BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

Jacobs Field Services North America Inc., Oak Ridge, Tenn., has been awarded a $45,000,000 cost-plus-fixed-fee contract for interim Remedial Action Contract for the New Bedford Harbor Superfund Site.  The base year and two six-month option periods will be exercised at the time of award.  Funding is from fiscal year 2013 other appropriations.  The performance location is New Bedford, Mass., with an estimated completion date of Aug. 13, 2015.  One bid was solicited and oneDepartment of the Army received.  The U.S. Army Corps of Engineers New England District, Concord, Mass., is the contracting activity (W912WJ-14-D-0002).

Northrop Grumman Systems Corporation, Herndon, Va., has been awarded a $12,430,650 firm-fixed-price contract for Spectrum Monitoring Subsystem to be installed at U.S. Army Remote Monitor Control Equipment locations.  Funding is from fiscal year 2013 and 2014 other procurement Army appropriations.  The performance location is Herndon, Va., with an estimated completion date of Feb. 13, 2016.  One bid was solicited and one received.  The U.S. Army Contracting Command Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-14-C-0021).

Plateau Software, Inc.*, Issaquah, Wash., has been awarded a $9,000,000 firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity contract for support and maintenance of existing information technology systems that support the Environmental Protection and Sustainment program.  Funding and performance location will be determined with each order.  The estimated completion date is Feb. 12, 2017.  One bid was solicited and one received.  The U.S. Army Corps of Engineers Mobile District, Mobile, Ala., is the contracting activity (W91278-14-D-0018).

AMERICAN ORDNANCE LLC, Milan, Tenn., has been awarded a $7,547,742 cost-plus-fixed-fee contract for calendar year 2014 care, maintenance and surveillance of field service stocks and packaging, crating and handling of field service stocks at Milan Army Ammunition Plant.  Funding is from fiscal year 2014 operations and maintenance Army appropriations.  Work is to be performed at Milan, Tenn., with an estimated completion date of Dec. 31, 2014.  One bid was solicited with one received.  The U.S. Army Contracting Command Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-09-G-0001).

AIR FORCE

356px-Seal_of_the_US_Air_Force.svgAAR Manufacturing, Inc., doing business as AAR Mobility Systems, Cadillac, Mich., has been awarded a $133,024,408 indefinite-delivery/indefinite-quantity contract for the repair and production of 463L cargo pallets.  Work will be performed at Cadillac, Mich., and is expected to be complete by Feb. 13, 2016.  This award is the result of a competitive trade-off source selection acquisition, and five offers were received.  Fiscal 2014 and 2015 operations and maintenance funds coming from the Transportation Working Capital Fund (TWCF) and Centralized Asset Management Fund (CAM) will be utilized on each order issued against this IDIQ contract.  Air Force Life Cycle Management Center/WNKBBA, Robins Air Force Base, Ga., is the contracting activity (FA8519-14-D-0002).

COLSA Corp., Huntsville, Ala., has been awarded a $55,705,947 indefinite-delivery/indefinite-quantity modification (19) on an existing firm-fixed-price contract (FA9200-10-D-0166) for technical and acquisition management support services.  This modification is for the exercise of an option for additional diverse non-engineering, technical and acquisition management support services being provided under the basic contract.  Work will be performed at Eglin Air Force Base, Fla., and is expected to be completed by Feb. 28, 2015.  The current action relates to unclassified foreign military sales only and countries include Australia, Belgium, Chile, Denmark, Egypt, Finland, Germany, Greece, Israel, Japan, Korea, Kuwait, Malaysia, Netherlands, Norway, Oman, Pakistan, Poland, Portugal, Saudi Arabia, Singapore, Spain, Taiwan, Turkey, and United Arab Emirates.  Air Force Test Center/PZZ, Eglin AFB, Fla., is the contracting activity.

