BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE LOGISTICS AGENCY

Golden Manufacturing Company Inc.,* Golden, Mississippi, has been awarded a maximum $36,716,648 modification (P00104) exercising the first option period on a one-year base contractDefense_Logistics_Agency (SPM1C1-13-D-1063) with four one-year option periods. This is a firm-fixed-price contract for various types of Permethrin Army combat uniform coats. Locations of performance are Mississippi and Georgia, with an Aug. 14, 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, Pennsylvania.

Puerto Rico Apparel Manufacturing Corp.(PRAMA),* Mayaguez, Puerto Rico, has been awarded a maximum $15,938,573 modification (P00104) exercising the first option period on a one-year base contract (SPM1C1-13-D-1065) with four one-year option periods. This is a firm-fixed-price contract for various types of Permethrin Army combat uniform coats. Locations of performance are Puerto Rico and Mississippi, with an Aug. 14, 2015, performance completion date. Using 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, Pennsylvania.

CORRECTION: The contract announced on Aug. 5, 2014, for Parker Hannifin Corp., Irvine, California (SPE4AX-14-D-9413), for a $238,050,000 firm-fixed-price contract in support of multiple aviation weapon systems, was announced with an incorrect award date. The correct award date is Aug. 11, 2014.

600px-US-DefenseThreatReductionAgency-Seal.svgDEFENSE THREAT REDUCTION AGENCY

Quanterion Solutions Inc.,* Utica, New York, is being awarded a $25,370,000 indefinite-delivery/indefinite-quantity contract to provide services for the operations of the Defense Threat Reduction Information Analysis Center (DTRIAC), located at Kirtland Air Force Base, New Mexico, and the support office at Fort Belvoir, Virginia. Services include conducting analytical activities, preserving and expanding the knowledge base, providing research related to DTRA mission areas, conducting outreach to the chemical, biological, radiological, nuclear and explosive community on combating weapons of mass destruction topics, and maintaining the information technology readiness and innovation potential to further advance information sharing. The DTRIAC manages a vast collection of unclassified and classified knowledge bases. The DTRIAC acquires digests, analyzes, evaluates, synthesizes stores, publishes, and disseminates scientific and technical information related to all DTRA mission areas. This procurement was posted on the Federal Business Opportunities website and five offers were received. Funding and work location will be determined with each order, with an estimated completion date of Aug. 11, 2019.Work will be performed at Kirtland Air Force Base, New Mexico; Fort Belvoir, Virginia; and Utica, New York. The contracting activity is the Defense Threat Reduction Agency, Fort Belvoir, Virginia (HDTRA1-14-D-0009).

ARMY

Fraser Volpe*, Warminster, Pennsylvania, was awarded a $16,000,000 modification (P00003) to contract W15QKN-13-D-0041 to acquire 1,306 M25E1 stabilized binoculars. Funding and workDepartment of the Army location will be determined with each order. Estimated completion date is Feb. 26, 2018. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

NI Industries Inc., Rock Island, Illinois, was awarded a $6,711,000 firm-fixed-price contract for ammunition cartridge case manufacturing intellectual property, tooling, gages, miscellaneous inventory items and cartridge cases. Work will be performed in Rock Island, Illinois, with an
estimated completion date of Aug. 31, 2014. One bid was solicited with one received. Fiscal 2014 other procurement funds in the amount of $6,711,000 are being obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity
(W52P1J-14-C-0059). (NOTE: This contract was awarded on July 31, 2014; it was not announced until now due to extenuating circumstances.)

600px-US-DeptOfNavy-Seal.svgNAVY

Watts Constructors, LLC, Honolulu, Hawaii, is being awarded $14,500,000 for firm-fixed-price task order 0010 under a previously awarded multiple award construction contract (N44255-10-D-5021) to construct a railcar complex at Dry Dock Five, Puget Sound Naval Shipyard and Intermediate Maintenance Facility. The work to be performed provides for all labor, materials and equipment to demolish existing structures, utilities, and paving; construction of a concrete foundation slab supported on drilled shafts and includes replacement/redirection of existing utilities, re-grading/paving around the foundation slab; construction of the Dry Dock Five railcar complex which includes two railcar enclosures, one storage enclosure, three weather enclosures, two stair towers, one vent platform and one vent skid roof. This is a design-bid-build contract. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2015. Fiscal 2013 other procurement (Navy) contract funds in the amount of $14,500,000 are being obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Bremerton, Washington, is the contracting activity.

United States Technologies Inc.*, Fair Lawn, New Jersey, is being awarded a $13,825,350 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure up to 5,270 of the various types of AN/ULQ-21technique control modulator circuit card assemblies in support of the Airborne Threat Simulation Organization (ATSO). ATSO develops, integrates, and operationally supports countermeasures and emitter threat simulation systems. Work will be performed in Fair Lawn, New Jersey, and is expected to be completed in August 2019. Fiscal 2014 weapons procurement (Navy); fiscal 2013 research, development, test and evaluation (Air Force and Navy); and fiscal 2013 aircraft procurement (Navy) funds in the amount of $109,935 are being obligated at time of award, $19,960 of which will expire at the end of the current fiscal year. This contract was competitively procured via 100 percent Small Business set-aside electronic request for proposals; two offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-14-D-0023).

DEFENSE LOGISTICS AGENCY

Valero Marketing and Supply Company, San Antonio, Texas, has been awarded a maximum $491,703,924 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel and naval fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Texas and California, with a Sept. 30,Defense_Logistics_Agency 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0507). (Note: This contract was awarded Aug. 8, 2014.)

ExxonMobile Fuels Lubricants & Specialties Marketing Co., Fairfax, Virginia, has been awarded a maximum $373,923,333 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel and naval fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Virginia and California, with an Oct. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0489). (Note: This contract was awarded Aug. 8, 2014.)

Equilon Enterprises, doing business as Shell Oil Products US, Houston, Texas, has been awarded a maximum $349,749,657 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Texas and California, with an Oct. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0490). (Note: This contract was awarded Aug. 8, 2014.)

Petro Star Inc.,* Anchorage, Alaska, has been awarded a maximum $168,337,222 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Alaska and California, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0501). (Note: This contract was awarded Aug. 8, 2014.)

Hawaii Independent Energy,* Kapolei, Hawaii, has been awarded a maximum $163,945,596 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Hawaii, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0493). (Note: This contract was awarded Aug. 8, 2014.)

Western Refining Company, L.P., El Paso, Texas, has been awarded a maximum $141,583,656 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Texas, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0499). (Note: This contract was awarded Aug. 8, 2014.)

Chevron USA Inc., San Ramon, California, has been awarded a maximum $104,455,466 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are California and Utah, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0506). (Note: This contract was awarded Aug. 8, 2014.)

BP West Coast Products, Blaine, Washington, has been awarded a maximum $59,079,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Washington, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0508). (Note: This contract was awarded Aug. 8, 2014.)

Phillips 66 Company, Bartlesville, Oklahoma, has been awarded a maximum $33,490,878 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Oklahoma, Texas, and New Mexico, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0492). (Note: This contract was awarded Aug. 8, 2014.)

Epic Aviation LLC,* Salem, Oregon, has been awarded a maximum $12,002,258 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Oregon and California, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0502). (Note: This contract was awarded Aug. 8, 2014.)

Calumet Montana Refining LLC, Great Falls, Montana, has been awarded a maximum $9,474,317 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Montana, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0497). (Note: This contract was awarded Aug. 8, 2014.)

600px-US-DeptOfNavy-Seal.svgNAVY

General Electric Co., Lynn, Massachusetts, is being awarded a $311,491,670 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) for the procurement of 75 Lot 14 F/A-18E/F F414-GE-400 engines and associated devices for U.S. Navy (48 install) and for the government of Australia (24 install and three spare engines). In addition, this modification provides for the procurement of after burner modules, fan modules, high pressure combustor modules, combustor modules, and high and low pressure turbine modules for the U.S. Navy and the government of Australia. Work will be performed in Lynn, Massachusetts (59 percent); Hooksett, New Hampshire (18 percent); Rutland, Vermont (12 percent); and Madisonville, Kentucky (11 percent), and is expected to be completed in September 2016. Fiscal 2013 and fiscal 2014 aircraft procurement (Navy) and foreign military sales funds in the amount of $311,491,642 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Navy ($194,856,028; 63 percent) and the government of Australia ($116,635,642; 37 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

PAE Applied Technologies LLC, Fort Worth, Texas, is being awarded a $69,783,348 cost-plus-fixed-fee contract to procure range engineering, and operations and maintenance services in support of the Naval Air Warfare Center Aircraft Division’s Atlantic Test Range and Atlantic Targets and Marine Operations Division. These support services include system operations, laboratory and field testing, marine operations and target support services, engineering, range sustainability, maintenance, data reduction and analysis. Work will be performed in Patuxent River, Maryland, and is expected to be completed in August 2015. Fiscal 2014 Navy working capital funds in the amount of $5,417,240 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, and two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-14-C-0038).

G4S Parsons Pacific LLC, Palm Beach Gardens, Florida, is being awarded a $63,561,125 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62742-12-D-3601) to exercise 12 months of the second option period for base operations support services at U.S. Navy Support Facility, Diego Garcia. The work to be performed provides for general management and administration services; command and staff; public safety; air operations; port operations; supply; morale, welfare and recreation support; galley; bachelor quarters; facilities support; utilities; base support vehicles and equipment; and environmental to provide integrated Base Operating Services. The total contract amount after award of this modification will be $175,643,963. Work will be performed in Diego Garcia, British Indian Ocean Territory, and work for this option period is expected to be competed August 2015. Fiscal 2014 operation and maintenance (Navy and Air Force), fiscal 2014 non-appropriated funds and fiscal 2015 (subject to availability) funds in the amount of $45,903,435 are obligated on this award; $23,508,201 will expire at the end of the current fiscal year; $22,395,234 is subject to the availability of funds for the next fiscal year. The Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a not-to-exceed $59,728,305 modification to a previously awarded contract (N00024-13-C-5225) for the Navy’s fiscal 2014 AN/SQQ-89A(V)15 Surface Ship Undersea Warfare (USW) System and shore site development systems. The AN/SQQ-89A(V)15 is a USW combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats. The contract is for development and production of the Technical Insertion 14 baseline of the AN/SQQ-89A(V)15 USW systems. This contract combines purchases for the U.S. Navy and the government of Japan (25.4 percent) under the Foreign Military Sales Program. Work will be performed in Lemont Furnace, Pennsylvania (56 percent); Syracuse, New York (23 percent); Clearwater, Florida (14 percent); and Owego, New York (7 percent), and is expected to be completed by August 2016. Fiscal 2014 other procurement (Navy);foreign military sales; fiscal 2013, 2014 shipbuilding and conversion (Navy); and fiscal 2014 research and development contract funds in the amount of $29,864,153 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

G4S Government Solutions Inc., Palm Beach Gardens, Florida, is being awarded a $24,435,969 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operating services at Naval Base Guantanamo Bay. Base operating support services will include family housing, facility management, facility investment, other (swimming pools), custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, base support vehicles and equipment, electrical, wastewater, water, and limited facilities support functions. The maximum dollar value, including the base period and four option years, is $117,844,933. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by November 2015. No funds will be obligated at time of award and no funds will expire at the end of the current fiscal year. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-D-7999).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $46,197,710 cost-plus-fixed-fee, fixed-price-incentive firm modification to a previously awarded advance acquisition contract (N00019-13-C-0008) for production non-recurring technical assistance in support of F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Marine Corps, U.S. Air Force, U.S. Navy, and international partners. Work will be performed in El Segundo, California (38 percent); Fort Worth, Texas (24 percent); Samlesbury, United Kingdom (16.5 percent); San Diego, California (14 percent); Orlando, Florida (3.4 percent); Nashua, New Hampshire (2.3 percent); Palmdale, California (1.2 percent); Marietta, Georgia (0.3 percent); Amityville, New York (0.2 percent); Laval, Canada (0.1 percent), and is expected to be completed in May 2017. Fiscal 2012 aircraft procurement (Air Force); fiscal 2013 aircraft procurement (Navy and Marine Corps); and international partner funds in the amount of $46,197,710 are being obligated at time of award, $18,185,731 of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Air Force ($18,185,731; 39.3 percent); U.S. Navy ($9,092,864; 19.7 percent); U.S. Marine Corps ($9,092,864; 19.7 percent), and international partners ($9,826,251; 21.3 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority.

ARMY

Bristol General Contractors LLC,* Anchorage, Alaska (W912PP-14-D-0021); Grancor Enterprises Inc., Albuquerque, New Mexico (W912PP-14-D-0022); JWC CMS JV, Alamogordo, NewDepartment of the Army Mexico (W912PP-14-D-0023); Rocky Mountain Excavating Inc., Albuquerque, New Mexico (W912PP-14-D-00240); and Sheffield Korte Joint Venture, Lawton, Oklahoma (W912PP-14-D-0025), were awarded a $49,000,000 firm-fixed-price, indefinite- delivery/indefinite-quantity multiple award task order contract to design/build and design-bid-build vertical construction for the Albuquerque District, U.S. Army Corps of Engineers. Funding and work location will be determined with each order with an estimated completion date of Aug. 8, 2016. Bids were solicited via the Internet with 28 received. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity.

AIR FORCE356px-Seal_of_the_US_Air_Force.svg

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, has been awarded a $12,597,184 cost-plus-incentive-fee modification (P04014) to F42610-98-C-0001 for the ICBM Operational Software Sustainment Program (IOSSP). The total cumulative face value of the contract is $9,892,257,714. The contract modification provides for the exercise of option CLIN 7885 for the sustainment of the IOSSP of the ICBM weapon system under the ICBM partial bridge contract. Work will be performed at Hill Air Force Base, Utah, and work is expected to be completed by Sept. 30, 2015. Fiscal 2014 operations and maintenance funds in the amount of $12,030,311 are being obligated at time of award. Air Force Nuclear Weapons Center/PZBE, Hill Air Force Base, Utah, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $193,610,317 modification (P00150) to previously awarded contract number HQ0276-10-C-0001 for procurement of necessary material, equipment, and supplies to conduct600px-US-MissileDefenseAgency-Seal.svg the technical engineering to define, develop, integrate and test Aegis Ballistic Missile Defense 4.1 and 5.0 Capability Upgrade baselines through their respective certifications. This modification brings the total cumulative face value of the contract to $2,002,542,722 from $1,808,932,405. Work will be performed at Moorestown, New Jersey, with an expected completion date of May 31, 2016. fiscal 2014 research, development, test and evaluation funds in the amount of $19,500,000 are being obligated at time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

J.K. Hill & Associates Inc.,* Virginia Beach, Virginia (FA8224-14-D-5001); Sunrise Beach Corp.,* doing business as: M2 Services, McKinney, Texas (FA8224-14-D-5002); Affordable Engineering Services LLC,* Coronado, California (FA8224-14-D-5003); Aerospace Engineering & Support Inc.,* Ogden, Utah (FA8224-14-D-5004); M1 Support Services LP,* Denton, Texas (FA8224-14-D-5005); Precision Turbines Inc.,* Boca Raton, Florida (FA8224-14-D-5006); and Zenetex LLC,* Herndon, Virginia (FA8224-14-D-5007), have each been awarded a $96,500,000 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for depot on-site contractor augmentee teams (DOCAT). DOCATs are needed to augment government personnel who perform maintenance and related tasks, including modification, maintenance, inspection, corrosion control, overhaul, and repair of various weapon systems to include, but not limited to F-16, A-10, F-22, C-130, F-35, F-4, related components, missiles, ground support equipment and vehicles. Work will be performed at the Ogden Air Logistics Complex, Utah, and satellite operating locations to include Aerospace Maintenance and Regeneration Group, Arizona; Aircraft Maintenance Group, Randolph Air Force Base, Texas; Missile Maintenance Group, F.E. Warren Air Force Base, Wyoming; Malmstrom Air Force Base, Montana; and Minot Air Force Base, North Dakota. The work is expected to be completed by Aug. 8, 2019. This award is the result of a 100 percent small business set-aside competitive acquisition. An unlimited number of small business offers were solicited and eight offers were received. Depot Maintenance Activity Group, no-year, non-expiring funds in the amount of $2,500 are being obligated for each contractor at time of award. Air Force Sustainment Center/OL:H/PZIEB, Hill Air Force Base, Utah, is the contracting activity.

Jacobs Technology Inc., Bedford, Massachusetts, has been awarded a $21,143,345 cost-plus-fixed-fee and cost-reimbursable contract modification (P00009) for FA8721-14-C-0018 to provide engineering and technology acquisition support services which consist of disciplined systems/specialty engineering and technical/information assurance services, support, and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts; Washington, District of Columbia; Tinker Air Force Base, Oklahoma; Langley Air Force Base, Virginia; Wright-Patterson Air Force Base, Ohio; Robins Air Force Base, Georgia; Peterson Air Force Base, Colorado; and Offutt Air Force Base, Nebraska, and is expected to be completed by April 30, 2015. This award is the result of a sole source acquisition. Fiscal 2013 and fiscal 2014 procurement, aircraft procurement, research and development, and operations and maintenance funds (including both Air Force and Department of Defense) in the amount of $2,464,559 are being obligated at time of award. Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Massachusetts, is the contracting activity.

ARMY

AGEISS Inc.,* Evergreen, Colorado (W9128F14-D-0018); Cti-Urs Environmental Services LLC,* Wixom, Michigan (W9128F14-D-0019); Stell Environmental Enterprises Inc.,* Elverson, Pennsylvania (W9128F14-D-0020); Trieco Environmental JV,* Louisville, Kentucky (W9128F14-D-0021); Trinity Analysis and Development Corp.,* Shalimar, Florida (W9128F-14-D-0022); and PB&A/ECATS/Dial Cordy Joint Venture LLC,* Austin, Texas (W9128F-14-D-0029), were awarded aDepartment of the Army $60,000,000 firm-fixed-price contract for environmental consulting services. These contracts include providing assistance to the government on environmental issues, such as the control of environmental contamination from pollutants, toxic substances and hazardous materials; identifying problems (e.g., inspect buildings for hazardous materials); measuring and evaluating risks; and recommending solutions. Funding and work location will be determined with each order with an estimated completion date of Aug. 7, 2019. Bids were solicited via the Internet with 22 received. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Kongsberg Defence & Aerospace, Kongsberg, Norway, was awarded a $13,202,364 modification (P00069) to contract W15QKN-12-C-0103 for post-production conversion of Common Remotely Operated Weapons Systems M153A1 to Common Remotely Operated Weapons Systems M153. Other procurement funds for fiscal 2012 ($1,363,962), fiscal 2013 ($6,391,164) and fiscal 2014 ($5,447,238) were obligated at the time of the award. Estimated completion date is Aug. 16, 2017. Work will be performed at Johnstown, Pennsylvania. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

CACI Inc., Chantilly, Virginia, is being awarded a $7,399,219 indefinite-delivery/indefinite-quantity multiple award contract with firm-fixed-price task orders for worldwide logistics service. Work will include support requirements for fleet logistics operations; enterprise-wide facilities and Global Shore Infrastructure Plan management; acquisition logistics; sustainment logistics; logistics systems and data management; Combat Logistics Force load management; ordnance management; and supply chain management. This contract includes four one-year options which, if exercised, would bring the cumulative value of this contract to $36,996,096. Work will be performed worldwide, and is expected to be completed by August 2015. If all options are exercised, work will continue through August 2019. Working capital contract funds in the amount of $7,500 will be obligated to cover the minimum guarantee of the contract, and will not expire at the end of the fiscal year. Contract funds will be obligated as future task orders are awarded. 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, Washington, District of Columbia, is the contracting activity (N00033-14-D-6506).

Professional Analysis Inc., Washington, District of Columbia, is being awarded a $6,740,525 indefinite-delivery/indefinite-quantity multiple award contract with firm-fixed-price task orders for worldwide logistics service. Work will include support requirements for fleet logistics operations; enterprise-wide facilities and Global Shore Infrastructure Plan management; acquisition logistics; sustainment logistics; logistics systems and data management; Combat Logistics Force load management; ordnance management; and supply chain management. This contract includes four one-year options which, if exercised, would bring the cumulative value of this contract to $33,702,624. Work will be performed worldwide, and is expected to be completed by August 2015. If all options are exercised, work will continue through August 2019. Working capital contract funds in the amount of $7,500 will be obligated to cover the minimum guarantee of the contract, and will not expire at the end of the fiscal year. Contract funds will be obligated as future task orders are awarded. 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, Washington, District of Columbia, is the contracting activity (N00033-14-D-6505).

DEFENSE LOGISTICS AGENCY

BioUrja Trading LLC,* Houston, Texas, has been awarded a maximum $72,705,120 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with eight offers received. This is a one-year base contract with a 30-day carryover and no option periods. Location of performance is Texas with an Oct. 30, 2015, performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contractingDefense_Logistics_Agency activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0500).

DNO Inc.,* Columbus, Ohio, has been awarded a maximum $18,974,716 modification (P00203) exercising the second option period on an 18-month base contract (SPM300-11-D-S101) with two 18-month option periods. This is a fixed-price with economic-price-adjustment, indefinite-quantity contract to provide fresh fruit and vegetable support. Location of performance is Ohio with a Feb. 9, 2016, performance completion date. Using service is 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, Pennsylvania.

US Foods Inc., Salem Division, Salem, Missouri, has been awarded a maximum $16,450,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor full-line food distribution. This contract was a sole-source acquisition. This is a bridge contract and will be in effect from Aug. 10, 2014, through Nov. 29, 2014. Locations of performance are Missouri and Kansas with a Nov. 29, 2014, performance completion date. Using services are Army, Air Force, 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, Pennsylvania (SPE300-14-D-3032).

US Foods Inc., North Dakota, Grand Forks, North Dakota, has been awarded a maximum $9,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor full-line food distribution. This contract was a competitive acquisition with two offers received. This is a two-year base contract with one one-year option and one two-year option periods. Location of performance is North Dakota with an Aug. 3, 2019, performance completion date. Using service is Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3027).

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

Lockheed Martin Corporation Missiles and Fire Control, Dallas, Texas, was awarded a $124,600,000 fixed-price contract for the manufacturing and delivery of U. S. government Terminal High Altitude Area Defense (THAAD) ground components. This contract provides for the delivery of U.S. government THAAD launchers, peculiar support equipment, THAAD fire control and communication spares, and launcher spares. Work will be performed at Dallas, Texas; Lufkin, Texas; Huntsville, Alabama; Sunnyvale, California; and Camden, Arkansas, with an expected completion date of Aug. 7, 2017. Fiscal 2014 procurement funds in the amount of $124,600,000 are being obligated at time of award. This contract was a sole-source acquisition and one offer was received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-14-C-0011).

NAVY

Concurrent Technologies Corp., Johnstown, Pennsylvania (N00189-14-D-Z035); Consolidated Safety Service Inc., Fairfax, Virginia (N00189-14-D-Z036); and URS Group Inc., Washington, District of Columbia (N00189-14-D-Z037), are each being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide industrial hygiene support services for the Bureau of Medicine and Surgery (BUMED). The maximum contract value for all three contracts combined is $78,554,443. These services will focus on industrial hygiene testing and monitoring services for the Navy and Marine Corps commands/activities in direct support of BUMED’s comprehensive Industrial Hygiene Program. The services include conducting periodic surveys, workplace monitoring and ventilation surveys, exposure monitoring surveys, conducting600px-US-DeptOfNavy-Seal.svg exposure claim investigations and occupational illness investigations conduct workplace assessments, and reviewing hazardous materials. These three contractors will compete for task orders under the terms and conditions of the awarded contracts. Work will be performed at shore-based Navy and Marine Corps locations throughout the United States (85 percent) and various contractor facilities (15 percent); work is expected to be completed by Sept 14, 2017. Fiscal 2014 Navy Defense Health Program operations and maintenance funds in the amount of $250,000 will be obligated at the time of award, and funds will expire at the end of the current fiscal year. This requirement was competitively procured via the Federal Business Opportunities website, with nine offers received in response to this solicitation. The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.

General Dynamics Advanced Information Systems Inc., Fairfax, Virginia, was awarded a $34,185,625 cost-plus-incentive-fee modification to a previously awarded contract (N00024-09-C-6250) to migrate the AN/BYG-1 Tactical Control System from a Technology Insertion (TI-12) baseline to a TI-14, integrate Advanced Processing Build (APB-13 and APB-15) and deliver this capability to multiple submarine platforms. This contract combines purchases for the U.S. Navy (91.22 percent) and Royal Australian Navy (8.78 percent). Work will be performed in Fairfax, Virginia, and is expected to be completed by July 2015. Fiscal 2013 and 2014 research, development, test and evaluation; fiscal 2014 other procurement (Navy); fiscal 2009, 2011 and 2012 shipbuilding and conversion (Navy); and Royal Australian Navy funding (non-Foreign Military Sales) contract funds in the amount of $7,582,405 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia is the contracting activity. (Note: This contract was awarded Aug. 5, 2014.)

Department of the ArmyARMY

Swinerton Builders, Arvada, Colorado was awarded a $57,611,751 firm-fixed-price contract with options for construction of the 4th Infantry Division, Combat Aviation Brigade, General Support Aviation Battalion maintenance hangar. Work will be performed at Fort Carson, Colorado, with an estimated completion date of Aug. 10, 2016. Bids were solicited via the Internet with 14 received. Fiscal 2014 military construction funds in the amount of $57,611,751 are being obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9123F-14-C-0031).

Swinerton Builders, Arvada, Colorado was awarded a $53,699,643 firm-fixed-price contract with options to design-bid-build a distributed common ground support operations facility. Work will be performed at Beale Air Force Base, California, with an estimated completion date of Oct. 26, 2016. Bids were solicited via the Internet with six received. Fiscal 2014 military construction funds in the amount of $53,699,643 are being obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-14-C-0046).

Clover Leaf Solutions, Inc.,* Albuquerque, New Mexico (W9126G-14-D-0052); Gulf South Research Corp.,* Baton Rouge, Louisiana (W9126G-14-D-0053); JESCO Environmental & Geotechnical Services, Inc.,* Jennings, Louisiana (W9126G-14-D-0054); and Quaternary Resource Investigations, L.L.C.,* Baton Rouge, Louisiana (W9126G-14-D-0055), were awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award task order contract for environmental consulting services for projects within the Southwest Division or projects assigned to the Southwest Division. Funding and work location will be determined with each order with an estimated completion date of Aug. 6, 2019. Bids were solicited via the Internet with 26 received. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

L-3 Communications Corporation, SFS, Madison, Mississippi, was awarded a $15,832,848 modification (P00124) to contract W58RGZ-10-C-0107 to add eight C-12s to the life cycle contractor support maintenance contract for the Army’s fleet of C-12/RC-12/UC-35 aircraft. Fiscal 2014 operations and maintenance (Army) funds in the amount of $15,832,848 were obligated at the time of the award. Estimated completion date is Jan. 31, 2015. Work will be performed in Madison, Mississippi. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Odyssey International Inc.,* Lancaster, Pennsylvania, was awarded a $15,000,000 modification (P00003) to contract W911N2-12-D-0040 for construction, renovation, maintenance and repair at Letterkenny Army Depot, Chambersburg, Pennsylvania. Funding will be determined with each order. Estimated completion date is Aug. 26, 2015. Army Contracting Command – Letterkenny Army Depot, Chambersburg, Pennsylvania is the contracting activity.

Vali Cooper International, LLC, Covington, Louisiana, was awarded a $7,000,000 firm-fixed-price, indefinite-delivery contract for architectural and engineering services for construction management in the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers, with an estimated completion date of Aug. 6, 2019. Funding and exact work location will be determined with each order. Bids were solicited via the Internet with 98 received. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-14-D-0074).

AIR FORCE

Innovative Scientific Solutions, Inc., Dayton, Ohio, has been awarded a $45,005,000 indefinite-delivery/indefinite-quantity contract for fundamental and applied combustion and component research. Contractor will establish and conduct basic, applied, and advanced combustion experiments using both independent and collaborative approaches to push the state-of-the-art in combustion sciences. The goal is to design, fabricate, assemble, instrument and develop apparatus to perform research experiments in the areas of basic flame chemistry, emissions formation, heat transfer-fluid mechanics-combustion interaction, and related fields, as well as develop and test new combustion technologies and components that are of interest to the Air Force. Collaboration with multiple entities from government, industry, and academia is expected. Work will be performed at the experimental laboratories and test facilities located within356px-Seal_of_the_US_Air_Force.svg the Air Force Research Laboratories Aerospace Systems Directorate research complex at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Aug. 6, 2022. This award is the result of a competitive acquisition and two offers were received. Fiscal 2013 research, development, test and evaluation funds in the amount of $40,000 for task order 0001 are being obligated at time of award. Air Force Research Laboratories Wright Research Site Aerospace Systems Contracting Branch for Turbine Engines, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-2414 and task order 0001).

Honeywell Technology Solutions Inc., Colorado Springs, Colorado, has been awarded an $11,929,705 cost-plus-award-fee delivery order modification (DO 021501). This non-competitive delivery order modification is being issued under previously awarded contract F04701-02-D-0006 for the Unified S-Band Development Phase II at Transportable Remote Tracking Station Block Change. Work will be performed at Colorado Springs, Colorado, and is expected to be completed Sept. 30, 2016. Fiscal 2014 and 2015 research, development, test and evaluation funds in the amount of $6,450,678 are being obligated at time of award. Space and Missile Systems Center/Range Network Systems Directorate, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Parker Hannifin Corp., Irvine, California, has been awarded a maximum $238,050,000 firm-fixed-price contract in support of multiple aviation weapon systems. This is a sole-source contract. This is a five-year base contract with one five-year option period. Locations of performance are California, Florida, Georgia, Massachusetts, Michigan, New York, Ohio and South Carolina, with a July 31, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and the Defense Logistics Agency. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation Huntsville, Redstone Arsenal, Alabama (SPE4AX-14-D-9413).

NAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $43,991,627 modification to a previously awarded cost-plus-fixed-fee contract (N00019-12-C-2002) for the design, development, and engineering analysis of the AIM-9X Block II Missile System for the U.S. Navy, U.S. Air Force, and the governments of Turkey, Oman, Belgium, Netherlands, Singapore, Malaysia, and Morocco. This modification includes the necessary replacements for the AIM-9X Control Actuation System, inertial measurement unit, electronics unit processor and improvements in insensitive munitions performance in the hardware development and Operational Flight Software versions 9.4X, 9.15X and 10.X. Work will be performed in Tucson, Arizona (91.6 percent); Minneapolis, Minnesota (6.5 percent); Pinellas Park, Florida (1.3 percent); and Andover, Massachusetts (0.6 percent), and is expected to be completed in July 2015. Fiscal 2014 research, development, test and evaluation (Navy and Air Force) funds and Foreign Military Sales funds in the amount of $22,092,354, will be obligated at time of award, none of which will expire at the end600px-US-DeptOfNavy-Seal.svg of the current fiscal year. This contract combines purchases for the U.S. Air Force ($23,620,000; 53.7 percent); U.S. Navy ($8,155,233; 18.5 percent); and the governments of Turkey ($4,095,000; 9.3 percent); Oman ($2,590,000; 5.9 percent); Belgium ($2,100,000; 4.8 percent); Netherlands ($1,680,000; 3.8 percent); Singapore ($980,000; 2.2 percent); Malaysia ($701,394; 1.6 percent); and Morocco ($70,000; 0.2 percent) under the Foreign Military Sales Act. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $25,648,075 modification to a previously awarded contract (N00024-08-C-2110) for the detailed design and construction efforts to support the Gerald R. Ford (CVN 78) construction. Huntington Ingalls Inc. will complete the detailed design and construction efforts of 40 headquarters modification requisition changes to CVN 78. These efforts include: structure and outfitting construction, installation and integration of government furnished material, non-recurring engineering, drawing and work package development, advanced planning, design weight estimate, production planning, test and evaluation, and other efforts necessary to support construction. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2015. Fiscal 2008, 2009, 2010, 2011 shipbuilding and conversion (Navy) contract funds in the amount of $9,038,931 will be obligated at contract award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity.

Triton Marine Construction Corp., Bremerton, Washington, is being awarded a $17,866,411 firm-fixed-price contract for structural repairs to Piers 2 and 15 at Naval Submarine Base New London. The work to be performed provides for repairs to above and below deck deterioration, structural jacketing of steel piles, repair/replacement of pier fendering systems, repair of double bitts and bases, repair of longitudinal concrete beams and pile caps, coating of mooring hardware and seal coating of the pier decks. Work will be performed in Groton, Connecticut, and is expected to be completed by February 2016. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $17,866,411 are being 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 six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-5204).

Department of the ArmyARMY

Mike Hooks, Inc., Westlake, Louisiana, was awarded a $19,530,000 firm-fixed-price contract for maintenance dredging Calcasieu River and pass, mile 5.0 to mile 15.0, and Sabine Unit 1A and Devil’s Elbow, in Calcasieu and Cameron Parishes, Louisiana. Work will be performed in Lake Charles, Louisiana, with an estimated completion date of May 25, 2015. Bids were solicited via the Internet with three received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,789,316, and fiscal 2014 other funds in the amount of $4,740,682, are being obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-14-C-0047).

SPECIAL OPERATIONS COMMAND

Exelis, Inc., Clifton, New Jersey, is being awarded a $190,000,000 indefinite-delivery/indefinite-quantity contract to provide Suite of Integrated Radio Frequency Countermeasure components and related services for the Technology Applications program office and CV-22 program offices. The majority of the work will be performed in Clifton, New Jersey. This160px-Special_Operations_Specops_Army.svg contract has a five-year base period and a three-year incentive award period. Ordering periods will end on July 30, 2019. Individual task orders will be funded with operations and maintenance or procurement appropriations under the appropriate fiscal year. Fiscal 2014 operations and maintenance funds in the amount of $8,618,657 are being obligated at time of award on the first task order. This contract was a not competitively procured in accordance with FAR 6.302-1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity (H92241-14-D-0006).

600px-US-DeptOfNavy-Seal.svgNAVY

Baldi Bros., Inc.*, Beaumont, California (N62473-14-D-0064); CJW Construction, Inc.*, Santa Ana, California (N62473-14-D-0065); Granite Construction Company, Watsonville, California (N62473-14-D-0066); Marathon Construction Corporation*, Lakeside, California (N62473-14-D-0067); and Reyes Construction, Inc., Pomona, California (N62473-14-D-0068), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, repair and renovation of heavy horizontal and civil engineering construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). Types of projects may include, but are not limited to: outdoor shooting and combat training ranges and terrains, canals and channels, dams and embankments, bridges, erosion control and stormwater management, landfills, ammunition/weapons magazines, irrigation and landscaping, recreational fields and parks, and tunneling and horizontal directional drilling. The combined maximum dollar value for all five contracts, including the base period and four option years, is $99,000,000. No task orders are being issued at this time. All work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (80 percent); Arizona (16 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent); and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of August 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as full and open unrestricted procurement with a Historically Underutilized Business Zone price evaluation preference in accordance with FAR 52.219-4, and a reserve to two or more small businesses, via the Federal Business Opportunities website with 19 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $49,646,289 cost-plus-fixed-fee contract for fiscal 2014 advance planning to prepare and make ready for the defueling work on USS George Washington (CVN 73). This effort will provide for advanced planning, ship checks, design, documentation, engineering, procurement, fabrication and preliminary shipyard or support facility work to prepare for the defueling work. Work will be performed in Newport News, Virginia, and is expected to completed by July 2015. Fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $49,646,289 will be obligated at the time of the award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S.C. 2304(c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-2111).

MicroPact, Inc.,* Herndon, Virginia, is being awarded a $12,989,520 indefinite-delivery/indefinite-quantity contract for the Naval Justice Information System (NJIS). The NJIS will provide enterprise support for the United States Navy and Marine Corps criminal justice community’s case management and reporting requirements. The NJIS program will enable end-to-end case management and incident reporting capabilities for the law enforcement, investigations, command actions, corrections and judicial actions communities, with implementation and configuration of the program in a two-phase approach. This program includes the replacement and retirement of the Consolidated Law Enforcement Operations Center, Corrections Management Information and Case Management systems, as well as the migration of all legacy data from those systems into the NJIS database. Work will be performed in Quantico, Virginia, and is expected to be completed by Feb. 2, 2019. No funds will be obligated at the time of award. Funds will be obligated as individual task orders are issued. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with full and open competition proposals solicited via the Commerce Business Daily’s Federal Business Opportunities and SPAWAR e-Commerce Central websites, with 11 offers received. The Space and Naval Warfare System Command, San Diego, California, awarded the contract on behalf of its organizational partner, the Program Executive Office for Enterprise Information Systems (N00039-14-D-0004).

Airborne Tactical Advantage Co., Newport News, Virginia, is being awarded a $12,798,915 firm-fixed-price, cost reimbursement, indefinite-delivery/indefinite-quantity contract for services in support of the Contracted Air Services program, which provides contractor-owned and operated Type III high subsonic and Type IV supersonic aircraft to U.S. Navy fleet customers for a wide variety of airborne threat simulation capabilities. This provides for training shipboard and aircraft squadron weapon systems operators and aircrew. Work will be performed in Newport News, Virginia (45 percent); Point Mugu, California (35 percent); and various locations outside the continental United States (20 percent), and is expected to be completed in November 2014. Fiscal year 2014 operations and maintenance (Navy) funds in the amount of $7,856,845 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-D-0010).

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $7,467,820 modification to a previously awarded contract (N00024 13 C-5407) for Standard Missile-6 lifetime buy of obsolete material components. This contract modification will incorporate requirements for lifetime buys of SM-6 obsolete components and will mitigate the risk of redesign efforts. Work will be performed in Malaga, Spain (67 percent); Melville, New York (19 percent); Camden, Arkansas (5 percent); Dallas, Texas (4 percent); Sandy Hook, Connecticut (2 percent); Los Alamitos, California (2 percent); Wilmington, Massachusetts (less than 1 percent); Austin, Texas (less than 1 percent); and is expected to be completed by December 2014. Fiscal 2012, 2013and 2014 weapons procurement (Navy) funding in the amount of $7,467,820 will be obligated at the time of award. Contract funds in the amount of $5,992,165 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

ARMY

Oshkosh Corp., Oshkosh, Wisconsin, was awarded a $45,037,719 cost-plus-fixed-fee contract to reset and upgrade up to 800 Mine Resistant Ambush Protected (MRAP) All-Terrain Vehicles (M-ATV). Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 31, 2015. Bids were solicited via the Internet with one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $38,727,860, and fiscal 2014 other procurement funds in the amount of $6,309,859, are being obligated at the time of the award. Army ContractingDepartment of the Army Command, Warren, Michigan is the contracting activity (W56HZV-14-C-0094).

The Atlantic Group,* Huntsville, Alabama, was awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity single award task order contract for engineer surveying and mapping of shallow water habitat, floodplain changes and vegetation cover at various nationwide locations. Funding and work location will be determined with each order with an estimated completion date of July 31, 2019. Bids were solicited via the Internet with 27 received. U.S. Army Corps of Engineers, Omaha, Nebraska is the contracting activity (W9128F-14-D-0003).

Kutta Technologies, Inc.,* Phoenix, Arizona, was awarded a $9,000,000 cost-plus-fixed-fee contract for the Synergistic Unmanned Manned Intelligent Teaming Mission Tasking System. Funding and work location will be determined with each order with a completion date of Sept. 1, 2017. One bid was solicited with one received. Army Contracting Command, Fort Eustis, Virginia is the contracting activity (W911W6-14-D-0001).

Hesco Bastion, Inc.,* North Charleston, South Carolina, was awarded a $8,792,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options, for partially textile-lined gabion baskets, refurbishment of partially textile-lined gabion baskets, and technical advisory services for the National Flood Fight Center, Rock Island, Illinois. Funding and work location will be determined with each order with a completion date of Dec. 31, 2017. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Rock Island, Illinois is the contracting activity (W912EK-14-D-0001).

Ichor Medical Systems, Inc.,* San Diego, California, was awarded a $8,640,535 cost-plus-fixed- fee multiyear contract for the development and clinical assessment of a DNA-based antibody delivery platform for passive immunoprophylaxis. Work will be performed in San Diego, California, with an estimated completion date of July 30, 2018. Bids were solicited via the Internet with 100 received. Fiscal 2014 research, development, test and evaluation funds in the amount of $2,824,961 are being obligated at the time of the award. Army Contracting Command, Research Triangle Park, North Carolina is the contracting activity (W911NF-14-C-0001).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Alion Science and Technology Corp., Burr Ridge, Illinois, has been awarded a $10,027,721 cost-plus-fixed-fee delivery order (0067) on the AMMTIAC indefinite-delivery/indefinite-quantity cost-plus-fixed-fee sole-source (FA4600-06-D-0003) for nanotechnology development and technology transfer. AMMTIAC will provide technical, engineering, and expertise in nanotechnology applications in materials, manufacturing and testing of interest to the military. The work will be performed at Rome, New York, and Crane, Indiana, and is expected to be completed by Dec. 29, 2016. Department of Defense working capital funds in the amount of $20,000 are being obligated at time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

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: