DOD AWARDED CONTRACTS
CONTRIBUTING SOURCE: U.S. Department of Defense
DEFENSE LOGISTICS AGENCY
AMI Industries, Inc., doing business as Goodrich Interiors Specialty Seating, Colorado Springs, Colo., has been awarded a maximum $8,817,781 firm-fixed-price contract for installation of aircraft ejection seats. This contract is a sole-source acquisition. Locations of performance are Colorado, Oman, and Iraq with an Aug. 15, 2016 performance completion date. Using service is Oman and Iraq. Type of appropriation is fiscal year 2015 through fiscal year 2016 foreign military sales. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga., (SPRWA1-14-D-0001).
ARMY
Foresight Renewable Solutions, LLC, San Francisco, Calif. was awarded a $7,000,000,000 firm–fixed-price, indefinite-delivery/indefinite-quantity contract for use in completing and awarding power purchase agreement task orders. Funding and work performance location will be determined with each order. Estimated completion date is Jan. 28, 2014. Bids were solicited via the Internet with 114 received. Army Corps of Engineers, Huntsville, Ala. is the contracting activity (W912DY-14-D-0008).
Raytheon Co., Andover, Mass. was awarded a $107,918,011 modification (P00108) to contract W31P4Q-09-C-0057 for work on the Patriot missile system. Fiscal 2014 research, development testing and evaluation funds in the amount of $107,819,011 were obligated at the time of the award. Estimated completion date is July 31, 2014. Work will be performed at Andover, Billerica, Burlington, and Tewksbury, Mass; El Segundo Cal.; El Paso Texas; Huntsville Ala.; Norfolk Va.; Pelham N.H.; and White Sands, N.M. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.
Trax International, Las Vegas, N.V. was awarded a $44,113,856 modification (P00119) to contract W9124R-09-C-0003 for non-personal test support services for Yuma Proving Ground, Ariz. Fiscal 2014 research, development, testing, and evaluation funds in the amount of $44,113,856 were obligated at the time of the award. Estimated completion date is Jun 30, 2014. Work will be performed at Yuma, Ariz. and Ft. Greely, Alaska. Army Contracting Command, Yuma Proving Ground, Yuma, Ariz. is the contracting activity.
Martinex Construction, Inc., Charleston, S.C. was awarded a $19,244,014 firm-fixed-price contract for dredging three-to six million cubic yards of material from the Savannah and Brunswick inner harbor. Fiscal 2014 other procurement funds in the amount of $2,500,000 were obligated at the time of the award. Estimated completion date is Feb 16, 2015. Bids were solicited via the Internet with two received. Work will be performed in Savannah and Brunswick, Ga. Army Corps of Engineers, Savannah, Ga. is the contracting activity (W912HN-14-C-0005).
Accenture Federal Service, Reston, Va. was awarded $7,523,792 modification (D00347) to contract N00104-04-A-ZF12 for general fund enterprise business system onsite support and change requests. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,523,792 were obligated at the time of the award. Estimated completion date is June 27, 2015. Work will be performed in Kingstowne, Va. Army Contracting Command, Rock Island Arsenal, Ill. is the contracting activity.
AIR FORCE
Garrett Container Systems, Accident, Md., has been awarded a $19,541,184 indefinite-delivery/indefinite-quantity contract for common Department of Defense civilian and military items. This contract includes nine distinctive pieces of equipment that all security forces personnel utilize on a daily basis, including concealable body armor, Safariland 6005 SLS M-9 Berretta drop leg holster system (with Quick Locking System (QLS), mid-ride belt loop adapter, and small MOLLE adapter plate); nickel plated steel handcuffs, 21-inch expandable baton, mini-flashlight with holder, and whistle. Work will be performed at Accident, Md., and is expected to be complete by March 2, 2019. This award is the result of a competitive acquisition and all offerors were solicited using Federal Business Opportunities and three offers were received. Fiscal 2014 operations and maintenance funds in the amount of $3,000 will be awarded for a post award. 771st Enterprise Sourcing Squadron, Joint Base San Antonio, Texas, is the contracting activity (FA8054-14-D-0002).
SelectTech Services Corp., Centerville, Ohio, has been awarded a $7,680,250 firm-fixed-price contract for engineering technical support services. This contract is to provide personnel, equipment, tools, materials, and other items and services necessary to perform maintenance and fabrication of experimental processing and test equipment. The technical support shall consist of preventive and remedial maintenance, inspection, modification, overhaul, fabrication, repair, calibration, certification and transport of experimental/test equipment, and laboratory instrumentation. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Jan. 28, 2015. This award is the result of a competitive acquisition and five offers were received. Fiscal 2014 research and development funds in the amount of $111,000 are being obligated at time of award. Air Force Research Laboratory/RQKE, Enterprise Contracting Branch, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-14-4016).
NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Ft. Worth, Texas, is being awarded a $35,781,319 modification to a previously awarded cost-plus-fixed-fee contract (N00019-02-C-3002) to develop a Universal Armament Interface capability in the F-35 software for Small Diameter Bomb II F-35 Mission Systems Integration Laboratory, ground test only. Work will be performed in Fort Worth, Texas, and is expected to be completed in April 2018. Fiscal 2014 research, development, test and evaluation, Navy funds in the amount of $4,000,000 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.
Raytheon Technical Services Co., LLC, Indianapolis, Ind., is being awarded a $17,257,960 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 28 LAU-115D/A missile launchers for the Government of Australia and 64 LAU-116-B/A missile launchers for the U.S. Navy (34) and the Government of Australia (30). These missile launchers are in support of the F/A-18E/F and EA-18G aircraft. Work will be performed in Indianapolis, Ind., and is expected to be completed in September 2016. Foreign military sales and fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $17,257,960 are being obligated on this contract, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($5,819,780; 34 percent) and the Government of Australia ($11,438,180; 66 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
CoSTAR Services, Inc.*, San Antonio, Texas, is being awarded a $9,865,087 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-13-D-7700) to exercise option one for regional base operations support services at Naval Air Station, Jacksonville, Naval Station Mayport, Naval Operational Support Center (NOSC) Atlanta, Ga., NOSC Augusta, Ga., NOSC Columbus, Ga., NOSC Bessemer, Ala., NOSC Greenville, S.C., NOSC Miami, Fla., NOSC Tallahassee, Fla., NOSC West Palm Beach, Fla., and Marine Corps Reserve Center Jacksonville, Fla. Services include, but are not limited to facility investment, custodial, pest control, integrated solid waste management, and grounds maintenance and landscaping. This contract contains options, which if exercised, will bring the contract value to $14,483,217. Work will be performed in Jacksonville, Fla. (90 percent); West Palm Beach, Fla. (2 percent); Atlanta, Ga. (2 percent); Augusta, Ga. (1 percent); Columbus, Ga. (1 percent); Bessemer, Ala. (1 percent); Miami, Fla. (1 percent); Tallahassee, Fla. (1 percent); and Greenville, S.C. (1 percent). Work is expected to be completed in January 2015. Fiscal 2014 operation and maintenance, Navy; Fiscal 2014 operation and maintenance, Navy Reserve; Fiscal 2014 operation and maintenance, Marine Corps; Fiscal 2014 Navy working capital funds; Fiscal 2014 Defense health program funds; and Fiscal 2014 family housing operation and maintenance, Navy contract funds in the amount of $5,648,935 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.
Detyens Shipyards, Inc., North Charleston, S.C. is being awarded a $9,654,055 firm-fixed-price contract for a 55-calendar day regular overhaul and dry docking of fleet replenishment oiler USNS Leroy Grumman (T-AO 195). Work will include port main engine clutch and coupling overhaul; antenna cleaning, inspecting and refurbishing; helicopter deck sprinkler and hose reel piping renewal; fall blocks and fairlead sheaves; hull painting and cleaning; and flight deck non-skid renewal. The ship’s primary mission is to provide fuel to U.S. Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers. The contract includes options, which, if exercised, would bring the cumulative value of this contract to $11,349,714. Work will be performed in Charleston, S.C., and is expected to be completed by April 2014. Fiscal 2014 working capital contract funds in the amount of $9,654,055 are being obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received. The U.S. Navy’s Military Sealift Command Norfolk, Norfolk, Va., is the contracting activity (N32205-14-C-1001).
Vigor Marine LLC, Portland, Ore., is being awarded a $6,655,679 firm-fixed-price contract for a 55-calendar day regular overhaul and dry docking availability of fleet replenishment oiler USNS Yukon (T-AO 202). Work will include port main engine overhaul, gyro replacement, number four ship’s service diesel generator overhaul, docking and undocking and underwater hull cleaning and painting. Yukon’s primary mission is to provide fuel to U.S. Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers. The contract includes options which, if exercised, would bring the total contract value to $8,092,975. Work will be performed in Portland, Ore., and is expected to be completed by April 2014. Fiscal 2014 working capital contract funds in the amount of $6,655,679 are being obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The U.S. Navy’s Military Sealift Command Norfolk, Norfolk, Va., is the contracting activity (N32205-14-C-1009).
DEFENSE LOGISTICS AGENCY
Wright & Wright Machinery Company Inc.*, Monticello, Ky., has been awarded a maximum $776,000,000 fixed-price with economic-price-adjustment contract for the procurement of commercial type construction equipment. This contract is a competitive acquisition and 18 offers were received. This contract is one of up to ten contracts being issued against solicitation number SPM8EC-11-R-0003 and with requirements that specifically call for construction equipment within the product line and will be competed amongst other contractors who receive a contract under this solicitation. This is a five-year base contract. Locations of performance are Kentucky and Georgia with a Jan. 27, 2019 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-14-D-0006).
Toshiba America Medical Systems Inc., Tustin, Calif., has been awarded a maximum $187,732,814 modification (P00101) exercising the fifth option year on a one-year base contract (SPM2D1-09-D-8322) with seven one-year option periods for radiology systems, subsystems and components. This is a fixed-price with economic-price-adjustment contract. Location of performance is California with a Feb. 3, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Panakela LLC*, Stafford, Va., has been awarded a maximum $22,988,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for oxygen system and related accessories. This contract is a competitive acquisition and 33 offers were received. This is a five-year base contract. Location of performance is Virginia with a Nov. 27, 2019 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2D1-14-D-8205).
Vital Images Inc.*, Minnetonka, Minn., has been awarded a maximum $10,017,588 modification (P00100) exercising the third option year on a one-year base contract (SPM2D1-11-D-8342) with seven one-year option periods for radiology systems, subsystems and components. This is a fixed-price with economic-price-adjustment contract. Location of performance is Minnesota with a Jan. 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Kalmar RT Center LLC., Cibolo, Texas, has been awarded a maximum $8,211,055 firm-fixed-price contract for diesel engines, transmissions, parts and assemblies. This contract is a sole-source acquisition. Location of performance is Texas with a May 29, 2016 performance completion date. Using military service is Army. Type of appropriation is fiscal 2013 through fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Mich., (SPRDL1-14-D-0011).
ARMY
Great Lakes Dredge and Dock LLC, Oak Brook, Ill., was awarded a $14,177,652 firm-fixed-price contract for deepening the main channel of the Delaware River. Fiscal 2014 operations and maintenance, Army funds in the amount of $14,177,652 were obligated at the time of the award. Estimated completion date is Nov. 30, 2014. Bids were solicited via the Internet with four received. Work will be performed at Philadelphia, Pa. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-14-C-0008).
AIR FORCE
PLEXSYS Interface Products Inc., Camas, Wash., has been awarded an $8,254,297 sole-source, firm-fixed-price, follow-on contract for commercial training simulation services (CTSS) on contractor owned equipment for the AWACS MTC follow-on program. The purpose of this acquisition is to deliver continued AWACS MTC Block 30/35 CTSS on contractor owned equipment until the trainers are replaced by Block 40/45 Mission Crew Training Systems. Block 30/35 simulation training services consist of: availability of effective high-fidelity AWACS E-3 Block 30/35 training capability; concurrency with ramp aircraft; and compliance with Distributed Mission Operations Standards. Work will be performed at Tinker Air Force Base, Okla., Elmendorf Air Force Base, Alaska, and Kadena Air Base, Japan, and will be completed by Dec. 31, 2014. Fiscal 2014 operations and maintenance, Air Force funds in the amount of $2,072,264.25 will be obligated at time of award. Air Force Life Cycle Management Center, Agile Combat Support/WNSK, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8621-14-C-6310).
NAVY
Marvin Engineering Co., Inc., Inglewood, Calif., is being awarded a $7,373,028 modification to a previously awarded firm-fixed-price contract (N00421-13-C-0002) to exercise an option for the procurement of 156 BRU-32 Ejector Bomb Racks in support of the F/A-18 E/F and EA-18G aircraft. Work will be performed in Inglewood, Calif., and is expected to be completed in July 2016. Fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $7,373,028 will be obligated on this award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
ARMY
AMEC Environment and Infrastructure Inc., Plymouth Meeting, Pa. (W9133L-14-D-0002); CH2M Hill Inc, Atlanta, Ga., (W9133L-14-D-0003); AECOM Technical Services Inc. Alexandria, Va., (W9133L-14-D-0001); EA Engineering, Science And Technology Inc.*, Hunt Valley, Md., (W9133l-14-D-0004); Earth Resources Technology Inc.*, Laurel, Md., (W9133l-14-D-0005); J. M. Waller Associates Inc.*, Fairfax, Va., (W9133l-14D-0006); SAIC, McLean, Va., (W9133l-14-D-0007); Tec-Weston Joint Venture, Charlottesville, Va., (W9133L-14-D-0008); Tetra Tech, Inc., Pittsburgh, Pa., (W9133l-14-D-0009); URS Group Inc., Herndon, Va., (W9133L-14-D-0010) were awarded a $243,000,000 firm-fixed-price contract for environmental engineering support services. Funding and location will be determined with each order. Estimated completion date is Jan. 23, 2017. Bids were solicited via the Internet with 21 received. National Guard Bureau, Arlington, Va., is the contracting activity.
General Dynamics C4 Systems, Orlando, Fla., was awarded a $48,000,000 modification (P00014) to contract W900KK-10-D-0001 to continue the existing project manager for training devices live training transformation product line until the next consolidated product line management award. Funding and location will be determined with each order. Estimated completion date is Feb. 28, 2015. Army Program Executive Office Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity.
Five Stones Research Corp.*, was awarded a $43,653,541 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for headquarters and directorate support services for the Army Test and Evaluation Command, Redstone Test Center. Funding and location will be determined with each order. Estimated completion date is Jan. 31, 2019. Sixty-three bids were solicited with six received. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-14-D-0002).
Arcadis Inc., Highlands Ranch, Colo., (W912DR-14-D-0003); Nova Consulting Inc.*, Washington, D.C., (W912DR-14-D-0004); CH2M Hill Inc., Chantilly, Va., (W912DR-14-D-0005); Black and Veatch Inc., Overland Park, Kan., (W912DR-14-D-0006) were awarded a $9,900,000 firm-fixed-price contract for architectural and engineering services for the Washington Aqueduct. Funding and location will be determined with each order. Estimated completion date is Jan. 23, 2017. Bids were solicited via the Internet with six received. Army corps of Engineers, Baltimore, Md., is the contracting activity.