Oasis Systems, LLC, Lexington, Mass., has been awarded a $55,705,947 modification (22) for an existing firm-fixed-price contract (FA9200-10-D-0173) for technical and acquisition management support services. This modification is for the exercise of an option for additional diverse non-engineering, technical and acquisition management support services being provided under the basic contract.  Work will be performed at Eglin Air Force Base, Fla., and is expected to be completed by Feb. 28, 2015.  The current action relates to 100 percent unclassified foreign military sales only and countries include Australia, Belgium, Chile, Denmark, Egypt, Finland, Germany, Greece, Israel, Japan, Korea, Kuwait, Malaysia, Netherlands,  Norway, Oman, Pakistan, Poland, Portugal, Saudi Arabia, Singapore, Spain, Taiwan, Turkey, and United Arab Emirates.  Air Force Test Center/PZZ is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Information Systems and Global Solutions, Gaithersburg Md., has been awarded a $16,421,355 modification (P000064) for an existing cost-plus-incentive-fee contract (FA8726-09-C-0006)for Global Broadcast Service (GBS) Defense Enterprise Computing Center (DEC C) Software Sustainment and GBS Operations Center (GBSOC) Operations. This contract modification adds software sustainment to maintain the GBS DECC software baseline and provide personnel to staff the GBSOC 24 hours a day, seven days a week, 365 days a year in support of worldwide GBS operations.  Work will be performed in Gaithersburg, Md., and Colorado Springs, Colo., and is expected to be completed by Dec. 31, 2015.  Fiscal 2014 research and development funds in the amount of $788,648 and operations and maintenance funds in the amount of $9,542,004 are being obligated at time of award. Air Force Life Cycle Management Center/HNAK, Hanscom Air Force Base, Mass., is the contracting activity.

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $56,967,490 undefinitized contract action as a modification to a previously awarded contract (N00024-11-C-4403) for USS Monterey (CG 61) fiscal 2014 extended drydocking selected restricted availability.  An extended drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical600px-US-DeptOfNavy-Seal.svg capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by January 2015.  Fiscal 2014 operations & maintenance, Navy funds in the amount of $44,959,750 will be obligated at time of award and will expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the administrative contracting activity.

Navmar Applied Sciences Corp.,* Warminster, Pa., is being awarded a $44,695,815 cost-plus-fixed-fee, firm-fixed-price contract for a Phase III Small Business Innovation Research (SBIR) effort in support of the Copperhead Unmanned Air Systems, specifically Tigershark Unmanned Aerial Vehicle (UAV).  This project is for the improvement of sensor and platform capabilities, expansion to additional detachments and sustainment of current detachments.  This contract includes continued improvements of the Tigershark UAV airframe, incorporation of improved sensors, and integration of improved command and control systems to current and future Copperhead platforms.  Work will be performed in Afghanistan (50 percent); Patuxent River, Md. (25 percent); and Yuma, Ariz. (25 percent), and is expected to be completed in December 2014.  Fiscal 2014 operation and maintenance, Army funds in the amount of $21,000,000 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This Phase III SBIR contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(5).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-C-0131).

Sierra Nevada Corp., Sparks, Nev. (M67854-14-D-2521) and Northrop Grumman Corp., Herndon, Va. (M67854-14-D-2522) are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for the counter radio-controlled improvised explosive device (IED) electronic warfare Marine Expeditionary Unit Special Operation capable (CREW MEU (SOC), dismounted systems.  The CREW MEU (SOC) program addresses an urgent and compelling need for a capability to counter the threat posed by IEDs.  The maximum ceiling for both contracts is $90,000,000, with the two contractors having an opportunity to compete for individual orders under the terms and conditions of the awarded contracts throughout the 60-month ordering period of the contracts.  The contractors will deliver five initial production systems each for testing under the first delivery orders and the remaining 360 production systems and contract requirements will be competed for each subsequent delivery order.  Work will be performed in Sparks, Nev. and Herndon, Va., and work is expected to be completed in February 2019.  Fiscal 2013 procurement Marine Corps contract funds in the total amount of $11,008,795 will be obligated at the time of award and will not expire at the end of the current fiscal year.   These contracts are the result of a full and open competition solicitation via the Federal Business Opportunities website, with two offers received.  Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded a $9,522,446 modification to a previously awarded firm-fixed-price contract (N68836-13-C-0084) for the full design, manufacture, and installation of test equipment, associated testing, and training to standup an organic depot maintenance facility to support the AN/APY-10 Radar.  Work will be performed in Jacksonville, Fla., and work will be completed by March 31, 2016.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $9,522,446 will be obligated at the time of award, and will not expire at the end of this current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1) only one responsible source and no other supplies or services will satisfy agency requirements.   NAVSUP Fleet Logistics Center, Jacksonville, Fla., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencyLockheed Martin Corp., Owego, N.Y., has been awarded a maximum $30,814,317 firm-fixed-price contract for receiver transmitters.  This contract is a sole-source acquisition.  This is a four-year base contract with no option year periods.  Location of performance is New York with a Feb. 28, 2018 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRWA1-13-D-2000-THAC).

Lockheed Martin, Orlando, Fla., has been awarded a maximum $16,584,869 firm-fixed-price contract for turret assemblies.  This contract is a sole-source acquisition.  This is a 31-month base contract with no option year periods.  Location of performance is Florida with a Sep. 30, 2016 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 through fiscal 2016 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-14-C-W009).

DEFENSE FINANCE AND ACCOUNTING SERVICE

CACI, Inc. – Federal, Chantilly, Va., is being awarded a $10,803,390 modification to previously awarded firm-fixed-price contract (HC1028-08-D-2016-9R01) to provide on-site operational support to the mission systems of the Office of the Under Secretary of Defense (Comptroller) in the areas relating to system maintenance, system conversion and migration, report generation and documentation, training and guidance on the Comptroller Mission Systems as well as service desk and network operations.  This contract modification exercises the fourth option year of

a five-year contract period.  Work will be performed in Chantilly and is expected to be completed Feb. 15, 2015.  Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio is the contracting activity.

U.S. TRANSPORTATION COMMAND

Two contract modifications are being awarded under firm-fixed-price contracts for international airlift services.  The Alliance Contractor Team,600px-US-TRANSCOM-Emblem.svg Leesburg, Va., is being awarded an estimated $635,517,611 modification (P00019) to previously awarded contract HTC711-13-D-CC01.  Team members include: American Airlines, Inc., Fort Worth, Texas; North American Airlines, Inc., Jamaica, N.Y.; US Airways, Inc., Phoenix, Ariz.; and World Airways, Inc., Peachtree City, Ga.  The Patriot Team, Tulsa, Okla., is being awarded an estimated $804,788,084 modification (P00010) under previously awarded contract HTC711-13-D-CC04.  Team members include: ABX Air Inc., Wilmington, Ohio; JetBlue Airways Corp., Long Island City, N.Y.; Kalitta Air LLC, Ypsilanti, Mich.; Northern Air Cargo, Anchorage, Alaska; Omni Air International Inc., Tulsa, Okla.; Sky Lease I, Greensboro, N.C.; Southern Air, Inc., Norwalk, Conn.; United Airlines Inc., Elk Grove Village, Ill.; and United Parcel Service, Louisville, Ky.  Work will be performed at worldwide locations and is expected to be completed Sept. 30, 2014.  Fiscal 2014 transportation working capital funds are being obligated on individual task orders.  The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

AIR FORCE

356px-Seal_of_the_US_Air_Force.svgExelis Systems Corp., Systems Division, Patrick Air Force Base, Fla., has been awarded a $38,299,490 cost-plus-award-fee modification (P00928) on an existing contract (F04701-01-C-0001) for launch and test range system support functions to the Eastern Range and Western Range:  range sustainment, external user support, projects and engineering services.  The modification extends the basic contract with a maximum period of performance for six months.  Work will be performed at Patrick Air Force Base, Fla., and the work is expected to be completed by July 31, 2014.  Fiscal 2014 research and development and operations and maintenance funds in the amount of $9,196,476 are being obligated at time of award.  Space and Missile Systems Center/PKL, Peterson Air Force Base, Colo., is the contracting activity.

L-3 Communications Corp., Communication Systems West, Salt Lake City, Utah, has been awarded a $17,919,946 delivery order (0003) on an existing firm-fixed-price and cost-reimbursable contract (FA8620-13-G-4051) for supply of SATCOM Terminals, Test and Monitor Sub-Systems, Satellite Earth Terminal Sub-Systems (SETTS) Site Monitor and Radomes for the United States, United Kingdom and France.  Work will be performed in Salt Lake City, Utah, and the work is expected to be completed by Feb. 11, 2016.  This award is the result of a sole-source acquisition.  This contract award supports 67 percent unclassified foreign military sales and 33 percent fiscal 2012 and 2013 aircraft procurement funds on a multi-year contract.  Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Aeronautics, Marietta, Ga., has been awarded a $8,049,493 modification (P00199) on an existing firm-fixed-price contract (FA8625-11-C-6597) for contractual support including Technical/Engineering/Logistics Support Data, Reliability & Maintainability Program, field service, logistics support, ground maintenance system administrator representatives, contractor maintenance teams, tech manual contract requirements, and aircrew teachback training courses.  Work will be performed at Marietta, Ga., and is expected to be completed by Jan. 31, 2016.  Fiscal 2013 aircraft procurement and 2014 research and development funds in the amount of $8,049,493 are being obligated at time of award.  Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

NAVY

Data Link Solutions LLC, Cedar Rapids, Iowa, is being awarded a $24,996,802 firm-fixed-price-incentive, firm-fixed-price, cost-plus-incentive-fee and cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Multi-functional Information Distribution System (MIDS) on Ship (MOS) Modernization (MOS MOD).600px-US-DeptOfNavy-Seal.svg  This contract covers the development, fabrication, integration, testing and delivery of MOS MOD systems, which will be developed to support both the MIDS Joint Tactical Radio System and the MIDS low volume terminal four for shipboard applications.   This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $66,294,150.  Work will be performed in Wayne, N.J. (52 percent) and Cedar Rapids, Iowa (48 percent), and is expected to be completed by February 2017.  If all options are exercised, work could continue until February 2022.  Fiscal 2013 research, development, test and evaluation funds in the amount of $8,184,972 will be placed on contract and obligated at the time of award.  These funds will expire at the end of the current fiscal year.  This contract was competitively procured via the Commerce Business Daily’s Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with two offers received.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-14-D-0004).

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $10,906,165 modification to an existing delivery order against a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0004) for security and integrated logistic support in support of the VH assistant program manager for logistics for the VH-3D and VH-60N presidential helicopters.  Work will be performed in Stratford, Conn. (88 percent) and Quantico, Va. (12 percent), and is expected to be completed in November 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of 10,906,165 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencyVermilion Valley Produce Company Inc.*, Danville, Ill., has been awarded a maximum $12,937,595 fixed-price with economic-price-adjustment contract for fresh fruit and vegetable support.  This contract is a competitive acquisition, and four offers were received.  This is an 18-month base contract with two 18-month option periods.  Locations of performance are throughout Illinois with an Aug. 9, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture schools.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-P246).

Racoe, Inc.**, Celina, Tenn., has been awarded a maximum $8,709,452 modification (P00009) exercising the first option year on a one-year base contract (SPM1C1-13-D-1022) with four one-year option periods for Marine Corps combat utility uniform trousers.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are Tennessee and Mississippi with a Feb. 13, 2015 performance completion date.  Using military service is 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.

AIR FORCE

Alion Science and Technology Corp., McLean, Va., has been awarded a $12,851,147 modification (P00116) on an existing cost-plus-award-fee and cost-reimbursable contract (FA7014-07-C-0009) value estimated at $970,000,000 for technical and analytical support.  This contract provides the following acquisition support services:  programmatic analyses; policy analyses; budget analyses; administrative technical support; facilities engineering services; business reengineering analyses; database development; internet/intranet development; software application development; legislative analyses; engineering/technical consulting support; and356px-Seal_of_the_US_Air_Force.svg acquisition consulting services.  Government customers include the assistant secretary of the Air Force for acquisition, Joint Strike Fighter Program Office, SAF/FML (Congressional), Air Force Program Executive Office, Aircraft & Space Launch, Air Force Life Cycle Management Center, the Air Force Scientific Advisory Board and other Headquarters Air Force organizations.  This modification rebaselines the current program for the last option period four (Jan. 1 2013 through July 31, 2015) and reinstitutes the original, intended period of performance to Jan. 1, 2001 through Dec. 31, 2015, increasing the estimate.  Option period four was exercised and announced in 2012; however, due to the period of performance extension as a result of the rebaselining effort, this announcement is reporting new work.  Work will be performed at Arlington, Va., and Washington, D.C., and is expected to be completed by Dec. 31, 2015.  The following fund types will be incrementally funded onto this contract:  Air Force research and development, procurement, operations and maintenance and foreign military sales to Israel, Japan, Korea, Saudi Arabia, Singapore, and Spain.  The Air Force District of Washington Contracting Directorate, Strategic Sourcing Division, Joint Base Andrews, Md., is the contracting activity.

ARMY

Department of the ArmyHELLFIRE SYSTEMS, LLC, Orlando, Fla., was awarded a $157,362,903 modification (P00068) to firm-fixed-price contract W31P4Q-11-C-2042, to exercise option for fiscal 2014 Hellfire II missile production requirements.  This contract involves foreign military sales to Saudi Arabia, Jordan and Indonesia.  Fiscal years 2012, 2013 and 2014 funds in the amount of $157,362,903 are being obligated on award.  The performance location is Orlando, Fla., with an estimated completion date of Nov. 30, 2016.  The U.S. Army Contracting Command Redstone Arsenal (Missile), Redstone, Ala., is the contracting activity.

Weeks Marine, Inc., Covington, La., was awarded a $9,570,000 firm-fixed-price contract for work consisting of furnishing one fully crewed and equipped ‘cutterhead’ dredge, with a dredge discharge size of 30-inches inside diameter complete in all respects, including all attendant plant and crew.  Fiscal 2014 operations and maintenance funds in the amount of $9,570,000 are being obligated on award.  The contract was solicited via the Web with two bids received.  The performance location is Pilottown, La., with an estimated completion date of July 25, 2014.  The U.S. Army Corps of Engineers New Orleans District, New Orleans, La., is the contracting activity (W912P8-14-C-0023).

U.S. SPECIAL OPERATIONS COMMAND

Oregon Iron Works, Inc., of Clackamas, Oregon was one of two companies previously awarded indefinite-delivery/indefinite-quantity contract H92222-11-D-0080 in September 2011 in support of the Combatant Craft Medium Mark One (CCM Mk1). The CCM Mk I Program is an  acquisition program to develop, test, produce,160px-Special_Operations_Specops_Army.svg field, and sustain a modern, clandestine, agile, adaptive, technically relevant, reliable, and operationally capable combatant craft system in support of U.S. Special Operations Command.  The government has tested and evaluated the test articles provided by the two Phase II CCM Mk 1 awardees during Phase III of this evaluation, evaluated final proposal revisions and has made a final down select decision awarded to Oregon Iron Works, Inc.  The total IDIQ contract ceiling, previously announced, remains $400,000,000, and the period of performance inclusive of all options and ordering periods is through December 2021.  Funds in the amount of $17,500,290 will be obligated at this time for test article refurbishment as well as support the purchase of long lead items and low rate initial production units.  The majority of the work will be performed in Clackamas, Oregon.  This contract was originally solicited through the Web as a 100 percent set aside for small business in accordance with Federal Acquisition Regulation 19.502-2 with six proposals received.  U.S. Special Operations Command, Tampa, Fla., is the contracting activity.

ARMY

Department of the ArmySauer Inc., Jacksonville, Fla., was awarded a $56,038,640 contract to build an operational readiness training complex at Fort Hunter Liggett, Calif.  Fiscal 2014 military construction funds in the amount of $56,038,640 were obligated at the time of the award.  Estimated completion date is April 30, 2016.  Bids were solicited via the Internet with 22 received.  Work will be performed at Fort Hunter Liggett.  Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-14-C-0006).

Sundt Construction Inc., Tempe, Ariz., was awarded a $25,750,000 firm-fixed-price contract to design and construct a battalion headquarters complex.  Fiscal 2013 military construction funds in the amount of $25,750,000 were obligated at the time of the award.  Estimated completion date is Aug. 14, 2015.  Bids were solicited via the Internet with 22 received.  Work will be performed at Fort Campbell, Ky.  Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-14-C-0007).

Gearhart Brothers Services*, Lancaster, Pa, was awarded an $8,629,223 firm-fixed-price contract to provide sand, stone and gravel to Aberdeen Proving Ground.  Funds and work location will be determined with each order.  Estimated completion date is Feb. 9, 2017.  Bids were solicited via the Internet with seven received.  Army Contracting Command, Aberdeen Proving Ground Md., is the contracting activity (W56ZTN-14-D-0001).

DEFENSE LOGISTICS AGENCY

Produce One Inc.*, Dayton, Ohio, has been awarded a maximum $36,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for freshDefense_Logistics_Agency fruit and vegetable support.  This contract is a competitive acquisition and three offers were received.  This is an 18-month base contract with two 18-month option periods.  Location of performance is Ohio with an Aug. 5, 2015 performance completion date.  Using military services are non-Department of Defense, Department of Agriculture school customers.  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.; (SPE300-14-D-S608).

DEFENSE THREAT REDUCTION AGENCY

600px-US-DefenseThreatReductionAgency-Seal.svgNorthern Arizona University, Flagstaff, Ariz, is being awarded a $6,988,284 cost-reimbursable contract for the characterization of antibody responses to melioidosis in humans and in animal models for the Defense Threat Reduction Agency in support of the Research and Development Enterprise.  Bids were solicited and nine received.  Work will be performed in Flagstaff, Ariz., and Darwin, Australia, and is expected to be completed February 2019.  The contracting activity is Defense Threat Reduction Agency, Fort Belvoir, Va, (HDTRA1-14-C-0022).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

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

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: