Showing posts with label February 2013 Appointments by Gov. Rick Perry. Show all posts
Showing posts with label February 2013 Appointments by Gov. Rick Perry. Show all posts

Sunday, November 24, 2013

Here's A Look Back at February 2013 as Part of the Houston Business Connections Magazine "2013 Year-End Review" edition made possible in part by Edwin Haynes a Successful Entrepreneur, International Business Consultant, Motivational Speaker, and an Organo Gold Blue Diamond

PICTURED ABOVE: President Barack Obama, (top left), Edwin Haynes and his wife Andrea. Edwin Haynes is a successful entrepreneur, international business consultant, motivational speaker, best-selling author, and multi-millionaire. He is looking to Coach and Mentor 10 NEW individuals in his current business venture. If you are serious about the secrets of a millionaire and creating wealth and want to know more visit www.edwinhaynes.com today!

Multi-Millionaire Blue Diamond Edwin Haynes Is On A Mission to Create More Millionaires

Edwin Haynes is a successful entrepreneur, international business consultant, motivational speaker, best-selling author, and multi-millionaire who’ve experienced the highs and lows of success. After a successful 13-year career as an Entertainment Executive, Haynes experienced a devastating setback that crippled him personally, professionally and financially. As result of a series of setbacks Haynes hit rock bottom, free-falling from millionaire status into foreclosure, bankruptcy and repossession.

When everything seemed to be crashing down around him, including emotional and physical health; at his worst moment, Haynes would not let his circumstances consume him. He knew that he innately possessed the mindset of a millionaire, and the tools that would lead him to his true purpose.

Although Edwin’s journey on the road to success was paved with obstacles that would normally sideline the average person, Haynes prepared for change and climbed his way back up the ladder by utilizing the “nine mile markers to success” outlined in his current book, “You Have Permission to Succeed.”

Blessed with the gift of captivating audiences with his seemingly effortless down to earth and honest style, Haynes positively changes the lives of thousands daily through powerful messages of faith, encouragement and empowerment. Today, he continues to dominate his industry while empowering individuals worldwide to advance on both personal and professional levels.

 EDWIN HAYNES IS ALSO A BLUE DIAMOND

A “Blue Diamond” is an individual with over $30,000 per week “Dual Team” earning potential in ORGANO GOLD.

 Organo Gold is on a mission, spreading the knowledge of Ganoderma to the four corners of the world. By using the cost effective network distribution system to deliver these Ganoderma products, more of every dollar is shared with our growing Organo Gold family world-wide.

Think about your future. Where will you and your family be in 5 years from right now? You may know where you want to be, but do you know how you are going to get there? Do you have a plan? Now more than ever it’s up to you to define your future. That’s where Organo Gold comes into the picture.

Organo Gold is a global family that is growing and thriving every day. A family that is caring and compassionate and believes that the knowledge of Ganoderma should be in the hands of people world-wide. It’s a family that cares about you.

YOU CAN BE A PART OF TEAM HAYNES

Edwin is looking to Coach and Mentor 10 NEW individuals in his current business venture. If you are serious about the secrets of a millionaire and creating wealth and want to know more visit www.edwinhaynes.com today!

Edwin & Andrea Haynes
2470 S. Dairy Ashford, Ste. 217
Houston, TX 77077
Phone: 832-405-7187




February 2013
-- The Presidency in Pictures --


President Barack Obama and Vice President Joe Biden talk with Treasury Secretary Jack Lew in the Outer Oval Office, following his swearing-in ceremony in the Oval Office, Feb. 28, 2013. (Official White House Photo by Pete Souza)


President Barack Obama talks with Congressional leaders prior to the Rosa Parks statue unveiling ceremony at the U.S. Capitol in Washington, D.C., Feb. 27, 2013. Pictured, from left, are: Minority Leader Sen. Mitch McConnell, R-Ky.; Assistant Democratic Leader Rep. James Clyburn, D-S.C.; Majority Leader Sen. Harry Reid, D-Nev.; House Speaker John Boehner, R-Ohio; and House Minority Leader Rep. Nancy Pelosi, D-Calif. (Official White House Photo by Pete Souza)


President Barack Obama talks with Prime Minister Shinzo Abe of Japan as they stand in the West Wing Lobby of the White House, Feb. 22, 2013. (Official White House Photo by Pete Souza)


President Barack Obama meets with senior advisors in the Oval Office, Feb 21, 2013. (Official White House Photo by Pete Souza)


President Barack Obama studies a challenge coin presented to him by an emergency responder during a greet in the Eisenhower Executive Office Building South Court Auditorium Ante Room before remarks urging action to avoid the automatic budget cuts scheduled if Congress fails to find a path forward on balanced deficit reduction, Feb. 19, 2013. (Official White House Photo by Pete Souza)


President Barack Obama visits a pre-kindergarten classroom at the College Heights Early Childhood Learning Center in Decatur, Ga., Feb. 14, 2013. (Official White House Photo by Pete Souza)


President Barack Obama listens to Jeffrey Brower and Dwayne Moore explain the machining of the axle components made for Caterpillar’s large mining trucks during a tour of the Linamar Corporation auto-parts plant in Arden, North Carolina, Feb. 13, 2013. (Official White House Photo by Pete Souza)


President Barack Obama signs two copies of his State of the Union address in the Diplomatic Reception Room of the White House before departing for the U.S. Capitol, D.C., Feb. 12, 2013. First Lady Michelle Obama and Staff Secretary Doug Kramer stand with the President. The President presented a copy of his speech to Vice President Joe Biden and House Speaker John Boehner. (Official White House Photo by Pete Souza)


President Barack Obama waits with Sergeants at Arms and Members of Congress before entering the House Chamber to deliver the State of the Union address at the U.S. Capitol in Washington, D.C., Feb. 12, 2013. Standing with the President are, from left: Paul Irving, House Sergeant at Arms: House Majority Leader Eric Cantor, R-Va.; Leader Nancy Pelosi, D-Calif; and Terrance Gainer, Senate Sergeant at Arms. (Official White House Photo by Pete Souza)


President Barack Obama greets Members of Congress in the House Chamber before delivering the State of the Union address at the U.S. Capitol in Washington, D.C., Feb. 12, 2013. (Official White House Photo by Chuck Kennedy)

 
President Barack Obama delivers the State of the Union address at the U.S. Capitol in Washington, D.C., Feb. 12, 2013. (Official White House Photo by Chuck Kennedy)

# # # #


GOVERNOR RICK PERRY'S 2013 APPOINTMENTS
GOV. PERRY WILL NOT BE SEEKING RE-ELECTION IN 2014

 

Gov. Perry Appoints Five to Texas Juvenile Justice Board
Thursday, February 28, 2013 • Austin, Texas • Appointment

 Gov. Rick Perry appointed five members to the Texas Juvenile Justice Board. The board oversees the Texas Juvenile Justice Department, a state agency that works in coordination with other state and county offices to produce positive outcomes for youths, their families and communities.

 Carol Bush of Waxahachie is the Ellis County judge, and a former Ellis County court at law judge. She is a member of the State Bar of Texas and Ellis County Bar Association, a founding and current member of the Gingerbread House Children's Advocacy Center Board of Directors, and an advisory board member of the Waxahachie and Midlothian chambers of Commerce. She is also a past member of the Waxahachie Education Foundation Board of Directors, Waxahachie Independent School District Long Range Planning Committee and Global High Administrative Planning Team. Bush received a bachelor's degree from Trinity University and a law degree from St. Mary's University School of Law. She is reappointed for a term to expire Feb. 1, 2019.

 Scott Fisher of Bedford is senior pastor at Metroplex Chapel of Euless. He is a member of Texas Hospital Trustees, a board member of the Mid-Cities Pregnancy Center and One Heart Project, and chairman of the Tarrant County Hospital District Board of Managers and Metroplex Chapel Academy Board of Trustees. He is also chaplain of the City of Euless Police Department, a past member of the Texas Ethics Commission, and past chair of the Texas Youth Commission. Fisher received a bachelor's degree from Nazarene Bible College, and trained as a director of domestic violence at Life Skills International. He is reappointed for a term to expire Feb. 1, 2019.

 Becky Gregory of Dallas is an attorney and of counsel at Curran Tomko LLP. She is a past faculty member at the Texas Wesleyan University School of Law, former senior counsel of the Texas Attorney General's Office, former U.S. Attorney for the Eastern District of Texas, and former judge of the 283rd Judicial District Court. She is a member of the State Bar of Texas, Dallas Bar Association, American Law Institute and Greater Dallas Crime Commission, secretary of Executive Women of Dallas, and an advisory board member of Ignite Texas. Gregory received a bachelor's degree from the University of Dallas and a law degree from St. Mary's University School of Law. She is appointed for a term to expire Feb.1, 2017.

 David "Scott" Matthew of Georgetown is executive director of Williamson County Juvenile Services, and a municipal judge for the cities of Jarrell, Granger and Bartlett. He is a member of the State Bar of Texas, Texas Probation Association and Texas Municipal Courts Association, a board member of the Girls and Boys Club of Georgetown and Georgetown Project, and a past board member of the Williamson County Children's Support Coalition. Matthew received a bachelor's degree from Southwestern University and a Master of Business Administration from the University of Phoenix. He is appointed for a term to expire Feb. 1, 2019.

 Mary Lou Mendoza of San Antonio is an elementary school principal in the Northside Independent School District. She is a member of the Texas and Northside chapters of the Elementary Principals and Supervisors Association, a past member of the Northside Education Foundation Advisory Board, and a life member of the Northside Parent Teacher Association. Mendoza received a bachelor's degree, master's degree in counseling and guidance, and completed supervision and administration certifications from Our Lady of the Lake University. She is reappointed for a term to expire Feb. 1, 2019.

# # # #

Gov. Perry Appoints Chavez and
Tauss to Board of Pardons and Paroles
Monday, February 25, 2013 • Austin, Texas • Appointment

 Gov. Rick Perry appointed Roman Chavez of Spring and Cynthia Tauss of League City to the Board of Pardons and Paroles for terms to expire Feb. 1, 2019. The board makes parole decisions for Texas prison inmates, determines conditions for parole and mandatory supervision, and makes recommendations on clemency matters to the governor.

 Chavez is a retired officer from the Houston Police Department, and a current officer for the Lone Star College System Police Department. He is a certified master police officer and advanced instructor for the Texas Commission on Law Enforcement Officer Standards and Education (TCLEOSE). He is also a member of the Houston Police Officer's Union, a board member of the Judicial Compensation Commission, and a past member of TCLEOSE. He served in the U.S. Marine Corps.

 Tauss is a board member of the Texas Lottery Commission and a member of the League City Chamber of Commerce. She is a past board member of the State Commission on Judicial Conduct, Texas Board of Pardons and Paroles, Texas Department of Criminal Justice Victim Services Advisory Board, Justice for All, and Galveston County Juvenile Justice Advisory Board. She is also a past member of the Texas Economic Development Council, National Crime Victims Association, and Texas Salute to Military Service. Tauss received a bachelor's degree from the University of Houston at Clear Lake.

# # # #

Gov. Perry Appoints Bauer as
Judge of 36th Judicial District Court

Monday, February 25, 2013 • Austin, Texas • Appointment

 Gov. Rick Perry appointed Starr Bauer of Beeville as judge of the 36th Judicial District Court in San Patricio, Aransas, Bee, Live Oak and McMullen counties for a term to expire at the next general election.

 Bauer is partner at Bauer and Bauer PC, and Bauer Title Group LLC. She is a member of the State Bar of Texas, and a life member of the Texas Family Law Foundation. She is also president of the Beeville Chapter of Pan American Round Tables of Texas, a member and past president of the Rotary Club of Beeville, a member of the Vanderbilt Alumni Association, and a past board member of Bee County Habitat for Humanity.

 Bauer received a bachelor's degree from Vanderbilt University and a law degree from South Texas College of Law.

# # # #

Gov. Perry Appoints Neider and Smith
to Texas Board of Orthotics and Prosthetics

Wednesday, February 20, 2013 • Austin, Texas • Appointment

 Gov. Rick Perry appointed Ray Smith of Bloomington and reappointed Richard Neider of Lubbock to the Texas Board of Orthotics and Prosthetics for terms to expire Feb. 1, 2019. The board sets rules for the regulation of orthotic and prosthetic professionals in Texas.

 Smith is owner and clinical director of Certified Prosthetics and Orthotics Inc. He is a member of the Texas Association of Orthotists and Prosthetists, American Academy of Orthotists and Prosthetists, and Texas Chapter of the American Academy of Orthotists and Prosthetists. He is also a volunteer for Serve Outdoors Inc. and Wounded Warriors Weekend. Smith received an associate degree from Victoria College, and a bachelor's degree and certification in orthotics-prosthetics from the University of Texas Southwestern Medical Center at Dallas.

 Neider is a staff orthotist for the Hanger Clinic at The Medical Center. He is a past facility accreditation inspector for the American Board for Orthotics and Prosthetics and past president of the Texas Association of Orthotics and Prosthetics. He is certified by the American Board for Certification in Orthotics, Prosthetics and Pedorthics. He is also a past board member of the Arlington Chapter of the Texas Head Injury Association. Neider received a bachelor's degree from the University of Maryland and completed his certification in orthotics from the Northwestern University Prosthetics-Orthotics Center.

# # # #

Gov. Perry Appoints Three to
Texas Funeral Service Commission

Tuesday, February 19, 2013 • Austin, Texas • Appointment

 Gov. Rick Perry appointed three members to the Texas Funeral Service Commission for terms to expire Feb. 1, 2019. The board oversees the licensing of funeral directors and embalmers, and ensures their compliance with state statutes and regulations regarding funeral services, cemeteries and crematories.

 Jean "Jeanne" Olinger of Wichita Falls is a retired nursing facility administrator at Childress Health Care Center. She is a member of the Gerontological Society of America and Childress Rotary Club, and a past member of the National and Texas associations of Social Workers, National Council on Family Relations, and Texas Association of Homes and Services for the Aging. She is also past president of San Antonio Daughters of VFW Post #9174 and past pastoral care volunteer for the U.S. Air Force Wilford Hall Medical Center. Olinger received a bachelor's degree from the University of the State of New York, a master's degree in social work from Our Lady of the Lake University, and a doctorate of management and organizational leadership from the University of Phoenix. She is reappointed to the commission.

 Jonathan Scepanski of McAllen is chief operating officer of Apex Primary Care Inc. He is a member of the Texas Association of Home Care and Hospice and Texas Healthcare Advocacy Association, and a volunteer for the McAllen/Hidalgo County Salvation Army. Scepanski attended Northwood University in Michigan.

 Gary Shaffer of San Angelo is owner and funeral director of Shaffer Funeral Home. He is a past member of the Bronte City Council and former Coke County justice of the peace. He is a member and past president of the Texas and West Texas Funeral Directors associations, and a past member of the Justices of the Peace and Constables Association of Texas. He is also a member of the Bronte Masonic Lodge, Waco Scottish Rite and Concho Shrine Club. Shaffer is a graduate of the Dallas Institute of Mortuary Science.

# # # #

Gov. Perry Appoints Three to
Texas State University System Board of Regents

Friday, February 15, 2013 • Austin, Texas • Appointment

 Gov. Rick Perry appointed three members to the Texas State University System Board of Regents for terms to expire Feb. 1, 2019.

 Charlie Amato of San Antonio is co-founder and chairman of SWBC. He is chair of the University of the Incarnate Word Board of Trustees, vice chairman of the Texas Business Leadership Council, and past chairman of the United Way of San Antonio and Bexar County General Campaign. He is a member of the Federal Reserve Bank of Dallas Business & Community Advisory Board and Archdiocese of San Antonio Catholic Community Foundation, a board member of Christus Santa Rosa Health System, San Antonio Cancer Therapy and Research Center Board of Governors and Lone Star Capital Bank, and chairman of the Lone Star Capital Bank Advisory Board. He is also a member and past chairman of the Texas Business Hall of Fame, and a board member and past chairman of the Greater San Antonio Chamber of Commerce. Amato received a bachelor's degree from Sam Houston State University. He is reappointed to the board.

 Vernon Reaser III of Bellaire is president of Texas Teachers Alternative Certification and Texas Educators Association Inc. He is a past member of the Texas Association of Realtors and Independent Cattleman's Association of Texas. He is also a past board member of Victoria Crime Stoppers and past secretary of the Victoria Junior Chamber of Commerce. Reaser received a bachelor's degree and a Master of Business Administration from Texas State University.

 William "Bill" Scott of Nederland is chairman and CEO of Trans-Global Solutions Inc. He is a member of the West Gulf Maritime Association, International Dry Bulk Terminals Society, and American Short Line and Regional Railroad Association. He is a member of the Lamar University College of Business Board of Advisors and Capital Campaign Cabinet, and a board member of the Lamar University Foundation, Texas Energy Museum, Symphony of Southeast Texas, and Jefferson and Orange County Board of Pilot Commissioners. He is also past president and executive board member of the Boy Scouts of America Three Rivers Council. Scott received a bachelor's degree from Lamar University. He is reappointed to the board.

# # # #

Gov. Perry Appoints Bacarisse and Villa to
Texas Department of Information Resources

Friday, February 15, 2013 • Austin, Texas • Appointment

 Gov. Rick Perry appointed Charles Bacarisse of Houston and Cynthia Villa of El Paso to the Texas Department of Information Resources for terms to expire Feb. 1, 2019. The department is charged with improving technology decisions and ensuring appropriate use of information resources.

 Bacarisse is vice president for advancement at Houston Baptist University, and former Harris County district clerk. He is a past member of the Houston City Hall Fellows Advisory Board, Sam Houston Area Council Boy Scouts of America Advisory Board and Neighborhood Centers Inc. Executive Board. He is also past board chair of the Texas Online Authority. Bacarisse received two bachelor's degrees from Southern Methodist University. He is reappointed and will continue to serve as chair of the board for a term to expire at the pleasure of the governor.

 Villa is a certified public accountant and vice president for business affairs at The University of Texas at El Paso. She is a member of the National Association of College and University Business Officers (NACUBO), past chair of the NACUBO Comprehensive and Doctoral Institutions Council, and a member, past president and past executive committee member of the Texas Association of State Senior College and University Business Officers. She is an ex-officio board member and institutional review board advisory committee chair of the El Paso Children's Hospital, and board vice chair and finance committee chair of Bienvivir Senior Health Services. She is also a past board member of the Texas Connection Consortium and a graduate of Leadership El Paso. Villa received a bachelor's degree and a master's degree in educational leadership from The University of Texas at El Paso, and is a graduate of the Western Association of College and University Business Officers Business Management Institute.

# # # #

Gov. Perry Reappoints Three to
Commission on Jail Standards

Friday, February 01, 2013 • Austin, Texas • Appointment

 Gov. Rick Perry reappointed three members to the Commission on Jail Standards for terms to expire Jan. 31, 2019. The commission establishes standards for the care and treatment of county prisoners, and the construction, maintenance and operation of county jails.

 Donna Klaeger of Horseshoe Bay is Burnet County judge. She is past chair of the Capitol Area Planning Council of Government, and a member of the Texas Association of Regional Councils, County Judge's Association of Texas, 33rd Judicial District Juvenile Board, Texas Association of Counties Legislative Committee, and Central Texas Water Coalition. She is also a member of the Marble Falls/Lake LBJ and Burnet chambers of Commerce, Legacy Fund Advisory Council, Highland Lakes Service League, and Seton Development Board Horseshoe Bay Associates. Klaeger will continue to serve as chair of the commission for a term to expire at the pleasure of the governor.

 Jerry Lowry of New Caney is president of Greenspoint District. He is a board member of the North Houston Association, Greens Bayou Corridor Coalition, Lone Star College System Global Advisory Council, and Amegy Bank Texas Advisory Board. He is also a past chair and past board member of the Houston Intercontinental Chamber of Commerce, a past member of the Assist the Officer Foundation Advisory Board, and a former Houston Police Sergeant and a past reserve police officer in the Village Police Department. Lowry received a bachelor's degree from the University of Houston-Downtown.

 Larry May of Sweetwater is a certified public accountant (CPA), an AICPA designated personal financial specialist and a certified financial planner, and a partner at May and Hrbacek LLP. He is an elected member of the Sweetwater City Commission, and a member of the American Institute of CPAs (AICPA), College for Financial Planning, and Texas and Abilene societies of CPAs. He is also a board member of Sweetwater First Financial Bank, a member of the Sweetwater Chamber of Commerce, and past president and past executive committee member of the West Central Texas Council of Governments. May received a bachelor's degree from the University of Texas.

# # # #
 
CONTRACTS AWARDED ON FEBRUARY 28, 2013

NAVY

 Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, was awarded a $333,786,000 fixed-price-incentive (firm-target), advance acquisition contract to provide long lead-time parts, materials and components required for the delivery for the 35 Low Rate Initial Production lot VIII F-35 Lightning II Joint Strike Fighter aircraft: 19 conventional takeoff and landing (CTOL) aircraft for the U.S. Air Force; six short takeoff vertical landing (STOVL) aircraft for the U.S. Marine Corps; four Carrier Variant aircraft for the U.S. Navy; four STOVL for the United Kingdom; and two CTOL aircraft for the Government of Norway. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2014. Contract funds in the amount of $333,786,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($155,190,000, 46 percent); the U. S. Marine Corps ($85,380,000, 26 percent); and the U.S. Navy ($27,470,000, 8 percent); the United Kingdom ($45,037,000, 14 percent); and Norway ($20,709,000, 6 percent). This contract was not competitively procured pursuant to the FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting authority (N00019-13-C-0008).

 PAE Government Services Inc., Arlington, Va., was awarded a $54,013,255 modification under a previously awarded cost-plus-award fee contract (N33191-12-D-0407) to extend the period of performance for recurring base operating support services at Camp Lemonnier, Djibouti and Camp Simba, Manda Bay, Kenya. The work to be performed provides for general management and administration services; public safety (harbor security, security operations and emergency management program); ordnance; air operations (airfield facilities and passenger terminal and cargo handling); supply; morale, welfare and recreation; galley; housing (bachelor quarters and laundry); facility support (facilities investment, janitorial, pest control services and refuse services); utilities (water, waste water and electrical); base support vehicle and equipment; and environmental. After award of this modification, the total cumulative contract value will be $122,973,269. Work will be performed in Africa, in Djibouti (97 percent) and Kenya (3 percent), and is expected to be completed by September 2013. Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $7,716,179 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity.

Argo Systems L.L.C.*, Hanover, Md., was awarded a $23,033,000 firm-fixed-price contract for the design and construction of the Embassy Security Group Facilities at Marine Corps Base, Quantico, Va. The work to be performed provides for a new headquarters building, separate warehouse, and compound access control buildings for the Marine Corps Embassy Security Guard (MCESG) at Marine Corps Base Quantico. MCESG headquarters building will serve a dual function; both as the administrative arm of the MCESG and as a mock embassy at which Marine trainees will practice embassy security operations. The facility will also include a separate warehouse operations building. The contract contains two unexercised options, which if exercised would increase cumulative contract value to $24,504,956. Work will be performed in Quantico, Va., and is expected to be completed by March 2015. Fiscal 2012 Military Construction, Navy contract funds in the amount of $23,033,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with 15 proposals received. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-13-C-0002).

 Talon Industries Inc.*, Arlington, Texas, was being awarded a $16,984,071 firm-fixed-price contract for construction of a fuel pipeline replacement at Naval Air Station Whidbey Island. The work provides for a new steel underground pipeline covering 4.6 miles between fuel pier on Seaplane Base and consolidated fuel facility tanks at Ault Field Naval Air Station. The work also includes, after completion of the new pipeline, the decommissioning of two 60 year old pipelines; and provides for wetland mitigation work. The pipeline provides the primary means of transporting JP-8 jet fuel from the main fuel pier to Naval Air Station Whidbey Island airfield to support mission requirements. Work will be performed in Oak Harbor, Wash., and is expected to be completed by August 2014. Fiscal 2012 Military Construction, Defense Logistics Agency contract funds in the amount of $16,984,071 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-13-C-4005).

 The Boeing Co., St. Louis, Mo., is being awarded an $11,364,353 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0030) to exercise an option for the full rate production of 1,001 precision laser guidance sets for the U.S. Air Force. Work will be performed in St. Charles, Mo., and is expected to be completed in February 2014. Fiscal 2013 Aircraft Procurement Air Force contract funds in the amount of $11,364,353 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.

 Engility Corp., Mount Laurel, N.J., was awarded on Feb, 27, 2013, a $9,600,000 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-09-D-0009) to exercise an option for technical and engineering services in support of the Naval Air Systems Command Structures Division (AIR 4.3), to include data analysis, information systems, and software functions of the Structural Appraisal of Fatigue Effects (SAFE) Program. Work will be performed in Lexington Park, Md., and is expected to be completed in February 2014. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

 DEFENSE LOGISTICS AGENCY

 The Wornick Co., Cincinnati, Ohio, was awarded contract SPM3S1-13-D-Z193. The award is a firm-fixed-price contract with a maximum $181,739,242 for various polymeric entrée ration items. Location of performance is Ohio with a Feb. 28, 2016 performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 AmeriQual Group L.L.C., Evansville, Ind., was awarded contract SPM3S1-13-D-Z192. The award is a firm-fixed-price contract with a maximum $150,730,396 for various polymeric entrée ration items. Location of performance is Indiana with a Feb. 28, 2016 performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 GE Datex Ohmeda Inc., Madison, Wis., was issued a modification exercising the fourth option year on contract SPM2D1-09-D-8348/P00020. The modification is a fixed-price with economic-price-adjustment contract with a maximum $19,847,688 for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts and training. Location of performance is in Wisconsin with a March 5, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 Lord Corp., Brie, Pa., was issued a modification on contract SPE400-02-D-9413/P00001. The modification is a fixed-price with economic-price-adjustment contract with a maximum $12,322,800 for bearing assembly rotors. Locations of performance are in Pennsylvania and Ohio with a Sept. 16, 2013 performance completion date. Using military service is Army. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.

 Elwyn Industries, Aston, Pa., was issued a modification exercising the second option year on contract SPM2DS-11-D-N001/P00007. The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $7,952,663 for muslin, compressed, camouflaged, triangular bandages. Locations of performance are in Pennsylvania and Delaware with a March 8, 2014 performance completion date. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 Twigg Corp.*, Martinsville, Ind., was awarded contract SPM4A7-13-D-0030. The award is a firm-fixed-price, indefinite-quantity contract with a maximum $6,686,824 for multiple types of engine vane assemblies. Location of performance is in Indiana with a March 2014 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.

AIR FORCE

 Gulfstream Aerospace Corp., Savannah, Ga., was awarded a $49,594,534 firm-fixed-price contract (FA8106-13-D-0001) for contractor logistics support services for the C-37 aircraft. The location of performance is Savannah, Ga.; MacDill Air Force Base, Fla.; Joint Base Andrews, Md.; Hickam Air Force Base, Hawaii and Ramstein Air Force Base, Germany. Work is expected to be completed by Dec. 31, 2013. Type of appropriation is fiscal 2013. The contracting activity is OC-ALC/GKSKB, Tinker Air Force Base, Okla.

 Science Applications International Corp., McLean, Va., was awarded a $7,977,017 firm-fixed-price contract (FA8807-13-C-0004) for global positioning systems engineering and integration requirements. The location of performance is El Segundo, Calif. Work is expected to be completed by May 7, 2013. Type of appropriation is fiscal 2011 through 2013. The contracting activity is SMC/GPK, Los Angeles Air Force Base, Calif.

Thales Communications Inc., Clarksburg, Md., was awarded a $7,600,000 indefinite-delivery/indefinite-quantity contract (FA8102-13-D-0001, order 0001) for Navigational Aids Family of Systems modernization program for non-developmental systems to upgrade the legacy AN/FRN-43/44/45 systems. The location of the performance is Shawnee, Kan. Work is expected to be completed by February 2014. Type of appropriation is fiscal 2012. The contracting activity is AFLCMC/HBKKC, Tinker Air Force Base, Okla.

ARMY

 BAE System Technology Solutions, Rockville, Md., was awarded a $25,152,601 cost-plus-award-fee contract. The award will provide for the maintenance, transportation and supply services on the island of Oahu and Hawaii. Work will be performed in various locations in Hawaii, including Schofield Barracks, East Range, Wheeler Army Airfield, Fort Shafter and Pokakuloa Training Area. The contract’s estimated completion date is Feb. 28, 2014. There were 54 bids solicited, with seven bids received. The U.S. Army Contracting Command, Fort Shafter, Hawaii, is the contracting activity (W912CN-08-C-0085).

 Shaw Environmental and Infrastructure Inc., Edgewood, Md., was awarded an $18,187,332 firm-fixed-price contract. The award will provide for the support services to perform Public Works functions in Alaska. Work will be performed in Fort Wainwright, Alaska, with an estimated completion date of Feb. 28, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Fort Wainwright, Alaska, is the contracting activity (W912CZ-09-D-0004).

 Consolidated Construction and Engineering Co., Laurel, Md., (W91CRB-13-D-0005); and Grose Construction, Aberdeen, Md., (W91CRB-13-D-0006); were awarded a firm-fixed-price multiple-award contract among two vendors with a maximum amount of $15,000,000. The award will provide for the range maintenance services. Work location will be determined with each subsequent order, with an estimated completion date of Feb. 24, 2016. The bid was solicited through the Internet, with nine bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

 iRobot Corp., Bedford, Mass., was awarded a $14,424,220 firm-fixed-price contract. The award will provide for the procurement of FirstLook robotic systems, spare part kits and robot accessories. Work will be performed in Bedford, with an estimated completion date of Aug. 20, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0124).

 QinetiQ North America Inc., Waltham, Mass., was awarded a $12,946,769 firm-fixed-price contract. The award will provide for the procurement of Dragon Runner-10 robotic systems and associated spare parts for system sustainment. Work will be performed in Waltham and Franklin, Mass., and Pittsburgh, Pa., with an estimated completion date of Aug. 25, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0128).

 DynCorp International L.L.C., Fort Worth, Texas, was awarded an $11,533,474 firm-fixed-price contract. The award will provide for the aviation field maintenance services. Work will be performed in Fort Hood, Texas, with an estimated completion date of March 22, 2014. The bid was solicited through the Internet, with eight bids received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0042).

 TRAX International Corp., Las Vegas, Nev., was awarded a $9,333,333 cost-plus-award-fee contract. The award will provide for the modification of an existing contract to continue test support services on Yuma Proving Ground, Ariz. Work will be performed in Yuma, Ariz., and Fort Greely, Alaska, with an estimated completion date of March 31, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Yuma, Ariz., is the contracting activity (W9124R-09-C-0003).

 Manson Construction Co., Seattle, Wash., was awarded an $8,000,000 firm-fixed-price contract. The award will provide for maintenance dredging services of Mobile Harbor Channel, Ala. Work location will be determined with each subsequent order, with an estimated completion date of April 18, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-13-D-0005).

 CONTRACTS AWARDED ON FEBRUARY 27, 2013

AIR FORCE

 Sierra Nevada Corp., Sparks, Nev., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (FA8637 13 D 6003) to provide both an advanced aircrew trainer and a light air support aircraft to establish air combat capability for allied countries under the Building Partnership Capacity program. Delivery Order 0001 was awarded for $427,459,708 for 20 Light Air Support Aircraft, one computer based trainer, one basic aviation training device, one flight training device, six mission planning stations, six mission debrief systems, long lead spares for interim contractor support, outside the continental United States base activation, site surveys, flight certification to U.S. Air Force military type certification standards, and data. The location of performance for Delivery Order 0001 effort is Sparks, Nev., and Jacksonville, Fla. The maximum amount that can be ordered under this contract is $950,000,000. The contract period of performance goes through Feb. 26, 2019 and Delivery Order 0001 work is expected to be complete by April 2015. This award is the result of a full and open competition, and two offers were received. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity.

 Alliant Techsystems Inc., Corinne, Utah, was awarded a $9,900,000 firm-fixed-price contract (FA8204-13-C-0002) for solid rocket motor warm line smart transition efforts, relating to the Minute Man III. The location of the performance is Corinne, Utah. Work is expected to be completed by Sep. 30, 2014. Type of appropriation is fiscal 2012. The contracting activity is AFNWC/PKME, Hill Air Force Base, Utah.

 Raytheon, Largo, Fla., (FA8106-13-C-0001) was awarded a $9,455,542 cost-plus fixed-fee contract for the E-4B audio infrastructure upgrade installation on three E-4B aircraft. The location of performance is Offutt Air Force Base, Neb. Work is expected to be completed by Nov. 1, 2015. Type of appropriation is fiscal 2012 and 2013. The contracting activity is AFLCMC/WLKLC, Tinker Air Force Base, Okla.

DEFENSE LOGISTICS AGENCY

 BAE Systems -- Aerospace and Defense Group, Phoenix, Ariz., was issued a modification exercising the first option year on contract SPM1C1-12-D-1027/P00009. The modification is a firm-fixed-price contract with a maximum $78,342,001 for improved outer tactical vests and individual repair kits. Location of performance is Pennsylvania and Arizona, with a Feb. 27, 2014 performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 Alcon Laboratories, Fort Worth, Texas, was awarded contract SPM2D0-13-D-0004. The award is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $23,485,218 for various pharmaceutical items. Location of performance is Texas, with a Feb. 28, 2014 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2013 war-stopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

 SMIT Singapore PTE Ltd., Republic of Singapore, is being awarded a $43,000,000 ceiling modification to previously awarded contract (N00024-12-D-4120) for salvage, salvage-related towing, harbor clearance, ocean engineering and point-to-point towing services to support the director of ocean engineering, supervisor of salvage and diving. Work will be performed in the Western Pacific waters and is expected to be completed by February 2014. No funding is being obligated at this time. Contract funds in the amount of $50,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

 Huntington Ingalls Inc. (HIINC), Newport News, Va., was awarded a $40,057,112 modification to previously awarded contract (N00024-10-C-2110) for additional advance planning efforts to prepare and make ready for the Refueling Complex Overhaul (RCOH) of the USS Abraham Lincoln (CVN 72) and its reactor plants. All shipboard work will take place at Naval Station Norfolk because of delay in awarding the RCOH due to the continuing resolution. This effort will mitigate schedule impacts and help preserve the skilled work force. This effort will provide for additional advanced planning, shipchecks, design, documentation, engineering, procurement, fabrication and preliminary shipyard or support facility work to prepare for and make ready for the refueling, overhaul, modernization and routine work on CVN 72 and its reactor plants. Work will be performed in Norfolk, Va., and is contracted to be complete by April 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

 CSC Applied Technologies L.L.C., Fort Worth, Texas, was awarded a $17,267,243 modification to previously awarded contract (N66604-05-C-1277) for maintenance and operation of the Atlantic Undersea Test and Evaluation Center, a major range and test facility base providing both deep and shallow water test and training environments. Efforts for this modification will support increased scheduling and conduct of test operations, administrative and clerical support in the business operations area and additional support in base operations functions including facilities maintenance, utilities, vehicle maintenance and helicopter operations. Work will be performed in Andros Island Bahamas (75 percent) and West Palm Beach, Fla. (25 percent), and is expected to be completed by March 2014. No funding will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Undersea Warfare Center Division Newport, Newport, R.I., is the contracting activity.

 Booz Allen Hamilton, McLean, Va. (N00421-10-D-0005); Deloitte Consulting, LLP, Alexandria, Va. (N00421-10-D-0006); National Technologies Associates, Inc., Alexandria, Va. (N00421-10-D-0007); and Science Applications International Corp., San Diego, Calif. (N00421-10-D-0008) were  awarded modifications to previously awarded indefinite-delivery/indefinite-quantity multiple award contracts to exercise options for management, organizational, and business improvement services, financial and business solutions, and human resources services supporting Naval Air Systems Command (NAVAIR) corporate operations and comptroller offices. The aggregate ceiling amount for these options is $17,152,000, and the companies will have the opportunity to compete on each individual task orders. Work will be performed in Patuxent River, Md., however, services may be performed at any of the following NAVAIR sites: St. Inigoes, Md.; Lakehurst N.J.; Point Mugu, Calif.; China Lake, Calif.; Orlando Fla.; Cherry Point, N.C.; Jacksonville, Fla., and North Island, Calif. Work performed under these contracts is expected to be completed in February 2014. Funds are not being obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

 Harris Corp., Palm Bay, Fla., was awarded a $10,789,569 cost-plus-fixed-fee contract for the obsolescence upgrade to the Fibre Channel Network Switch (FCNS), a component of the Advanced Mission Computer & Displays (AMC&D) system used in the F/A-18E/F, EA-18G and E-2D aircraft. Work will be performed in Melborne, Fla., and is expected to be completed in September 2015. Fiscal 2012 Aircraft Procurement Navy and 2013 Research, Development, Testing & Evaluation Navy contract funds in the amount of $10,789,569 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0039).

 Southeastern Tropical Advanced Remote Sensing, University of Miami, Miami, Fla., was awarded a $6,550,000 cost reimbursement contract for Advanced Geospatial and Remote Sensing operational support. The Center for Southeastern Tropical Advanced Remote Sensing will collect, process and disseminate commercial imagery for Navy research and operational requirements; provide engineering services to integrate new software for enhanced product generation; and test prototype tools and architectures to demonstrate the utility of commercial international space radars with applications such as maritime domain awareness, disaster response and environmental monitoring, mapping and change detection. This contract contains two 12 month option periods, which if exercised, will bring the contract value to $16,550,000. Work will be performed in Miami, Fla., and is expected to be completed February 2016. If the options are exercised, the work will continue to February 2018. The action will be incrementally funded. Fiscal 2012 funds in the amount of $6,550,000 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was procured under J&A Number 04-013 (citing 10 U.S.C 2304(c)(1)). The Office of Naval Research, Washington, D.C., is the contracting activity (N00014-13-C-0133).

ARMY

 Millennium Corporation, Arlington, Va., was awarded a $21,754,860 firm-fixed-price contract. The award will provide for the program management, information technology and administrative support services. Work location will be determined with each order, with an estimated completion date of Feb. 19, 2018. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-D-0036).

 Fidelity Technologies Corporation, Reading, Pa., was awarded a $21,582,669 firm-fixed-price contract. The award will provide for the Armor B-Kits in support of the Heavy Mobility Tactical Truck A4, Palletized Load System A1, Heavy Mobility Tactical Truck A4 Tanker Armor Module Kit and the M915A5. Work will be performed in Reading, Pa., with an estimated completion date of Aug. 27, 2014. The bid was solicited through the Internet, with nine bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0052).

 General Dynamics Ordnance and Tactical Systems, St. Petersburg, Fla., was awarded a $20,496,921 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure 120mm tank training ammunition. Work will be performed in St. Petersburg, with an estimated completion date of March 15, 2015. Two bids were solicited, with two bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-C-0026).

Alliant Techsystems Operations LLC, Plymouth, Minn., was awarded a $19,699,539 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure 120mm tank training ammunition. Work will be performed in Plymouth, with an estimated completion date of March 31, 2014. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-C-0027).

 Aleut Facilities Support Services LLC, Colorado Springs, Colo., was awarded a $18,350,691 firm-fixed-price contract. The award will provide for the services, materials, supervision, labor and equipment to operate, maintain and repair real property at Fort Belvoir, Va. Work will be performed in Fort Belvoir, with an estimated completion date of Feb. 22, 2018. The bid was solicited through the Internet, with 10 bids received. The U.S. Army Contracting Command, Fort Belvoir, Va., is the contracting activity (W91QV1-13-C-0011).

 EADS – North America, Herndon, Va., was awarded a $15,355,212 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Contractor Logistics Support. Work will be performed in Columbus, Miss., with an estimated completion date of Dec. 31, 2013. Five bids were solicited, with three bids received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0194).

 Olin Corporation – Winchester Division, East Alton, Ill., was awarded a $14,514,451 fixed-price, economic-price-adjusted contract. The award will provide for the modification of an existing contract to exercise an option to procure various types and quantities of small caliber ammunition. Work will be performed in East Alton, with an estimated completion date of Aug. 30, 2014. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0038).

Mike Hooks Inc., Westlake, La., was awarded an $11,962,750 firm-fixed-price contract. The award will provide for the dredging and disposal services in support of the Coastal Wetlands Planning, Protection and Restoration Act. Work will be performed in Plaquemines Parish, La., with an estimated completion date of Aug. 31, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0013).

 Serco Inc., Reston, Va., was awarded an $11,658,907 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to procure support services for the Logistics Civil Augmentation program. Work will be performed in Afghanistan, Kuwait, Iraq and Bahrain, with an estimated completion date of Aug. 15, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-C-0061).

 SoCo Construction, Norcross, Ga., was awarded an $11,019,608 firm-fixed-price contract. The award will provide for the construction of a Basic Training Complex barracks building. Work will be performed in Savannah, Ga., with an estimated completion date of May 17, 2014. The bid was solicited through the Internet, with 10 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-13-C-0014).

 Custom Earth Recycling L.L.C., Bay Shore, N.Y., was awarded a $10,515,330 firm-fixed-price contract. The award will provide for the debris removal, haul and disposal services for Fire Island, Suffolk County, N.Y. Work will be performed in Fire Island, N.Y., with an estimated completion date of April 1, 2013. The bid was solicited through the Internet, with nine bids received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0019).

 EOIR Technologies, Fredericksburg, Va., was awarded a $10,144,932 cost-plus-fixed-fee contract. The award will provide for the services in support of the Distributed Common Ground System – Army Standard Cloud Computing Environment. Work will be performed in Fredericksburg, with an estimated completion date of Feb. 12, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-C-A601).

 Honeywell International Inc., Tempe, Ariz., was awarded a $9,697,707 firm-fixed-price contract. The award will provide for the procurement of gas turbine engines for aviation ground power units. Work will be performed in Tempe, with an estimated completion date of Feb. 14, 2016. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Chambersburg, Pa., is the contracting activity (W911N2-13-D-0011).

 URS Group Inc., Washington, D.C., was awarded a $9,500,000 firm-fixed-price contract. The award will provide for the procurement of new construction projects, alterations, renovations, and maintenance and repair services. Work location will be determined with each order, with an estimated completion date of Feb. 18, 2018. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-13-D-0011).

 Structural Associates Inc., East Syracuse, N.Y., was awarded an $8,933,800 firm-fixed-price contract. The award will provide for the design and construction of a medical clinic on Fort Drum, N.Y. Work will be performed in Fort Drum, with an estimated completion date of March 13, 2015. The bid was solicited through the Internet, with six bids received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0022).

General Dynamics Information Technology, Fairfax, Va., was awarded an $8,400,000 cost-plus-incentive-fee contract. The award will provide for the information technology and audio visual services for the Mark Center in Alexandria, Va. Work will be performed in Alexandria, with an estimated completion date of Aug. 26, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W91QUZ-06-D-0012).

 Industria Paschen JV, Chicago, Ill., was awarded an $8,364,000 firm-fixed-price contract. The award will provide for the construction of a pump station. Work will be performed in Belle Chasse, La., with an estimated completion date of July 19, 2014. The bid was solicited through the Internet, with 21 bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0011).

 Joint Forces Construction L.L.C., Yorktown, Va., was awarded an $8,316,000 firm-fixed-price contract. The award will provide for the construction of a collective training facility on Fort Pickett, Blackstone, Va. Work will be performed in Blackstone, with an estimated completion date of Aug. 8, 2014. The bid was solicited through the Internet, with 14 bids received. The National Guard Bureau, Blackstone, Va., is the contracting activity (W912LQ-13-C-0001).

 AM General, South Bend, Ind., was awarded a $7,023,165 firm-fixed-price contract. The award will provide for the procurement of detuned engines for High-Mobility Multipurpose Wheeled Vehicles. This contract is in support of Foreign Military Sales for Egypt. Work will be performed in South Bend, with an estimated completion date of July 8, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0079).

 Applied Research Associates Inc., Albuquerque, N.M., was awarded a $6,998,214 firm-fixed-price, level-of-effort contract. The award will provide for the procurement of the Physiologically Accurate Community-based framework for Training Systems platform. Work will be performed in Albuquerque, with an estimated completion date of Feb. 19, 2018. The bid was solicited through the Internet, with one bid received. The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XHW-13-C-0100).

CONTRACTS AWARDED ON FEBRUARY 26, 2013

 ARMY

 Harris, Rochester, N.Y., was awarded a firm-fixed-price contract with a maximum value of $500,000,000. The award will provide for the modification of an existing contract to raise the price ceiling in support of the procurement of radios, support equipment, data and services. Work location will be determined with each order, with an estimated completion date of Dec. 15, 2015. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-11-D-H607).

 FN Manufacturing L.L.C., Columbia, S.C., was awarded a firm-fixed-price contract with a maximum value of $76,922,574. The award will provide for the procurement of a maximum quantity of 120,000 M4/M4A1 Carbines and related requirements. Work location will be determined with each order, with an estimated completion date of Feb. 19, 2018. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0030).

Conti Federal Services Inc., Edison, N.J., was awarded a $62,388,649 firm-fixed-price contract. The award will provide for the construction of a below-grade facility and six additional above-grade support facilities in Israel. Work will be performed in Israel, with an estimated completion date of May 20, 2015. The bid was solicited through the Internet, with five bids received. This contract is in support of Foreign Military Sales. The U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity (W912GB-13-C-0004).

 BPSI-MPSC L.L.C., Severna Park, Md., was awarded a $50,000,000 firm-fixed-price contract. The award will provide for the procurement of General Administrative Support Services to the National Guard nationwide. Work location will be determined with each order, with an estimated completion date of Nov. 14, 2013. The bid was solicited through the Internet, with one bid received. The National Guard Bureau, Lansing, Mich., is the contracting activity (W912JB-13-D-4002).

 GPI-URS Joint Venture, Babylon, N.Y., was awarded a $49,500,000 firm-fixed-price contract. The award will provide support services for physical safety/security improvements on and around bridges in the New York City area. Work location will be determined with each location, with an estimated completion date of Feb. 21, 2023. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-D-0001).

 L-3 Communications Vertex Aerospace L.L.C., Madison, Miss., was awarded a $48,212,171 time-and-materials contract for aviation maintenance services. Work will be performed in Savannah, Ga.; Fort Bragg, N.C.; and Fort Campbell, Ky.; with an estimated completion date of July 28, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0054).

 BAE Systems Southeast Shipyard, Jacksonville, Fla., (W911S0-13-D-0001); Colonna’s Shipyard Inc., Norfolk, Va., (W911S0-13-D-0002); Detyens Shipyard Inc., North Charleston, S.C., (W911S0-13-D-0003); East Coast Repair and Fabrication, Portsmouth, Va., (W911S0-13-D-0004); Hendry Corp., Tampa, Fla., (W911S0-13-D-0005); Lyon Shipyard Inc., Norfolk, Va., (W911S0-13-D-0006); Metal Trades Inc., Hollywood, S.C., (W911S0-13-D-0007); Savannah Marine Repair L.L.C., Savannah, Ga., (W911S0-13-D-0008); Tecnico Corp., Chesapeake, Va., (W911S0-13-D-0009); and Yank Marine Inc., Tuckahoe, N.J., (W911S0-13-D-0010); were awarded a $33,111,543 firm-fixed-price contract among ten contractors. The award will provide for the dry-docking, cleaning, painting, repairs and modifications to the U.S. Army Active and Reserve vessels located on the East and Gulf of Mexico Coasts of United States. Work location will be determined with each order, with an estimated completion date of Feb. 10, 2016. The bid was solicited through the Internet, with 10 bids received. The U.S. Army Contracting Command, Fort Eustis, Va., is the contracting activity.

 Jacobs Technology Inc., Tullahoma, Tenn., was awarded a $30,676,146 firm-fixed-price contract. The award will provide for the Army Research Laboratory Information Technology Support Services. Work will be performed in Adelphi, Md.; Aberdeen Proving Ground, Md.; White Sands, N.M.; and Research Triangle Park, N.C.; with an estimated completion date of Feb. 13, 2015. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-13-F-0011).

 Coastal Environmental Group Inc., Edgewood, N.Y., (W912DQ-13-D-3012); Frontier Services Inc., Kansas City, Mo., (W912DQ-13-D-3013); and Remediation Services Inc., Independence, Kan., (W912DQ-13-D-3015); were awarded a $30,000,000 firm-fixed-price multiple award task order contract. The award will provide for environmental protection services. Work location will be determined with each order, with an estimated completion date of Feb. 10, 2018. The bid was solicited through the Internet, with eight bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity.

 General Dynamics Ordnance and Tactical Systems, St. Petersburg, Fla., was awarded a $22,860,857 firm-fixed-price contract. The award will provide for the demilitarization and disposal services. Work will be performed in St. Petersburg, with an estimated completion date of Sept. 25, 2015. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0027).

 Navistar Defense L.L.C., Lisle, Ill., was awarded a $22,576,917 firm-fixed-price contract. The award will provide for the upgrade and up-armoring of medium tactical vehicles in support of Foreign Military Sales. Work will be performed in West Point, Miss., with an estimated completion date of July 19, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0161).

NAVY

 Oceaneering International, Chesapeake, Va. (N65540-13-D-0003); and General Dynamics Electric Boat Corp., Groton, Conn. (N65540-13-D-0004) are each being awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contracts with an estimated ceiling of $181,831,426 for Oceaneering International and an estimated ceiling of $215,518,065 for Electric Boat Corp., for services to support submarine safety program (SUBSAFE) and intermediate level work. This contract will provide technical management, administrative and technical services, materials, tools, equipment, facilities, and required support to accomplish installation, troubleshooting, repair and maintenance of main and auxiliary, weapons, hull, mechanical and electrical equipment. Work will be performed in Norfolk, Va. (22 percent); Pearl Harbor, Hawaii (22 percent); Puget Sound, Wash. (22 percent); San Diego, Calif. (6 percent); Kittery, Maine (5 percent); Kings Bay, Ga. (5 percent); Bangor, Wash (5 percent); Guam (5 percent); Yokosuka, Japan (4 percent); New London, Conn. (3 percent); and Washington, D.C. (1 percent), and is expected to complete in February 2018. Fiscal 2013 Operations Maintenance Navy contract funds in the amount of $412,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured through Navy Electronic Commerce Online and Federal Business Opportunities websites, with two offers received. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity.

 Raytheon Co., McKinney, Texas, was awarded $69,000,000 for ceiling priced repair delivery order #7005 under a previously awarded basic ordering agreement (N00383-10-G-003D) for the repair of 34 weapon repairable assemblies and 33 shop replaceable assemblies for the advanced targeting forward looking infrared system used in support of the F/A-18 aircraft. Work will be performed in McKinney, Texas (89 percent) and Jacksonville, Fla. (11 percent), and work is expected to be completed by Feb. 25, 2015. Fiscal 2013 Navy Working Capital funds in the amount of $17,437,885 will be obligated at the time of award and will not expire at end of the current fiscal year. The contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1). The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

CONTRACTS AWARDED ON FEBRUARY 25, 2013

 DEFENSE LOGISTICS AGENCY

 Protective Products Enterprises Inc. (PPE), Sunrise, Fla., was issued a modification exercising the first option year on contract SPM1C1-12-D-1026/P00009. The modification is a firm-fixed-price contract with a maximum $79,528,733 for improved outer tactical vests and components. Location of performance is in Florida with a Feb. 27, 2014 performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 Air Wilmington, Inc.*, Wilmington, N.C., was awarded contract SP0600-13-D-0051. The award is a fixed-price with economic-price-adjustment contract with a maximum $9,410,542 for jet fuel. Location of performance is in North Carolina with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There was one proposal solicited with one response. Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

 Capps Shoe Co.*, Lynchburg, Va., was awarded contract SPM1C1-12-D-1030. The award is a firm-fixed-price contract with a maximum $6,873,060 for men’s poromeric shoes. Location of performance is Virginia with a Feb. 27, 2014 performance completion date. Using military services are Army and Marine Corps. There was one response to the Bidders List solicitation. Type of appropriation is fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

 Northrop Grumman Systems Corp., San Diego, Calif., was awarded a $71,202,469 contract modification (FA8620-10-C-4000, P00023) for Global Hawk block load/sustaining enginering and production acceptance infrastructure. The location of performance is San Diego, Calif. Work is expected to be completed by Dec. 31, 2014. Type of appropriation is fiscal 2011. The contracting activity is AFLCMC/WIGK, Wright-Patterson Air Force Base, Ohio.

 Innovative Scientific Solutions Inc., Dayton, Ohio, was awarded a $44,560,000 indefinite-delivery/indefinite-quantity contract (FA8650-13-D-2343 with Task Order 00001) for advanced propulsion concepts and cycles program. The location of performance is Wright-Patterson Air Force Base, Ohio. Work is expected to be completed by Feb. 25, 2021. Type of appropriation is fiscal 2013. The contracting activity is AFRL/RQKPB, Wright-Patterson Air Force Base, Ohio.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 University of Washington, Seattle, Wash., was awarded a $9,617,731 modification to a cooperative agreement (HR0011-11-2-0007). This work is part of the autonomous diagnostics to enable prevention and therapeutics (ADEPT) program, which seeks an advanced instrument-free analytical platform capable of performing a wide range of nucleic acid amplification tests at low cost anywhere and with little or no user training. Work will be performed in Seattle (50.1 percent); Bothell, Wash. (17.6 percent) and Niskayuna, N.Y. (32.3 percent). The work is expected to be completed by August 2014. The Defense Advanced Research Projects Agency is the contracting activity.

NAVY

 Northrop Grumman Maritime Systems Corp., Charlottesville, Va., was awarded a $6,724,859 firm-fixed-price contract for design, production, and testing of integrated bridge navigation systems equipment for the DDG 51 modernization program, which is a comprehensive plan to modernize each ship in the ship class at the approximate midlife point (17½ years). The grated Bridge Navigation System is a key upgrade in the hull, mechanical and electrical modernization package for the in-service ships. The program includes up to three new ships per year through fiscal year 2017. The new construction program is required to deliver grated bridge navigation systems to the respective shipyards as government-furnished equipment. Work will be performed in Charlottesville, Va., and is expected to be completed by June 2014. Funding in the amount of $6,724,859 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-4205).

CONTRACTS AWARDED ON FEBRUARY 22, 2013

 NAVY

 Navmar Applied Sciences Corp., Warminster, Pa., was awarded a $50,977,258 modification to a previously awarded cost-plus-fixed-fee/firm-fixed-price contract (N68335-13-C-0125) to exercise an option for additional sustainment efforts for existing Copperhead unmanned aerial vehicle (UAV) detachments, to include personnel support for training and logistics both in the continental United States and outside the continental United States, as well as a variety of spares and industrial supply type materials required for the repair and maintenance efforts. Work will be performed in Afghanistan (90 percent) and the Yuma Proving Ground, Ariz. (10 percent), and is expected to be completed in February 2014. Contract funds in the amount of $18,240,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Lakehurst, N.J., is the contracting activity.

NRG Energy Inc.*, Princeton, N.J. (N62583-10-D-0326); Chevron Energy Solutions Co., Eagan, Minn. (N62583-10-D-0327); SunDurance Energy L.L.C.*, Edison, N.J. (N62583-10-D-0328); Sun Edison L.L.C.*, Beltsville, Md. (N62583-10-D-0329); and Solarstar California XV L.L.C., Richmond, Calif. (N62583-10-D-0330), were each awarded option year three under an indefinite-quantity/indefinite-delivery, firm-fixed-price multiple award contract for the purchase of renewable electrical power through power purchase agreements at Naval and Marine Corps installations in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The combined total value for all five contractors is $25,000,000. No task orders are being awarded at this time. The work to be performed provides the generation of electric power from renewable power systems that are constructed, owned, operated, and maintained by the contractor on government property located within the installation boundaries. The government will procure through Power Purchase Agreements. The contract amount after exercise of this option will be $175,000,000. Work will be performed at various federal sites within the NAVFAC Southwest AOR including but not limited to California (80 percent) and Arizona (20 percent), and work on this option is expected to be completed February 2014. No funds will be obligated with this award. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

Rolls Royce Corp., Indianapolis, Ind., was awarded a $16,767,685 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-09-D-0020) for additional power-by-the-hour in support of the KC-130J aircraft propulsion system. Work will be performed in Indianapolis, Ind., and is expected to be completed in July 2013. No funding is being obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. No contract funds will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

All Native Services*, Winnebago, Neb., was awarded a $15,009,514 modification to previously awarded cost-plus-fixed fee research and development contract (N00174-11-D-0009) to exercise option year two for the Night Vision and Electronic Sensors Directorate. The Night Vision and Electronic Sensors Directorate will promote research and development which will result in a prototype of a Cerberus Lite system, which will be capable of becoming a four-person hand carried portable unit. Support areas include infrared, laser, thermal imaging and other related sensor technologies. Work will be performed in Fort Belvoir, Va., and is expected to be completed by February 2014. No funding will be obligated at the time of the award. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Division, Indian Head, Md., is the contracting activity.

Lockheed Martin Global Training and Logistics, Orlando, Fla., was awarded a $6,584,392 firm-fixed-price contract for machinery control systems (MCS) and engineering services for the DDG 51 Fleet Modernization Program. The MCS is a hull, mechanical and electrical upgrade and part of a comprehensive plan to modernize the DDG 51 class. The focus of the MCS upgrade is to automate many manual functions to reduce manning levels and watch stander requirements. This contract includes options which, if exercised, would bring the cumulative value of this contract to $134,186,364. Work will be performed in Orlando, Fla., and is expected to be completed by June 2014. Fiscal 2012 Shipbuilding and Conversion, Navy funding in the amount of $6,584,392 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-4208).

DEFENSE LOGISTICS AGENCY

 Bangor International Airport, Bangor, Maine, was awarded contract SP0600-12-R-0057. The award is a fixed-price with economic-price-adjustment contract with a maximum $38,033,262 for jet fuel. Location of performance is in Maine with an April 30, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Avfuel Corp.*, Ann Arbor, Mich., was awarded contract SP0600-13-D-0060. The award is a fixed-price with economic-price-adjustment contract with a maximum $9,387,138 for jet fuel. Locations of performance are Pennsylvania and Michigan with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

EPIC Aviation L.L.C.*, Salem, Ore., was awarded contract SP0600-13-D-0066. The award is a fixed-price with economic-price-adjustment contract with a maximum $7,548,156 for jet fuel. Locations of performance are Pennsylvania and Oregon with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Watson Pharmaceuticals, Parsippany, N.J., was issued a modification exercising the third option year on contract SPM2D0-10-D-0001/P00035. The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $7,753,603 for various pharmaceutical products. Location of performance is New Jersey with a Feb. 24, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were thirty-one responses to the Web solicitation. Type of appropriation is fiscal 2013 through fiscal 2014 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

 Honeywell Technology Solutions Inc., Colorado Springs, Colo., was awarded a $26,000,000 firm-fixed-price contract (FA8806-13-C-0001) to modernize the core electronics at Guam Tracking Station A-Side and Hawaii Tracking Station B-Side. The location of performance is Guam and Hawaii. Work is expected to be completed by Dec. 31, 2015. Type of appropriation is fiscal 2012. The contracting activity is SMC/RNK, Los Angeles Air Force Base, Calif.

Teledyne Scientific Imaging L.L.C., Thousand Oaks, Calif., was awarded a $13,845,840 cost-plus-fixed-fee contract (FA8650-13-C-7313) for Diverse Accessible Heterogenous Integration research and development work. The location of the performance is Thousand Oaks, Calif. Work is expected to be completed by May 30, 2017. This award is the result of a competitive Defense Advanced Research Projects Agency broad agency announcement. Type of appropriation is fiscal 2012. The contracting activity is AFRL/RQKDB, Wright-Patterson Air Force Base, Ohio.

 Merlin RAMCo Inc., Jacksonville, Fla., (FA3002-13-C-0009) was awarded a $10,841,699 firm-fixed-price and cost-reimburseable contract for Royal Saudi Air Force support personnel. The location of performance is King Abdul Aziz Air Base, Dhahran; King Khalid Air Base, Khamis Mushayt; King Fahad Air Base, Taif; King Faisal Air Base, Tabuk; Prince Sultan Air Base, Al Kharj; Royal Saudi Air Force, Riyadh and King Abdullah Air Base, Jeddah. Work is expected to be completed by Aug. 21, 2014. Type of appropriation is fiscal 2011. The contracting activity is AETC CONS/LGCI, Randolph Air Force Base, Texas. Contract involves Foreign Military Sales. 
Lockheed Martin Corp., Manassas, Va., was awarded a $6,554,538 contract modification (FA8707-12-C-0013, P00003) to acquire an air defense system capability for the Royal Jordanian Air Force and purchase and install 22 guided advanced technical rocket radios. The location of performance is San Diego, Calif. Work is expected to be completed by July 2016. Type of appropriation is under Foreign Military Sales treasury account. The contracting activity is AFLCMC/HBNA, Hanscom Air Force Base, Mass. Contract involved Foreign Military Sales.

CONTRACTS AWARDED ON FEBRUARY 21, 2013

 AIR FORCE

 Accenture Federal Services L.L.C., Arlington, Va., was awarded a $42,199,567 contract modification (FA8771-12-F-0008, P00002) for Defense Enterprise Accounting and Management System program. The location of performance is Fairborn, Ohio. Work is expected to be completed by April 30, 2014. Type of appropriation is fiscal 2012. The contracting activity is AFLCMC/HIQK, Wright-Patterson Air Force Base, Ohio.

 Lockheed Martin Mission Systems and Training, Orlando, Fla., was awarded a $20,560,000 contract modification (FA8621-11-C-6288, P00020) for procurement of one C-130J weapon system trainer device for Air Mobility Command. The location of performance is Marietta, Ga. and Tampa, Fla. Work is expected to be completed by June 30, 2016. Type of appropriation is fiscal 2013. The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio.

 NAVY

 STV-BRPH JV, Douglassville, Pa., was awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for complete architect and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The work to be performed provides for preparation of design/build request for proposals and other design services. Task order #0001 is being awarded at $91,945 for request for proposal development for the replacement/upgrade of the waste water treatment plant at Fleet Readiness Center Southeast, Naval Air Station Jacksonville, Fla. Work for this task order is expected to be completed by July 2013. All work will be performed at various Navy and Marine Corps facilities and other government facilities including, but not limited to Florida (70 percent), Georgia (15 percent), Guantanamo Bay Cuba (10 percent), and Andros Island Bahamas (5 percent), and is expected to be completed by February 2018. Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $91,945 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 38 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-13-D-0009).

 TCOM Limited Partnership A/K/A TCOM L.P.,* Columbia, Md., was awarded a $10,701,961 firm-fixed-price delivery order against a previously issued basic ordering agreement (N68335-13-G-0011) for 22M and 28M aerostat parts and spares in support of the Army’s Persistent Ground Surveillance System (PGSS) Program. Work will be performed in Elizabeth City, N.C. (90 percent) and Columbia, Md. (10 percent), and is expected to be completed in July 2013. Fiscal 2011 and 2013 Army contract funds in the amount of $10,701,961 are being obligated on this award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

 VSolvit, L.L.C.*, Fillmore, Calif., was awarded a $10,527,041 indefinite-delivery/ indefinite-quantity contract with firm-fixed-price task orders for information technology enterprise business systems support at Naval Facilities (NAVFAC) Information Technology Center, Naval Base Ventura County. The contract also contains four unexercised options, which if exercised would increase cumulative contract value to $53,121,508. No task orders are being awarded at this time. Work will be performed in Port Hueneme Calif., and is expected to be completed by February 2014. Contract funds will not expire at the end of the current fiscal year. Contract funds are fiscal 2013 and 2014 Operation and Maintenance, Navy. No funds will be obligated with this award. This contract was issued as an 8(a) competitive set-aside procurement using Federal Acquisition Regulation Part 15 procedures via the Navy Electronic Commerce Online website with nine proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity (N39430-13-D-1231).

 DEFENSE LOGISTICS AGENCY

 Sysco Seattle, Kent, Wash., was awarded contract (SPM300-13-D-3641). The award is a fixed-price with economic price adjustment, indefinite-quantity, sole source contract with a maximum $21,000,000 for prime vendor full line food distribution. Locations of performance are in Washington and Alaska with a Feb. 22, 2014 performance completion date. Using military services are Army, Navy, and Air Force. There was one proposal solicited with one response. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 Hitachi Aloka Medical, Ltd., Wallingford, Conn.*, was issued a modification exercising the fourth option year on contract (SPM2D1-09-D-8329/P00016). The modification is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity-contract with a maximum $14,508,160 for radiology systems, subsystems, accessories, services, manual, and repair parts. Location of performance is Connecticut with a Feb. 26, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were forty-three responses to the Web solicitation. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 Omega Medical Imaging, Inc., Sanford, Fla.*, was issued a modification exercising the fourth option year on contract (SPM2D1-09-D-8336/P00009). The modification is a fixed-price with economic price adjustment contract with a maximum $14,014,205 for radiology systems, subsystems, and components. Location of performance is Florida with a Feb. 24, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were forty-three responses to the Web solicitation. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

CONTRACTS AWARDED ON FEBRUARY 20, 2013

 AIR FORCE
Lockheed Martin Aeronautics Co., Fort Worth, Texas, was awarded an indefinite-delivery/indefinite-quantity contract (FA8611-13-D-2850) with a ceiling of $6,900,000,000 for F-22 modernization. The locations of performance are El Segundo, Calif.; Scottsdale, Ariz.; San Diego, Calif.; Nashua, N.H.; and Wayne, N.J. Work is expected to be completed by Feb. 20, 2023. This award is a result of a sole source acquisition. The contracting activity is AFLCMC/WWUK, Wright-Patterson Air Force Base, Ohio.

 Lockheed Martin Space Systems Co., Sunnyvale, Calif., was awarded a $284,439,355 fixed-price incentive firm target contract (FA8810-13-C-0001) for advanced procurement for the Space-Based Infrared Systems GEO 5-6 program. The location of performance is Sunnyvale, Calif. Work is expected to be completed by June 19, 2016. Type of appropriation is fiscal 2011 and 2012. The contracting activity is SMC/IS, Los Angeles Air Force Base, Calif.

 Northrop Grumman Systems Corp., Rolling Meadows, Ill., was awarded a $159,955,980 firm-fixed-price contract modification (FA8625-12-C-6598, P00025) to procure hardware and support for the Large Aircraft Infrared Countermeasures System. The location of performance is Rolling Meadows, Ill. Work is expected to be completed by April 30, 2015. Type of appropriation is fiscal 2011, 2012 and 2013, Foreign Military Sales and Overseas Contingency Operations. The contracting activity is AFLCMC/WLYK, Wright-Patterson Air Force Base, Ohio. Contract involves Foreign Military Sales.

 Lockheed Martin Corp., Space Systems, Newton, Pa., was awarded a $58,237,713 contract modification (FA8807-13-C-0002) for Global Positioning System III Space Vehicles 7 and 8 long lead items. The location of performance is Newton, Pa. Work is expected to be completed by June 30, 2017. Type of appropriation is fiscal 2013. The contracting activity is SMC/GPK, Los Angeles Air Force Base, Calif.

 Northrop Grumman Aerospace Systems, Redondo Beach, Calif., was awarded a $32,661,700 cost-plus-fixed-fee contract (FA8650-13-C-7313) for delivery of data, reports, software and hardware related to Diverse Accessible Heterogeneous Integration Research and Development. The location of performance is Redondo Beach, Calif. Work is expected to be completed by May 20, 2017. Type of appropriation is fiscal 2013. The contracting activity is AFRL/RQKDB, Wright-Patterson Air Force Base, Ohio.

 Northrop Grumman Technical Services, Herndon, Va., was awarded a $10,490,157 firm-fixed-price contract (FA8223-11-D-0001-0008) for purchase and production of nine T-38C Pacer Classic III aircraft tooling installation sets. The location of performance is Fraser, Mich. Work is expected to be completed by May 31, 2014. Type of appropriation is fiscal 2012 and 2013. The contracting activity is AFLCMC/WLDKA, Hill Air Force Base, Utah. 

 HRL Laboratories L.L.C., Malibu, Calif., was awarded a $6,504,988 cost-plus-fixed-fee contract (FA8650-13-C-7324) for delivery of data, reports, software and hardware related to Diverse Accessible Heterogeneous Integration Research and Development. The location of the performance is Malibu, Calif. Work is expected to be completed by May 20, 2017. Type of appropriation is 2013. The contracting activity is AFRL/RQKDB, Wright-Patterson Air Force Base, Ohio.

CONTRACTS AWARDED ON FEBRUARY 19, 2013

 DEFENSE LOGISTICS AGENCY

Lockheed Martin Mission Systems and Sensors, Johnstown, Pa., was issued a modification exercising the third option period on contract SPM540-06-D-BP01. The award is a fixed-price with economic price adjustment, industrial product-support vendor contract with a maximum $225,000,000 for broad supply-chain management and logistical support of spare parts and industrial hardware relating to maintenance, overhaul and repair missions. Locations of performance are Georgia, Oklahoma and Utah with an April 19, 2016 performance completion date. Using military service is Air Force. There were fifty-four proposals solicited with two responses. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 Guardian Manufacturing**, Willard, Ohio, was awarded contract SPM1C1-13-D-1025. The award is a firm-fixed price contract with a maximum $13,796,434 for butyl rubber chemical protective gloves. Location of performance is Ohio with a Feb. 14, 2014 completion date. Using military services are Army, Navy, Air Force and Marine Corps. There were two proposals solicited with two responses. Type of appropriation is fiscal 2013 through fiscal 2014 Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 Eye Safety Systems Inc., Ketchum, Idaho, was issued a modification exercising the second option year on contract SPM2DE-11-D-7549. The award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $13,500,000 for prescription lens carriers. Location of performance is Idaho with a March 2, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There was one proposal solicited with one response. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

 StandardAero-San Antonio Inc., San Antonio, Texas, was awarded a $10,583,576 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-09-D-0014) to exercise an option for the overhaul of 16 T56-A-14 propulsion systems for the Government of Taiwan under the Foreign Military Sales Program. The place of performance is San Antonio, Texas, and is expected to be completed in February 2014. Foreign Military Sales funds in the amount of $10,583,576 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., was awarded a $7,518,526 modification to previously awarded contract (N00024-03-C-5115) for DDG 51 and CG 47 class Aegis Combat System installation, integration and test, and fleet life cycle engineering in support of the program executive officer for integrated warfare systems. The required engineering for DDG 51 and CG 47 class ships include physical and electrical integration, support system engineering, post-availability test and trials support, combat system ship qualification trials and developmental test planning and execution. Other work to be performed includes: operations support, quality assurance, configuration management, ship design integration, fleet lifecycle engineering support, installation support, firmware maintenance, combat system test and evaluation, Navy furnished material support, feasibility studies, and future-ship integration studies. Work will be performed in Moorestown, N.J. (49 percent); Norfolk, Va. (30 percent); San Diego, Calif. (10 percent); Washington, D.C. (10 percent); and Port Hueneme, Calif. (1 percent), and is expected to be completed by September 2013. Fiscal 2013 funding in the amount of $7,518,526 will be obligated at time of award. Contract funds in the amount of $939,851 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

CONTRACTS AWARDED ON FEBRUARY 15, 2013

 NAVY

 The Johns Hopkins University Applied Physics Laboratory (JHU/APL), Laurel, Md., was awarded a five-year, sole source, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, task order contract (N00024-13-D-6400) for research, development, engineering, and test and evaluation for programs throughout the Department of Defense (DoD). The maximum ceiling amount is $2,296,583,964 for up to 11,964,743 staff hours of research and development in the core competency areas approved for JHU/APL by DoD which include: strategic systems test and evaluation; submarine security and survivability; space science and engineering; combat systems and guided missiles; theater air defense and power projection; and information technology (C4ISR/IO); simulation, modeling, and operations analysis. This contract includes an option for an additional five years, which requires separate review and approval by assistant secretary of the Navy (research development and acquisition) and assistant secretary of defense (research and evaluation), which, if exercised, would bring the cumulative maximum ceiling value of the contract to $4,904,853,263 for up to 23,929,486 staff hours. Work will be performed in Laurel, Md., and is expected to be completed by September 2017. Funds are obligated on individual task orders for efforts that fall within the core competency areas. No funds are guaranteed by the award of this contract; this contracting action merely establishes a potential ceiling value. Funds from program offices throughout the DoD may be obligated on individual task orders for efforts that fall within the core competency areas. The contract was a sole source pursuant to 10 U.S.C. 2304 (c) (3), as implemented in FAR 6.302-3. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-D-6400) on behalf of the DoD.

 Huntington Ingalls Inc. (HII), Newport News, Va., was awarded a $32,000,000 modification to existing delivery order no. 4T14 under a previously awarded basic ordering agreement (N00024-10-G-4305) for collision damage repairs to the USS Montpelier. HII will provide expert inspection, repair and material support services for this effort. Work will be performed in Newport News, Va., and is expected to be completed by July 2013. Fiscal 2013 Operations and Maintenance, Navy funding in the amount of $12,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Va., is the contracting activity.

 Navmar Applied Sciences Corp., Warminster, Pa., was awarded a $31,284,013 cost-plus-fixed-fee, firm-fixed-price contract for continued sustainment and establishment of Copperhead Unmanned Aerial Vehicle (UAV) detachments. This includes the procurement of the 42 TigerShark Unmanned Aerial Vehicles (UAV) Block III platforms, and up to four ground control stations and associated spares as well as continental United States and outside the continental United States personnel support. Work will be performed in Afghanistan (90 percent), and the Yuma Proving Ground, Ariz. (10 percent), and is expected to be completed in February 2014. Fiscal 2012 and 2013 contract funds in the amount of $22,677,399 will be obligated at time of award, of which $4,677,399 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-2. The Naval Air Warfare Center, Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-C-0125).

 Structural Associates Inc.*, East Syracuse, N.Y., was awarded a $27,453,350 firm-fixed-priced contract for replacement of fuel storage facilities and distribution system at San Clemente Island. The work includes the construction of three bulk fuel storage tanks and one defuel tank, a pump station with emergency generator at the existing fuel pier, pipeline, and a combined pump house/fuel building at the bulk fuel farm. Work also provides for construction of a photovoltaic roof system. Work will be performed in San Diego, Calif., and is expected to be completed by March 2015. Fiscal 2009 contract funds in the amount of $27,453,350 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-13-C-4213).

AIR FORCE

 ACENT Laboratories L.L.C., Long Island, N.Y., (FA8650-13-D-2331) was awarded a $48,500,000 cost-plus-fixed-fee and firm-fixed-price contract for Enhanced Operability Scramjet Technology. The locations of the performance are Manorville, N.Y.; Sacramento, Calif.; Elkton, Md.; Laurel, Md.; West Palm Beach, Fla.; and Dayton, Ohio. Work is expected to be completed by Feb. 28, 2020. Type of appropriation is fiscal 2012. The contracting activity is Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio.

 Raytheon Intelligence and Information Systems, Aurora, Colo., (FA8807-10-C-0001, P00086) was awarded a $26,300,000 cost-plus-incentive-fee and cost-plus-award-fee modification contract for GPS operator control station minimized crew manning to reduce crew size from eight to four personnel. The location of performance is Aurora, Colo. Work is expected to be completed by Feb. 28, 2015. Type of appropriation is fiscal 2013. The contracting activity is Space and Missile Center, Los Angeles Air Force Base, Calif.

DEFENSE FINANCE AND ACCOUNTING SERVICES

 CACI Inc. - Federal, Chantilly, Va., was awarded a $10,557,263 modification to a previously awarded firm-fixed-price contract (HC1028-08-D-2016-9R01) for 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 supports the department’s IT consolidation efficiency initiative. This is the third option of a five-year contract period. Work will be performed in Chantilly, Va., and is expected to be completed Feb. 15, 2014. Defense Finance and Accounting Service, Contract Services Directorate is the contracting activity.

CONTRACTS AWARDED ON FEBRUARY 14, 2013

 NAVY
United Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Conn., were awarded a $64,999,589 cost-plus-incentive-fee modification to a previously awarded advance acquisition contract (N00019-12-C-0090) for the Joint Strike Fighter (JSF) F135 Propulsion System Low Rate Initial Production (LRIP) Lot VI recurring sustainment, operations, and maintenance efforts. Efforts include labor and materials required to maintain and repair F135 propulsion systems; sustainment labor consisting of fleet and material management, sustaining engineering, and joint services technical data updates; and material required to support fielded propulsion systems and support equipment after unit and depot activations at production, training, and operational locations. Work will be performed in East Hartford, Conn. (54 percent); Indianapolis, Ind. (31 percent); and Bristol, United Kingdom (15 percent), and is expected to be completed in December 2013. Fiscal 2012 and 2013 contract funds in the amount of $55,348,405 are being obligated on this award, $11,772,218 of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Marine Corps ($43,869,364; 69 percent); the U.S. Air Force ($17,799,556; 26 percent); and the U.S. Navy ($3,330,669; 5 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Camber Corp., Huntsville, Ala., was awarded an $18,150,147 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical, professional, and administrative support services for the Center for Civil Military Relations. Work will be performed in Kailua, Hawaii (2 percent); Huntsville, Ala., (2 percent); Monterey, Calif., (9 percent); Tampa, Fla., (2 percent); Army posts in the United States (15 percent); and various locations outside the continental United States each one percent and below (70 percent). Work is expected to be completed by July 24, 2013. Contract funds in the amount of $18,150,147 will expire at the end of this current fiscal year. No funds will be obligated at the time of award. This announcement involves potential Foreign Military Sales. This contract was not competitively procured in accordance with U.S.C. code 2304 (c) (1). The NAVSUP Fleet Logistics Center, San Diego, Calif., is contracting activity (N00244-12-D-0008).

 AIR FORCE

 COLSA Corp., Huntville, Ala.,
(FA9200-10-D-0166, mod 18) was awarded a $54,533,104 indefinite-delivery/indefinite-quantity contract modification for technical and acquisition management support services. The location of performance is Eglin Air Force Base (AFB), Fla. Work is expected to be completed by Feb. 28, 2014. Type of appropriation is multiple funding at the task order level. The contracting activity is AFTC/PZZ, Eglin AFB. Fla. Contract involves Foreign Military Sales.

 Oasis Systems L.L.C., Lexington, Mass., (FA9200-10-D-0173, mod 18) was awarded a $54,533,104 indefinite-delivery/indefinite-quantity contract modification for technical and acquisition management support services. The location of the performance is Eglin AFB, Fla. Work is expected to be completed by Feb. 28, 2014. Type of appropriation is multiple funding at the task order level. The contracting activity is AFTC/PZZ, Eglin AFB. Fla. Contract involves Foreign Military Sales.

 Universities Space Research Association, Columbia, Md., (FA9453-13-2-0263) was awarded a $24,900,000 indefinite-delivery/indefinite-quantity contract for Air Force Research Lab (AFRL) Scholars Program. The location of performance is Kirtland AFB N.M., Sunspot, N.M., and Maui, Hawaii. Work is expected to be completed by Sept. 30, 2018. Type of appropriation is fiscal 2013 Research, Development, Test and Evaluation funds. This agreement is optional use and allows for decentralized ordering by other AFRL Technical Directorates located in Wright Patterson AFB, Ohio, Eglin AFB, Fla., and Rome, N.Y. The contracting activity is AFRL Phillips Research Site.   

 DEFENSE LOGISTICS AGENCY

 Racoe Inc.*, Celina, Tenn., was awarded contract SPM1C1-13-D-1022. The award is a firm-fixed-price, indefinite-quantity contract with a maximum $8,592,099 for Marine Corps combat utility uniforms. Locations of performance are Tennessee and Mississippi with a Feb. 13, 2014 performance completion date. Using military service is Marine Corps. There were fourteen responses to the Web solicitation. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 CONTRACTS AWARDED ON FEBRUARY 13, 2013

 DEFENSE LOGISTICS AGENCY

 SonoSite, Inc., Bothell, Wash., was issued a modification exercising the fourth option year on contract SPM2D1-09-D-8339/P00031. The modification is a fixed price with economic-price-adjustment contract with a maximum $46,228,189 for radiology systems, subsystems and components. Location of performance is Washington with a Feb. 18, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were forty-three responses to the Web solicitation. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital Funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

 NAVY

 HDR Architecture Inc., Alexandria, Va., was awarded $31,396,610 for firm-fixed-price task order #JU05 under a previously awarded multiple award indefinite-quantity contract (N62470-09-D-9044) for engineering and design services for the construction of medical center addition/alteration at Walter Reed National Military Medical Center. The contractor shall prepare the full plans and specifications to construct and renovate medical/clinic facilities for a new state of the art medical services building. Work will be performed in Bethesda, Md., and is expected to be completed by August 2014. Prior year Military Construction, Tricare Management Activity, Planning and Design contract funds in the amount of $31,396,610 are obligated on this award and will not expire at the end of the current fiscal year. One price proposal was received for this task order; three technical proposals resulted in a down-selection to one offeror; this was approved on June 26, 2012. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity through a one-time Assignment of Contract Administration authority from Naval Facilities Engineering Command Atlantic.

 Rolls-Royce Corp., Indianapolis, Ind., was awarded an $8,993,808 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for additional engineering services in support of up to 5,886 flight hours for the MV-22 fleet aircraft in support of Operation Enduring Freedom and the east and west coast Marine Expeditionary Units deployments. Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in November 2013. Fiscal 2012 Operations and Maintenance, Navy Overseas Contingency Operations funds in the amount of $8,993,808 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.

 Clayton International Inc.*, Peachtree City, Ga., was awarded a $6,962,766 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-11-G-0008) for depot-level maintenance in support of the Egyptian Air Force H-3 Variant Helicopter Program under the Foreign Military Sales Program. Services to be provided include reconfiguration of one MK-2E helicopter to the MK-2 utility configuration and rewiring of the helicopter. Work will be performed in Peachtree City, Ga., and is expected to be completed in December 2014. Foreign Military Sales funding in the amount of $6,962,766 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.

 AMSEC L.L.C., Virginia Beach, Va., was awarded a $6,601,036 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for information management technology support services which will provide system maintenance, submarine maintenance engineering, planning and procurement (SUBMEPP) activity enterprise business process information systems that support Department of the Navy (DoN), initiatives supporting Navy Marine Corps Intranet/functional area managers, and onsite operational support for SUBMEPP information technology systems. In addition, the contractor shall provide additional resources to support SUBMEPP's applications, interfaces with the Navy's Enterprise Resource Planning , web initiatives, desktop publishing and content management systems product development, and development of new information technology solutions to support DoN improved business processes and efficiencies. This contract contains two option years, which if exercised, would bring the contract value to $19,638,474. Work will be performed in Portsmouth, N.H., and is expected to be completed April 8, 2013. If all options are exercised, work will continue through April 7, 2016. Fiscal 2013 Operations and Maintenance, Navy funds in the amount of $100,000 will be obligated at the time of the award and will expire at the end of this current fiscal year. The contract was competitively procured under full and open competition via Navy Electronic Commerce Online and Federal Business Opportunities websites, with five offers received in response to this solicitation. The NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity (N00189-13-D-0010).

AIR FORCE

 Infinity Systems Engineering L.L.C., Colorado Springs, Colo., (FA8823-13-C-0013) was awarded a $6,778,868 firm-fixed-price contract for Space Logistics Infrastructure support services. The location of performance is Colorado Springs, Colo. Work is expected to be completed by February 2014. Type of appropriation is fiscal 2013 through fiscal 2014. The contracting activity is SMC/SL, Peterson Air Force Base. Colo.  

CONTRACTS AWARDED ON FEBRUARY 12, 2013

 DEFENSE LOGISTICS AGENCY

 Crown Equipment Corp., New Bremen, Ohio, was awarded contract SPE8EC-13-D-0010. The award is a fixed-price with economic-price-adjustment contract and is one of up to twenty-three contracts with a maximum $633,000,000 being issued against solicitation SPM8EC-11-R-0001 for commercial type material handling equipment. Locations of performance are Ohio, Indiana, and North Carolina with a Feb. 7, 2018 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were twenty-five proposals solicited with twenty-five responses. Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital Funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 Segovia Distributing, Inc.*, El Paso, Texas, was awarded contract SPM300-13-D-P169. The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract with a maximum $40,000,000 for fresh fruit and vegetable support for customers in New Mexico and Colorado. Locations of performance are Texas and New Mexico with an Aug. 12, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture’s school and reservation customers. There were three responses to the Defense Logistics Agency Internet Bid Board solicitation. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital Funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Labatt Food Service, San Antonio, Texas, was awarded contract SPM300-13-D-3655. The award is a fixed-price with economic-price-adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $34,500,000 for subsistence prime vendor support for customers in Texas and New Mexico Regions. Locations of performance are Texas and New Mexico with a March 28, 2015 performance completion date. Using military services are Army, Air Force, Marine Corps, and federal civilian agencies. There were five responses to the Defense Logistics Agency Internet Bid Board solicitation. Type of appropriation is fiscal 2013 Defense Working Capital Funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 Tullahoma Industries, L.L.C.**, Tullahoma, Tenn., was issued a modification exercising the first option year on contract SPM1C1-12-D-1024/P00003. The modification is a firm-fixed-price contract with a maximum $9,191,988 for soft shell, extreme cold and wet weather jackets. Locations of performance are Tennessee and Alabama with a June 15, 2014 performance completion date. Using military service is Army. There were nine responses to the Defense Logistics Agency Internet Bid Board solicitation. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital Funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

 Colonna’s Shipyard Inc.*, Norfolk, Va., was awarded a $17,942,143 fixed-price contract for a dry-docking phased maintenance availability on the USS Monsoon (PC 4) for the accomplishment of miscellaneous structural, electrical and mechanical repairs, including dry-docking. This contract contains options, which if exercised, would bring the contract value to $18,690,252. Work will be performed in Norfolk, Va., and is expected to be completed by February 2014. Fiscal 2013 Operations and Maintenance, Navy funding in the amount of $17,942,143 will be obligated at the time of the 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 two offers received. The Naval Ship Support Activity, Norfolk, Va., is the contracting activity (N50054-13-C-1307).

 East Coast Repair and Fabrication L.L.C.*, Norfolk, Va., was awarded a $13,584,787 fixed-price contract for a dry-docking phased maintenance availability on the USS Hurricane (PC 3) for the accomplishment of miscellaneous structural, electrical and mechanical repairs, including dry-docking. This contract contains options, which if exercised, would bring the contract value to $14,239,409. Work will be performed in Portsmouth, Va., and is expected to be completed by January 2014. Fiscal 2013 Operations and Maintenance, Navy funding in the amount of $13,584,787 will be obligated at the time of the 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 two offers received. The Naval Ship Support Activity, Norfolk, Va., is the contracting activity (N50054-13-C-1306).

Cortana Corp.*, Falls Church, Va., was awarded a $7,818,326 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 January 2014. Fiscal 2013 Research, Development, Testing and Evaluation, Navy funds in the amount of $350,000 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.

AIR FORCE

 EMCORE Corp., Albuquerque, N.M., (FA8650-13-C-5501) was awarded a $7,364,902 cost-plus-fixed-fee contract for the Advanced Multi-Junction Space Cell Producibility Program. The location of performance is Albuquerque, N.M. Work is expected to be completed by April 13, 2018. Type of appropriation is fiscal 2013. The contracting activity is AFRL/RQKMS, Wright-Patterson Air Force Base, Ohio. 

CONTRACTS AWARDED ON FEBRUARY 11, 2013

 AIR FORCE

 Northrop Grumman Corp., Rolling Meadows, Ill., (FA8538-13-D-0001) was awarded an $11,067,296 firm-fixed-price contract for testing and repair of the F-15 aircraft electronic systems test set interface test adapters. The location of performance is Rolling Meadows, Ill. Work is expected to be completed by Feb. 10, 2018. Type of appropriation is fiscal 2013 through fiscal 2018. The contracting activity is 638 AFSC/PZAAB, Robins Air Force Base, Ga.

NAVY

 ERAPSCO Inc., Columbia City, Ind., was awarded a $7,193,759 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-11-D-0029) for engineering and manufacturing development services in support of the High Altitude Anti-Submarine Warfare system. Work will be performed in DeLeon Springs, Fla. (52 percent) and Columbia City, Ind. (48 percent), and is expected to be completed in May 2014. Fiscal 2013 Research, Development, Testing and Evaluation, Navy contract funds in the amount of $890,000 are being obligated on this 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.

CONTRACTS AWARDED ON FEBRUARY 8, 2013

 TRICARE MANAGEMENT ACTIVITY

 Logistics Health Inc., La Crosse, Wis., was awarded an indefinite-delivery/indefinite-quantity contract to provide health readiness support services to the service components, which are composed of the reserve components, active components and Department of Defense civilians. This requirement provides services to meet the medical and dental standards and requirements essential in maintaining a deployable force. The value of this action is not to exceed $749,425,040. The guaranteed minimum on the contract is $100,000. The contract start date is anticipated for the spring of 2013. These services are provided in every state, U.S. Territory, the District of Columbia, and Germany through the contractor’s call center, and within the integrated network. This contract was competitively procured with five offers received. TRICARE Management Activity, Contract Operations Division, Falls Church, Va., is the contracting activity (HT0011-13-D0001).

ARMY

 Clark McCarthy Healthcare Partners II, Dallas, Texas, was awarded a $648,930,000 firm-fixed-price contract. The award will provide for the construction of a medical facility to replace the existing William Beaumont Army Medical Center at Fort Bliss in El Paso, Texas. Work will be performed in El Paso, with an estimated completion date of July 29, 2016. The bid was solicited through the Internet, with five bids received. The Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-13-C-0004).

 AC First L.L.C., Fort Worth, Texas, was awarded a $356,446,696 cost-plus-fixed-fee contract. This is a modification of an existing contract to provide maintenance, supply and transportation services in support of the 401st Army Field Support Brigade located in Afghanistan. Work will be performed in Afghanistan, with an estimated completion date of Jan. 27, 2014. The bid was solicited through the Internet, with three bids received. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W911SE-07-D-0004).

 South Carolina Commission for the Blind, Columbia, S.C., was awarded a $162,100,749 firm-fixed-price contract. The award will provide for food services at 11 dining facilities in Fort Jackson, S.C. Work will be performed in Fort Jackson, with an estimated completion date of Jan. 31, 2018. The bid was solicited through the Internet, with four bids received. The Army Contracting Command, Fort Jackson, S.C., is the contracting activity (W9124C-13-C-0007).

Raytheon Integrated Defense Systems, Andover, Mass., was awarded a $115,959,356 firm-fixed-price level-of-effort contract. This is a modification of an existing contract to provide engineering services for the PATRIOT in support of Foreign Military Sales. Work will be performed in Andover, Mass; Billerica, Mass.; Burlington, Mass.; El Segundo, Calif.; El Paso, Texas; Huntsville, Ala.; Norfolk, Va.; Pelham, N.H.; Tewksbury, Mass.; and White Sands Missile Range, N.M.; with an estimated completion date of Jan. 31, 2014. One bid was solicited, with one bid received. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-C-0057).

 McConnell Jones Lanier and Murphy L.L.C., Huntsville, Ala., (W15QKN-13-D-0017); Pioneering Decisive Solutions Inc., California, Md., (W15QKN-13-D-0015); and Total Technology Inc., Cherry Hill, N.J., (W15QKN-13-D-0016); were awarded a $75,000,000 firm-fixed-price-multiple award task order contract among three contractors. The award will provide for the Automated Test System Testing and Net-Centric support. Work location will be determined with each order, with an estimated completion date of Jan. 23, 2018. The bid was solicited through the Internet, with three bids received. The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Great Lakes Dredge and Dock Co., L.L.C., Oak Brooke, Ill., was awarded a $68,681,500 firm-fixed-price contract. The award will provide for the drilling, dredging, blasting and disposal services. Work will be performed in Newark, N.J., and Staten Island, N.Y., with an estimated completion date of June 25, 2013. The bid was solicited through the Internet, with three bids received. The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0012).

 L-3 Communications Corp., Madison, Miss., was awarded a $57,141,401 firm-fixed-price contract. The award will provide for the Life-Cycle Contractor Support maintenance for the Army’s fleet of C-12, RC-12 and UC-35 fixed-wing aircraft. Work will be performed in Madison, Miss., with an estimated completion date of Jan. 31, 2014. The bid was solicited through the Internet, with two bids received. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0107).

 Munilla Construction Management L.L.C., Miami, Fla., was awarded a $47,778,910 firm-fixed-price contract. The award will provide for the miscellaneous demolition, installation, clearing, disposal, excavation and construction operations. Work will be performed in Boca Raton, Fla., with an estimated completion date of Nov. 1, 2014. Three bids were solicited, with three bids received. The Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-13-C-0008).

Garco Construction Inc., Spokane, Wash., was awarded a $36,247,000 firm-fixed-price contract. The award will provide for the construction of a Tactical Equipment Maintenance Facility at Joint Base Lewis-McChord, Wash. Work will be performed in Dupont, Wash., with an estimated completion date of July 31, 2014. The bid was solicited through the Internet, with 12 bids received. The Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-C-0020).

 General Dynamics Information Technology, Fairfax, Va., was awarded a $27,334,957 cost-plus-fixed-fee contract. The award will provide for the services in support of Traumatic Brain Injury Programs at the Defense and Veteran Brain Injury Clinic. Work will be performed in Silver Spring, Md.; Bethesda, Md.; Camp Lejeune, N.C.; Camp Pendleton, Calif.; Fort Belvoir, Va.; Fort Bragg, N.C.; Fort Carson, Colo.; Fort Hood, Texas; San Diego, Calif.; Fort Sam Houston, Texas; Jamaica Plain, Mass.; Minneapolis, Minn.; and Palo Alto, Calif.; with an estimated completion date of Sept. 16, 2017. The bid was solicited through the Internet, with eight bids received. The Army Medical Command, Washington, D.C., is the contracting activity (W91YTZ-13-C-0015).

BioFire Diagnostics Inc., Salt Lake City, Utah, (W911QY-13-C-0080); Focus Diagnostics Inc., Cypress, Calif., (W911QY-13-D-0081); and IQuum Inc., Marlborough, Mass., (W911QY-13-D-0082); were awarded a $23,112,576 cost-plus-fixed-fee multiple award task order contract between three contractors. The award will provide for the U.S. Food and Drug Administration (FDA) cleared diagnostic platform and related development of FDA cleared Biological Warfare Agent in vitro diagnostic assays. Work location will be determined with each order, with an estimated completion date of Feb. 1, 2023. The bid was solicited through the Internet, with four bids received. The Army Contracting Command, Natick, Mass., is the contracting activity.

Alliant Techsystems Operations, Plymouth, Minn., was awarded a $19,954,365 firm-fixed-price contract. This is a modification to an existing contract to provide for the procurement of Spider Munitions Control Units. Work will be performed in Wilmington, Mass.; Rocket City, W.Va.; and Plymouth, Minn., with an estimated completion date of Nov. 30, 2013. One bid was solicited, with one bid received. The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-11-C-0126).

General Dynamics Armament and Technical Products, Williston, Vt., was awarded a $14,349,780 firm-fixed-price contract. This is a modification to an existing contract to provide for the procurement of M2A1 .50 Caliber Machine Gun Quick Change Barrel Kits. Work will be performed in Saco, Maine, with an estimated completion date of Aug. 29, 2014. The bid was solicited through the Internet, with one bid received. The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0027).

CeSight Joint Venture, Anaheim, Calif., was awarded a $13,775,400 firm-fixed-price contract. The award will provide for the various construction projects at Joint Base Lewis-McChord (JBLM), Wash. Work will be performed in JBLM, with an estimated completion date of Aug. 30, 2014. The bid was solicited through the Internet, with four bids received. The Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-C-0024).

 DS3 Enterprises Inc., Central Islip, N.Y., was awarded an $8,836,646 firm-fixed-price contract. The award will provide for debris removal and haul and disposal services for Fire Island, Suffolk County, N.Y. Work will be performed in Suffolk County, with an estimated completion date of April 1, 2013. The bid was solicited through the Internet, with nine bids received. The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0014).

 Technical and Project Engineering, McLean, Va., was awarded an $8,788,901 firm-fixed-price contract. The award will provide for the modification of an existing contract for services in support of Army Training Models. Work will be performed in Arlington, Va., with an estimated completion date of Aug. 6, 2013. One bid was solicited, with one bid received. The Army Contracting Command, Washington, D.C., is the contracting activity (W91WAW-07-C-0043).

 ICx Technologies Inc., Pittsburgh, Pa., was awarded an $8,304,741 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to procure various services in support of the Joint Program Manager -- Nuclear, Biological and Chemical Contamination Avoidance. Work will be performed in Elkridge and Aberdeen, Md.; Norfolk, Va.; and Lewisburg, Pa.; with an estimated completion date of March 1, 2014. Five bids were solicited, with five bids received. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-08-C-0075).

AIR FORCE

 Computer Sciences Corp.,Fairview Heights, Ill., (FA4452-13-C-0007) is being awarded a $75,000,000 firm-fixed-price and cost-plus-fixed-fee contract for the Global Air Transportation Execution System system upgrade release. The location of the performance is Fairview Heights and Scott Air Force Base, Ill. Work is expected to be completed by Jan. 31, 2018. Type of appropriation is fiscal 2013. The contracting activity is AMC/A7KQA, Scott Air Force Base, Ill.

 Lockheed Martin Corp., Space System Co., Newtown, Pa., (FA8807-13-C-0002) was awarded a $62,000,000 firm-fixed-price contract for Global Positioning System III Space Vehicles 5 and 6. The location of the performance is Newtown, Pa. Work is expected to be completed by June 30, 2017. Type of appropriation is fiscal 2013. The contracting activity is SMC/GPK, Los Angeles Air Force Base, Calif.

Aerospace Testing Alliance, Tullahoma, Tenn., (F40600-03-C-0001, P00290) was awarded a $7,786,186 contract modification for operation, maintenance, information management and support of Arnold Engineering Development Complex. The location of the performance is Arnold Air Force Base, Tenn. Work is expected to be completed by Sept. 30, 2013. Type of appropriation is fiscal 2013. The contracting activity is AEDC/PZZ, Arnold Air Force Base, Tenn.

 Decypher -PSI Government Solutions, San Antonio, Texas, (FA4452-11-D-0003); Monterey Consultants, Dayton, Ohio (FA4452-11-D-0004); Sawdey Solutions Services, Beavercreek, Ohio (FA4452-11-D-0005); B3H, Shalimar, Fla., (FA4452-11-D-0006) and ExecuTech Strategic Consulting, Woodbridge, Va., (FA4452-11-D-0007) were awarded a $7,813,187 firm-fixed-price, cost-reimbursable, indefinite-delivery/indefinite-quantity contract for advisory and assistance services for all multiple skill sets and tasks in support of Air Mobility Command and tenant units. The primary location of the performance is Scott Air Force Base, Ill. Work is expected to be completed by June 30, 2016. Type of appropriation is for fiscal 2011 through fiscal 2013. The contracting activity is AMC/A7KQA, Scott Air Force Base, Ill.

DEFENSE LOGISTICS AGENCY

 I-Solutions Direct, Inc., Metals USA, Fort Washington, Pa., was issued a modification exercising the third option year on contract (SPM8EG-09-D-0001/P00048). The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $174,200,000 for prime vendor metals for the Southeast Region. Location of performance is Penn., with a Feb. 12, 2014, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and Federal civilian agencies. There were three responses to the Web solicitation. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Sagent Pharmaceuticals Inc.*, Schaumburg, Ill., was awarded contract (SPM2D0-13-D-0001). The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $28,514,732 for various types of pharmaceuticals. Locations of performance are Ill., and Tenn., with a Feb. 8, 2014, performance completion date. Using services are Army, Air Force, and Marine Corps. There were thirty-one responses to the DLA Internet Bid Board solicitation. Type of appropriation is fiscal 2013 War Stopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Wel-Fab Inc.*, Lumberton, N.J., was awarded contract (SPM8ED-13-D-0001). The award is a fixed-price with economic-price-adjustment, sole-source contract with a maximum $17,906,109 for procurement of decontamination systems and related parts to provide immediate decontamination processing for the warfighters. Location of performance is N.J., with a Feb. 7, 2015 performance completion date. Using services are Army and Air Force. There was one solicitation with one response. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 NAVY

 Lockheed Martin Mission Systems and Training, Owego, N.Y., was awarded a $9,305,830 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0031) for incorporation of engineering change proposals (ECPs) required for 12 P-3 aircraft for the Government of Taiwan under the Foreign Military Sales Program. This modification provides for incorporation of the Complimentary Navigation Message ECP, which updates RINU-G and Control Display Unit software for a message set required by the Harpoon Block 2 Missile for precision targeting. In addition, this modification provides for incorporation of the ALR-97/Electronic Support Measures ECP, which updates the ALR-95 system. This modification also provides for the upgrade of the Mode “4” software to the Mode-T software and updates to the technical publications. Work will be performed in Owego, N.Y., (31 percent); Jacksonville, Fla., (18 percent); Van Nuys, Calif., (16 percent); Aberdeen, Md., (14 percent); Cedar Rapids, Iowa, (13 percent); McKinney, Texas, (3 percent); Marietta, Ga., (3 percent); and Woodland Hills, Calif., (2 percent), and is expected to be completed in February 2014. Foreign Military Sales contract funds in the amount of $9,305,830 will be 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, Lakehurst, N.J., is the contracting activity.

General Dynamics, Bath Iron Works, Bath, Maine, was awarded a $6,875,016 cost-plus award fee modification under a previous awarded basic ordering agreement (N00024-09-G-2301) to provide engineering and management services for advance planning and design in support of the post shakedown availability for the Littoral Combat Ship Independence (LCS 2). Bath Iron Works will provide design, planning and material support services for the vessel. Efforts will include program management, advance planning, engineering, design, material kitting, liaison and scheduling. Work will be performed in Bath, Maine, (90 percent) and Pittsfield, Mass., (10 percent), and is expected to be completed by April 2013. Fiscal 2013 research, development, testing and evaluation funding in the amount of $6,875,016 will be obligated at time of award, and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

CDI Marine Co., Virginia Beach, Va., was awarded $6,680,729 for task order (FK01) under previously awarded multiple-award contract (N00178-04-D-4027) for engineering support services associated with ship construction and repair at Norfolk Naval Shipyard. The contract contains an option year, which if exercised, will bring the contract value to $13,489,476. Work will be performed in Portsmouth, Va., and work is expected to be completed Feb. 10, 2014. If the option year is exercised, work will continue through Feb. 10, 2105. Fiscal 2013 operations and maintenance, Navy funds in the amount of $556,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year. Funding incrementally in accordance with spend plan provided in DFARS clause 252.232-7007. As a result of competitive procurement under the NAVSEA SEAPORT-E contract, two offers were received for this task order. NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity. 

CONTRACTS AWARDED ON FEBRUARY 7, 2013

 MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., was awarded a sole-source-cost-plus-incentive-fee/cost-plus-award-fee contract modification under contract number (HQ0276-10-C-0001). The value of this contract modification is $30,226,670, increasing the total contract value from $1,286,203,768 to $1,316,430,438. Under this modification, the contractor will conduct the installation, test, and checkout of the Aegis Ballistic Missile Defense Baseline 4.0.1 Weapon System aboard three Navy Destroyers. The work will be performed in Moorestown, N.J.; Pearl Harbor, Hawaii; San Diego, Calif., and Norfolk, Va. The performance period is from the date of award through March 15, 2015. Fiscal 2013 Research, Development, Test and Evaluation funds will be used to incrementally fund this initial effort. Contract funds will not expire at the end of the current fiscal year. The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

 NAVY

 General Dynamics National Steel and Shipbuilding Co., San Diego, Calif., was awarded a $9,051,101 modification to previously awarded cost-plus award fee contract (N00024-07-C-4013) for the removal and installation of gas turbine exhaust ducts as part of the USS Makin Island (LHD 8) fiscal 2012 phased maintenance availability. A phased maintenance availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, Calif., and is expected to be completed by May 2013. Fiscal 2013 Operations and Maintenance, Navy funding in the amount of $9,051,101 will be obligated at time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

CONTRACTS AWARDED ON FEBRUARY 6, 2013

 NAVY

 SMIT Salvage, Singapore, was awarded on Feb. 1, 2013, a $24,889,904 delivery order against previously awarded indefinite-delivery/indefinite-quantity, cost-plus-award-fee contract (N00024-12-D-4120) to provide support for emergency response and recovery operations for the USS Guardian (MCM 5) grounding on Tubbataha Reef, Sulu Sea, Philippines. Support will include personnel, vessels and equipment required for assessment, planning, stabilization, oil removal and vessel recovery. Work will be performed in the vicinity of the Tubbataha Reef, Philippines, (72 percent); Palawan, Philippines, (15 percent); Singapore, SG, (10 percent); Washington, D.C., (1 percent); Rotterdam, The Netherlands, (1 percent); and Pearl Harbor, Hawaii, (1 percent), and is expected to be completed by December 2013. Fiscal 2013 Operations and Maintenance, Navy funds in the amount of $24,889,904 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.

Detyens Shipyards Inc., North Charleston, S.C., was awarded an $8,457,403 firm-fixed-price contract for a 55-calendar day shipyard availability for the regular overhaul and dry docking of dry cargo/ammunition ship USNS Robert E. Peary (T-AKE 5). Work will include inspecting the propeller shaft and stern tube; installing a reverse osmosis desalination unit to produce fresh water; installing a chlorpac unit; overhauling sea valves; and cleaning and painting the underwater hull. Peary’s primary mission is to operate as part of a carrier strike group, providing fuel, ammunition, and dry and refrigerated stores to support the Navy ships at sea, enabling them to remain underway for extended periods. The contract includes options which, if exercised, would bring the total contract value to $9,885,453. Work will be performed in North Charleston, S.C., and is expected to be completed by May 2013. Contract funds in the amount of $8,457,403 are obligated in fiscal 2013, 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. Military Sealift Command Norfolk, Norfolk, Va., is the contracting activity (N32205-13-C-3010).

Lockheed Martin Mission Systems and Training, Moorestown, N.J., was awarded a $6,983,525 modification to previously awarded cost-plus-fixed-fee contract (N00024-10-C-5124) for technical engineering and associated materials required to execute development and testing efforts at the Aegis Sites, including the Combat Systems Engineering Development Site, Spy-1A Test Facility Site and the Naval Systems Computing Center. Work will be performed in Moorestown, N.J., and is expected to be completed by March 2013. Funding in the amount of $6,983,525 will be obligated at time of award. The applicable funding is fiscal 2012 and fiscal 2013 research, development, testing and evaluation. Contract funds in the amount of $1,013,018 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

Texas Department of Assistive and Rehabilitative Services, Austin, Texas, (W9124J-09-D-0005) was awarded a $15,531,068 firm-fixed-price contract for full food services. The location of the performance is Fort Sam Houston, Camp Bullis, and Joint Base San Antonio, Texas. Work is expected to be completed by Jan. 31, 2014. Type of appropriation is Air Force funding for fiscal 2013. The contracting activity is 502nd CONS/LGCA, Fort Sam Houston, Texas.

DEFENSE LOGISTICS AGENCY

 Mercury Air Center Inc., doing business as Atlantic Aviation, North Charleston, S.C., was awarded contract SP0600-13-D-0020. The award is a fixed-price with economic-price-adjustment contract with a maximum $13,323,012 for fuel. Location of performance is South Carolina with a March 31, 2015 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There was one solicitation with one response. Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

CONTRACTS AWARDED ON FEBRUARY 4, 2013

 U.S. SPECIAL OPERATIONS COMMAND

 iGov Technologies Inc., Reston, Va., was awarded a $500,000,000 single award indefinite-delivery/indefinite-quantity contract to provide the Tactical Local Area Network (TACLAN) Family of Systems acquisition, design, integration, production, and delivery in support of U.S. Special Operations Command. The contract will be performed in Tampa, Fla. U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity (H92222-13-D-0001). 

 DEFENSE LOGISTICS AGENCY

 Pro-Tainer Inc., Alexandria, Minn.*, was awarded contract SPE8EC-13-D-0007. The award is a fixed-price with economic-price-adjustment contract with a maximum $157,500,000 for procurement of commercial type environmental equipment. Location of performance is Minnesota with a Feb. 3, 2018 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were twelve solicitations with twelve responses. Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

PPL Energy Plus, Allentown, Pa., was issued a modification on contract SPE600-13-D-8014/P00002. The modification is a firm-fixed-price contract with a maximum $51,249,809 for electricity. Location of performance is Maryland and Pennsylvania with a Sept. 30, 2014 performance completion date. Using service is Maryland Procurement Office. There were one hundred and nine solicitations with twelve responses. Type of appropriation is fiscal 2013 Service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Washington Gas Energy Services Inc., Herndon, Va., was issued a modification on contract SPE600-13-D-8013/P00001. The modification is a firm fixed-price contract with a maximum $38,892,550 for electricity. Location of performance is District of Columbia and Pennsylvania with a Dec. 31, 2014 performance completion date. Using service is Army and federal civilian agencies. There were one hundred and nine solicitations with twelve responses. Type of appropriation is fiscal 2013 Service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

AIR FORCE

 The Design Knowledge Co., Fairborn, Ohio, (FA8650-13-D-1547) was awarded a $24,899,999 Small Business Innovation Research Phase III, cost-plus-fixed-fee, indefinite delivery/indefinite quantity contract for research and development of the 4-D Common Operational Picture for Mission Assurance. The location of the performance is Fairborn, Ohio. Work is expected to be completed by Feb. 3, 2020. The contracting activity is AFRL/RQKSE, Wright-Patterson Air Force Base, Ohio. This contract will be incrementally funded by Air Force Research & Development funds. Type of appropriation is fiscal 2012.

NAVY

 PKL Services Inc.,* Poway, Calif., was awarded a $16,321,932 modification to a previously awarded firm-fixed-price contract (N00421-09-C-0023) to exercise an option for reset organizational level maintenance services in support of Marine Corps AH-1W, UH-1N, CH-53D/E, and CH-46E aircraft platforms. Work will be performed in Camp Pendleton, Calif. (30 percent); Jacksonville, Fla. (25 percent); Iraq/Afghanistan (22 percent); San Diego, Calif. (18); and Kaneohe Bay, Hawaii (5 percent), and is expected to be completed in August 2013. Fiscal 2013 Operations & Maintenance, Navy contract funds in the amount of $7,990,545 will be obligated at time of award, all 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.

Raytheon Missile Systems, Tucson, Ariz., was awarded a $14,219,580 cost-plus-fixed-fee contract for fiscal 2013 through fiscal 2017 U.S. Navy Standard Missile depot and intermediate level maintenance, all-up-round recertifications and special maintenance tasks, and Foreign Military Sales repairs and maintenance. This contract will provide for the repair, maintenance, and recertification of Standard Missiles, sections, assemblies, subassemblies, components and test or support equipment for fiscal 2013 through fiscal 2017. Work will be performed in Tucson, Ariz. (89 percent); Camden, Ark. (8 percent); Huntsville, Ala. (2 percent); and Andover, Mass. (1 percent), and is expected to be completed by September 2013. Fiscal 2013 Operations & Maintenance, Navy funding in the amount of $5,642,715 will be obligated at time of award. Contract funds in the amount of $5,642,715 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c) (1), as implemented in FAR 6.302-1: The supplies or services required are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-13-C-5402).

Raytheon Co., Tucson, Ariz., was awarded a $9,817,530 cost-plus-fixed-fee modification to previously awarded letter contract (N00024-04-C-5340) for an alternative architecture study in support of the Cobra Judy Replacement (CJR) program. The CJR program designs, develops, and acquires a functional replacement ship and mission equipment suite for the current Cobra Judy and USNS Observation Island. The CJR mission is the same as that of the system it replaces - long-dwell foreign ballistic missile data collection in support of international treaty verification. The mission systems onboard the replacement ship includes high-power, instrumentation-class S-band and X-band radar phased arrays and the necessary ancillary equipment to support the mission. Work will be performed in Sudbury, Mass., and is expected to be completed by September 2013. Funding in the amount of $9,817,530 will be obligated at time of award. Contract funds in the amount of $300,000 will expire at the end of the current fiscal year. Fiscal 2012 and fiscal 2013 Research, Development, Testing & Evaluation contract funds are being used. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Computer Sciences Corp., San Diego, Calif., was awarded a potential $9,437,767 modification to previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-11-D-0016) to exercise an option to provide engineering services for network and information systems that are currently operational and/or under development. This is one of two multiple award contracts: both awardees compete for task orders during the ordering period. Exercising of this award-term option will bring the total contract value to $35,659,074. Work will be performed in San Diego, Calif., and work for this option is expected to be completed Dec. 1, 2014. Contract funds will not expire at the end of the current fiscal year. No contract funds are being obligated on this effort at the time of award. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity.

 Science Applications International Corp., McLean Va., was awarded a potential $9,276,960 modification to previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-11-D-0017) to exercise an option to provide engineering services for network and information systems that are currently operational and/or under development. This is one of two multiple award contracts: both awardees compete for task orders during the ordering period. Exercising this award-term option will bring the potential contract value to $36,014,840. Work will be performed in San Diego, Calif. (85 percent) and McLean, Va. (15 percent), and work for this option is expected to be completed Dec. 1, 2014. Contract funds will not expire at the end of the current fiscal year. No contract funds are being obligated on this effort at the time of award. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-11-D-0017).

CONTRACTS AWARDED ON FEBRUARY 1, 2013

 AIR FORCE

 CSC Applied Technologies L.L.C., Fort Worth, Texas, (FA4861-08-C-C001) was awarded a $32,969,475 firm-fixed-price with reimbursable contract line items (CLINs) for travel, overtime and materials/parts contract for Nellis Backshop Maintenance A-76 requirement. The location of the performance is Nellis Air Force Base, Nev. Work is expected to be completed by Jan. 31, 2014. The contracting activity is 99 CONS/LGCC, Nellis AFB, Nev. Type of appropriation is fiscal 2013.

 General Dynamics C4 Systems Inc., Needam, Mass., (FA8307-09-C-0013, P00027) was awarded a $9,286,309 firm-fixed-price contract to support the Remote Re-key Modernization Program. The location of the performance is Needam, Mass. Work is expected to be completed by Jan. 31, 2014. The contracting activity is AFLCMC/HNCKS, Joint Base San Antonio-Lackland, Texas. One proposal was received. Type of appropriation is fiscal 2012 and fiscal 2013. 

 NAVY

Systems Engineering Group Inc., Columbia, Md. was awarded an $11,479,643 cost-plus-incentive-fee contract for Aegis Ballistic Missile Defense (ABMD) threat engineering services. This procurement is for integrated system and threat engineering support to the ABMD. This system and threat engineering support provides for integrated weapon systems and missile development, test, and evaluation as it relates to system and threat engineering analytical tools, computer models, hardware enhancements and data generation. This contract includes options which, if exercised, would bring the cumulative value of this contract to $35,530,805. Work will be performed in Columbia, Md. (97 percent) and Dahlgren, Va. (3 percent), and is expected to be completed by January 2014. Fiscal 2013 Research, Development, Testing and Evaluation funds in the amount of $11,479,643 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c) (1), as implemented in FAR 6.302-1: The supplies or services required are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. The Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, Calif., is the contracting activity (N63394-13-C-5001).

DEFENSE LOGISTICS AGENCY

 O.E.S. Inc., Wainwright, Alaska*, was issued a modification exercising the first option year on contract SP3300-10-C-0037/P00021. The modification is a fixed-price incentive firm target contract with a maximum $8,606,686 for warehouse and distribution support services of installation property and equipment that is not government-furnished. Location of performance is Alaska and California with a Jan. 31, 2016 performance completion date. Using military service is Defense Logistics Agency. There were five responses to the Federal Business Opportunities solicitation. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pa.

# # # #

# # # #

# # # #

# # # #

# # # #

# # # #

# # # #

# # # #

# # # #

# # # #

# # # #

CLICK LINKS BELOW FOR 
COMPLETE LIST OF 2013 CONTRACTS

Contracts valued at $6.5 million or more are announced each business day at 5 p.m. Contract announcements issued within the past 30 days are listed below. Older contract announcements are available from the contract archive page. Contract announcements are also available by e-mail subscription. Go to DOD News for more information and for links to other news items.

JAN - FEBAPR - MAY - JUN - JUL - AUG - SEPT - OCT - NOV - DEC

# # # #