AIR FORCE
Northrop Grumman Guidance and Electronics Company Inc., Woodland Hills, Calif., has been awarded a $200,000,000 indefinite-delivery/indefinite-quantity contract to perform acquisition and sustainment for the Embedded Global Positioning System Inertial Navigation System (EGI). The acquisition and sustainment will consist of platform integration, modernization, diminishing manufacturing sources, flight test support, technical support following integration efforts, training, engineering support/studies, contractor depot repair, spares, and data for the standard EGI. Work will be performed at Woodland Hills, Calif., and is expected to be complete by Dec. 31, 2018. This award is the result of a sole-source acquisition. This contract allows for orders to support foreign military sales countries; it is estimated that unclassified FMS sales will account for approximately 45 percent of the total contract ceiling. Contract contains five ordering periods in total. The first order placed against this IDIQ contract will obligate $2,027,004 of FMS funding in support of unclassified Iraq EGI sales and $722,192 of FMS funding in support of unclassified Thailand EGI sales. Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Ga., is the contracting activity (FA8540-14-D-0001).
B3H Corp., Shalimar, Fla., has been awarded a $6,856,100 firm-fixed-price task order (SK02) for an existing contract (FA4890-12-D-0014) for English language instructors and an English language training program using Defense Language Institute English Language Center courseware, methodology and processes. This modification provides for the exercise of the first option year. Work will be performed at King Abdul Aziz Air Base, Dhahran, and is expected to be completed by Jan. 31, 2015. This contract is 100 percent foreign military sales for the government of Saudi Arabia. 338 SCONS, Joint Base San Antonio, Texas, is the contracting activity.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Lockheed Martin Corp., Orlando, Fla., has been awarded a $20,618,247 modification to cost-plus-fixed-fee contract HR0011-09-C-0096 to perform risk reduction and technical maturity efforts associated with the Long Range Anti-Ship Missile program, design to engineering, manufacturing and development phase. The contractor will execute Systems Requirement Review 2 and support a preliminary design review. Lockheed will conduct demonstration and performance assessment of all subsystems through testing, analysis, simulation and analogy. Work will be performed in Orlando, Fla., (69.92 percent); Nashua, N.H., (26.35 percent) and Palm Bay, Fla., (3.73 percent). The estimated completion date is Dec. 31, 2014. Fiscal 2013 research and development funds are being obligated at time of award. The contracting activity is DARPA, Arlington, Va.
Goodrich Corp., Jacksonville, Fla., has been awarded a $7,598,764 cost contract for engineering design services and fabrication of a full scale prototype submarine rotor component under the Hybrid Demonstration program. Work will be performed in Jacksonville, Fla., (38 percent); Groton, Conn., (13 percent); Arvonia, Va., (17 percent) and Huntsville, Ala., (32 percent). The estimated completion date is April 15, 2015. Fiscal 2013 research and development funds are being obligated at time of award. The contracting activity is DARPA, Arlington, Va., (HR0011-14-C-0054).
NAVY
Wolf Creek Federal Services Inc.*, Anchorage, Alaska, is being awarded a $12,960,577 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for housing operations and maintenance services and change of occupancy maintenance services at Naval Base Guam and Andersen Air Force Base, Commander Joint Region Marianas. The contract contains four option years, which if exercised, would bring the contract value to $95,323,477. Work will be performed in Santa Rita, Guam (60 percent) and Yigo, Guam (40 percent), and is expected to be completed by October 2014. Fiscal 2014 family housing operation and maintenance, Navy; fiscal 2014 quarter operations, Navy; fiscal 2014 sustainment, Navy; and fiscal 2014 family housing operation and maintenance, Air Force contract funds in the amount of $8,362,773 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities Online website, with three proposals received. The Naval Facilities Engineering Command Marianas, Guam, is the contracting activity (N40192-14-D-9000).
Patriot Contract Services LLC, Concord, Calif., is being awarded a $7,236,660 modification under a previously awarded firm-fixed price contract (N0003-10-C-5301) to exercise a one-year option period for the operation and maintenance of four large, medium-speed, roll-on/roll-off ships. These four ships support the deployed military forces worldwide. Work will be performed worldwide at sea and is expected to be completed by January 2015. Working capital contract funds in the amount of $7,236,660 are obligated for fiscal 2014, and will expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity.
MISSILE DEFENSE AGENCY
CORRECTION: The contract modification announced Jan. 22, 2014 had incorrect dollar values associated with the award and obligated amounts. The correct amounts are: Lockheed Martin Space Systems Co. (LMSSC) of Huntsville, Ala., was awarded a $31,674,868 modification (P00004) to firm-fixed-price and cost-plus-fixed-fee contract HQ0147-14-C-0004 to provide highly specialized services to support Ballistic Missile Defense System flight test activities using LMSSC developed target hardware. The work will be performed at several LMSSC facilities, and government test sites and is expected to be completed Dec. 31, 2014. Fiscal 2014 research, development, test and evaluation funds in the amount of $6,582,845 are being obligated at time of award. The Missile Defense Agency, Huntsville, Ala., is the contracting activity.
DEFENSE LOGISTICS AGENCY
Metals USA, I-Solutions Group, Fort Washington, Pa., has been awarded a maximum $99,253,923 modification (P00049) exercising the third option year period of a two-year base contract with three one-year option periods for various metal items in support of the Metals Prime Vendor West Region. This is a fixed-price-with economic-price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Pennsylvania with a Jan. 25, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM8EG-09-0013).
Voto Manufacturing Sales Company,* Steubenville, Ohio, has been awarded a maximum $10,000,000 modification (P00008) exercising the fourth option year period of a five-year base contract (SPM8EE-10-D-0001) with four one-year option periods for multiple leg slings. This base is a fixed-price-with economic-price adjustment contract. Location of performance is Pennsylvania with a Jan. 28, 2015 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
MIL-Base Industries,* New Cumberland, Pa., has been awarded a maximum $10,000,000 modification (P00007) exercising the fourth option year period of a five-year base contract (SPM8EE-10-D-0002) with four one-year option periods for multiple leg slings. This base is a fixed-price-with economic-price adjustment contract. Location of performance is Pennsylvania with a Jan. 28, 2015 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
NAVY
BAE Systems Hawaii Shipyards, Honolulu, Hawaii, is being awarded a $37,439,506 not-to-exceed, firm-fixed-price contract for fiscal 2014 USS Chung Hoon (DDG 93) dry-docking selected restricted availability. The availability will include maintenance and modernization efforts. This contract will complete the FY14 Dry-Docking Selected Restricted Availability (DSRA) on the USS Chung Hoon (DDG 93). Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by August 2014. Fiscal 2014 operation and maintenance, Navy funding in the amount of $10,929,436 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-14-C-4411).
Kemron Environmental Services, Inc.,* Atlanta, Ga. (N69450-14-D-0008); Sovereign Consulting, Inc.,* Robbinsville, N.J. (N69450-14-D-0009); Bhate Environmental Associates, Inc.*, Birmingham, Ala. (N69450-14-D-0010); North Wind, Inc.,* Greenville, S.C. (N69450-14-D-0011); Zapata, Inc.,* Charlotte, N.C. (N69450-14-D-0012); PPM Consultants,* Spanish Fort, Ala. (N69450-14-D-0013) are being awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for remedial actions at environmentally contaminated sites located primarily within the Naval Facilities Engineering Command Southeast area of responsibility. The work to be performed provides for environmental remedial actions; removal actions; remedial design; expedited and emergency response actions; pilot and treatability studies; remedial action systems operation and maintenance; and other related activities associated with returning sites to safe and acceptable levels of contamination. Remedial actions may include, but are not limited to capping landfills, pump-and treat remediation, bioremediation, soil vapor extraction, natural attenuation, bioventing, air sparging, thermal treatment, phytoremediation, soil washing, and free product recovery. Work will be performed in South Carolina (40 percent); Texas (30 percent); Mississippi (10 percent); Alabama (5 percent); Georgia (5 percent), and Louisiana (5 percent). Work may also be performed in the remainder of the United States (U.S.) and outside continental U.S. (5 percent). Sovereign Consulting, Inc.* is being awarded task order 0001 at $159,594 for the removal of debris from Solid Waste Management Unit at Marine Corps Air Station Beaufort, S.C. Work for this task order is expected to be completed by July 2015. The term of the contract is not to exceed 36 months, with an expected completion date of January 2017. Fiscal 2014 environmental restoration, Navy funds in the amount of $184,594 are obligated at the time of 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 16 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.
L-3 Corp. Systems West, Salt Lake City, Utah, is being awarded a $17, 611,443 modification to a previously awarded indefinite-delivery, indefinite-quantity contract (N00019-13-D-0001) for supplies and services associated with Surface Terminal Equipment for Hawklink Tactical Common Data Link (TCDL) and the Littoral Combat Ship configurations, and the Vortex Mini-TCDL Shipset components. These supplies and services are in support of the Vertical Take-off and Landing Unmanned Aerial Vehicle Fire Scout MQ-8B/8C. Work will be performed in Salt Lake City, Utah (90 percent), Point Mugu, Calif. (5 percent), and the Patuxent River Naval Air Station, Md., (5 percent), and is expected to be completed in December 2014. No funds are being obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Huntington Ingalls Inc., Newport News Shipbuilding, Newport News, Va., is being awarded a not to exceed, $9,800,000 unpriced contract action to previously awarded contract (N00024-08-C-2110) for onboard repair parts in support of the USS Gerald R. Ford (CVN 78) construction. This contract action is necessary to begin the procurement of onboard repair parts in advance of contract award. The funding of warehouse labor is a separate contract action; this contract action is for material only. Work will be performed in Newport News, Va., and is expected to complete by September 2014. Fiscal 2011 shipbuilding and conversion, Navy funding in the amount of $3,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Newport News, Va., is the contracting activity.
DEFENSE LOGISTICS AGENCY
Thomas Instrument,* Brookshire, Texas, has been awarded a maximum $48,702,626 firm-fixed-price contract for aircraft winches. This contract is a sole-source acquisition. Location of performance is Texas with a May 2016 performance completion date. Using military service is Air Force. Type of appropriation is fiscal year 2014 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga., (SPRWA1-14-D-0002).
Coast Citrus Distributors,* San Diego, Calif., has been awarded a maximum $35,158,808 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support. This contract is a competitive acquisition, and four offers were received. This is an eighteen-month base contract with two eighteen-month option periods. Location of performance is California with a Jul. 20, 2015 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-P244).
Freeman Holdings of California, LLC, doing business as Million Air Victorville,* Victorville, Calif., has been awarded a maximum $28,455,164 fixed-price with economic-price-adjustment contract for into-plane jet fuel. This contract is a competitive acquisition, and one offer was received. Location of performance is California with a Mar. 31, 2018 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2014 through fiscal year 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0007).
Valley Fruit and Produce,* Los Angeles, Calif., has been awarded a maximum $14,691,191 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support. This contract is a competitive acquisition, and five offers were received. This is an eighteen-month base contract with two eighteen-month option periods. Location of performance is California with a Jul. 20, 2015 performance completion date. Using military services are non-Department of Defense schools and reservations. Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-S606).
Rockwell Collins-ESA Vision Systems (formerly Vision Systems International LLC), Fort Worth, Texas, has been awarded a maximum $14,666,736 firm-fixed-price contract for replenishment spare parts in support of the A/24A-56 joint helmet mounted cueing system. This contract is a sole-source acquisition. Location of performance is Texas, Oregon and Israel with a July 31, 2015 completion date. Using military services are Navy, Air Force, and Air National Guard. A portion of this contract is in support of foreign military sales for Canada, Chile, Pakistan, Portugal, Thailand and Iraq. Type of appropriation is Air Force fiscal 2013 investment funds, Air Force and Air National Guard fiscal 2014 operations and maintenance funds, Navy fiscal 2013 and fiscal 2014 aircraft procurement funds and FMS funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga., (SPRWA1-11-D-0007-0009).
AIR FORCE
General PAE Applied Technologies, LLC, Fort Worth, Texas, has been awarded a $28,070,424 modification (P00027) on an existing contract (FA3010-13-C-0007) exercising the option for Keesler Air Force Base, Miss., base operations support services. Work will be performed at Keesler AFB, and is expected to be completed on Jan. 31, 2015. Fiscal 2014 operations and maintenance funds will be obligated incrementally upon availability. The 81st Contracting Squadron, Keesler AFB, Miss., is the contracting activity.
Isometrics, Inc., Reidsville, N.C., has been awarded a $7,100,835 indefinite-delivery, requirements contract for the design and production of A/S32 R-11 aircraft refueling/defueling/hydrant servicing trucks. Work will be performed at Reidsville, N.C., and is expected to be completed by Sep. 30, 2015. This award is the result of a competitive acquisition, small business set-aside, and three offers were received. No funds are being obligated at time of award. Air Force Life Cycle Management Center/WNKBBB, Robins Air Force Base, Ga., is the contracting activity (FA8533-14-D-0001).
NAVY
The Boeing Co., Jacksonville, Fla., is being awarded a $17,820,844 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity delivery order contract for remanufacturing activities and associated maintenance and sustainment capabilities in support of the F/A-18 A-F Depot Level Service Life Extension Program. Work will be performed in Jacksonville, Fla. (92 percent) and St. Louis, Mo. (8 percent), and is expected to be completed in September 2014. Fiscal 2014 aircraft procurement, Navy funds in the amount of $249,399 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 (N00019-14-D-0001).
Bell Helicopter Textron, Inc., Hurst, Texas, is being awarded $13,495,182 for cost-plus-fixed-fee delivery order 0001 under a previously awarded contract (N00383-14-D-015N) for repair/overhaul work of five high priority items for the UH-1Y and AH-1Z helicopters. Work will be performed in Hurst, Texas, and is expected to be completed by January 2017. Fiscal 2014 Navy working capital funds in the amount of $6,747,591 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.
EFW, Inc., Fort Worth, Texas, is being awarded an $11,666,579 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0037) to exercise an option for the installation and procurement of helmet display tracker system (HDTS) kits for AH-1W aircraft, including nine HTDS P-kits, 29 AH-1W Helmet kits, and installation of 54 HDTS. Work will be performed in Fort Worth, Texas (42 percent); Camp Pendleton, Calif. (30 percent); and Cherry Point, N.C. (28 percent), and is expected to be completed in December 2014. Fiscal 2014 aircraft procurement, Navy funds in the amount of $11,666,579 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.
Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded an $8,022,845 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) Electronic Radios and ancillary equipment for a variety of aircraft. Equipment being procured includes 15 C-12561A/ARC; 65 MT-6567/ARC; 15 MT-7006/ARC; 15 AM-7526/ARC; 15 MX-11641/ARC; 50 AS-3972/A; 50 CV-4092/A, and 65 RT-1939(C)/ARC. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in November 2014. Fiscal 2014 aircraft procurement, Navy funds in the amount of $8,022,845 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.
Cortana Corp.,* Falls Church, Va., is being awarded a $7,760,214 modification to a previously awarded cost-plus-fixed-fee contract (N00421-09-C-0028) to exercise an option for the research and development of sensors and systems in support of the Advanced Sensor Application Program and the Remote Environmental Sensor Program. Sensors and systems support a variety of naval aviation missions, including air-under-sea warfare, defense suppression, electronic attack, naval warfare and amphibious, strike and anti-surface warfare. Work will be performed in Falls Church, Va., and is expected to be completed in September 2014. Fiscal 2014 research, development, test, and evaluation, Navy funds in the amount of $525,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.
ARMY
L-3 Communications Corp, Madison, Miss., was awarded a $129,000,000 modification (P00106) to contract W58RGZ-10-C-0107 for maintenance and modification of the Army C-12/RC-12/UC-35 fixed wing aircraft fleet. Fiscal 2014 operations and maintenance (Army) funds in the amount of $88,076,758 were obligated at the time of the award. Estimated completion date is Jan. 31, 2015. Work will be performed in Madison, Miss. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.
Great Lakes Dredge and Dock, LLC, Oak Brook, Ill., was awarded a $14,177,652 firm-fixed-price contract for deepening the Delaware River main channel. Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,177,652 were obligated at the time of the award. Estimated completion date is Nov. 30, 2014. Bids were solicited via the Internet with four received. Work will be performed in Philadelphia, Pa. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-14-C-0008).
Zyscovich, Inc., Miami, Fla., (W91236-14-D-0012); Reynolds, Smith and Hills, Inc., Jacksonville, Fla., (W91236-13-D-0044); and Schenkel & Shultz, Inc. Orlando, Fla., (W91236-13-D-0043) were awarded a $10,000,000 firm-fixed-price, indefinite-delivery contract for architectural and engineering services to support DoD elementary and secondary schools within the continental United States and overseas trust territories, and in Europe, Cuba, Japan, and Korea. Funding and work performance location will be determined with each order. Estimated completion date is June 26, 2017. Bids were solicited via the Internet with forty-five received. Army Corps of Engineers, Norfolk, Va., is the contracting activity.
American International Contractors, Inc., Arlington, Va., was awarded a $9,788,000 firm-fixed-price, foreign military sales contract for construction of the United Kingdom Maritime Component Command (UKMCC) including constructing a forward support unit warehouse and headquarters facility at Mina Salman Port, NSA II, Kingdom of Bahrain. Funds in the amount of $9,788,000 were obligated at the time of the award. Estimated completion date is April 7, 2015. Bids were solicited via the Internet, with eight received. Work will be performed in Bahrain. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-14-C-0002).
EADS-NA, Herndon, Va., was awarded a $9,454,370 modification (00757) to contract W58RGZ-06-C-0194 for Lakota helicopter logistics support. Fiscal 2014 operations and maintenance (Army) funds in the amount of $9,454,370 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014. Work will be performed in Herndon, Va. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
U.S. SPECIAL OPERATIONS COMMAND
NEK Services, Inc., San Diego, Calif., is being awarded an $8,232,079, firm-fixed-price task order in support of the Joint Exploitation Training Center (JETC), C. Company, 6th Battalion, 1st Special Warfare Training Group (Airborne), Fort Bragg, N.C. The contractor shall provide instructors and role players to support the JETC advanced skills training. The work will be performed in Fort Bragg, N.C, and is expected to be completed by January 2019. Contract funds will not expire at the end of the current fiscal year. Fiscal 14 operations and maintenance funds in the amount of $1,646,415 are being obligated at time of award. This contract was awarded utilizing procedures at FAR 8.405-6. A best value determination was made based on evaluation of qualifying criteria, technical, past performance and price. The requirement was posted via GSA E-buy seeking full and open competition under GSA Mission Oriented Business Integrated Services (MOBIS) Federal Supply Schedule. Two offers were received. United States Army Special Operations Command, Fort Bragg, N.C., is the contracting activity (H92239-14-F-0001).
MISSILE DEFENSE AGENCY
Lockheed Martin Space Systems Co., (LMSSC) Huntsville, Ala., is being awarded a $33,018,000 modification (P00004) to firm-fixed-price and cost-plus-fixed-fee contract HQ0147-14-C-0004 to provide essential, highly specialized services to support Ballistic Missile Defense System flight test activities using LMSSC developed target hardware. The work will be performed at several LMSSC facilities, and government test sites and is expected to be completed Dec. 31, 2014. Fiscal 2014 research, development, test and evaluation funds in the amount of $7,000,000 are being obligated at time of award. The Missile Defense Agency, Huntsville, Ala., is the contracting activity.
ARMY
CDM Constructors Inc., Bellevue, Wash., was awarded a $77,476,628 firm-fixed price contract to design and build a ‘Class A’ waste water treatment plant with nutrient removal and redundant process equipment to support the population of Joint Base Lewis-McChord. Fiscal 2013 military construction funds in the amount of $77,476,628 were obligated at the time of the award. Estimated completion date is March 1, 2016. Bids were solicited, via the Internet with 12 received. Work will be performed at Joint Base Lewis-McChord, Wash. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-14-C-0002).
DEFENSE LOGISTICS AGENCY
KPMG LLP, McLean, Va., has been awarded a maximum $36,243,243 firm-fixed-price contract to provide all necessary management services, personnel and documentation required to support DLA’s financial audit. This contract is a competitive acquisition, and there were six offers received. Location of performance is Virginia with a Jan. 15, 2015 performance completion date. Using military services are federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services, Richmond, Va., (SP4703-11-A-0017-0037).
Brit Systems*, Dallas, Texas, has been awarded a maximum $20,297,132 modification (P00007) exercising the first option year on a two-year base contract (SPM2D1-12-D-8309) with one two-year option and one one-year periods for digital imaging network-picture archive communication system. This is a fixed-price with economic-price-adjustment contract. Location of performance is Texas with a Jan. 19, 2016 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Safety Kleen, Richardson, Texas, has been awarded a maximum $12,930,214 fixed-price with economic-price-adjustment contract for re-refined motor oil program parts. This contract is a competitive acquisition and there was one offer received. Location of performance is Texas with a Jan. 15, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPE4A6-14-D-0076).
St. Michaels Inc.**, Woodbridge, Va., has been awarded a maximum $10,490,323 firm-fixed-price contract to provide necessary support of management services, personnel and documentation required to support DLA’s financial audit. This contract is a competitive acquisition and there were six offers received. Location of performance is Virginia with a Jan. 15, 2015 performance completion date. Using military services are federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services, Richmond, Va., (SP4703-14-A-0001-0007).
NAVY
General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $29,848,059 modification to a previously awarded contract (N00024-11-C-2109) to exercise an option for engineering and technical design services to support research and development (R&D) of advanced submarine technologies for current and future submarine platforms. Advanced submarine R&D includes studies to support the manufacturability, maintainability, producibility, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, machinery systems, acoustics, hydrodynamics, ship control, logistics, human factors, materials, weapons handling and stowage, submarine safety, and affordability. Work will be performed in Groton, Conn., and is expected to be completed by October 2014. Fiscal 2014 research, development, test and evaluation funding in the amount of $625,000 will be obligated at time of award. Contract funds will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
AIR FORCE
General Dynamics C4 Systems, Scottsdale, Ariz., has been awarded a $6,886,969 cost-plus-fixed-fee modification (P00051) to an existing contract (FA8307-06-C-0010) for design and development of a CAROUSEL Applicable Specific Integrated Circuit solution. This modification adds the design, development, and testing of CAROUSEL crypto engines. Work will be performed at Scottsdale, Ariz., and is expected to be completed by March 21, 2016. Fiscal 2013 research and development funds in the amount of $831,000 are being obligated at time of award. Air Force Life Cycle Management Center, Cryptologic Systems Contracting Division, Lackland Air Force Base, Texas, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Bluewater Defense Inc., San Lorenzo, Puerto Rico, has been awarded a maximum $108,083,360 modification (P00013) exercising the first option year on a one-year base contract (SPM1C1-13-D-1020) with four one-year option periods for various types of permethrin uniform trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico with a Jan. 17, 2015 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Intercomp Co.*, Medina, Minn., has been awarded a maximum $60,000,000 modification (P00102) exercising the fourth option year on a one-year base contract (SPM8EF-10-D-0001) with four one-year option periods for various weight set commercial scales. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Minnesota with a Feb. 15, 2015 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
KPMG LLP, McLean, Va., has been awarded a maximum $10,730,426 firm-fixed-price contract to all necessary management services, personnel and documentation required to support DLA’s financial audit. This contract is a competitive acquisition, and there were six offers received. Location of performance is Virginia with a Jan. 15, 2015 performance completion date. Using services are federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services, Richmond, Va., (SP4703-11-A-0017-0038).
AIR FORCE
Northrop Grumman Systems Corp., Northrop Grumman Information Systems, Herndon, Va., has been awarded a $52,298,661 firm-fixed-price cost-reimbursement modification (P00013) to exercise option contract line items on an existing contract (FA8726-13-C-0001) to continue performance of comprehensive tasks and provide personnel, facilities, aircraft subsystems and support equipment for the Battlefield Airborne Communications Node E-11A platform. Work will be performed at Kandahar Air Base, Afghanistan, as well as Wichita, Kan., and is expected to be completed by Jan. 23, 2015. Fiscal 2014 operations and maintenance funds in the amount of $31,778,000 are being obligated at time of award. Air Force Life Cycle Management Center/HNAK, Hanscom Air Force Base, Mass., is the contracting activity.
NAVY
Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $26,682,561 for cost-plus-fixed-fee, cost reimbursable delivery order 0067 against a previously issued basic ordering agreement (N00019-12-G-0006) in support of the V-22 aircraft. This order provides for on-site flight test management, flight test engineering, design engineering, and related efforts for the Naval Rotary Wing Aircraft Test Squadron. Work will be performed at Patuxent River Naval Air Station, Patuxent River, Md. (53 percent); Philadelphia, Pa. (32 percent); and Fort Worth, Texas (15 percent), and is expected to be completed in December 2014. Fiscal 2013 aircraft procurement and fiscal 2014 research, development, test and evaluation, Navy funds in the amount of $26,682,561 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded a $25,485,600 modification to a previously awarded contract (N00024-10-C-5126) for fiscal 2014 class services engineering efforts in support of DDG 1000 Zumwalt Class Destroyer Program. These efforts include class engineering, integration and production, and training and life cycle support services. Work will be performed in Portsmouth, R.I. (29 percent); Tewksbury, Mass. (26 percent); Sudbury, Mass. (26 percent); Moorestown, N.J. (10 percent); Marlboro, Mass. (6 percent); Herndon, Va. (1 percent); Houston, Texas (1 percent); Leesburg, Va. (0.5 percent), and Minneapolis, Minn. (0.5 percent), and is expected to be completed by December 2014. Fiscal 2014 research, development, test and evaluation; fiscal 2014 operations and maintenance, Navy, fiscal 2008 and 2014 shipbuilding and conversion, Navy funding in the amount of $10,829,922 will be obligated at time of award. Contract funds in the amount of $200,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $13,556,862 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to provide 17,226 engine flight hours in support of the MV-22 aircraft. Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in November 2013. Fiscal 2014 operations and maintenance, Navy funds in the amount of $13,556,862 are being obligated on this 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.
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES
FOR MORE NEWS
January 30, 2014
Business, Business / Career, Education, Government, Health