAWAR Systems Center Atlantic Navy Working Capital funds in the amount of $10,000 will be obligated at the time of award as the minimum guarantee and will be split among the six 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 (8(a) set-aside) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 13 offers received.  The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $19,070,236 modification to previously awarded contract (N00024-13-C-5403) for Standard Missile engineering and technical services for the U.S. Navy, other government agencies and foreign military sales.  This contract will provide engineering and technical services for Standard Missile 2, 3 and 6.  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 for fiscal years 2013-2017.  This contract includes foreign military sales to Japan (28 percent), Australia (24 percent), Korea (21.5 percent), Germany (8.3 percent), Netherlands (8.3 percent), Taiwan (7 percent), Canada (1.7 percent), and Spain (1.2 percent).  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 July 2014.  Fiscal 2013 research, development, test & evaluation, Department of Defense, foreign military sales, fiscal 2013 research, development, test & evaluation, Navy, fiscal 2012 other procurement, Navy funding in the amount of $18,474,253 will be obligated at the time of the award.  Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $17,001,833 cost-plus-incentive-fee, cost-plus-fixed-fee delivery order (#2049) against a previously issued Basic Ordering Agreement (N00019-11-G-0001) for phase I of the next generation jammer (NGJ) pod hardware integration in support of the EA-18G aircraft.  The phase I hardware integration will ensure the development, preparation and delivery of the aircraft modification design is suitable for the technology development stage of the NGJ pod program.  Work will be performed in St. Louis, Mo., and is expected to be completed in October 2014.  Fiscal 2013 research, development, test & evaluation, Navy contract funds in the amount of $10,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

General Electric Co., Lynn, Mass., is being awarded a $15,691,247 cost-plus-fixed-fee contract for the procurement of time critical parts for incorporation into the T-408-GE-400 gas turbine engine in support of the CH-53K helicopter program.  Work will be performed in Lynn, Mass., and is expected to be completed in December 2016.  Fiscal 2013 research, development, test & evaluation, Navy contract funds in the amount of $15,691,247 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-2-1(a)(1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0132).

The Boeing Co., St. Louis, Mo., is being awarded an $8,110,882 firm-fixed-price delivery order (#0141) against a previously issued Basic Ordering Agreement (N00019-11-G-0001) for the procurement of 84 engineering change proposal 6282 AYC 1439 A1 retrofit kits in support of the F/A-18 E/F aircraft.  Work will be performed in St. Louis, Mo. (80 percent), and St. Charles, Mo. (20 percent), and is expected to be completed in February 2016.  Fiscal 2013 aircraft procurement Navy contract funds in the amount of $8,110,882 are being obligated at the 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.

U.S. Special Operations Command

Northrop Grumman Technical Services Inc., Herndon, Va., was awarded a $12,915,678 cost-plus-fixed-fee contract to provide exercise and training support to command staff, battle staff, and Theater Special Operations Commands.  The majority of the work will be accomplished at MacDill Air Force Base, Fla., (80 percent), the remainder of the work

160px-Special_Operations_Specops_Army.svgwill be performed at various exercise locations throughout the United States and overseas locations.  The term of the contract is not to exceed 12 months with an expected completion date of June 2014.  Fiscal 2013 operations and maintenance funds are being used.  This contract was competed sole source, with only one proposal solicited and received.  Headquarters U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity (H92222-13-C-0045).

Navy

Booz Allen Hamilton Inc., McLean, Va. (N65236-13-D-4952); CACI Technologies Inc., Chantilly, Va. (N65236-13-D-4953); Computer Sciences Corp., Falls Church, Va. (N65236-13-D-4954); General Dynamics One Source LLC, Fairfax, Va. (N65236-13-D-4955); Honeywell Technology Solutions Inc., Columbia, Md. (N65236-13-D-4956); Engility Corp., Mount Laurel, N.J. (N65236-13-D-4957); Lockheed Martin Services Inc., Gaithersburg, Md. (N65236-13-D-4958); Science Applications International Corp., McLean, Va. (N65236-13-D-4959); Scientific Research Corp., Atlanta, Ga. (N65236-13-D-4960); Secure Mission Solutions, Fairfax, Va. (N65236-13-D-4975); STG Inc., Reston, Va. (N65236-13-D-4961); Systems Research and Applications Corp., Fairfax, Va. (N65236-13-D-4962); and URS Federal Services Inc., Germantown, Md. (N65236-13-D-4963) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for fixed-price-incentive (firm target) and firm-fixed-price task orders, performance based contract.  The contracts are for the procurement of integrated cyber operations 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,600px-US-DeptOfNavy-Seal.svg survivable, and interoperable command, control, communication, computers, combat systems, intelligence, surveillance, reconnaissance (C5ISR), information operations, enterprise information services (EIS) and space capabilities.  The cumulative, estimated value (ceiling) of the base year is $179,908,600.  These contracts include options, which if exercised, would bring the cumulative value (ceiling) of these contracts to an estimated $899,543,400.  Work will be performed worldwide as the task orders are issued.  Work is expected to be completed by July 2014.  If all options are exercised, work could continue until July 2018.  Fiscal 2013 Space and Naval Warfare 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 13 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 via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 19 offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Northrop Grumman Technical Services Inc., Herndon, Va., is being awarded a $59,568,528 modification to a previously awarded contract (N63394-10-C-5006) for operation and maintenance services for the combined tactical training ranges.  Services will be required at shore sites, land-based test facilities and aboard ships in ports and at sea.  Work will be performed in Oceana, Va. (30 percent); Yuma, Ariz. (25 percent); Fallon, Nev. (20 percent); Cherry Point, N.C. (12 percent); Key West, Fla. (8 percent); and San Diego, Calif. (5 percent), and is expected to be completed by July 2014.  Fiscal 2013 Operations & Maintenance, Navy funding in the amount of $10,922,247 will be obligated at the time of award, and will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Corona Division, Norco, Calif., is the contracting activity.

Science Applications International Corp., McLean, Va., is being awarded a $10,196,609 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-10-D-6506) to exercise an option for services supporting Military Sealift Command’s (MSC) information technology (IT) ashore operations.  These services assist MSC’s command, control communications and computer systems in merging the physical, financial, contractual, and performance attributes of its IT investments to enable cost-efficient, timely business decisions.  Work will be performed in Washington, D.C. (74.7 percent); Norfolk, Va. (16.9 percent); San Diego, Calif. (5.9 percent); Pensacola, Fla. (2.4 percent); Scott Air Force Base, Ill. (less than 1 percent);Yokohama, Japan (less than 1 percent); and Naples, Italy (less than 1 percent), and is expected to be completed by July 2014.  Contract funds will not be obligated at the time of award.  Funds will be obligated on individual task orders as they are issued.  Contract funds in the amount of $1,699,435 will expire at the end of the current fiscal year.  The Military Sealift Command, Washington Navy Yard, D.C., is the contracting activity.

Army

Nan Inc., Honolulu, Hawaii, was awarded was awarded a firm-fixed-price, option-filled contract with a maximum value of $68,127,506 for construction services at Schofield Barracks, Oahu, Hawaii.  Fiscal 2013 military construction funds are being obligated on this award.  The bid was solicited through the Internet, with 10 bids received.  The Army Corps of Engineers, Fort Shafter, Hawaii, is the contracting activity (W9128A-13-C-0001).

CGI Federal Inc., Fairfax, Va., was awarded a $48,295,193 modification (P00013) to a previously awarded firm-fixed-price, option-filled contract (W911S0-12-C-0009) for Department of the Armyoperational and environment core function services to provide the common framework in which war-fighting programs and strategies are conceived, defined and executed.  The cumulative total face value of this contract is $53,562,877.  Work will be performed in Fort Eustis, Va.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  The Army Contracting Command, Fort Eustis, Va., is the contracting activity.

CGI Federal Inc., Fairfax, Va., was awarded a $45,581,891 modification (0003) to a previously awarded firm-fixed-price, option-filled contract (W911S0-11-D-0058) for services in support of the Human Terrain System requirement.  Performance location and funding will be determined with each order.  The Army Contracting Command, Fort Eustis, Va., is the contracting activity.

Northrop Grumman Systems Corp., Linthicum, Md., was awarded a $38,353,781 modification (P00029) to a previously awarded cost-plus-fixed-fee, option-filled contract (W15P7T-11-C-H267) for services in support of the vehicle and dismount exploitation radar system.  The cumulative total face value of this contract is $178,122,493. Work will be performed in Afghanistan.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

Rockwell Collins Simulation & Training Solutions, Cedar Rapids, Iowa, was awarded a firm-fixed-price, foreign military sales (FMS) contract with a maximum value of $22,240,000 for the procurement of transportable Black Hawk operations simulator devices.  This FMS contract is in support of Saudi Arabia.  Work will be performed in Huntsville, Ala.  Fiscal 2011 procurement funds in the amount of $9,914,262 are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0113).

LBL Contracting Co., Calvert City, Ky., was awarded a firm-fixed-price contract with a maximum value of $17,767,855 repair services around the Ohio River and 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 two bids received.  The Army Corps of Engineers, Memphis, Tenn., is the contracting activity (W912EQ-13-C-0003).

Kiewit Infrastructure South Co., Omaha, Neb., was awarded a firm-fixed-price contract with a maximum value of $15,634,000 for the removal and replacement of the bridge of Keystone Dam.  Work will be performed in Sand Springs, Okla.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with two bids received.  The Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-13-C-0006).

Jorge Scientific Corp., Arlington, Va., was awarded an $11,810,908 modification (P00006) to a previously awarded cost-plus-fixed-fee, option-filled, multi-year contract (W560MY-13-C-0004) to provide counterinsurgency advisory and assistance teams services throughout Afghanistan.  The cumulative total face value of this contract is $21,262,084.  Work will be performed in Afghanistan.  Fiscal 2013 operations and maintenance funds in the amount of $11,229,501 are being obligated on this award.  The Army Contracting Command, Rock Island, Ill., is the contracting activity.

Tecmotiv Inc., Niagara Falls, N.Y., was awarded a cost-plus-fixed-fee, multi-year contract with a maximum value of $11,025,485 for depot-level engine repairs in support of the M88A2 Heavy Recovery Vehicle.  Fiscal 2013 procurement funds in the amount of $2,118,639 are being obligated on this award.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0019).

HDT Tactical Systems Inc., Solon, Ohio, (W56HZV-13-D-0120); and Design West Technologies Inc., Tustin, Calif., (W56HZV-13-D-0125); were awarded a firm-fixed-price, multi-year, option-filled, multiple-award, task-order contract with a maximum value of $10,967,588 for the procurement of M98 gas filters and M98 gas-particulate filter sets.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with four bids received.  The Army Contracting Command, Warren, Mich., is the contracting activity.

General Dynamics Ordnance and Tactical Systems Inc., Marion, Ill., was awarded a $8,534,065 modification (P00022) to a previously awarded fixed-price, economic-price-adjustment, option-filled contract (W52P1J-09-C-0019) for the procurement of 20mm MK244-0 armor piercing discarding Sabot cartridges.  The cumulative total face value of this contract is $48,704,030.  Fiscal 2011, fiscal 2012 and fiscal 2013 procurement funds are being obligated on this award.  The Army Contracting Command, Rock Island, Ill., is the contracting activity.

Northrop Grumman Space & Mission Systems, Herndon, Va., was awarded a $7,586,449 modification (P00015) to a previously awarded time-and-materials, multi-year, option-filled contract (W91WAW-13-C-0047) for the planning, programming and budgeting services.  The cumulative total face value of this contract is $22,877,357.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

Exelis Inc., Roanoke, Va., was awarded a firm-fixed-price, foreign military sales contract with a maximum value of $7,553,934 for the procurement of night-vision devices and related equipment.  This FMS contract is in support of Canada.  Fiscal 2013 procurement 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-D006).

Air Force

CENTECH Group, Falls Church, Va., has been awarded a $14,015,472 modification to a contract (FA8771-04-D-0002-SH07) for operation and maintenance of the base network.  Work will be performed at Hanscom Air Force Base, Mass., and is expected to be completed by July 21, 2014.  The total cumulative face value of the contract is $27,236,061.  The contract modification is for a one-year extension.  Fiscal 2013 Operations and Maintenance funds in the amount of $2,581,059 are being obligated at time of356px-Seal_of_the_US_Air_Force.svg award.  Air Force Life Cycle Management Center/PZI, Hanscom Air Force Base, Mass., is the contracting activity.

Exelis Systems Corp., Systems Division, Patrick Air Force Base, Fla., has been awarded a $26,656,675 modification (P00894) on a contract (F04701-01-C-0001) for Launch and Test Range System support functions to the Eastern and Western Range: range sustainment, and external user support, projects and engineering services.  The total cumulative face value of this contract action is $26,656,675.  This modification exercises the contract option with a maximum period of performance of three months (Aug. 1 — Oct. 31, 2013).  Work will be performed at Patrick AFB, Fla., and is expected to be completed by Oct. 31, 2013.  The Space and Missile Systems Center/PKL, Peterson AFB, Colo., is the contracting activity.

Navy

Design West Technologies Inc.,* Tustin, Calif., is being awarded a $20,878,535 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for production, assembly, testing, and packaging of Communication Transponder Family of Systems communication assemblies composed of printed circuit boards, electronic components, and external enclosures.  Work will be performed in Tustin, Calif., and work is expected to be completed July 14, 2018.  Contract funds will not expire at the end of the current fiscal year.  Procurement Defense Agency funds will be obligated at the task order level.  This contract was competitively procured via solicitation N66001-13-R-0062 and published on the Federal Business Opportunities website.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0077).

Design West Technologies Inc.,* Tustin, Calif., is being awarded a $20,878,535 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for production, assembly,

600px-US-DeptOfNavy-Seal.svgtesting, and packaging of Communication Transponder Family of Systems communication assemblies composed of printed circuit boards, electronic components, and external enclosures.  Work will be performed in Tustin, Calif., and work is expected to be completed July 14, 2018.  Contract funds will not expire at the end of the current fiscal year.  Procurement Defense Agency funds will be obligated at the task order level.  This contract was competitively procured via solicitation N66001-13-R-0062 and published on the Federal Business Opportunities website.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0077).

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded a $17,907,086 firm-fixed-price, cost-plus-fixed-fee contract for systems engineering and program management services in support of the H-1 upgrade program.  This contract includes the manufacturing, testing and delivery of one H-1 main rotor gearbox test stand and one H-1 tail rotor/intermediate gearbox test stand, including the equipment, logistics support, maintenance efforts, follow-on support, technical and operational manuals, calibration, installation support, and associated data to facilitate depot level maintenance of these H-1 aircraft rotor assemblies.  Work will be performed in Hurst, Texas, and is expected to be completed in March 2017.  Fiscal 2011 Aircraft Procurement Navy contract funds in the amount of $17,907,086 are being obligated on this award, all 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-C-0302).

Systems Engineering Support Company Inc.,* San Diego, Calif., is being awarded a $15,189,906 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for production, assembly, testing, and packaging of Communication Transponder Family of Systems communication assemblies composed of printed circuit boards, electronic components, and external enclosures.  Work will be performed in San Diego, Calif., and work is expected to be completed July 14, 2018.  Contract funds will not expire at the end of the current fiscal year.  Procurement Defense Agency funds will be obligated at the task order level.  This contract was competitively procured via solicitation N66001-13-R-0062 and published on the Federal Business Opportunities website.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0078).

Defense Logistics Agency

NuStar Terminals Operations Partnership L.P.,* San Antonio, Texas, has been awarded a maximum $23,347,060 firm-fixed-price contract.  The contract is a five-year base with one five-year option period for a commercial contractor-owned, contractor-operated fuel storage terminal and services to receive, store, and ship government ownedDefense_Logistics_Agency petroleum products.  Location of performance is Texas and Washington with a July 11, 2018 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Fort Belvoir, Va.; (SP0600-12-C-5326).

Navy

Lockheed Martin Corp., Owego, N.Y., is being awarded $12,878,468 for delivery order # 7021 issued under previously awarded Basic Ordering Agreement (N00383-12-G-010F) for the repair coverage of 25 items for the common cockpit of the H-60R/S helicopters.  Work will be performed in Owego, N.Y. (33 600px-US-DeptOfNavy-Seal.svgpercent); Salt Lake City, Utah (46 percent); Farmingdale, N.Y. (12.5 percent); Middletown, Conn. (7.5 percent); and Phoenix, Ariz. (1 percent), and all work will be completed by July 1, 2015.  Fiscal 2013 Navy Working Capital Funds in the amount of $9,658,851 will be obligated at the time of award and will not expire before the end of the current fiscal year.  The contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

QinetiQ North America, Waltham, Mass., is being awarded a $7,772,646 firm-fixed-price contract for the procurement of Talon IV vehicles, spares and training.  This contract will support Foreign Military Sales (FMS) to Pakistan (100 percent).  The Talon IV robot provides the military’s explosive ordnance disposal technicians with a man transportable capability to remotely perform reconnaissance.  Work will be performed in Waltham, Mass. (99 percent), and Pakistan (1 percent) and is expected to be completed by December 2013.   FMS funding in the amount of $7,772,646 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year.  This contract was synopsized via Federal Business Opportunities as a sole source procurement authorized under 10 U.S.C. 2304(c)(1) — only one responsible source will satisfy the needs of the agency.  The Naval Surface Warfare Center Indian Head Explosive  Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity (N00174-13-C-0018).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS 

pledge-footer_original

 

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

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

"What is it that the systems doesn't want me to know about my child's life and or death?"- Mary Couey

Truth- A Right to Fight For...

My Words & Random Videos Exposing TRUE History & Facts, Current News and Info Mainly Relating to Amerikkkan Racism & the Government, Especially Police & the Black Community... RBG...MakaveliTrained

%d bloggers like this: