Saturday, November 30, 2013

Here's A Look Back at March 2013 as Part of the Houston Business Connections "2013 Year-End Review" edition made possible by Cheryl and Jimmy Coleman

PICTURED ABOVE: President Barack Obama, (left), Cheryl and Jimmy Coleman (center) and Governor Rick Perry (right). Cheryl and Jimmy are owners of Greater Houston Consulting & Tax Services Inc., and fine company that, currently has an A+ rating with the Better Business Bureau with no complaints having ever been filed against it. So, if you're looking for an independent Tax Preparation Service, where honesty, integrity, and putting you first is the order of the day: you should seriously consider calling Jimmy Coleman and his team of professionals at Greater Houston Consulting & Tax Services, Incorporated at (713)723-2005 to schedule an appointment today!

PLEASE CONSIDER GREATER HOUSTON CONSULTING & TAX SERVICES, INC. FOR YOUR 2014 TAX RELATED NEEDS 
- Phone: (713) 723-2005

Since 1980, Jimmy Coleman and his fine team of Tax Professionals at Greater Houston Consulting & Tax Services, Inc. (GHCT), has been helping Houstonians to rest a little easier when it comes to knowing that their tax related business has been taken care of. That's because Greater Houston Consulting & Tax Services, Inc, has a firm stated commitment that they are governed by: to always put the needs of their customers first. GHCT specializes in Tax Preparation, IRS Representation, Business Start-up/Consulting, and Bookkeeping Services. Conveniently located at 12606 Hillcroft, GHCT is uniquely positioned to service the needs of individuals living in southwest Houston, as well as those having to travel down South Main Street from Missouri City, Sugarland, Richmond, Rosenberg and other parts of Fort Bend County to get to and from work in the Houston area – and other parts of Harris County.

# # # #

GHCT HAS AN A+ RATING WITH THE BBB 

Greater Houston Consulting & Tax Services, Inc., currently has an A+ rating with the Better Business Bureau with no complaints having ever been filed against it. So, if you're looking for an independent Tax Preparation Service, where honesty, integrity, and putting you first is the order of the day: you should seriously consider calling Jimmy Coleman and his team of professionals at Greater Houston Consulting & Tax Services, Incorporated at (713)723-2005 to schedule an appointment today!

# # # #

GHCT HAS A CUSTOMER FIRST POLICY 

What Cynthia Stewart had to say about Greater Houston Consulting & Tax Services, Incorporated: "I have used Greater Houston Consulting and Tax Services to prepare my taxes for at least the last 20 years. They are prompt and dependable. I appreciate their honest approach to my taxes and the thoroughness employed in helping me pay only what is owed or ideally to receive a refund when appropriate. Jimmy Coleman's advice and counsel concerning my personal finances and retirement planning has been invaluable. Cheryl and Nicole are very helpful, efficient and personable, also. You will be well served by any of their staff. I highly recommend this business."

What Tammy Michelle Davis had to say about Greater Houston Consulting & Tax Services, Incorporated: "Loyal, Professional, and Honesty at its BEST! ... I've been a very satisfied client of Greater Houston's Consulting and Tax Services for over 5 years. Each member of their staff are very professional, loyal and I can count on their dependable and hardworking efforts to get the job done! Thanks Greater Houston!"

Another satisfied customer said this about Greater Houston Consulting & Tax Services Incorporated: "This is tax service that cares about people. Greater Houston Tax Service has "great" employees that knows previous and current customers by their names. Some customers decide to seek other tax services, but they always manage to come back to Greater Houston Tax Service to prepare their taxes the correct way and to fix, what mistakes that was made from other tax services."

# # # #

GREATER HOUSTON CONSULTING & TAX SERVICES, INC., IS READY TO PUT YOUR NEEDS FIRST 

For more information on Greater Houston Consulting & Tax Services, Inc., you should call Jimmy Coleman or one of his fine Tax Professionals at (713)723-2005, or feel free to stop by 12606 Hillcroft at South Main, Houston, Texas 77035. Email: taxburger@aol.com and expect to receive a fast, friendly, and educated answer to any tax related questions you may have today!

# # # #
March 2013 
– The Presidency in Photos – 

President Barack Obama and First Lady Michelle Obama walk with their daughters Sasha and Malia, right, to attend Easter service at St. John's Church in Washington, D.C., Sunday, March 31, 2013. (Official White House Photo by Pete Souza)

President Barack Obama signs memorabilia for March of Dimes 2013 National Ambassador Nina Centofanti, 8, at the Resolute Desk during her visit in the Oval Office, March 26, 2013. Centofanti's parents Vince and Christine, brother Nicholas, and sister Mia, not visible, accompanied her during the visit. (Official White House Photo by Pete Souza)

President Barack Obama tours the crypt containing the birthplace of Jesus during his visit to the Church of the Nativity in Bethlehem, the West Bank, March 22, 2013. (Official White House Photo by Pete Souza)

President Barack Obama and Vice President Joe Biden meet with Treasury Secretary Jack Lew in the Oval Office, March 6, 2013. (Official White House Photo by Pete Souza)

President Barack Obama receives the Medal of Distinction from Israeli President Shimon Peres during a State Dinner at the President's residence in Jerusalem, March 21, 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 Reappoints Anderson 
and Osterhout to Commission on Human Rights
Thursday, March 28, 2013 • Austin, Texas • Appointment

Gov. Rick Perry reappointed Thomas Anderson of Richmond and Danny Osterhout of Andrews to the Commission on Human Rights for terms to expire Feb. 1, 2019. The commission investigates statewide employment and housing discrimination.

Anderson is human resources director at Houston Community College. He is a member of the Society for Human Resources Management (SHRM), SHRM Panel of Experts and State Bar of Texas, and a member and past president of HR Houston. He served as an officer in the U.S. Marine Corps. Anderson received a bachelor's degree from Purdue University, a master's degree in education from DePauw University, and a law degree from South Texas College of Law. He will continue to serve as chair of the commission for a term expire at the pleasure of the governor.

Osterhout is vice president and general manager of Magneto Service and Supply Inc. He is a board member and past president of the Downtown Andrews Lions Club, and a past member of the Andrews County Veterans Board of Directors. He is also a volunteer referee for the Texas High School Power Lifting Association. He served in the U.S. Marine Corps. Osterhout attended Odessa College.

# # # #

Gov. Perry Appoints Vandergriff to Texas 
Transportation Commission

Also reappoints Austin to commission
Tuesday, March 26, 2013 • Austin, Texas • Appointment

Gov. Rick Perry has appointed Victor Vandergriff of Arlington and reappointed Jeff Austin III of Tyler to the Texas Transportation Commission for terms to expire Feb. 1, 2019. The commission oversees the Texas Department of Transportation.

Vandergriff is an attorney, businessman, former franchised automobile dealer, and past vice president of Van Tuyl Group. He is chairman of the Texas Department of Motor Vehicles Board, a position he has held since his appointment in November 2009. He is also past chairman and past board member of the North Texas Tollway Authority and Arlington Planning and Zoning Commission. Vandergriff received a bachelor's degree from the University of Southern California and a law degree from Southern Methodist University.

Austin is vice chairman of Austin Bank Texas N.A. in Jacksonville. He is also a board member of First State Bank in Athens and Capital Bank in Houston, and past president of First State Bank in Frankston. He is a member of the American Bankers Association Government Relations Committee and Bank CEO Network, and past board member and past chairman of the Texas Bankers Association. He is a member of The University of Texas at Tyler Health Center Development Board, past officer of the North East Texas Regional Mobility Authority, and a board member and past president of the East Texas Area Council of the Boy Scouts of America. Austin received a bachelor's degree and Master of Business Administration from The University of Texas at Tyler, and is a graduate of the Southern Methodist University Southwestern Graduate and Intermediate schools of Banking and Harvard Business School Advanced Management Program.

# # # #

Gov. Perry Appoints Four to Texas 
Commission on Fire Protection
Tuesday, March 26, 2013 • Austin, Texas • Appointment

Gov. Rick Perry has appointed four members to the Texas Commission on Fire Protection for terms to expire Feb. 1, 2019. The commission enforces statewide fire service standards and provides education and assistance to fire service personnel.

Joseph "Jody" Gonzalez of Krugerville is director and chief of the Denton County Department of Emergency Services. He is a member of the International associations of Fire Chiefs and Emergency Managers, North Central Texas Council of Governments Regional Emergency Preparedness Advisory Council and Denton County Emergency Amateur Radio Association. He is a member and past president of the Texas Fire Marshals Association, and a member and past first vice president of the Texas Chapter of the International Association of Arson Investigators. He is also president of the Aubrey Area Youth Sports Association. Gonzalez received a bachelor's degree from Southwest Texas State University, now Texas State University.

Joseph Gutheinz of Pearland is a criminal defense attorney at the Gutheinz Law Firm LLP, a certified fraud examiner, and a criminal justice instructor for the University of Phoenix and Alvin Community College. He is also a retired senior special agent with the NASA Office of the Inspector General, and a published author. He is a member of the Association of Certified Fraud Examiners, Pro-Bono College of Texas, and Texas and Brazoria County Bar associations, and a volunteer guest speaker for International Business Forum. He is also a past board member of the Council on Sex Offender Treatment and Advisory Committee to the Texas Board of Criminal Justice on Offenders with Medical or Mental Impairments. He served in the California State National Guard and U.S. Army. Gutheinz received a bachelor's degree and master's degree in criminal justice from California State University, a master's degree in systems management from the University of Southern California, and a law degree from South Texas College of Law.

John T. McMakin of LaRue is a fire fighter and chief emeritus for the LaRue-New York Volunteer Fire Department Inc., and vice president of the Henderson County 911 Communication District. He is a member of the State Firemen's and Fire Marshalls' Association of Texas, and a member and past president of the Henderson County Fire Chiefs Association. He is also a past member of the Texas Fire Chiefs Association and National Volunteer Fire Council. McMakin attended The University of Texas.

Leonardo "Lenny" Perez of Brownsville is fire chief for the City of Brownsville. He is regional director of the Texas Fire Chiefs Association, and a member of the International Association of Fire Chiefs, State Firemen's and Fire Marshalls' Association of Texas and National Fire Protection Association. He is a member of the Rio Grande Valley Firemen's and Fire Marshals' Association and Rio Grande Valley Emergency Training Alliance, and a past board member of the Southmost Lions Club. Perez received an associate degree from Texas Southmost College and attended the National Fire Academy.

# # # #

Gov. Perry Names Stephenson as 
Deputy Chief of Staff and 
Parsons as Deputy Director of Communications
Monday, March 25, 2013 • Austin, Texas • Appointment

Gov. Rick Perry named MacGregor Stephenson as deputy chief of staff and Rich Parsons as deputy director of communications for the Office of the Governor.

"I value MacGregor's advice and counsel, and I'm glad to have his leadership skills and policy expertise back in my office," Gov. Perry said. "As a former reporter and communications advisor to several state leaders, Rich brings extensive knowledge and experience to my press shop, and I look forward to working with him."

Stephenson served as assistant commissioner for workforce, academic affairs and research for the Texas Higher Education Coordinating Board, where he represented the American Association of Community Colleges as their state director and worked with public and private institutions of higher education. While the associate vice chancellor for academic affairs at the Texas A&M University system, he managed the system branch campus in Killeen and worked with A&M campuses around the state. From 2002 to 2006, he worked for the Office of the Governor as a member of the governor's review team, advisor for higher education budgets and policy, and interim chief of staff to the Texas Building and Procurement Commission. Stephenson received a law degree from the University of Denver, and a PhD in higher education administration from Texas A&M University.

Parsons served as communications director for the Texas Secretary of State since 2011. He served as press secretary to Lt. Gov. David Dewhurst and was an award-winning a reporter for KXAN-TV in Austin, as well as other TV stations in North Carolina and Virginia and Mississippi. Parsons has a bachelor's degree in communications from the University of Washington, and is married with two young children.

# # # #

Gov. Perry Appoints Three to 
Texas Department of Motor Vehicles Board
Friday, March 22, 2013 • Austin, Texas • Appointment

Gov. Rick Perry appointed three members to the Texas Department of Motor Vehicles Board for terms to expire Feb. 1, 2019. The board administers and enforces statutes relating to certificates of title and registration of vehicles, identifying markings on commercial motor vehicles, motor carrier registration, single state registration, motor transportation brokers, foreign commercial motor transportation, sale or lease of motor vehicles, and salvage vehicle dealers.

Luanne Caraway of Kyle is the Hays County tax assessor-collector. She is a member and past president of the Tax Assessor-Collector Association of Texas, a member of the Texas Association of Appraisal Districts and Texas Association of Assessing Officers, a board member of the Texas Association of Counties, and a past member of the Texas School Assessor Association. She is also a member of the Calvary Baptist Church Finance Committee, a past board member of Hays County Crime Stoppers and Central Texas Life Care Center, and past co-chair of Hays High School Project Graduation.

Robert "Barney" Barnwell III of Magnolia is president of Universal Natural Gas Inc., and president and board chair of Texas Gas Utility Services. He is a member of the Texas Gas Association and Aircraft Owners and Pilots Association Air Safety Foundation. He is also president and past board chair of the Magnolia Parkway Chamber of Commerce, board chair and past president of the R.S. Barnwell Memorial Garden and Art Center, and co-founder and past president of the Samaritan Counseling Center. Barnwell received a law degree from Louisiana State University. He is reappointed to the board.

Raymond Palacios Jr. of El Paso is president of Bravo Chevrolet Cadillac. He is a member and past district director of the Texas Automotive Dealers Association, board member of the Borderplex Alliance, past president of the El Paso New Car Dealers Association, past vice chair of the General Motors Minority Dealer Advisory Council, and a past member of the National Chevrolet Dealer and Hummer Dealer Advisory councils. He is a member of the Dona Ana Community College and Paul L. Foster School of Medicine Dean's Advisory councils, a board member of the Medical Center of the Americas Foundation and CommUNITY en Acción, and a graduate of Leadership El Paso and Leadership Houston. He is also a founder and past president of the Mexican American University of Houston Alumni Association, past president of the Association for the Advancement of Mexican Americans, and a past board member of Leadership Houston, the University of Houston Alumni Association, Yucca Council Boy Scouts of America, and El Paso Better Business Bureau. He served in the U.S. Marine Corps. Palacios received a bachelor's degree from the University of Houston. He is reappointed to the board.

# # # #

Gov. Perry Appoints Clamp as Presiding Officer 
of Alamo Regional Mobility Authority
Tuesday, March 19, 2013 • Austin, Texas • Appointment

Gov. Rick Perry appointed John Clamp of San Antonio as presiding officer of the Alamo Regional Mobility Authority for a term to expire Feb. 1, 2014. Regional mobility authorities allow local communities to develop regional transportation priorities, and accelerate development and financing for critical transportation projects.

Clamp is executive director of the San Antonio Hotel and Lodging Association, and a former member of the San Antonio City Council. He is also a certified public accountant (CPA) and a licensed real estate broker. He is a member of the Texas and San Antonio societies of CPAs, Texas Association of Realtors, and San Antonio Board of Realtors. He is also a member and past president of the District 10 Neighborhood Alliance, a member of the Northwood Neighborhood Association, and a life member of The University of Texas at San Antonio Alumni Association.

Clamp received a bachelor's degree and Master of Business Administration from The University of Texas at San Antonio.

# # # #

Gov. Perry Appoints Three to 
Texas A&M University System Board of Regents
Friday, March 15, 2013 • Austin, Texas • Appointment

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

Tony Buzbee of Friendswood is an attorney in private practice, and a former adjunct professor at the University of Houston Law Center. He is a member of the State Bar of Texas, and a board member of the Boy Scouts of America Bay Area Council, Jesse Tree and Hometown Bank Board of Directors. He is also past director of the Houston Law Alumni Foundation, and a past member of the Texas A&M University at Galveston Board of Visitors. Buzbee served as a captain in the U.S. Marine Corps. He received a bachelor's degree from Texas A&M University and a law degree from the University of Houston Law Center.

Morris Foster of Austin is a retired president of ExxonMobil Production Co. and current board chairman of the Stagecoach Inn and Mill Creek Gulf Club. He has served as a member of the Texas A&M University System Board of Regents since his appointment in 2007, and was chairman of the board from 2009 to 2011. He is a member of the American Petroleum Institute, Society of Petroleum Engineers and Texas Oil and Gas Association, and a board member of the Scott and White Medical Institute, United Way of Texas Gulf Coast, Greater Houston Partnership, First State Bank of Temple, and The University of Texas Investment Management Corporation. Foster received a bachelor's degree from Texas A&M University, and was inducted into the Texas A&M University Academy of Distinguished Graduates in 1993. He is reappointed to the board.

Charles Schwartz of Houston is partner and office leader of Skadden, Arps, Slate, Meagher and Flom LLP. He is a member of the State Bar of Texas, American Bar Association, American Law Institute and the Commission for Lawyer Discipline, a sustaining life fellow of the Texas and Houston Bar foundations, and a life patron fellow of the American Bar Foundation. He is also a board member of the Center for American and International Law and the Blinn College Foundation, and past chairman of the State Bar of Texas Board of Directors. Schwartz received a bachelor's degree, a master's degree in government and a law degree from The University of Texas, and a master of laws degree from Harvard University.

# # # #

Gov. Perry Appoints Andrade to 
Texas Workforce Commission
Thursday, March 07, 2013 • Austin, Texas • Appointment

Gov. Rick Perry appointed Esperanza "Hope" Andrade of San Antonio to the Texas Workforce Commission for a term to expire Feb. 1, 2015. She will serve as commissioner representing employers, replacing Commissioner Tom Pauken who resigned. The commission oversees and provides workforce development services to employers and job seekers throughout the state.

Andrade is a private consultant and former Texas Secretary of State. She is a board member of the Masters Leadership Program of San Antonio and Texans for Education Reform, and an advisory board member of Prime Eco Group Inc., MotorWise Inc., and Energy Future Holdings Sustainable Energy Advisory Board. She is former Texas Border Commerce coordinator, and a past board member of the Texas Transportation Commission and Texas Turnpike Authority Board of Directors. She is a recipient of the San Antonio Hispanic Chamber of Commerce Lifetime Achievement Award, Hope for Children Esperanza Award and San Antonio Leadership Hall of Fame Award, and was named Woman of the Year by the Houston Chapter of the Women's Transportation Seminar and Small Business Advocate of the Year by the Small Business Administration.

Andrade attended Our Lady of the Lake University and The University of Texas at San Antonio entrepreneurship program.

# # # #

Gov. Perry Appoints Three to 
Texas Woman’s University Board of Regents
Wednesday, March 06, 2013 • Austin, Texas • Appointment

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

Anna Maria Farias of Brownsville is an attorney and consultant in private practice. She is also former director of the Department of Housing and Urban Development Center for Faith-Based and Community Initiatives. She is a board member of the OneStar Foundation, a past board member of MANA, a National Latina Organization, and past vice chair of the Philadelphia Phi Alpha Delta Law Fraternity. She is also past president of the Crystal City Lions Club and Crystal City Little League, and a past board member of the Winter Garden Women's Shelter. Farias received a bachelor's degree from Boston University and a law degree from Temple Law School, and is a fellow of the Harvard John F. Kennedy School of Government.

Nancy P. Paup of Fort Worth is a fundraising consultant, and former corporate relations and membership manager of the Amon Carter Museum of American Art. She is a board member of the Texas Woman's University Foundation and Schreiner University Board of Trustees, and campaign vice-chair of the Texas State Historical Association "A Future for Our Past" fundraising campaign. She is also a member of Certified Fund Raising Executives International and the Association of Fundraising Professionals, and a graduate of Leadership Texas. Paup received a bachelor's degree and master's degree in education from Texas Woman's University.

George Schrader of Dallas is principal of Schrader and Cline LLC, and owner of Schrader Investment Company. He is also former executive vice president of LDB Corp., and past city manager of the cities of Dallas, Mesquite and Ennis. He is past president and a life member of the International City Management Association, past president and a board member of the Texas City Management Association, board member of the Methodist Health System, and a fellow of the National Academy of Public Administration. He is also an advisory board member of Life Information Inc., a past board member of Baker University, and an honorary lifetime member of the Boy Scouts of America. Schrader received a bachelor's degree from Baker University and a Master of Public Administration from the University of Kansas. He is reappointed to the board.

# # # #

Gov. Perry Appoints Philibert and 
Oakley to Texas Municipal Retirement System
Friday, March 01, 2013 • Austin, Texas • Appointment

Gov. Rick Perry appointed Bill Philibert of Pasadena and reappointed Julie Oakley of Spicewood to the Texas Municipal Retirement System for terms to expire Feb. 1, 2019. The board oversees the Texas Municipal Retirement System, which is responsible for providing a secure retirement benefit plan for more than 800 cities.

Philibert is director of human resources and risk management for the City of Deer Park. He is a member of the International Public Management Association for Human Resources, Texas Municipal Human Resources Association, Bay Area Human Resources Association, and Society of Human Resources Management. He is also president of the Vista Villas Homeowners Association and Bay Area A&M Club. Philibert received a bachelor's degree from Texas A&M University and a Master of Business Administration from the University of Houston.

Oakley is a certified public accountant, certified investment officer and finance director for the City of Lakeway. She is a member of the Texas Society of Certified Public Accountants and the Government Finance Officers Association of Texas, and past secretary/treasurer of the Texas Association of County Auditors. She is also a volunteer coach for the Marble Falls Youth Baseball and Softball Association. Oakley received a bachelor's degree from The University of Texas of the Permian Basin.

# # # #
http://www.defense.gov/Contracts/default.aspx?mo=3&yr=2013
CONTRACTS AWARDED ON MARCH 29, 2013

NAVY

Huntington Ingalls Inc., Newport News, Va., was awarded a $2,595,016,400 cost-plus-incentive fee contract for accomplishment of the Refueling and Complex Overhaul (RCOH) of the USS Abraham Lincoln (CVN 72). This previously delayed award is being made given the enactment into law of the Consolidated and Further Continuation Appropriation Act for Fiscal Year 2013 (HR 933). Work will be performed in Newport News, Va., and is expected to be completed by November 2016. Fiscal 2012 Shipbuilding and Conversion, Navy funding in the amount of $10,000,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S.C. 2304(c)(1). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-2108).

Lockheed Martin Mission Systems and Training, Moorestown, N.J., was awarded a $65,013,347 modification to previously awarded contract (N00024-11-C-5118) to exercise options for fiscal 2013 Aegis Weapon System Modernization requirements for Japan. Work will be performed in Moorestown, N.J. (69 percent); Clearwater, Fla. (30 percent); and Akron, Ohio (1 percent), and is expected to be completed by January 2017. This contract modification involves Foreign Military Sales to Japan (100 percent). Foreign Military Sales funding in the amount of $65,013,347 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.

Tyonek Services Corp.,* Anchorage, Alaska, was awarded a ceiling price $41,700,000 for undefinitized indefinite-delivery/indefinite-quantity contract depot level maintenance services to support modernization, conversion, in-service repair, disassembly, and all other categories of aircraft depot level and intermediate maintenance in support of the Fleet Readiness Center Southeast (FRCSE).  Work will be performed at FRCSE, Jacksonville, Fla. (81 percent); Naval Air Station Oceana, Va. (7 percent); Naval Station Norfolk, Va. (7 percent); and Marine Corps Air Station, Beaufort, S.C. (5 percent), and is expected to be completed by September 2014. Fiscal 2013 Navy Working Capital funds in the amount of $2,600,000 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 10 U.S.C 2304(c)(1) 6.302-1. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-13-D-0005).

Hensel Phelps Construction Co., Chantilly, Va., was awarded a $25,149,100 firm-fixed-price contract for design and construction of a Defense Security Service Facility addition at Marine Corps Base Quantico. The work to be performed provides for design and construction of a four-story, secure, high-rise facility addition to accommodate Department of Defense personnel. The addition will include offices, restrooms, storage areas, mechanical rooms, and other spaces. Supporting facilities include site and building utility connections for potable water, sanitary and storm sewers, electrical, telephone, area distribution node building and equipment, and local area network. Paving and site improvements include exterior site and building lighting, sidewalks, earthwork, grading, landscaping, and storm water management requirements. The contract also contains four unexercised options, which if exercised would increase cumulative contract value to $26,356,100. Work will be performed in Quantico, Va., and is expected to be completed by July 2014. Fiscal 2012 Military Construction, Defense contract funds in the amount of $25,149,100 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 21 proposals received. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-13-C-0155).

Lockheed Martin Space Systems Co., Sunnyvale, Calif., was awarded an $18,665,888 cost-plus-fixed-fee contract to provide engineering/technical support for UK Trident II Missile Systems. The contractor shall provide technical planning, direction, coordination, and control to ensure that UK Fleet Ballistic Missile (FBM) Program requirements are identified and integrated to support planned milestone schedules and emergent requirements. This includes: UK FBM Program efforts; deliverable materials; UK Resident Representative technical support. Work will be performed in Sunnyvale Calif. (72.9 percent); Cape Canaveral, Fla. (12.3 percent); Coulport, Scotland and Aldermaston, England (10.3 percent); St. Mary’s, Ga. (2.7 percent); other U.S. (0.8 percent); Silverdale, Wash. (0.7 percent), and Poway, Calif. (0.3 percent). Work is expected to be completed by March 2015. United Kingdom funds in the amount of $18,665,888 will be obligated at the time of award. Contract funds 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)(4). The Navy's Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0034).

Sobran Inc., Dayton, Ohio, was awarded a ceiling price $15,900,000 undefinitized indefinite-delivery/indefinite-quantity contract to provide production support services in support of the Fleet Readiness Center Southeast depot level maintenance efforts. Services to be provided include operational management of warehouses, inventory and storage of aircraft parts, production of tool kits for maintenance, external support to the In-Service Repair Program, operation and management of mega centers, environmental support and equipment management functions, and transportation of materials and components. Work will be performed at the Naval Air Station (NAS), Jacksonville, Fla. (95 percent); Marine Corps Air Station, Beaufort, S.C. (2 percent); NAS Norfolk, Va. (2 percent), and NAS Oceana, Va. (1 percent); and is expected to be completed by September 2014. Fiscal 2012 Aircraft Procurement Navy and fiscal 2013 Navy Working Capital funds in the amount of $966,433 are being 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 10 U.S.C. 2304(c)(1). The Naval Air Warfare Center, Training Systems Division, Orlando, Fla., is the contracting authority (N61340-13-D-0004).

CACI Technologies Inc., Chantilly, Va., was awarded a $13,972,617 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-6309) for professional support services in support of the Expeditionary Warfare Program Office. These services include support services in the areas of: program analysis; development, control, and monitoring support, administration, communication and human resources; business, finance and cost estimating; technical and engineering support; information technology (IT); and life cycle support in the Washington Navy Yard office location. This contract modification will be incrementally funded. Work will be performed in Washington, D.C. (86 percent); San Diego, Calif. (9 percent); Indian Head, Md. (3 percent), and Norfolk, Va. (2 percent), and is expected to completed by March 2014. Fiscal 2013 Research, Development, Testing and Evaluation and Operations and Maintenance, Navy funding in the amount of $2,987,549 will be obligated at time of award. Contract funds in the amount of $687,549 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

L-3 KEO, Northampton, Mass., was awarded a $13,396,095 firm-fixed-price modification to previously awarded contract (N00024-13-C-6265) for the production of 16 universal modular masts (UMM). The UMM is a non-hull penetrating mast that is installed on Virginia class submarines and serves as a lifting mechanism for five different sensors including the Photonics Mast Program, high data rate mast, multi-functional mast, multi-functional modular mast and integrated electronic support measures mast. Each sensor is mounted on a UMM. Work will be performed in Bologna, Italy (74 percent) and Northampton, Mass. (26 percent), and is expected to be completed by December 2015. Fiscal 2010 and 2012 Shipbuilding and Conversion, Navy funding in the amount of $13,396,095 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.

L-3 Communications Vertex Aerospace LLC., Madison, Miss., was awarded a $10,606,604 firm-fixed-price, indefinite-delivery requirements contract for maintenance and logistics services, including labor, services, facilities, equipment, tools, direct and indirect material, and related support equipment required to support and maintain the T-39N and T-39G aircraft. Work will be performed at the Naval Air Station Pensacola, Fla., and is expected to be completed in September 2014. No contract funds are being obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-D-4001).

Raytheon Co., Integrated Defense Systems, San Diego, Calif., was awarded a $7,534,247 firm-fixed-price modification to previously awarded contract (N00024-09-C-5100) for production of ship self defense system (SSDS) open architecture OL-782(V) network switching cabinets for CVN 72, LSD 44, LSD 50, LSD 52, NSWC Dahlgren Integrated Combat System Testing Facility, Wallops Island Land Based Test Site, and Raytheon Software Integration Lab. Work will be performed in Portsmouth, R.I. (80 percent) and San Diego, Calif. (20 percent), and is expected to be completed by October 2014.  Fiscal 2011, 2012, 2013 Other Procurement, Navy and Fiscal 2012 and 2013 Shipbuilding and Conversion, Navy funding in the amount $7,534,247 will be obligated at the time of award. Funding will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

Lockheed Martin Corp., Orlando, Fla., was awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract with a maximum value of $146,000,000. The award will provide for the services in support of the Joint Land Component Constructive Training Capability. Work location will be determined with each delivery order, with an estimated completion date of March 31, 2018. The bid was solicited through the Internet, with two bids received. The Army Program Executive Office for Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity (W900KK-13-D-0002).

General Dynamics Ordnance and Tactical Systems Inc., Scranton, Pa., (W52P1J-13-D-0035); and IMT Defense Corp., Westerville, Ohio, (W52P1J-13-D-0036); were awarded an indefinite-delivery/indefinite-quantity, fixed-price with economic price adjustment, multiple-award contract worth a maximum value of $100,600,000. The award will provide for the procurement of M107 projectile metal parts. Work location will be determined with each order, with an estimated completion date of March 26, 2018. The bid was solicited through the Internet, with three bids received. The Army Contracting Command, Rock Island, Ill., is the contracting activity.

Quantum Research International, Huntsville, Ala., was awarded an $85,500,000 cost-plus-fixed-fee contract. This is a contract modification to provide research, development, test and evaluation services in support of the Future Warfare Center. Work location will be determined with each order, with an estimated completion date of Sept. 30, 2015. One bid was solicited, with one bid received. The Army Space and Missile Defense Command, Peterson Air Force Base, Colo., is the contracting activity (W91260-06-D-0006).

BAE Systems Technology, Solutions and Services Inc., Rockville, Md., was awarded an $85,500,000 cost-plus-fixed-fee contract. This is a contract modification to provide research, development, test and evaluation services in support of the Future Warfare Center. Work location will be determined with each order, with an estimated completion date of Sept. 30, 2015. One bid was solicited, with one bid received. The Army Space and Missile Defense Command, Peterson Air Force Base, Colo., is the contracting activity (W91260-06-D-0005).

Engility Corp., Chantilly, Va., was awarded a $77,907,214 cost-plus-fixed-fee, incrementally-funded contract. The award will provide for services in support of training U.S. and Coalition forces on law enforcement and investigation techniques. Work will be performed in Afghanistan and Germany, with an estimated completion date of Dec. 31, 2014. The bid was solicited through the Internet, with three bids received. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0021).

Lockheed Martin Corp., -- Missiles and Fire Control, Grand Prairie, Texas, was awarded a $19,914,712 cost-plus-incentive-fee contract. The award will provide for various services in support of Patriot Advanced Capability Missile Support Center. This foreign military sales contract supports Netherlands, Japan and United Arab Emirates. One bid was solicited, with one bid received. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-D-0030).

Hurricane Consulting Inc., Fairfax, Va., was awarded a $10,269,340 cost-plus-fixed-fee contract. The award will provide various services in support of Army Sustainment Command. Work will be performed in Fort Irwin, Calif.; Fort Lewis, Wash.; Fort Richardson, Alaska.; Schofield Barracks, Hawaii; and Fort Wainwright, Alaska; with an estimated completion date of March 27, 2014. The bid was solicited through the Internet, with 19 bids received. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-C-0005).

Holland and Holland, Hinesville, Ga., was awarded a $9,035,374 indefinite-delivery/indefinite-quantity, firm-fixed-price contract. This contract modification will provide for another year of paving services at Fort Stewart, Ga. The estimated completion date is March 31, 2014. One bid was solicited, with one bid received. The Army Contracting Command, Fort Stewart, Ga., is the contracting activity (W9124M-12-D-0005).

Linquest Corp., Los Angeles, Calif., (FA8808-12-C-0001) was awarded a $7,002,010 firm-fixed-price contract modification contract for military satellite communication system engineering and integration services. The location of the performance is El Segundo, Calif. Work is expected to be completed by June 30, 2013. Type of appropriation is fiscal 2013. The contracting activity is Space and Missile Center, Los Angeles Air Force Base, Calif.

John Madonna Construction Company Inc., San Luis Obispo, Calif., was awarded a $6,748,165 firm-fixed-price contract. The award will provide for the erosion mitigation services in Santa Maria, Calif. The bid was solicited through the Internet, with 14 bids received. The Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-13-C-0005).

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply (ADS) Inc.,* Virginia Beach, Va., was awarded contract SPM2D0-13-D-0003. The award is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for a maximum $67,518,345 for various medical, surgical, and dental equipment and supplies. Location of performance is Virginia with a March 28, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2013 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Altitude Technologies, doing business as Chinook Medical Gear Inc.,* Durango, Colo., was issued a modification exercising the first option year on contract SPM2Do-12-D-0003/P00003. The award is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for a maximum $28,865,888 for various medical and surgical supplies and support. Location of performance is Colorado with an April 3, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2013 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

United Technologies Corp., doing business as Pratt and Whitney, East Hartford, Conn., was awarded contract N00383-12-G-001M-UN10. The award is a firm-fixed-price, sole-source contract with a maximum $10,759,459 for aircraft engine compressor supplies and replenishment spares. Location of performance is Connecticut with a Dec. 30, 2016 performance completion date. Using military service is Air Force. Type of appropriation is fiscal year 2013 Air Force and Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Okla.

AIR FORCE

Booz Allen Hamilton Inc., McLean, Va., (FA8811-10-C-006 and P00043) was awarded a $59,360,085 contract modification contract for additional systems engineering and integration support for launch test and range system programs. The location of the performance is Los Angeles Air Force Base and Vandenberg Air Force Base, Calif., Peterson Air Force Base, Colo., and Patrick Air Force Base, Fla. Work is expected to be completed by Dec., 2, 2013. Type of appropriation is fiscal 2013. The contracting activity is SMC/RNK, Los Angeles Air Force Base, Calif.

Raytheon Co., Tucson, Ariz., (FA8681-12-C-0196, P00001) was awarded a $31,416,883 firm-fixed-price contract for GBU-49 (396 ea.), GBU-50 (96 ea.), GBU-49 Inerts (20 ea.), GBU-50 Inerts (20 ea.) and ILS Sustainment. The location of the performance is Tucson, Ariz. Work is expected to be completed by Dec. 31, 2018. The contracting activity is AFLCMC/EBDK, Eglin Air Force Base, Fla. Contract involves foreign military sales.

DynCorp International LLC., Fort Worth, Texas, (FA3002-13-C-0020) was awarded a $15,955,056 sole-source short term bridge contract for aircraft maintenance support services. The location of the performance is Columbus Air Force Base, Miss. Work is expected to be completed by July 31, 2013. Type of appropriation is fiscal 2013. The contracting activity is AETC CONS/LGCK, Randolph Air Force Base, Texas.

Newbegin Enterprises Inc., Johnson City, Tenn., (FA4803-11-D-0001-0004) was awarded a $15,000,000 modification to contract for internet-based contractor operated parts store contract. The location of the performance is Johnson City, Tenn. Work is expected to be completed by March 31, 2014. Type of appropriation is fiscal 2013. The contracting activity is 20th Contracting Squadron, Shaw Air Force Base, S.C.

Lockheeed Martin Global Training and Logistics, Orlando, Fla., (FA3002-13-D-0004) was awarded a $7,049,830 firm-fixed-price contract for weapons systems support. The location of the performance is Luke Air Force Base, Ariz. Work is expected to be completed by March 31, 2014. Type of appropriation is fiscal 2013. The contracting activity is AETC/CONS/LGCU, Randolph Air Force Base, Texas.

CONTRACTS AWARDED ON MARCH 28, 2013

NAVY

RAMSYS GmbH, Ottobrunn, Germany, was awarded a $343,550,330 firm-fixed-price contract for the production of 445 Block 2 MK-44 Mod 4 Rolling Airframe Missile (RAM) Guided Missile Round Pack (GMRP) All-Up-Rounds (AURs). The RAM Guided Missile Weapon System is co-developed and co-produced under an International Cooperative Program between the United States and Federal Republic of Germany’s governments. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms. This contract involves a purchase by the German government as a result of an international agreement between the governments of the United States and Germany. Work will be performed in Tucson, Ariz. (49.7 percent); Ottobrunn, Germany (42.7 percent); Rocket Center, W.Va. (4.5 percent); and Andover, Mass. (3.1 percent) and is expected to be completed by January 2019. This contract will be funded 100 percent by the Federal Republic of Germany. Contract funds will not expire at the end of the current fiscal year. Funding in the amount of $1,347,902 will be obligated at the time of the award. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(4). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5459).

Lockheed Martin Mission Systems and Training, Owego, N.Y., was awarded a $27,949,996 modification to a previously awarded firm-fixed-price, multi-year contract (N00019-11-C-0020) to provide funding for long lead materials and support for the manufacture and delivery of nine mission avionics systems and common cockpits for the MH-60R for the Danish Government’s Defence Acquisition and Logistics Organization under the Foreign Military Sales Program. Work will be performed in Farmingdale, N.Y. (55 percent); Owego, N.Y. (31 percent); Ciudad Real, Spain (5 percent); East Syracuse, N.Y. (5 percent); Everett, Wash. (3 percent); and various locations throughout the United States (1 percent), and is expected to be completed in June 2013. Foreign Military Sales funds in the amount of $27,949,996 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.

Exelis Inc., Information Systems Division, Herndon, Va., was awarded a $24,509,553 modification to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00174-11-D-0001) for the continued procurement of post-production maintenance support for Navy counter radio controlled improvised explosive device electronic warfare (CREW) fixed site systems and procurement and support of the transmitting set, counter measure AN/PLT-4 systems under option year two. Work will be performed in Boalsburg, Pa., and is expected to be completed by March 2014. Fiscal 2013 Operation and Maintenance, Navy funding in the amount of $24,509,553 will be obligated at time of award. Contract funds in the amount of $24,509,553 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity.

Environmental Management Inc.,* Idaho Falls, Idaho, was awarded a $19,267,059 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40085-10-D-0213) to exercise option three for facilities maintenance and heavy equipment repair services at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, and other outlying areas in eastern N.C. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities maintenance and heavy equipment repair services. The total contract amount after exercise of this option will be $84,759,155. Work will be performed in Jacksonville, N.C., and is expected to be completed March 2014. Fiscal 2013 Operation and Maintenance, Navy funds in the amount of $16,688,488 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Wyle Laboratories Inc., Huntsville, Ala., was awarded an $8,559,076 modification to a previously awarded cost-plus-fixed-fee contract (N00421-08-C-0025) for additional aircrew, engineering, operations, and scheduling services in support of the Naval Test Wing Atlantic and Naval Test Wing Pacific. Work will be performed in Patuxent River, Md., and is expected to be completed in September 2013. Fiscal 2013 Navy Capital Working funds in the amount of $3,716,500 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, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Forestwood Farm Inc.,* Birmingham, Ala., was awarded contract SPM300-13-D-P192. The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract for a maximum $45,000,000 for fresh fruit and vegetable support for customers in the Alabama and Florida Panhandle zone. Location of performance is Alabama with a Sept. 27, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and U.S. Department of Agriculture School. Type of appropriation is fiscal year 2013 through fiscal year 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Gulf Coast Produce Distributors Inc.,** Biloxi, Miss., was awarded contract SPM300-13-D-P194. The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract for a maximum $30,000,000 for fresh fruit and vegetable support for customers in the Mississippi zone. Location of performance is Mississippi with a Sept. 27, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and U.S. Department of Agriculture School. Type of appropriation is fiscal year 2013 through fiscal year 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

BRSI LP., Houston, Texas, (FA7014-10-F-A004) was awarded a $6,500,000 firm-fixed-price contract with cost reimbursable line items for travel contract for non-personal, commercial services for third party collections. The location of the performance is mutiple military treatment facilities in the continental U.S. and overseas. Work is expected to be completed by March 31, 2014. Type of appropriation is fiscal 2013. The contracting activity is 773 ESS/PK, San Antonio, Texas.

Signature Performance Inc., Omaha, Neb., (FA7014-10-F-A021) was awarded a $6,500,000 firm-fixed-price contract with cost reimbursable line items for travel contract for non-personal, commercial services for third party collections. The location of the performance is mutiple military treatment facilities in the continental U.S. and overseas. Work is expected to be completed by March 31, 2014. Type of appropriation is fiscal 2013. The contracting activity is 773 ESS/PK, San Antonio, Texas. 

CONTRACTS AWARDED ON MARCH 27, 2013

DEFENSE LOGISTICS AGENCY

Siemens Medical Solutions, Inc., Malvern, Pa., was issued a modification exercising the fourth option year on contract (SPM2D1-09-D-8314/P00069). The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $1,871,764,738 for radiology systems, subsystems, accessories, service, manual, and repair/parts. Location of performance is Pennsylvania with a March 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 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Garden Wholesale Inc.*, Jacksonville, Fla., was awarded contract (SPM300-13-D-P190). The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract for a maximum $16,800,000 for fresh fruit and vegetable support for customers in the North Florida zone. Location of performance is Florida with a Sept. 26, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture School. 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.

United Technologies Corp., doing business as Pratt and Whitney, East Hartford, Conn., was awarded contract (N00383-12-G-001M-UN10). The award is a firm-fixed-price, sole-source contract with a maximum $10,759,459 for aircraft engine compressor supplies and replenishment spares. Location of performance is Connecticut with a Dec. 30, 2016 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Air Force and Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Okla.

ARMY

Lockheed Martin Integrated Systems, Alexandria, Va., was awarded a $50,223,272 cost-plus-fixed-fee incrementally-funded contract. This increment is worth $6,265,740. The award will provide for data transport and telecommunications services. Work will be performed in Washington, D.C., with an estimated completion date of Sept. 30, 2013. One bid was solicited, with one bid received. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W91QUZ-06-D-0017).

Northrop Grumman Space and Mission Systems Corp., Herndon, Va., was awarded a $24,365,763 time-and-materials contract. This modification will provide a one-year extension of support services for the Air and Missile Defense Planning and Control System. Work location will be determined with each order, with an estimated completion date of March 25, 2014. The bid was solicited through the Internet, with one bid received. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-D-0019).

Armtec Countermeasures Co., Coachella, Calif., was awarded a $22,818,260 firm-fixed-price contract. This is a modification to the existing contract to procure additional M206, MJU-7A/B and MJU-10/B infrared countermeasure flares. Work will be performed in Milan, Tenn.; and East Camden, Ark.; with an estimated completion date of Feb. 28, 2015. The bid was solicited through the Internet, with two bids received. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0055).

Kilgore Flare Co., LLC., Toone, Tenn., was awarded a $20,419,874 firm-fixed-price contract. This is a modification of an existing contract to procure additional M206, MJU-7A/B and MJU-10/B infrared countermeasure flares. This is a foreign military sales contract in support of countries in Asia-Pacific and Europe. Work will be performed in Toone, with an estimated completion date of May 29, 2015. The bid was solicited through the Internet, with two bids received. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0056).

The Boeing Co., Ridley Park, Pa., was awarded a $12,100,000 cost-plus-fixed-fee contract. The award provide for the services in support of the generation three electronic control unit upgrade and the installation of the AVR-2B Laser Warning System. Work will be performed in Ridley Park, with an estimated completion date of March 25, 2015. One bid was solicited, with one bid received. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-G-0023).

L-3 National Security Solutions Inc., Reston, Va., was awarded an $8,366,495 firm-fixed-price contract. The award will provide enterprise service support for the entire National Capital Region. Work will be performed in Arlington, Va., with an estimated completion date of March 29, 2014. One bid was solicited, with one bid received. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-F-3003).

AIR FORCE

ION Corp., Eden Prairie, MN, (FA8224-13-D-0004); X Technologies Inc., San Antonio, Texas, (FA8224-13-D-0005) and TFAB Defense Systems, Warner Robins, Ga, (FA8224-13-D-0006) were awarded a $27,000,000 indefinite-delivery/indefinite-quantity contract to procure engineering services for electronic interface device analysis, assessment, technical design documentation, and production of full scale working model prototypes. Of the $27,000,000 available for task orders under this contract, $70,000.00 will be obligated upon award for the first task order. Subsequent task orders will be competed among the three contractors. The location of contract performance is Hill Air Force Base, Utah. Work is expected to be complete by March 29, 2019. The initial task order will be funded with fiscal 2013 dollars. Funding for subsequent task orders will align with the fiscal year in which they are awarded. The contracting activity is Air Force Space Command, Hill Air Force Base, Utah.

Lockheed Martin Corp., Marietta, Ga., (FA8625-11-C-6597-P00141) was awarded an $11,812,890 contract modification for contractor maintenance team and contractor logistics support for six Iraq aircraft. The location of the performance is New al-Muthana Air Base (NAMAB), Baghdad, Iraq. Work is expected to be completed by June 30, 2015. Type of appropriation is fiscal 2011 funds. The contracting activity is AFLCMC, Wright-Patterson Air Force Base, Ohio. Contract involves foreign military sales.

NAVY

Sikorsky Aerospace Maintenance, Stratford, Conn., was awarded a $15,855,158 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0024) to exercise an option for organizational, selected intermediate, and limited depot-level maintenance for aircraft operated by Adversary Squadrons. Work will be performed at the Naval Air Station (NAS) Key West, Fla. (40 percent); NAS Fallon, Nev. (30 percent); and the Marine Corp Air Station, Yuma, Ariz. (30 percent), and is expected to be completed in December 2013. Contract funds in the amount of $17,140,000 are being obligated at time ofaward. Contract funds will expireat the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Raytheon Co., McKinney, Texas, was awarded a $14,949,523 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 103 each Pod Adapter Units and NavFLIR Surrogates, which are used to attach the Advanced Targeting Forward Looking Infrared pod to the F/A-18 E/F aircraft. Work will be performed in the Basildon, Essex, United Kingdom (70 percent) and McKinney, Texas (30 percent), and is expected to be completed in November 2015. Contract funds in the amount of $14,949,523 are being obligated at time of award, $9,869,588 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Science Applications International Corp., San Diego, Calif., was awarded a $12,704,478 modification under a previously awarded firm-fixed-price contract (M67854-12-C-4900) to exercise an option for Marine Corps Enterprise Information Technology (IT) Services (MCEITS) Operations Capability and Enterprise IT Center Operational Support Services (MOC/EITC) and Systems Integration Environment. These services provide the government operations and support for the application and service hosting environment for the Marine Corps Information Enterprise (MCIENT), unclassified and classified MCEITS Operations Capability and Enterprise IT Center (EITC), including the processes and functions necessary to ensure successful management, oversight, operations and maintenance of the capability on the Marine Corps Enterprise Network. Work will be performed at the Enterprise IT Center, Kansas City, Mo.(65 percent), Marine Corps Base, Quantico, Va. (25 percent), and Marine Corps Logistics Base Albany, Ga., (10 percent). Work is expected to be completed on March 27, 2017. Fiscal 2013 Operation and Maintenance funds in the amount of $12,704,478 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured with full and open competition, and six offers received. Marine Corps System Command, Quantico, Va., is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $10,148,771 modification to a previously issued delivery order placed against basic ordering agreement (N00019-08-G-0010). This modification provides for additional non-recurring engineering for the conversion of one UH-3H helicopter to a UH-3D Trainer Aircraft, including associated test support. Work will be performed in Cherry Point, N.C., (80 percent) and Stratford, Conn., (20 percent) and is expected to be completed in October 2014. Contract funds in the amount of $10,148,771 are being obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

BAE Systems Information and Electronic Systems Integration, Greenlawn, N.Y., was awarded a $7,976,575 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2011) to exercise an option for the procurement and repair of Common (Identification Friend or Foe) Digital Transponder (CXP) hardware for the Army, Navy, and the governments of Saudi Arabia, Thailand, South Korea and Denmark. Work will be performed in Greenlawn, N.Y., and is expected to be completed in August 2015. Contract funds in the amount of $7,976,575 are being obligated on this award, $697,708 of which will expire at the end of the current fiscal year. This contract combines purchases for the Army ($6,007,858;75.3 percent); Navy ($1,068,642;13.4 percent); and the governments of Saudi Arabia ($380,568;4.8 percent); Denmark ($289,314;3.6 percent); Korea ($203,511;2.6percent); and Thailand ($26,682;0.3 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Corp., Owego, N.Y., was awarded a $6,692,667 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0013) for the operational support of two KMAX Cargo Unmanned Aircraft Systems (UAS) deployed in operational support of Marine Corps. Work will be performed in various OCONUS locations (90 percent) and Patuxent River, Md. (10 percent), and is expected to be completed in September 2013. Contract funds in the amount of $6,692,667 will be obligated at time of award, all which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

CACI, Inc.-Federal, Chantilly, Va., was awarded a $6,514,680 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-08-D-6506) with firm-fixed-price task orders to exercise a six-month option for worldwide logistics services in support of Military Sealift Command fleet operations and readiness. Work will be performed in Chantilly, Va.(20 percent), and various locations overseas worldwide. The work is expected to be completed by October 2013. Fiscal 2013 Working Capital funds in the amounts of $6,514,680 will be obligated on individual task orders for fiscal year 2013. Contract funds will expire at the end of the current fiscal year. Military Sealift Command, Washington Navy Yard, D.C., is the contracting activity.

DEFENSE ADVANCED RESEARCH 
PROJECTS AGENCY

Vanderbilt University, Nashville, Tenn., was awarded a $9,313,642 cost-plus-fixed-fee contract (HR0011-13-C-0041). This effort extends the work to mature and evolve the Vanderbilt efforts from META Language FA8650-10-C-7075 and META Design Flow FA8650-10-C-7082 contracts. This work falls under the DARPA Adaptive Vehicle Make (AVM) program. The META tools have been under development since late 2010, with a number of performers, narrowed down to three integrated tool chains. Work will be performed in Nashville, Tenn. (79.50 percent); Atlanta, Ga. (6.92 percent); Menlo Park, Calif. (1.06 percent); Corvallis, Ore. (2.88 percent); Cambridge, Mass. (4.07 percent); Linkoping, Sweden (2.11 percent); Natick, Mass. (1.09 percent), and Palo Alto, Calif. (2.36 percent). The estimated completion date is March 31, 2014. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va.  

CONTRACTS AWARDED ON MARCH 26, 2013

DEFENSE LOGISTICS AGENCY

Hitachi Medical Systems America Inc., Twinsburg, Ohio, was issued a modification exercising the fourth option year on contract (SPM2D1-09-D-8331/P00014). The modification is a fixed-price with economic-price-adjustment contract with a maximum $91,626,986 for radiology systems, components, upgrades, accessories, and installation. Location of performance is Ohio with a March 29, 2014 performance completion date. Using military services include the 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.

Philips Medical Systems, Andover, Mass., was issued a modification exercising the fourth option year on contract (SPM2D1-09-D-8349/P00046). The modification is a fixed-price with economic-price-adjustment contract for a maximum $77,172,660 for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts, and training. Location of performance is Massachusetts with a March 29, 2014 performance completion date. Using military services include the Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DeRossi and Son Co., Inc.*, Vineland, N.J., was issued a modification on contract (SPM1C1-10-D-1029/P00019). The modification is a firm-fixed-price contract for a maximum $13,413,600 for men’s poly/wool, dress, Army, blue coats. Location of performance is New Jersey with a March 25, 2014 performance completion date. Using military service is the Army. 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 Corp., Liverpool, N.Y. was awarded a $30,550,000 modification to previously awarded contract (N00024-09-C-5300) to exercise the firm-fixed-price options for the Surface Electronic Warfare Improvement Program (SEWIP) Block 2 System low-rate initial production units. The SEWIP is an evolutionary acquisition program to upgrade the existing AN/SLQ-32(V) Electronic Warfare System. The SEWIP Block 2 will greatly improve the receiver/antenna group necessary to keep capabilities current with the pace threats and to yield improved system integration. Work will be performed in Syracuse, N.Y. (68 percent), and Lansdale, Pa. (32 percent), and is expected to be completed by September 2014. Funding in the amount of $30,550,000 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.

Lockheed Martin Mission Systems and Training, Syracuse, N.Y., was awarded a $17,179,793 modification to previously awarded contract (N00024-07-C-5202) for the procurement of a one year option for fiscal 2013 AN/SQQ-89 Anti-Submarine Warfare engineering services. This includes development and fielding of the AN/SQQ-89A(V)15 Advanced Capability Build (ACB) 11 and ACB 13 systems hosted on Technical Insertion 12 hardware. Work will be performed in Manassas, Va. (52 percent); Syracuse, N.Y. (22 percent); Newport, R.I. (10 percent); Hauppauge, N.Y. (8 percent); and Lemont Furnace, Pa. (8 percent), and is expected to be completed by September 2013. Funds in the amount of $7,730,000 will be obligated at time of contract 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.

Xerox Corp., McLean, Va., was awarded a $14,864,361 contract modification (P00016) to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00189-08-D-Z001) for a six-month period of performance extension for supplies and support of multipurpose copier equipment aboard Navy ships, both deployed and in-port. Work will be performed on Navy ships worldwide, whether in-port or deployed, and work is expected to be completed by Sept. 30, 2103. No funds will be obligated at time of award. Fiscal 2013 Operations, Maintenance and Navy funds will be obligated on individual orders as they are issued. No contract funds will expire before the end of the current fiscal year. The original contract was awarded on a competitive bases, but this modification was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1). The NAVSUP Fleet Logistics Center, Norfolk, Philadelphia, Pa., is the contracting activity.

AIR FORCE

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, (F42610-98-C-0001, P03801) was awarded a $12,655,091 contract modification contract for a Dual Source program. The contract modification is to refurbish fuses under the ICBM prime integration contract. The location of the performance is Hill Air Force Base, Utah and King of Prussia, Pa. Work is expected to be completed by June 30, 2014. Type of appropriation is fiscal 2013. The contracting activity is AFNWC/PZBE, Hill Air Force Base, Utah.

CORRECTION

DEFENSE LOGISTICS AGENCY

Robertson Fuel Systems LLC., Tempe, Ariz., was awarded contract (SPRPA1-10-G-001Y-0005). The award is a firm-fixed-price contract for a maximum $8,777,175 for crashworthy external fuel system. Location of performance is Arizona with a Jan. 30, 2015, performance completion date. Using military services is Navy. Type of appropriation is fiscal 2013 Navy Appropriation funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa. 
CONTRACTS AWARDED ON MARCH 25, 2013

AIR FORCE

Northrop Grumman Corp., Aerospace Systems, San Diego, Calif., (FA8528-12-C-0003-PZ0001) was awarded a $433,518,021 (estimated) cost-plus-fixed-fee contract for contractor logistics support for the RQ-4 Global Hawk fielded weapon system. The location of the performance is San Diego, Calif. Work is expected to be completed by Sept. 30, 2014. Type of appropriation is fiscal 2013. The contracting activity is AFLCMC/WIKBA, Robins Air Force Base, Ga.

JAMCO Ventures LLC., San Antonio, Texas, (FA8501-13-D-0001); Pruett Air Conditioning Co., Eastman, Ga., (FA8501-13-D-0002) and RCA Contracting Co., Inc., Montezuma, Ga. (FA8501-13-D-0003) were awarded a $45,000,000 firm-fixed-price construction, indefinite-delivery/indefinite-quantity contract for mechanical and electrical construction type contracts. The location of the performance is Robins Air Force Base, Ga. Work is expected to be completed by March 2018. Type of appropriations is fiscal 2013 through 2018. The contracting activity is AFSC/PZIOC, Robins Air Force Base, Ga.

ARMY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $49,000,000 firm-fixed-price contract. This modification of an existing contract will provide engineering and configuration services to four utility helicopters for Saudi Arabia. This contract is in support of foreign military sales. Work will be performed in Stratford, with an estimated completion date of Dec. 31, 2016. One bid was solicited, with one bid received. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0008).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded a $39,147,739 firm-fixed-price contract. This modification of an existing contract will provide for the conversion of M1A2 vehicles to M1A2S configuration. This contract is in support of foreign military sales to Saudi Arabia. Work will be performed in Lima, Ohio, with an estimated completion date of Jan. 31, 2014. One bid was solicited, with one bid received. The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-C-0350).

TRAX International Corp., Las Vega, Nev., was awarded a $9,333,333 cost-plus-award-fee contract. This modification will provide a month one extension for test support services at Yuma Proving Ground, Ariz. Work will be performed in Yuma, Ariz., with an estimated completion date of April 30, 2013. The bid was solicited through the Internet, with three bids received. The Army Contracting Command, Yuma, Ariz., is the contracting activity (W9124R-09-C-0003).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, was awarded a $40,200,000 fixed-price-incentive (firm-target), advance-acquisition contract to provide long lead-time parts, materials and components required for the delivery of four Low Rate Initial Production Lot VIII F-35 Lightning II Joint Strike Fighter Conventional Takeoff and Landing aircraft for the government of Japan. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2014. Foreign Military Sales contract funds in the amount of $40,200,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-4. The Naval Air Systems Command, Patuxent River, Md., is the contracting authority (N00019-13-C-0014).

East Coast Repair and Fabrication LLC.*, Norfolk, Va. (N50054-13-D-1307); Davis Boat Works Inc.*, Newport News, Va. (N50054-13-D-1308); Alliance Technical Services Inc.*, Norfolk, Va. (N50054-13-D-1309); Colonna’s Shipyard Inc.*, Norfolk, Va. (N50054-13-D-1310); and Marine Hydraulics International Inc.*, Norfolk, Va. (N50054-13-D-1311), were each awarded a maximum value $33,000,000 fixed-price, indefinite-delivery/indefinite-quantity multiple-award contract for marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, lighterage and service craft and their associated systems. Work will be primarily performed in the Norfolk, Va., area and is expected to be completed by March 2014. Each contractor will receive $75,056 at time of award. Funding in the amount of $375,280 will expire at the end of the current fiscal year. This multiple award contract was competitively procured via the Navy Electronic Commerce Online website, with six offers received. The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., was awarded a $20,148,055 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-11-D-0004) to provide AIM-9X Sidewinder mission support and sustainment activities for the Air Force, the Navy, and the governments of Singapore, Australia, Denmark, Finland, Turkey, South Korea, Switzerland, Saudi Arabia, and Poland under the Foreign Military Sales program. Work will be performed in Tucson, Ariz., and is expected to be completed in March 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 Systems Command, Patuxent River, Md., is the contracting activity.

Davis Boat Works Inc.*, Newport News, Va. (N50054-13-D-1301); Alliance Technical Services Inc.*, Norfolk, Va. (N50054-13-D-1302); East Coast Repair and Fabrication LLC.*, Norfolk, Va. (N50054-13-D-1303); Beach Marine Services Inc.*, Portsmouth, Va. (N50054-13-D-1304); Colonna’s Shipyard Inc.*, Norfolk, Va. (N50054-13-D-1305); and Delphinus Engineering Inc.*, Eddystone, Pa., (N50054-13-D-1306) are each being awarded a maximum value $18,000,000 fixed-price, indefinite-delivery/indefinite-quantity contract for marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, lighterage and service craft and their associated systems. Work will be performed in the Norfolk, Va., area and is expected to be completed by March 2014. Each contractor will receive $34,270 at time of award. Funding in the amount of $205,620 will expire at the end of the current fiscal year. This multiple award contract was competitively procured via the Navy Electronic Commerce Online website, with ten offers received. The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Hal Hays Construction Inc.*, Riverside, Calif., was awarded $14,236,000 for firm-fixed-price task order #0013 under a previously awarded multiple award construction contract (N62473-09-D-1604) for the design and construction of Operations Access Points, Red Beach, at Marine Corps Base Camp Pendleton. The work to be performed provides for the widening of the beach access road so large Marine Corps vehicles can pass, by construction of a new single track multi-span bridge structure. This consists of demolishing the existing unreinforced arch bridge and wing walls. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. Work will be performed in Oceanside, Calif., and is expected to be completed by April 2015. Fiscal 2009 Military Construction, Navy contract funds in the amount of $14,236,000 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

L-3 Communications Vertex Aerospace LLC., Madison, Miss., was awarded a $12,946,025 modification to a previously awarded firm-fixed-price, indefinite-delivery requirements contract (N00019-12-D-0003) for logistics services support of the TH-57 aircraft fleet. Services to be provided include repair and/or overhaul of aircraft, engines, avionics and related components. Work will be performed at the Naval Air Station, Whiting Field, Milton, Fla., and is expected to be completed in June 2013. Funds are not being obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Robertson Fuel Systems LLC., Tempe, Ariz., was awarded contract (SPRPA1-10-G-001Y-0005). The award is a firm-fixed-price contract for a maximum $8,777,175 for crashworthy external fuel system. Location of performance is Arizona with a Jan. 30, 2015 performance completion date. Using military services is Navy. Type of appropriation is fiscal 2013 Navy Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

CONTRACTS AWARDED ON MARCH 22, 2013

DEFENSE LOGISTICS AGENCY

Caterpillar Incorporated Defense & Federal Products, Mossville, Ill., was awarded contract (SPE8EC-13-D-0008). The award is a fixed-price with economic-price-adjustment contract with a maximum $633,000,000 for material handling equipment. Locations of performance are Illinois, Pennsylvania, Belgium, Japan, Germany, and Texas with a March 21, 2018, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Government Scientific Source, Reston, Va.**, was issued a modification exercising the fourth option year on contract (SPM2DE-09-D-7339/P00005). The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for a maximum $319,459,410 for medical laboratory supplies and equipment. Location of performance is Virginia with a March 26, 2014, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

Lockheed Martin Corp., Liverpool, N.Y., was awarded a $27,399,999 modification to previously awarded contract (N00024-09-C-5300) to exercise and restructure the fixed-price-incentive-options for the Surface Electronic Warfare Improvement Program (SEWIP) Block 2 System long-lead-material to firm-fixed-price options. SEWIP is an evolutionary acquisition program to upgrade the existing AN/SLQ-32(V) Electronic Warfare System. The SEWIP Block 2 will greatly improve the receiver/antenna group necessary to keep capabilities current with the pace of the threat and to yield improved system integration. Work will be performed in Syracuse, N.Y., and is expected to be completed by March 2014. Funding in the amount of $27,399,999 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.

Airtec, Inc.,* California, Md., was awarded a $12,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for intelligence, surveillance, and reconnaissance (ISR) services in support of the Army’s Southern Command (SOUTHCOM). The contractor will provide ISR services utilizing two contractor-owned, contractor-operated aircraft, with government furnished property previously installed on the aircraft. Work will be performed in Bogota, Columbia, and is expected to be completed in January 2014. Fiscal 2013 Operations and Maintenance, Army contract funds in the amount of $917,563 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was non-competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center, Lakehurst, N.J., is the contracting activity(N68335-13-D-0010).

EDO Corp., Panama City, Fla., was awarded a $10,984,400 firm-fixed-price contract to build and deliver one MK-105 Mod 4 Magnetic Minesweeping System for the Airborne Mine Countermeasures Program. This system upgrade provides a significant reliability and performance improvement to the current MK-105, increasing the Navy's capability to conduct quick response, high speed airborne mine countermeasures for the next decade. Work will be performed in Panama City, Fla., and is expected to be completed by October 2014. Fiscal 2012 Other Procurement, Navyfunding in the amount of $10,984,400 will be obligated at time of award. Contract funds 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 Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity (N61331-13-C-0010).

General Dynamics Armament and Technical Products, Williston, Vt., was awarded a $7,048,050 modification to a previously awarded firm-fixed-price contract (N00421-10-C-0024) to exercise an option for 19 M61A2 20mm Lightweight Gatling Gun Systems in support of fiscal year 2013 F/A-18 E/F aircraft. Work will be performed in Williston, Vt., and is expected to be completed in March 2015.  Fiscal 2013 Aircraft Procurement, Navy contract funds in the amount of $7,048,050 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

ManTech SRS, Technologies, Inc., Arlington, Va., (FA8811-10-C-0002, P00015) was awarded a $15,297,820 contract modification for systems engineering and integration support for the Space and Missile Systems, Launch and Range Systems directorate. The locations of the performance are Los Angeles Air Force Base, Calif.; Cape Canaveral Air Force Station, Fla., and Vandenberg Air Force Base, Calif. Work is expected to be completed by March 22, 2014. Type of appropriation is fiscal 2013. The contracting activity is SMC/LRK, Los Angeles Air Force Base, Calif.

CONTRACTS AWARDED ON MARCH 21, 2013

ARMY

BAE Systems – Ordnance Systems Inc., Kingsport, Tenn., was awarded a $780,802,473 firm-fixed-price contract. The award will provide for the manufacture and supply of Insensitive Munitions Explosives. Work location will be determined with each order, with an estimated completion date of Sept. 29, 2017. One bid was solicited, with one bid received. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-D-0037).

Goldbelt Glacier Health Services LLC, Alexandria, Va., (W9133L-13-D-0002); National Sourcing Inc., Tampa, Fla., (W9133L-13-D-0003); were awarded a $200,000,000 firm-fixed-price contract among two vendors. The award will provide for the psychological health support services. Work location will be determined with each order, with an estimated completion date of March 18, 2018. The bid was solicited through the Internet, with 10 bids received. The National Guard Bureau, Arlington, Va., is the contracting activity.

Nanotherapeutics Inc., Alachua, Fla., was awarded a $135,834,018 cost-plus-fixed-fee incrementally-funded contract. This increment is worth $70,882,379. The award will provide for the research and development services in support of medical countermeasure capabilities. Work will be performed in Alachua, with an estimated completion date of March 19, 2015. The bid was solicited through the Internet, with two bids received. The Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-13-C-0010).

SRA International Inc., Fairfax, Va., was awarded a $30,000,000 firm-fixed-price contract. The award will provide for the procurement of services in support of the Passive Radio Frequency Identification II. Work location will be determined with each order, with an estimated completion date of Marcy 19, 2016. The bid was solicited through the Internet, with six bids received. The Army Contracting Command, Alexandria, Va., is the contracting activity (W52P1J-13-D-0043).

Sikorsky, Stratford, Conn., was awarded a $26,900,000 firm-fixed-price contract. This is a modification to convert UH-60M green aircraft and provided associated services for the Royal Thailand Army. This contract is in support of foreign military sales. Work will be performed in Stratford, with an estimated completion date of April 30, 2016. One bid was solicited, with one bid received. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0008).

The Boeing Co., Ridley Park, Penn., was awarded a $17,900,000 cost-plus-fixed-fee contract. This is a modification for the design and engineering services in support of the CH-47 Advanced Chinook Rotor Blade. Work will be performed in Ridley Park, with an estimated completion date of March 18, 2017. One bid was solicited, with one bid received. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-G-0023).

BAE Systems Land & Armament LP, York, Penn., was awarded a $16,600,000 firm-fixed-price contract. This is a modification of an existing contract to convert Bradley Reset Vehicles from M3A3 to M2A3 configuration. Work will be performed in York, Penn.; Lemont Furnace, Penn.; and Aiken, S.C.; with an estimated completion date of Aug. 29, 2014. One bid was solicited, with one bid received. The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-G-0003).

DRS RSTA Technologies Inc., Dallas, Texas, was awarded a $15,560,833 cost-plus-fixed-fee, incrementally-funded contract. This increment is worth $5,000,000. The award will provide for the development, prototyping and testing of the Joint Effects Targeting Systems Target Location Designation System. Work will be performed in Dallas, with an estimated completion date of March 17, 2016. The bid was solicited through the Internet, with four bids received. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0023).

BAE Systems Inc., Nashua, N.H., was awarded a $15,300,196 cost-plus-fixed-fee incrementally-funded contract. This increment is worth $5,000,000. The award will provide for the development, prototyping and testing of the Joint Effects Targeting Systems Target Location Designation System. Work will be performed in Nashua, with an estimated completion date of March 17, 2016. The bid was solicited through the Internet, with four bids received. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0026).

International Business Machines Corp., Bethesda, Md., was awarded an $8,074,022 firm-fixed-price, incrementally-funded contract. This increment is worth $3,365,842. This is a modification to provide services in support of the Army Learning Management System. Work will be performed in Fort Eustis, Va., with an estimated completion date of March 21, 2014. There were 16 bids solicited, with one bid received. The Army Contracting Command, Fort Eustis, Va., is the contracting activity (W91QUZ-06-D-0010).

NAVY

The Navy modified the total amount of a previously awarded contract to Huntington Ingalls Inc, Newport News, Va., (N00024-09-C-2116) by $407,408,093 in order to extend construction preparation efforts and provide the ability to procure additional long lead material and advance construction activities for CVN 79 if required. The current contract has been in place since 2009. This modification for additional long lead material and advance construction activity may help preserve the construction schedule. Work will be performed in Newport News, Va., and is expected to complete by October 2015. Additional funding is not being obligated at this time. 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.

Exide Technologies, GNB Industrial Power, Aurora, Ill., was awarded a $49,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for valve-regulated lead acid batteries and associated accessories for Ohio, Los Angeles, Virginia and Sea Wolf class and moored training submarines. The batteries and accessories will be used on Navy submarines as secondary sources of power. Work will be performed in Fort Smith, Ark., and is expected to be completed by March 2017. Fiscal 2013 Operations Procurement Navy funding in the amount of $2,851,359 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 two offers received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-GS27).

EnerSys Energy Products Inc., Warrensburg, Mo., was awarded a $49,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for valve-regulated lead acid batteries and associated accessories for Ohio, Los Angeles, Virginia and Sea Wolf class and moored training submarines. The batteries and accessories will be used on Navy submarines as secondary sources of power. Work will be performed in Warrensburg, Mo., and is expected to be completed by February 2018. Fiscal 2013 Operations Procurement Navy funding in the amount of $1,241,000 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 two offers received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-GS05).

Truston Technologies, Inc.*, Broussard, La. (N62583-10-D-0341); GPA Technologies, Inc.*, Ventura, Calif. (N62583-10-D-0342); Harbor Offshore, Inc.*, Ventura, Calif. (N62583-10-D-0343); Great Eastern Group, Inc.*, Fort Lauderdale, Fla. (N62583-10-D-0344); and Hardline-Resolute CM JV*, Brasstown, N.C. (N62583-10-D-0345), were each awarded option year four under an indefinite-delivery/indefinite-quantity multiple award contract for barriers and mooring services in support of the Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme. The combined total value for all five contractors is $17,500,000. The work to be performed provides for project execution, logistic support and information management services for installation, inspection, repair, maintenance, and field supervision/operation of waterfront barriers, associated moorings, waterfront security systems, and marine facilities throughout the world. No funds will be obligated with this award. The total contract amount after exercise of this option will be $80,000,000. All work will be performed at various installations world-wide. Work locations will be determined with each order. No task orders are being issued at this time. The term of this option is from March 2013 to March 2014. 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.

J&A World Services, LLC, Austin, Texas, was awarded a $13,062,995 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Air Station Patuxent River, Webster Field Annex, Solomon’s Recreation Center Annex and Point Lookout, Md. The work to be performed provides for general management and administration services; facility support (facilities investment, integrated solid waste management and pool maintenance services); utilities maintenance and operation (including electrical, water and waste water); environmental. Fiscal 2013 contract funds in the amount of $6,622,609 will be obligated at time of award. This contract contains four option years, which if exercised, will bring the contract value to $65,943,515. Work will be performed in Patuxent River, Md. (91 percent); Webster Field, Md. (5 percent); Solomon’s Island, Md. (2 percent); and Point Lookout, Md. (2 percent), and is expected to be completed by March 2014. Contract funds in the amount of $8,737,705 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-13-D-3013).

Raytheon Co., Tucson, Ariz., was awarded an $8,761,875 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0007) for the replacement of the Pulse Code Modulation (PCM) Encoder due to obsolescence issues for the Tomahawk Missile. The PCM Encoder is a key component of the Mid-Body Range Safety Subsystem (MRSS) kit, which is installed into flight test configured missiles. The PCM Encoder samples the flight test missile guidance and avionics telemetry data stream, encodes and formats the data, and provides the telemetry information to the ground monitoring station. Work will be performed in Tucson, Ariz. (60 percent); Bristol, Pa. (35 percent); Berryville, Ark. (5 percent), and is expected to be completed in March 2015. Fiscal 2011 and 2012 Weapons Procurement Navy contract funds in the amount of $8,761,875 will be obligated at time of award, $5,510,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems Training, Moorestown, N.J., was issued a modification on contract (HQ0276-10-C-0003/P00050). The total value of this contract action is $79,693,952,increasing the total contract value from $252,128,157 to $331,822,109. Under this modification, Aegis Ashore Engineering Agent will provide installation, integration and test of the Aegis Ashore Missile Defense System at the Pacific Missile Range facility, Kauai, Hawaii and at Host Nation 1 facility, Deveselu, Romania. The work will be performed in Moorestown, N.J., Kauai, Hawaii, and Deveselu, Romania. The performance period is from the date of award through July 31, 2015. Fiscal year 2013 Research, Development, Test and Evaluation funds in the amount of $9,241,241 will be used to incrementally fund this effort at award. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Brasseler USA, Savannah, Ga.*, was issued a modification exercising the first option year on contract (SPM2DE-12-D-7458/P00002). The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for a maximum $23,303,169 for distribution of a wide range of general dental supplies. Location of performance is Georgia with an April 8, 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.

DEFENSE ADVANCED RESEARCH 
PROJECTS AGENCY

Goodrich Corp., Jacksonville, Fla., was awarded a $7,562,854 cost-plus-fixed-fee contract (HR0011-13-C-0044). The award is sole-source to Goodrich for the Hybrid Multi-Material Rotor (HMMR) program. HMMR Phase 3 includes critical scale work in support of risk mitigation associated with the design and manufacturing of hybrid multi-material systems. The project will culminate with the delivery of a rotor for subsequent government testing. Work will be performed in Jacksonville, Fla. (67 percent); Groton, Conn. (12 percent); Arlington, Va. (8 percent) and Arvonia, Va., (13 percent). The estimated completion date is Sept. 30, 2014. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va.

DEFENSE THREAT REDUCTION AGENCY

Sanofi Pasteur VaxDesign Corporation of Orlando, Fla., was awarded a $15,106,789 cost-plus fixed-fee, incrementally-funded contract for research and development services for the Defense Threat Reduction Agency (DTRA) to further optimize and utilize the invitro biomimetic immune system. The contract award was a direct response to DTRA's Chem-Bio Broad Agency Announcement. Work will be performed in Orlando, Fla., and at the U.S. Army Medical Research Institute of Infectious Diseases (ASAMRIID) at Fort Detrick, Md., and is expected to be completed March 24, 2017. Fiscal 2012 Research, Development, Testing and Evaluation funds in the amount of $1,406,191 will be used to incrementally fund this effort at award. The contracting activity is Defense Threat Reduction Agency, Fort Belvoir, Va., (HDTRA1-13-C-0011). 

CONTRACTS AWARDED ON MARCH 20, 2013

DEFENSE ADVANCED RESEARCH 
PROJECTS AGENCY

            Lockheed Martin Corp., Orlando, Fla., was given a $54,354,363 cost-plus-fixed-fee contract modification (HR0011-09-C-0096).  As part of the long range anti-ship missile (LRASM) demonstration program, Lockheed Martin will conduct additional surface-launch risk-reduction work prior to two planned flight demonstrations from a representative vertical launching system canister.  LRASM is a joint DARPA/Office of Naval Research effort to develop and demonstrate standoff anti-ship strike weapon technologies.  Work will be performed in Orlando, Fla., (84.13 percent), Baltimore, Md. (14.24 percent), and Walled Lake, Mich., (1.63 percent).  The work is expected to be completed by Dec. 31, 2014.  The Defense Advanced Research Projects Agency is the contracting activity.

DEFENSE LOGISTICS AGENCY

            Labatt Food Service, San Antonio, Texas, was awarded contract (SPM300-13-D-3659).  The award is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for a maximum $49,500,000 for prime vendor subsistence support.  Location of performance is Texas with a May 5, 2014 performance completion date.  Using military services are Army, Air Force, 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.

            Rick Aviation, Inc., Newport News, Va.*, was awarded contract (SP0600-13-D-0084).  The award is a fixed-price with economic-price-adjustment contract for a maximum $12,306,668 for fuel.  Location of performance is Virginia with a March 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, and Newport News/Williamsburg International Airport, Newport News, Va.  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.

NAVY

            Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, was awarded a not-to-exceed $9,800,000 undefinitized modification to the previously awarded low rate initial production Lot 6 advance acquisition contract (N00019-11-C-0083).  This modification provides for the procurement of Australian-specific non-recurring sustainment activities to include procurement of Autonomic Logistics Information System equipment, and sustainment and logistics support to government non-recurring engineering activities.  Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in January 2019.  Contract funds in the amount of $4,900,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

            Raytheon Co., Portsmouth, R.I., was awarded an $8,330,413 cost-plus-fixed-fee modification to existing basic ordering agreement (N00164-12-G-GR79 job order 0002) for engineering and technical services in support of AN/SPS-73(V) surface search radar systems that will be used by the Navy and Coast Guard.  The services are for program management, design engineering, system engineering, technical analysis, programmatic and technical documentation development, safety-related engineering and logistic support.  Work will be performed in Portsmouth, R.I. (98 percent), and Sudbury, Mass. (2 percent), and is expected to be completed by April 2015.  Funding in the amount of $8,330,413 will be obligated at time of award.  Contract funds in the amount $666,433 of will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

            Sikorsky Aerospace Maintenance, Stratford, Conn., was awarded an $8,212,768 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0024) to exercise an option for organizational, selected intermediate, and limited depot-level maintenance for aircraft operated by adversary squadrons.  Work will be performed at the Naval Air Station (NAS) Key West, Fla. (40 percent); NAS Fallon, Nev. (30 percent); and the Marine Corp Air Station, Yuma, Ariz. (30 percent), and is expected to be completed in June 2013.  Fiscal 2013 Operation and Maintenance, Navy Reserve contract funds in the amount of $10,000,000 are being 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.

            Rockwell Collins, Inc., Cedar Rapids, Iowa, was awarded a $7,277,056 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of ARC electronic radio controls and ancillary equipment for the Air Force F-15C/D aircraft.  Equipment being procured includes 50 C-12719/ARC control radio sets; 50 AM-7526/ARC high power amplifiers; 50 MX-11641/ARC LNA diplexers; 50 RT-1939(C) receiver-transmitters; 6 RT-1747D/ARC receiver-transmitters spares; and 6 C-11898A/ARC control radio sets spares.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in March 2014.  Fiscal 2013 contract funds in the amount of 7,277,056 are being obligated at time of award; none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

CONTRACTS AWARDED ON MARCH 19, 2013

DEFENSE LOGISTICS AGENCY

            Hess Corp., Woodbridge, N.J., was awarded contract (SPE600-13-D-7531).  The award is a fixed-price with economic-price-adjustment contract for a maximum $57,592,508 for direct supply pipeline quality natural gas.  Location of performance is New Jersey with a March 31, 2015 performance completion date.  Using military services are Army, Navy, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2015 service funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

            Tennier Industries, Inc., Boca Raton, Fla.*, was issued a modification exercising the second option year on contract (SPM1C1-11-D-1071/P00022).  The modification is a firm-fixed-price contract for a maximum $16,545,000 for extreme cold/wet weather jackets.  Locations of performance are Florida and Tennessee with a March 25, 2014 performance completion date.  Using military service is Army.  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.

            API, LLC, Camuy, Puerto Rico**, was awarded contract (SPM1C1-13-D-1037).  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum $11,606,400 for various types of Permethrin Army combat uniform camouflage coats.  Location of performance is Puerto Rico with a March 18, 2014, performance completion date.  Using military service is Army.  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.

JOINT IMPROVISED EXPLOSIVE DEVICE 
DEFEAT ORGANIZATION

            CACI-Wexford Group International, of Vienna, Va., (HQ0682-13-C-0004) was awarded a $17,918,192 cost-plus-fixed-fee contract for Joint Expeditionary Team Counter-IED (C-IED) operational support services.  The contract will provide rapidly deployable expertise in all aspects of C-IED operations to support U.S. forces in Afghanistan.  The locations of performance are Arlington, Va., and Afghanistan.  Work is expected to be completed by December 2013.  Contract funds will not expire at the end of the current fiscal year.  The contracting activity is the Joint IED Defeat Organization Contract Operations, Arlington Va.

NAVY

            L-3 Communications Corp., dbs Randtron Antenna Systems, Menlo Park Calif., was awarded $6,741,252 for delivery order #7003 under previously awarded Basic Ordering Agreement (N00383-11-G-004N) for the repair of the Total Radiation Aperture Controlled Antenna (TRAC)-A Rotodome Antenna Overhaul and IFF Mode 5/S upgrade on four of the French Navy’s E-2C OE-335 A/A TRAC-A antennas as well as the TRAC-A Rotary Coupler Assemblies overhaul and IFF Mode 5/S upgrades for six rotary couplers.  Work will be performed in Menlo Park, Calif., and will be completed by March 31, 2015.  Contract funds in the amount of $6,741,252 will be obligated at the time of the award.  This announcement involves foreign military sales and French Navy funds will be utilized.  The funds will not expire at the end of the current fiscal year.  One company was solicited for the non-competitive requirement and one offer was received in response to the solicitation in accordance with 10 U.S.C 2304 (c)(1).  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

            General Dynamics Land Systems Inc., Woodbridge, Va., was awarded a $25,692,736 modification to previously awarded contract (N00024-10-C-5438) to exercise an option for the production of MK46 MOD 2 Gun Weapon Systems, including associated spares and shore based parts.  This option is for the production of two gun weapon systems for the LPD 17 class and six for Littoral Combat Ship (LCS) gun mission modules designated for the LCS 5 through LCS 7.  Work will be performed in Woodbridge, Va. (43 percent); Tallahassee, Fla. (20 percent); Lima, Ohio (14 percent); Westminster, Md. (11 percent); Sterling Heights, Mich. (10 percent); Scranton, Pa. (2 percent), and is expected to be completed by November 2014.  Funding in the amount of $25,692,736 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. 

            General Dynamics Bath Iron Works, Bath, Maine, was awarded an $18,006,165 modification to a previously awarded contract (N00024-06-C-2303) to exercise an option for DDG 1000 class services.  This modification provides additional class services associated with the detail design and construction of DDG 1000 class ships.  This work will provide technical and industrial engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship design.  Work will be performed in Bath, Maine, and is expected to be completed by September 2013.  Fiscal 2013 Shipbuilding and Conversion, Navy funding in the amount of $18,006,165 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.

CONTRACTS HANDED OUT FOR MARCH 18, 2013

ARMY

            New Mexico State University – Physical Science Lab, Las Cruces, N.M., (W9124Q-08-D-0800); Northrop Grumman Technical Services Inc., Herndon, Va., (W9124Q-08-D-0801); and Orbital Sciences Corp., Chandler, Ariz., (W9124Q-08-D-0803) were awarded a $150,000,000 cost-plus-fixed-fee contract among three vendors.  The award will provide for the theoretical studies and engineering research support for the Army, Navy and Air Force Research and Development programs.  Work location will be determined with each order, with an estimated completion date of March 16, 2018.  Four bids were solicited, with four bids received.  The U.S. Army Contracting Command, White Sands Missile Range, N.M., is the contracting activity.

            Technology and Supply Management LLC, Fairfax, Va., was awarded a $29,429,017 firm-fixed-price contract.  The award will provide for the delivery and assembly of one-story and two-story energy efficient shelters to Camp Buehring, Kuwait.  Work location will be determined with each order, with an estimated completion date of March 16, 2015.  The bid was solicited through the Internet, with 16 bids received.  The U.S. Army Contracting Command, Picatinny Arsenal, Ala., is the contracting activity (W15QKN-13-D-0043).

            Ace Engineering Inc., La Verne, Calif., was awarded a $9,433,788 firm-fixed-price contract.  The award will provide for the construction of a predator launch and recovery element at Fort Huachuca, Ariz.  Work will be performed in Sierra Vista, Ariz., with an estimated completion date of May 15, 2014.  The bid was solicited through the Internet, with 16 bids received.  The National Guard Bureau, Phoenix, Ariz., is the contracting activity (W912L2-13-C-0001).

            Science Applications International Corp., McLean, Va., was awarded an $8,649,830 cost-plus-fixed-fee contract.  The award will provide for information technology support services.  Work will be performed in Fort Belvoir, Va., with an estimated completion date of March 15, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0016).

            L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $7,515,787 firm-fixed-price contract.  This is a contract modification to procure M734A1 fuzes.  Work will be performed in Cincinnati, with an estimated completion date of Feb. 28, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-10-C-0015).

DEFENSE LOGISTICS AGENCY

            Zimmer US, Inc., Warsaw, Ind., was issued a modification exercising the second option year on contract (SPM2DE-11-D-7232/P00007).  The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for a maximum $69,239,944 for orthopedic hip, knee, spine, and extremity “procedural packages, instrumentation sets and auxiliary products needed for implantation.”  Location of performance is Indiana with a March 24, 2014, performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  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.

            Atmos Energy Marketing, LLC., Houston, Texas, was awarded contract (SPE600-13-D-7505).  The award is a fixed-price with economic-price-adjustment contract with a maximum $30,834,925 for natural gas.  Location of performance is Texas with an April 30, 2015, performance completion date.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  There were 14 responses to the Web solicitation.  Type of appropriation is fiscal 2013 through fiscal 2015 multiple agency funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

            Pentaq Manufacturing Corp., Sabana Grande, Puerto Rico*, was awarded contract (SPM1C1-13-D-1036).  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum $27,244,510 for various types of Permethrin Army Combat Uniform Camouflage coats.  Location of performance is Puerto Rico with a March 17, 2014, performance completion date.  Using military service is Army.  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.

            CenterPoint Energy Services, Inc., Tulsa Okla., was awarded contract (SPE600-13-D-7506).  The award is a fixed-price with economic-price-adjustment contract with a maximum $24,428,524 for natural gas.  Location of performance is Oklahoma with an April 30, 2015, performance completion date.  Using military services are Army, Air Force and federal civilian agencies.  There were 14 responses to the Web solicitation.  Type of appropriation is fiscal 2013 through fiscal 2015 multiple agency funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

            Colonial Energy, Inc., Fairfax, Va., was awarded contract (SPE600-13-D-7509).  The award is a fixed-price with economic-price-adjustment contract with a maximum $11,635,435 for natural gas.  Location of performance is Virginia with an April 30, 2015, performance completion date.  Using military service is Army.  There were 14 responses to the Web solicitation.  Type of appropriation is fiscal 2013 through 2015 Army funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

            Interconn Resources, L.L.C., Birmingham, Ala.,* was awarded contract (SPE600-13-D-7510).  The award is a fixed-price with economic-price-adjustment contract with a maximum $9,957,341 for natural gas.  Location of performance is Alabama with an April 30, 2015, performance completion date.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  There were 14 responses to the Web solicitation.  Type of appropriation is fiscal 2013 through fiscal 2015 multiple agency funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

            Gas South, Atlanta, Ga.*, was awarded contract (SPE600-13-D-7521).  The award is a fixed-price with economic-price-adjustment for a maximum $6,854,991 for Direct Supply Pipeline Quality Natural Gas.  Location of performance is Georgia with a March 31, 2015 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 2015 Service funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

NAVY

            Leupold & Stevens Inc., Beaverton Ore., was awarded a $42,805,960 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the enhanced combat optical sight-optimized systems.  Work will be performed in Beaverton, Ore., and is expected to be completed by March 2018.  Fiscal 2013 Working Capital funds in the amount of $40,446 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively awarded via the Navy Electronic Commerce On-Line website, with four offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-13-D-JQ12).

      General Dynamics National Steel and Shipbuilding Co., San Diego, Calif., was awarded an $18,690,240 modification to a previously awarded contract (N00024-12-C-2400) for the post shakedown availability of USS Anchorage (LPD 23).  Specific efforts include program management, planning, engineering, design, liaison, scheduling, labor and procurement of incidental material in support of the post shakedown availability.  Work will be performed in San Diego, Calif., and is expected to be completed by December 2014.  Fiscal 2005 and 2013 Shipbuilding and Conversion, Navy funding in the amount of $6,000,000 will be obligated at time of contract award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

            The Science Applications International Corp.,Arlington Va., was awarded a $9,468,199 cost-plus-fixed-fee contract for research and development of configurable technology to provide anti-submarine warfare surveillance over large, operationally relevant, deep ocean areas.  This effort will include system architecture and design, sensors and processing, communications mobility, and energy requirements.  This 15-month contract includes one, six-month option which, if exercised, would bring the potential value of this contract to $10,064,377.  Work will be performed in Arlington, Va., and work is expected to be completed June 17, 2014.  If all options are exercised, work will continue through Dec. 17, 2014.  Fiscal 2013 Research, Development, Test and Evaluation contract funds in the amount of $2,793,488 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via a Defense Advanced Research Projects Agencybroad agency announcement (BAA 11-24), and published on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with 18 proposals received and four recommended for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-C-4007).

            Aimpoint Inc., Chantilly, Va., was awarded an $8,656,058 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the enhanced combat optical sight-optimized systems.  Work will be performed in Jagershillgatan, Sweden, and is expected to be completed by March 2018.  Fiscal 2013 Working Capital funds in the amount of $9,378 is being obligated at the time of award and will expire at the end of the current fiscal year.  This contract was competitively awarded via the Navy Electronic Commerce On-Line website, with four offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-13-D-JQ14).

            Iris Technology Corp., Irvine, Calif., was awarded $7,811,874 for firm-fixed-price delivery order #0002 under previously awarded contract (M67854-12-D-5049) for the procurement of 1,563 solar power adaptors (SPA II) in support of the program manager, Expeditionary Power Systems.  The 1,563 solar power adaptors will be procured to meet continuing need for these items in support of on-going deployed operations, equipment reset, and commonality across the Marine Corps.  The second generation solar power adaptor (SPA II) is the solar energy collector, electronic control, and energy storage mechanism of a tactically deployable renewable energy system that is light enough to be man-portable.  The SPA II is planned for usage by the various Marine Corps communities in rugged and austere environments to power radios, computers, and charge multiple types of batteries.  Work will be performed in Irvine, Calif., and is expected to be completed by August 2013.  Fiscal 2011 procurement funds in the amount of $7,811,874 will be obligated at the time of award and will expire at the end of the current fiscal year.  The base contract was competitively procured, with three offers received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

AIR FORCE

            First RF Corp.,Boulder, Colo., (FA8750-13-D-0049) was awarded a $24,900,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Small Business Innovation Research Program (Phase III) effort to research, develop, test, evaluate and deploy advanced radio frequency systems.  The location of the performance is Boulder, Colo.  Type of appropriation is fiscal 2013.  Work is expected to be completed by March 2019.  The contracting activity is AFRL/RIKD, Rome, N.Y.


CONTRACTS AWARDED ON MARCH 15, 2013

AIR FORCE

Lockheed Martin Space Systems Company, Sunnyvale, Calif., (FA8810-13-C-0002) was awarded a $105,868,182 cost-plus incentive-fee and fixed-price incentive-firm contract for contractor logistics support, legacy sustainment and combined task force support for the Space Based Infrared Systems. The location of the performance is Colorado Springs, Colo. Work is expected to be completed by Sept. 30, 2016. Type of appropriation is fiscal 2013. The contracting activity is SMC/ISK, Los Angeles Air Force Base, Calif.

The Boeing Co., St. Louis, Mo., (FA8681-13-D-0102) was awarded a $99,900,000 firm-fixed-price, cost-plus-fixed-fee and indefinite- quantity/indefinite-delivery contract for production assets, spares, repairs and sustainment for the joint direct attack munitions system. The location of the performance is St. Louis, Mo. Work is expected to be completed by Jan. 31, 2016. Type of appropriation is foreign military sales funding. The contracting activity is AFLCMC/EBDK, Eglin Air Force Base, Fla. Contract involves foreign military sales.

Vital Link Inc., Sealy, Texas, (FA8519-13-D-0001) was awarded a $73,540,000 indefinite-delivery/indefinite-quantity contract for repair, refurbishment and relocation of the fleet of T-9, T-10/T-11 and T-12 Noise Suppression Facilities. The locations of the performance are Dyess Air Force Base, Texas; Eglin AFB, Fla.; Ellsworth AFB, S.D.; Tinker AFB, Okla.; Hill AFB, Utah; Kadena Air Base, Japan; Kirtland AFB, N.M.; Lackland AFB, Texas; Kunsan AB, Korea; Langley AFB, Va.; Luke AFB, Ariz.; Moody AFB, Ga.; Buckley AFB, Colo.; Mountain Home AFB, Idaho; Minot AFB, N.D.; Nellis AFB, Nev.; Osan AB, Korea; McGhee-Tyson Air National Guard Bureau, Tenn.; Barksdale AFB. La.; Royal Air Force Lakenhealth, United Kingdom; Bradley Field ANGB, Conn.; McGuire AFB, N.J.; McConnell AFB, Kan.; Offutt AFB, N.E.; Robins AFB, Ga.; Scott AFB, Ill.; Whiteman AFB, Mo.;  Spangdahlem AB, Germany; Andrews AFB. Md.; Shaw AFB, S.C.; Seymour Johnson AFB, N.C.; Tyndall AFB, Fla.; Homestead AFB, Fla.; Elmendorf AFB, Alaska; Eielsen AFB, Alaska; Hickam AFB, Hawaii; Holloman AFB, N.M.; Laughlin AFB, Texas; Randolph AFB, Texas; Sheppard AFB, Texas; Vance AFB, Okla.; Columbus AFB, Miss.; Ramstein AB, Germany; Aviano AB, Italy; Springfield, Ill.; Sandston, Va.; Klamath, Ore.; St. Louis, Mo.; Columbia, S.C.; Burlington, Vt.; Belle Chasse, La.; Cape Cod, Maine; Hartford, Conn.; Westfield, Maine; Detroit, Mich.; Boise, Idaho; Springfield, Ohio; Swanton, Ohio; Sioux City, Iowa; Sioux Falls, S.D.; San Juan, Puerto Rico; Madison, Wis.; Tucson, Ariz.; Tulsa, Okla.; Fort Worth, Texas; Des Moines, Iowa; Montgomery, Ala.; Duluth, Minn.; Houston, Texas; Fresno, Calif.; Fort Smith, Ariz.; Syracuse, N.Y.; Fargo, N.D.; Terre Haute, Ind.; Jacksonville, Fla.; Pleasantville, N.J. and Great Falls, Mont. Work is expected to be completed by March 14, 2014. Type of appropriation is fiscal 2013 through 2014 depot purchase equipment maintenance funds. The contracting activity is AFLCMC/WNKBBA, Robins Air Force Base, Ga.

InDyne Inc., Reston, Va., (F04684-03-C-0050, P00440) was awarded a $34,107,547.11 contract modification for range operations, communications and information services. The locations of the performance are Vandenberg Air Force Base, Calif.; Pilliar Point, Calif.; Anderson Peak, Calif. and Santa Barbara, Calif. Work is expected to be completed by Sep. 30, 2013. Type of appropriation is fiscal 2013. The contracting activity is 30 CONS/LGCZG, Vandenberg AFB, Calif.

Sierra Nevada Corp., Sparks, Nev., (FA8750-13-C-0021) was awarded a $10,064,926 cost-plus-fixed-fee contract for interface to operational systems for the functional development model. The location of the performance is Sparks, Nev. Work is expected to be completed by Feb. 28, 2015. Type of appropriation is fiscal 2012. The contracting activity is AFRL/RIKF, Rome, N.Y.

NAVY

Lockheed Martin Corp., Baltimore, Md., was awarded a $32,820,176 modification to previously awarded contract (N00024-11-C-2300) to exercise options for class service efforts and special studies, analyses and reviews for the Littoral Combat Ship (LCS) program. Lockheed Martin will assess engineering and production challenges and evaluate the cost and schedule risks from affordability efforts to reduce LCS acquisition and lifecycle costs. Work will be performed in Hampton, Va. (32 percent); Marinette, Wis. (27 percent); Moorestown, N.J. (22 percent), and Washington, D.C. (19 percent), and is expected to be complete by March 2014. Fiscal 2012 Shipbuilding and Conversion, Navy funding in the amount of $32,820,176 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.

Northrop Grumman Systems Corp., Bethpage, N.Y., was awarded a $28,557,888 modification to previously awarded contract (N00024-06-C-6311) to provide engineering and production planning services for mission packages that will deploy from and integrate with the Littoral Combat Ship (LCS).  The Navy’s plan is to use continuous evaluation of system maturity through a disciplined system engineering framework to improve mission capability in identified mission areas. LCSs Mission Packages will be optimized for flexibility in the littorals. Mission package capabilities are currently focused on primary mission areas of mine warfare emphasizing mine countermeasures, littoral anti-submarine warfare, and littoral surface warfare operations, including prosecution of small boats. The LCSs Mission Packages are developed and acquired separately from the LCSs seaframe. Work will be performed in Portsmouth, Va. (32 percent); Huntsville, Ala. (25 percent); Bethpage, N.Y. (21 percent); Manchester, N.H. (11 percent); Silver Creek, N.Y. (10 percent); Hollywood, Md. (1 percent), and is expected to be completed by September 2014. Fiscal 2012 Operations & Maintenance, Navy funding in the amount of $28,557,888 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.

Austal USA LLC., Mobile, Ala., was awarded a $19,987,274 modification to previously awarded contract (N00024-11-C-2301) to exercise options for class service efforts and special studies, analyses and reviews for the Littoral Combat Ship (LCS) program. Austal USA LLC., will assess engineering and production challenges and evaluate the cost and schedule risks from affordability efforts to reduce LCS acquisition and lifecycle costs. Work will be performed in Mobile, Ala. (72 percent) and Pittsfield, Mass. (28 percent), and is expected to complete by March 2014. Fiscal 2012 Shipbuilding and Conversion, Navy funding in the amount of $19,987,274 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.

L-3 Communications Corp., Londonderry, N.H., was awarded a $12,449,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for spare parts for AN/PVS-15, AN/PVS-18 and AN/PVS-31 night vision goggles. Work will be performed in Londonderry, N.H., and is expected to be completed by March 2018. Fiscal 2013 Procurement, Defense Activity funding in the amount of $365,668 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract is being awarded sole source in accordance with 10 U.S.C. 2304(c)(1), as implemented in FAR 6.302-1. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-JQ04).

3 Phoenix Inc.*, Chantilly, Va., was awarded a $6,886,142 modification to previously awarded SBIR Phase III contract (N63394-10-C-1200) for additional engineering and system integration support for the AN/SPS-74 periscope detection radars system program. This effort includes equipment, engineering services, and field services in support of in-service engineering requirements as well as material and services required for equipment changes, repair, and spare and repair parts. The contractor will provide drawings, software engineering, and documentation development in support of the AN/SPS-74 periscope detection radars system. Work will be performed in Wake Forest, N.C., and is expected to be completed by March 2015. Fiscal 2012 Research, Development, Testing and Evaluation funding in the amount of $6,886,142 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme, Calif. is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Sensors, Moorestown, N.Jersey was awarded a sole source, cost-plus-award-fee contract modification to exercise an option to, under contract # HQ0276-10-C-0001. The value of this contract modification is $24,023,258, increasing the total contract value from $1,316,430,438 to $1,340,453,696. Under this modification, the contractor will support advanced concepts initiatives by the Aegis Ballistic Missile Defense Program Office to identify technology for introduction into present and future Aegis Ballistic Missile Defense Baselines/Spirals. The work will be performed in Moorestown, New Jersey. The performance period is from the date of award through December 31, 2013. 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. This is not a Foreign Military Sales acquisition. Missile Defense Agency, Dahlgren, Va., is the contracting activity (HQ0276).

ARMY

Dynamics Information Technology, Fairfax, Va., was awarded a $23,180,449 cost-plus-fixed-fee incrementally-funded contract. This increment is worth $2,092,939. This is a modification of an existing contract to continue services in support of the U.S. Air Force simulation, training and experimentation program. Work will be performed in Fairfax, with an estimated completion date of March 26, 2015. One bid was solicited, with one bid received. The U.S. Army Program Executive Office for Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity (W900KK-07-D-0715).

CAE USA Inc., Tampa, Fla., was awarded an $18,193,388 firm-fixed-price contract. The award will provide for the construction of a training facility at Al Mubarak Air Base, Kuwait. This contract is in support of foreign military sales. Work will be performed in Kuwait, with an estimated completion date of Sept. 8, 2014. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-13-C-0016).

Inuit Services Inc., Nome, Ark., was awarded an $18,183,760 firm-fixed-price contract. The award will provide for the base operations support services for Fort McCoy, Wis. Work will be performed in Fort McCoy, with an estimated completion date of Dec. 31, 2015. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Fort McCoy, Wis., is the contracting activity (W911SA-13-D-0005).

Advanced Electronics Co., Ltd., Riyadh, Saudi Arabia, was awarded a $12,656,358 firm-fixed-price contract. The award will provide for the procurement of Panther radios. This contract is in support of foreign military sales. Work will be performed in Saudi Arabia, with an estimated completion date of Dec. 31, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0142).

IAP World Services, Cape Canaveral, Fla., was awarded a $7,929,000 cost-plus-fixed-fee contract. This is a modification of an existing contract to continue caretaker services at the former Walter Reed Army Medical Center. Work will be performed in Washington, D.C., with an estimated completion date of Sept. 15, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-3027).

The Boeing Co., Mesa, Ariz., was awarded a $7,226,490 firm-fixed-price contract. This is a modification of an existing contract to exercise the option for Apache Block III contractor logistics support. Work will be performed in Mesa, with an estimated completion date of Nov. 30, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-C-0161).

Northrop Grumman Information Technology Inc., McLean, Va., was awarded a $5,428,394 cost-plus-fixed-fee contract. This is a modification of an existing contract to continue the production and support services of the lower tactical Internet data products. Work location will be determined with each order, with an estimated completion date of Sept. 12, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91QUZ-07-D-0005).

DEFENSE LOGISTICS AGENCY

Colonial Energy Inc., Fairfax, Va., was awarded contract SPE600-13-D-7529. The award is a fixed-price with economic-price-adjustment for a maximum $15,813,276 for direct supply pipeline quality natural gas. Location of performance is Virginia with a March 31, 2015 performance completion date. Using military services are Navy. Type of appropriation is fiscal 2013 through fiscal 2015 Navy funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Integrys Energy Services, De Pere, Wis., was awarded contract SPE600-13-D-7523. The award is a fixed-price with economic-price-adjustment for a maximum $14,907,210 for direct supply pipeline quality natural gas to the northeast region. Location of performance is Wisconsin with a March 31, 2015 performance completion date. Using military services are Army, Navy, Marine Corps, Coast Guard, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2015 Service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

DEFENSE ADVANCED RESEARCH 
PROJECTS AGENCY

Lockheed Martin Corp., Moorestown, N.J., was awarded an $11,037,154 cost-plus-fixed-fee contract (HR0011-13-C-0038). The statement of work for this effort is classified. Work will be performed in Moorestown, N.J. (100 percent). The work is expected to be completed by March 14, 2016. The Defense Advanced Research Projects Agency is the contracting activity.

Science Applications International Corp., McLean, Va., was awarded an $8,086,263 cost-plus-fixed-fee contract (HR0011-13-C-0040). The statement of work for this effort is classified. Work will be performed in McLean, Va. (100 percent). The work is expected to be completed by March 14, 2016.  The Defense Advanced Research Projects Agency is the contracting activity.

CONTRACTS AWARDED ON MARCH 14, 2013

AIR FORCE

The Boeing Co., St. Louis, Mo., was awarded a revised not-to-exceed amount of $3,543,500,000 contract modification (FA8505-12-C-0001, P00004) for country standard time compliance technical order development, integration and testing fabrication of trial kits to support validation and verification activities, procurement of 68 F-15S to SA conversion kits and the procurement and installation of four base stand-up kits. This modification is a decrease of $456,160,000 for a revised not-to-exceed of $3,543,500,000 for the F-15 S/SA conversion and provisioning program. The location of the performance is St. Louis, Mo. Work is expected to be completed by Dec. 19, 2019. Type of appropriation is fiscal 2012 through fiscal 2013. The contracting activity is AFLCMC/WWKA, Robins Air Force Base, Ga. Contract involves foreign military sales.

Northrop Grumman Systems Corp., Rolling Meadows, Ill., was awarded a $173,643,542 firm-fixed-price, cost-reimbursable-no-fee, time and material contract (FA8523-13-D-0002) for sustainment of the LITENING Targeting Pod System. The location of performance is Rolling Meadows, Ill. Work is expected to be completed by Dec. 31, 2017. Type of appropriation is fiscal 2013. The contracting activity is AFLCMC/WNKCA, Robins Air Force Base, Ga.

NAVY

The Boeing Co., Seattle, Wash., is being awarded a $128,393,761 modification to a previously awarded cost-plus-award-fee contract (N00019-04-C-3146) for engineering labor to perform extended lifetime fatigue testing, teardown, and post-teardown analysis of the P-8A airframe under the P-8A System Development and Demonstration Program. The engineering tasks and analyses are necessary to authorize P-8A operations for up to 150 percent of the specified service life of the airframe, dependent upon the results of the extended lifetime testing. Work will be performed in Seattle, Wash. (95 percent), and St. Louis, Mo. (5 percent), and is expected to be completed in December 2018. Fiscal 2013 Research, Development, Testing and Evaluation, Navy contract funds in the amount of $128,393,761 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River Md., is the contracting activity.

Tetra Tech EC Inc., Virginia Beach, Va., was awarded an indefinite-delivery-indefinite-quantity, cost-plus-award-fee contract with a maximum amount of $100,000,000 for environmental remediation services for projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR). No task orders are being issued at this time. Work will be performed primarily within the NAVFAC Atlantic AOR which includes North Carolina (29 percent); Virginia (25 percent); Maryland (15 percent); Connecticut (5 percent); Maine (5 percent); Massechusetts (5 percent); Washington, D.C. (5 percent); Africa (5 percent); Pennsylvania (4 percent); West Virginia (1 percent); and Vieques, Puerto Rico (1 percent). Although principle geographical areas are identified for the contract, the contractor may be required to perform work at any Navy or Marine Corps activity in the AOR covered by NAVFAC Atlantic. Work may also be added and performed anywhere outside of NAVFAC Atlantic’s AOR, as required by the government. The term of the contract is not to exceed 60 months with an expected completion date of March 2018. Fiscal 2013 Environmental Restoration, Navy contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-13-D-8007).

DEFENSE LOGISTICS AGENCY

LB and B Associates Inc., Columbia, Md., was awarded contract SP0600-13-C-5307. The award is a firm-fixed-price for a minimum $21,623,595 for bulk contractor owned-contractor operated fuel receipt, storage, and issue services, storage and maintenance services at an existing retail government owned-contractor operator self-service fuel ground station. Locations of performance are Cape Canaveral Air Force Station and Maryland with a Sept. 30, 2018 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2014 through fiscal 2018 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

DL FMS Joint Venture*, Clover, S.C., was awarded contract SP0600-13-C-5323. The award is a firm-fixed-price contract for a minimum $12,460,291 for operation, maintenance, product quality surveillance, inventory control and accounting, security, safety, and plant protection. Locations of performance are South Carolina and California with a March 31, 2018 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

DEFENSE ADVANCED RESEARCH 
PROJECTS AGENCY

Raytheon Co., Marlborough, Mass., was awarded a $21,556,370 cost-plus-fixed-fee contract (HR0011-13-C-0039). The statement of work for this effort is classified. Work will be performed in Marlborough, Mass. (60 percent) and Cambridge, Mass. (40 percent). The work is expected to be completed by March 13, 2016. The Defense Advanced Research Projects Agency is the contracting activity.

California Institute of Technology, Pasadena, Calif. was awarded a $15,150,012 modification to a cooperative agreement (HR0011-11-2-0006). This modification is for the autonomous diagnostics to enable prevention and therapeutics: diagnostics on demand (ADEPT: DxOD) program. The digital slipchip platform for use in limited resource settings (LRS) will be designed to provide analytic parity with the equipment typically used in reference laboratories, yet with a user experience and robustness that would permit clinical laboratory improvement amendments (CLIA)-waived status. To allow for a high level of medical care, the device will be readable with a cell phone, so results can be transmitted to reference laboratories or remote physicians. Work will be performed in Pasadena, Calif., (99 percent) and Alachua, Fla., (1 percent). The work is expected to be completed by August, 2014. The Defense Advanced Research Projects Agency is the contracting activity.

DEPARTMENT OF DEFENSE 
EDUCATION ACTIVITY

The Lincoln Public Schools, Lincoln, Mass., was awarded a $11,259,242 firm-fixed-price contract modification exercising the first of four option periods of service contract number HEVAS6-12-C-0001. The contract is for comprehensive education program services, grades pre-Kindergarten through eighth, servicing eligible dependent children of Department of Defense personnel residing on Hanscom Air Force Base, Massachusetts. The period of performance for this option is through June 30, 2014. The contracting activity for this action is DoDEA/DDESS, Peachtree City, Ga.

CONTRACTS AWARDED FOR MARCH 13, 2013

DEFENSE LOGISTICS AGENCY

Taylor-Dunn Manufacturing*, Anaheim, Calif., was awarded contract SPE8EC-13-D-0011. The award is for $633,000,000 and is being issued for the procurement of commercial type material handling equipment. Location of performance is California with a March 12, 2018 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tullahoma Industries LLC.**, Tullahoma, Tenn., was awarded contract SPM1C1-13-D-1033. The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for $25,482,000 for three types of permethrin Army combat uniform camouflage patterned trousers. Locations of performance are Alabama and Tennessee with a March 12, 2014 performance completion date. Using military service is Army. 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.

Tallahassee Aviation Partners LLC.*, Houston, Texas, was awarded contract SP0600-13-D-0024. The award is a fixed-price with economic-price-adjustment, Into-Plane contract for $11,480,135 for fuel. Locations of performance are Florida and Texas 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.

NAVY

CEIA USA Ltd.*, Twinsburg, Ohio, was awarded a $33,270,967 firm-fixed-price contract for the procurement of compact metal detectors and ancillary equipment in support of foreign military sales (FMS) to Afghanistan (100 percent). Work will be performed in Viciomaggio, Italy, and is expected to be completed by September 2013. FMS funding in the amount of $33,270,967 will be obligated at time of 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 (N00174-13-C-0019).

Mid Atlantic Professionals Inc., Germantown, Md., (N00189-13-D-0016); GeoNorth LLC., Anchorage, Alaska, (N00189-13-D-0017); and Language on Demand, Fairfax, Va., (N00189-13-D-0018) are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple award contract to provide civilians in the battlefield training enhancement support. Estimated program amount is $25,778,471 for the base year. The maximum dollar value for the program - one 12 month base period and two 12 month option periods for all three contracts combined is $73,442,654. Funding will be provided at the task order level. These three contractors will compete for the task orders under the terms and conditions of the awarded contract. Work will be performed in Dam Neck, Virginia Beach, Va. (23 percent); Little Creek, Virginia Beach, Va. (14 percent); Fort Story, Virginia Beach, Va. (13 percent); Camp Pendleton, Virginia Beach, Va. (13 percent); China Lake, Calif. (9 percent); San Diego, Calif. (9 percent); Fort Hunter Liggett, Calif. (7 percent); Cheatham Annex, Yorktown, Va.,(3 percent); Pearl Harbor, Hawaii (3 percent); Camp Shelby Miss. (2.5 percent); Gulf Port, Miss. (2.5 percent); and Moyock, N.C. (1 percent), and work is expected to be completed by March 14, 2014. With all options exercised, work will continue through March 14, 2016. Funding in the amount of $15,000 for the minimum guarantee will be equally divided among the three contracts using Operations and Maintenance, Navy funds, and will funds will expire at the end of the current fiscal year. The contract was competitively procured through full and open competition and solicited through the Navy Electronic Commerce Online and Federal Business Opportunities websites, with seven offers received. NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity.

AIR FORCE

Sierra Nevada Corp., Sparks, Nev., was awarded an $8,387,809 cost-plus-fixed-fee completion contract (FA8750-13-C-0057) for software and hardare architecture framework prototype development. The location of the performance is Sparks, Nev. Work is expected to be completed by March 13, 2015. Type of appropriation is fiscal 2012 Research Development Test and Evaluation funds. The contracting activity is AFRL/RIKD, Rome, N.Y.

WASHINGTON HEADQUARTERS SERVICES

Qualx Corp., Vienna, Va, was awarded an $8,287,292 option to the firm-fixed-price contract (HQ0034-12-F-0213) to provide comprehensive enterprise-wide information and administrative management services. Work will be performed in Washington, D.C., with an estimated completion date of March 16, 2014. Washington Headquarters Services, Acquisition Directorate, Arlington, Va., is the contracting activity.

MISSILE DEFENSE AGENCY

Raytheon Co., Integrated Defense Systems, Woburn, Mass., was awarded a firm-fixed-price contract modification to exercise an option to the, under contract # HQ0147-12-C-0006 (P00010). The value of this contract modification is $8,252,145, increasing the total contract value from $571,946,872 to $580,199,017. Under this modification, the contractor will manufacture and deliver one AN/TPY-2 prime power unit (PPU). The work will be performed in Woburn, Mass. The performance period is from March 25, 2013 through June 30, 2015. Fiscal 2013 Procurement funds will not expire at the end of the current fiscal year. The Missile Defense Agency, Huntsville, Ala., is the contracting activity.

ARMY

Envirotech Environmental Services Inc., Stockbridge, Calif., was awarded a $6,580,507 firm-fixed-price contract. This award is a modification of an existing contract to perform environmental services in Afghanistan. Work will be performed in Afghanistan, with an estimated completion date of March 15, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-F-0005). 

CONTRACTS AWARDED ON MARCH 12, 2013

ARMY

Attain LLC., Vienna, Va., (W52P1J-13-D-0012); InSap Services Inc., Marlton, N.J., (W52P1J-13-D-0016); and Herdt Consulting Inc., Chelsea, Ala., (W52P1J-13-D-0033); were awarded a $129,000,000 firm-fixed-price multiple award task order contract among three vendors. The award will provide for the full range of enterprise infrastructure services. Work location will be determined with each order, with an estimated completion date of March 4, 2018. There were 10 bids solicited, with 10 bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity.

Don Jones Construction Co., Inc., Columbus, Ga., (W912HN-13-D-0005); Blueforge LLC., St. Petersburg, Fla., (W912HN-13-D-0006); Kadell Industries Inc., Fort Mitchell, Ala., (W912HN-13-D-0007); Edgewater Construction Services LLC., Chesapeake, Va., (W912HN-13-D-0008); and Maverick Constructors, Lutz, Fla., (W912HN-13-D-0010); were awarded a $95,000,000 firm-fixed-price multiple award task order contract among five vendors. The award will provide for the general construction services; primarily at Fort Benning, Ga. Work location will be determined with each order, with an estimated completion date of March 6, 2018. The bid was solicited through the Internet, with 24 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity.

BAE Systems Inc., Nashua, N.H., was awarded a $66,000,015 firm-fixed-price contract. The award will provide for the procurement of AN/AAR-57 common missile warning systems. The contract is in support of Foreign Military Sales for United Arab Emirates and Saudi Arabia. Work will be performed in Nashua, with an estimated completion date of March 6, 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-13-C-C108).

Raytheon Company Missile Systems, Tucson, Ariz., was awarded a $26,875,500 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure tube-launched optically-tracked wireless-guided missiles for the U.S. Marine Corps. Work will be performed in Tucson, and Farmington, N.M.; with an estimated completion date of Dec. 31, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0265).

B&K Construction Company Inc., Mandeville, La., was awarded a $24,370,629 firm-fixed-price contract. The award will provide for the installation, construction and relocation services at areas of the Mississippi River. Work will be performed in Jefferson Parish, La., with an estimated completion date of Sept. 30, 2015. The bid was solicited through the Internet, with nine bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0015).

Enola Contracting Services, Chipley, Fla., was awarded a $20,000,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure maintenance and repair services at Fort Stewart and Hunter Army Airfield, Ga. Work will be performed in Fort Stewart, with an estimated completion date of March 31, 2014. The bid was solicited through the Internet, with 15 bids received. The U.S. Army Contracting Command, Fort Stewart, Ga., is the contracting activity (W91247-11-D-0007).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded a $19,917,006 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to continue training services and contractor logistics support services for Iraq. This contract is in support of Foreign Military Sales. Work location will be determined with each order, with an estimated completion date of Sept. 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0015).

MACNAK Korte Design Build LLC., Lakewood, Wash., was awarded a $14,338,486 firm-fixed-price contract. The award will provide for the construction services to an existing Army Reserve Center facility located at Fort Wadsworth in Staten Island, N.Y. Work will be performed in Staten Island, with an estimated completion date of July 19, 2014. The bid was solicited through the Internet, with seven bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-C-0009).

Speegle Construction Inc., Niceville, Fla., was awarded a $12,358,500 firm-fixed-price contract. The award will provide for the construction of a squadron operations facility at Luke Air Force Base (AFB), Ariz. Work will be performed at Luke AFB, with an estimated completion date of Sept. 16, 2014. The bid was solicited through the Internet, with 16 bids received. The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-13-D-0006).

Lockheed Martin Corp., Liverpool, N.Y., was awarded an $11,989,659 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to procure interim contractor support for the AN/TPQ-53 radar systems. Work will be performed in Liverpool, with an estimated completion date of Sept. 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-06-C-T004).

Eaton Aerospace, Jackson, Miss., was awarded a $9,336,811 firm-fixed-price, incrementally-funded contract. This increment is worth $394,680. The award will provide for the procurement of axial pistons that support the CH-47. Work will be performed in Jackson, with an estimated completion date of Dec. 8, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0060).

Airborne Systems North America of California Inc., Santa Ana, Calif., was awarded a $7,055,988 firm-fixed-price contract. The award will provide for the procurement of T-11 personnel parachutes, MC-6 personnel parachutes and associated equipment. This contract is in support of Foreign Military Sales for Australia. Work will be performed in Santa Ana, with an estimated completion date of Dec. 2, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0071).

DEFENSE LOGISTICS AGENCY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded contract SPRRA1-13-D-0025. The award is a firm-fixed-price contract for $45,266,450 for helicopter hub rotors. Location of performance is Connecticut with a March 5, 2018 performance completion date. Using military service is Army. Type of appropriation is fiscal 2013 Army Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

AIR FORCE

Northrop Grumman Systems Corp., Linthicum Heights, Md., was awarded a $30,000,000 indefinite-quantity/indefinite-delivery contract (FA88677-13-D-0043) for contractor logistics support services in support of the AN/ASQ-236 aircraft pod. The location of performance is Linthicum, Md. Work is expected to be completed by Mar. 11, 2016. Type of appropriation is fiscal 2013. The contracting activity is AFLCMC/EBSK, Eglin Air Force Base, Fla.

Northrop Grumman Systems Corp., Rolling Meadows, Ill., was awarded a $20,562,405 contract modification (FA8625-12-C-6598, P00029) for Large Aircraft Infrared Counter-Measure hardware and support. The location of performance is Rolling Meadows, Ill. Work is expected to be completed by April 30, 2015. Type of appropriation is fiscal 2011 through fiscal 2013. The contracting activity is AFLCMC/WLYK, Wright-Patterson Air Force Base, Ohio. Contract involves Foreign Military Sales.

NAVY

Systems Application and Technologies Inc.*, Oxnard, Calif., was awarded a $15,514,626 cost-plus-fixed-fee contract for maintenance and operations of aerial and seaborne target assets in for the U.S. Navy and the governments of Japan and Australia under the Foreign Military Sales program. Work will be performed at the Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, Calif. (40 percent); the Naval Surface Warfare Center, Port Hueneme, Calif. (30 percent); various at sea locations (15 percent); NAWCWD China Lake, Ridgecrest, Calif. (7 percent); the White Sands Missile Range, Las Cruces, N.M. (3 percent); the Pacific Missile Range Facility, Kauai, Hawaii (2 percent); the Utah Test and Training Range, Salt Lake City, Utah (2 percent) and Vandenburg Air Force Base, Lompoc, Calif. (1 percent), and is expected to be completed in March 2014. Fiscal 2013 contract funds in the amount of $6,450,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; one offer was received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-C-0083).

WASHINGTON HEADQUARTERS SERVICES

Interactive Process Technology LLC., Jamaica Plain, Mass., was awarded an $8,534,922 option to the firm-fixed-price contract (HQ0034-12-A-0010) to provide technical, analytical, and administrative support services to the Office of the Under Secretary of Defense for Acquisition, Technology and Logistics. Work will be performed in Falls Church, Va., Alexandria, Va., and Washington, D.C., with an estimated completion date of April 22, 2014. Washington Headquarters Services, Acquisition Directorate, Arlington, Va., is the contracting activity.

CONTRACTS AWARDED ON MARCH 11, 2013

NAVY

Bell/Boeing Joint Program Office, Amarillo, Texas, was awarded a $73,002,094 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to repair 142 components in support of the V-22 aircraft. Work will be performed in Fort Worth, Texas (80 percent) and Ridley Park, Pa. (20 percent), and the expected completion date is Sept. 8, 2015. Funding for this contract will be individual task orders. No funds will be obligated at time of award and therefore, will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with 10 USC 2304 (c)(1). The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-13-D-017N).

Northrop Grumman Systems Corp., San Diego, Calif., was awarded a $71,623,427 modification to a previously awarded cost-plus-incentive-fee, firm-fixed-price contract (N00019-12-C-0059) for the modification and delivery of six vertical take-off and landing tactical unmanned aerial vehicles (VTUAV) and seven ground control stations in support of the VTUAV endurance upgrade rapid deployment capability effort. Work will be performed in Dallas, Texas (32 percent); Ozark, Ala. (27 percent); Rancho Bernardo, Calif. (25 percent); Moss Point, Miss. (15 percent); and Point Mugu, Calif. (1 percent), and is expected to be completed in September 2014. Fiscal 2012 and 2013 Aircraft Procurement Navy contract funds in the amount of $71,623,427 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

W.M. Robots LLC.*, Colmar, Pa, was awarded an $18,081,851 modification to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00174-11-D-0015) for the procurement of Vallon mine detectors and consumable spares in support of foreign military sales to Afghanistan (100 percent). Work will be performed in Colmar, Pa, and is expected to be completed by September 2013. Funding in the amount of $18,081,851 will be obligated at time of 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.

The Applied Physical Sciences Corp., Groton, Conn., was awarded a $15,162,432 cost-plus-fixed-fee contract for research and development of configurable technology to provide anti-submarine warfare surveillance over large, operationally relevant, deep ocean areas. This effort will include system architecture and design, sensors and processing, communications mobility, and energy requirements. This 15-month contract includes one, six-month option which, if exercised, would bring the potential value of this contract to $21,213,511. Work will be performed in Groton, Conn., and work is expected to be completed June 10, 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement (BAA 11-24), and published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-C-4006).

Lockheed Martin Corp., Mission Systems and Sensors (MS2), Manassas, Va., was awarded a $9,040,687 not to exceed delivery order #1082 under a previously awarded basic ordering agreement (N00104-10-G-A109) for the repair of parts for the NA/UYQ-70 advanced display and processor systems for tactical and command, control, communication, computers intelligence (C4I) applications for target acquisition and tracking, weapons control, theater air defense, anti-submarine warfare, battle group communication and airborne surveillance and control. Work will be performed at 35 various locations throughout the United States and is expected to be completed by March 2014. Contract funds will not expire before the end of the current fiscal year. Fiscal 2013 Navy Working Capital funds in the amount of $4,429,936 will be obligated at the time of the award. One company was solicited for the non-competitive requirement and one offer was received in response to the original solicitation in accordance with 10 U.S.C. 2304 (c)(1). NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity.

The Entwistle Co.*, Hudson, Mass., was awarded a $7,433,459 modification to a previously awarded firm-fixed-price contract (N68335-10-C-0313) to exercise an option to procure 48 A/S32P-25A fire fighting vehicle conversion kits. Work will be performed in Hudson, Mass., and is expected to be completed in September 2017. Fiscal 2011, 2012, and 2013 Aircraft Procurement, Navy contract funds in the amount of $7,433,459 are being obligated at time of award, $2,332,829 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.

Raytheon Co., Tucson, Ariz., was awarded a $6,563,713 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2000) for the procurement of four torpedo tube launched (TTL) Tomahawk Block IV all-up-round missiles for the government of the United Kingdom under the Foreign Military Sales Program. The Tomahawk Block IV missile is capable of launch from surface ships equipped with the vertical launch system (VLS), submarines equipped with the capsule launch system (CLS), and submarines equipped with the TTL launch system. Work will be performed in Tucson, Ariz. (32.6 percent); Camden, Ark. (13 percent); Ogden, Utah (10.5 percent); Dallas, Tex. (3.5 percent); Minneapolis, Minn. (3.3 percent); Glenrothes, Scotland (3.3 percent); Spanish Fork, Utah (3.1 percent); El Segundo, Calif. (3 percent); Walled Lake, Mich. (2.6 percent); Anniston, Ala. (2.5 percent); Ft. Wayne, Ind. (2.3 percent); Ontario, Canada (2.2 percent); Vergennes, Vt. (2.1 percent); Berryville, Ark. (1.8 percent); Westminster, Colo. (1.6 percent); Largo, Fla. (1.5 percent); Middletown, Conn. (1.3 percent); Huntsville, Ala. (1.2 percent); Clearwater, Fla. (0.8 percent); Moorpark, Calif. (0.8 percent); El Monte, Calif. (0.6 percent); Salt Lake City, Utah (0.6 percent); Farmington, N.M. (0.2 percent); and various continental U.S. (CONUS) and outside CONUS locations (5.6 percent); and is expected to be completed in February 2015. Foreign Military Sales funding in the amount of $6,563,713 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

DEFENSE LOGISTICS AGENCY

Jacksonville Jetport LLC., Jacksonville, Fla., was awarded contract SP0600-13-D-0046. The award is a fixed-price with economic-price-adjustment contract for $48,823,761 for aircraft fuel services. Location of performance is Florida 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.

CTS Cement Manufacturing Corp.*, Cypress, Calif., was issued a modification exercising the second option period on contract SPM8EG-10-D-0001/P00092. The modification is a fixed-price with economic-price-adjustment, indefinite-quantity contract for $13,865,022 for rigid concrete repair. Location of performance is California with a March 10, 2014 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2013 Defense Revolving Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

U.S. SPECIAL OPERATIONS COMMAND

Teledyne Brown Engineering Inc., Huntsville, Ala, was awarded an $8,467,615 estimated contract cost increase as a result of formal reprogramming under its indefinite-delivery/indefinite-quantity contract for the development and test of an engineering development model for the shallow water combat submersible program. The work will be performed in Huntsville, and is expected to be completed within twenty-four months from issuance of contract modification. The contracting activity is U.S. Special Operations Command, MacDill Air Force Base, Fla., (H92222-11-D-0002).

Remington Arms Co., LLC., Madison, N.C., was awarded a ten year, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the purchase of the precision sniper rifle (PSR) system for U.S. Special Operations forces. The estimated contract value is $79,717,783. The maximum quantities for this requirement are projected to be 5,150 PSR systems and 4,696,800 rounds of ammunition. The work will be performed at Remington facilities in Ilion, N.Y., and Elizabethtown, Ky., and the ammunition at Barnes Bullets facility, Mona, Utah. The expected completion date is March 7, 2023. The contracting activity is U.S. Special Operations Command, MacDill Air Force Base, Fla., (H92222-13-D-0003).

AIR FORCE

MultiLingual Solutions, Rockville, Md., was awarded an $8,011,321 contract modification (FA7037-10-D-0002-0006-01) for linguist/analyst services. The location of performance is Offutt Air Force Base, Neb.; Fort Meade, Md.; Fort Gordon, Ga.; Hurlburt Field, Fla.; Kadena Air Base, Japan; Royal Air Force Mildenhall, United Kingdom; Lackland Air Force Base, Texas; Salt Lake City, Utah; Fort Bragg, N.C.; Goodfellow Air Force Base, Texas, and Kunia, Hawaii. Work is expected to be completed by July 9, 2013. Type of appropriation is fiscal 2013. The contracting activity is AF ISR Agency, Lackland Air Force Base, Texas.

Northrop Grumman Systems Corp., Rolling Meadows, Ill., (FA8626-10-D-2132) was awarded a $7,060,582 firm-fixed-price contract for Litening ATP-SE Phase IV Operational Flight Program. The location of performance is Rolling Meadows, Ill. Work is expected to be completed by Jan. 12, 2015. Type of appropriation is fiscal 2012. The contracting activity is AFLCMC/WNQK, Wright-Patterson Air Force Base, Ohio.

# # # #

CONTRACTS HANDED OUT FOR MARCH 8, 2013

DEFENSE LOGISTICS AGENCY

Agfa Healthcare Corp., Greenville, S.C., was issued a modification exercising the first option period on contract (SPM2D1-11-D-8303/P00027). The modification is a fixed-price with economic-price-adjustment contract for $528,376,639 for Digital Imaging Network-Picture Archive Communications System. Location of performance is South Carolina with a March 7, 2015 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 2015 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Raytheon Co., El Segundo, Calif., was awarded contract (SPRA1-11-G-003X). The award is a firm-fixed-price, sole-source contract against a basic ordering agreement for $24,608,501 for F/A-18 components. Location of performance is California with an April 30, 2016 completion date. Using military services are Navy and Foreign Military Sale customers. Type of appropriation is fiscal 2013 Navy Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation Strategic Acquisition, Philadelphia, Pa.

Imperial Sales Co.,* Watsonville, Calif., was issued a modification exercising the second option period on contract (SPM3S1-11-D-Z188). The modification is a fixed-price with economic-price-adjustment contract for $8,121,565 for unitized group ration components. Location of performance is California with a March 10, 2014 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.

ARMY

ALATEC Inc., Huntsville, Ala., (W911S0-10-D-0013); Charles F. Day & Associates LLC., Davenport, Idaho, (W911S0-10-D-0014); FSCX Inc., Lawton, Okla., (W911S0-10-D-0015); Integration Innovation Inc., Huntsville, Ala., (W911S0-10-D-0016); Potawatomi Training LLC., Oklahoma City, Okla., (W911S0-10-D-0017); Huckstep Holdings Corp., Colorado Springs, Colo., (W911S0-10-D-0018); and SNAP Inc., Chantilly, Va., (W911S0-10-D-0019); were awarded a firm-fixed-price multiple award task order contract, with options, among seven vendors. The contract will have a maximum value of $248,313,975. The award will provide for the services in support of the U.S. Army Fires Center of Excellence and Fort Sill, Okla., in its mission to develop and produce training strategies, doctrine, concepts, instruction and products for the current and future force. Work location will be determined with each order, with an estimated completion date of March 3, 2014. The bid was solicited through the Internet, with 15 bids received. The U.S. Army Contracting Command, Fort Sill, Okla., is the contracting activity.

L-3 Communications, Link Simulation and Training, Arlington, Texas, was awarded a $32,399,999 firm-fixed-price contract. The award will provide for the procurement of operational flight trainers, spare parts and contractor logistic support. Work will be performed in Arlington and Taiwan, with an estimated completion date of Dec. 24, 2016. The bid was solicited through the Internet, with one bid received. The U.S. Army Program Executive Office Simulation, Training & Instrumentation, Orlando, Fla., is the contracting activity (W900KK-13-C-0043).

Lockheed Martin Corp., Orlando, Fla., was awarded a $28,273,000 firm-fixed-price contract. The award will provide for the upgrade of existing ranges, and trajectory installation on newly constructed ranges, in support of the Saudi Arabia National Guard Live-Fire range modernization. The contract is in support of Foreign Military Sales. Work will be performed in Orlando; Suwanee, Ga.; and San Diego, Calif.; with an estimated completion date of Dec. 31, 2014. One bid was solicited, with one bid received. The U.S. Army Program Executive Office Simulation, Training & Instrumentation, Orlando, Fla., is the contracting activity (W900KK-13-C-0038).

Skookum Educational Programs, Bremerton, Wash., was awarded a $22,521,315 firm-fixed-price incrementally-funded contract. This increment is worth $2,207,671. The award will provide for the base-operation services at Fort Lee, Va. Work will be performed in Fort Lee, with an estimated completion date of March 28, 2014. Four bids were solicited, with four bids received. The U.S. Army Contracting Command, Fort Lee, Va., is the contracting activity (W91QF5-13-C-0003).

Two Rivers Medical, St. Charles, Mo., was awarded a $22,039,986 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure sets, kits and outfits in support of the U.S. Army Medical Materiel agency. Work location will be determined with each order, with an estimated completion date of Feb. 28, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-09-D-0089).

Global Support Services LLC., Anchorage, Alaska, was awarded an $18,429,662 cost-plus-fixed-fee incrementally-funded contract. This increment is worth $5,637,599. The award will provide for the procurement of administrative services in support of the Army Research Laboratory. Work will be performed in Adelphi, Md.; Aberdeen, Md.; and White Sands, N.M.; with an estimated completion date of Aug. 31, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-13-C-0057).

Management and Technology Solutions Inc., Falls Church, Va., was awarded a $16,988,793 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure sets, kits and outfits in support of the U.S. Army Medical Materiel Agency. Work location will be determined with each order, with an estimated completion date of Feb. 28, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-09-D-0087).

The Lighthouse for the Blind, St. Louis, Mo., was awarded a $14,618,580 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure sets, kits and outfits in support of the U.S. Army Medical Materiel Agency. Work location will be determined with each order, with an estimated completion date of Feb. 28, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-09-D-0088).

Mistral Inc., Bethesda, Md., was awarded a $13,996,258 firm-fixed-price contract. The award will provide for the procurement of Improved Enhanced Mortar Targeting systems. Work will be performed in Bethesda, with an estimated completion date of Nov. 28, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-C-0012).

General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded an $11,716,130 fixed-price-incentive contract. The award will provide for the modification of an existing contract to procure logistics support for the Universal Ground Control System and Universal Ground Data Terminal. Work will be performed in Poway, with an estimated completion date of Sept. 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0068).

Advanced Telemetry Systems Inc., Isanti, Minn., was awarded an $8,000,000 firm-fixed-price contract. The award will provide for the procurement of Juvenile Salmon Acoustic Telemetry System transmitters. Work location will be determined with each order, with an estimated completion date of Feb. 28, 2015. The bid was solicited through the Internet, with two bids received. The U.S. Army Corps of Engineers, Walla Walla, Wash., is the contracting activity (W912EF-13-D-0003).

Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded a $6,575,554 firm-fixed-price contract. The award will provide for the services in support of the Modernized Target Acquisition Designation Sight / Pilot Night Vision Sensor. Work will be performed in Orlando, with an estimated completion date of Feb. 28, 2014. One bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0029).

NAVY

Coburn Contractors, LLC.*, Montgomery, Ala. (N62478-13-D-4001); Halbert Construction Co., Inc.*, El Cajon, Calif. (N62478-13-D-4002); Hawk Niking LLC.*, Wahiawa, Hawaii (N62478-13-D-4003); RWT LLC.*, Provo, Utah (N62478-13-D-4004); Starlight-Shintani-Greenwave JV*, Honolulu, Hawaii (N62478-13-D-4005); Sullivan International Group, Inc.*, San Diego, Calif. (N62478-13-D-4006); Talion Construction, LLC.*, Honolulu, Hawaii (N62478-13-D-4007); and Tokunaga Elite JV, LLC.*, Honolulu, Hawaii (N62478-13-D-4008), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR). The maximum dollar value, including the base period and two option years, for all eight contracts combined is $95,000,000. The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration, and related demolition of existing infrastructure based on design build or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. No task orders are being issued at this time. All work will be performed at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii AOR. The term of the contract is not to exceed 36 months, with an expected completion date of March 2014 (base period). Contract funds in the amount of $80,000 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 25 proposals received. These eight contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

LS3P Collaborative LLC., Charleston, S.C. was awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for complete architect and engineering services at the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). Task order 0001 is being awarded for $808,176 for 100 percent design for the replacement of Bolden Elementary-Middle School at Marine Corps Air Station Beaufort, Laurel Bay, S.C. Work for this task order is expected to be completed by April 2014. All work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southeast AOR including, but not limited to Georgia. (50 percent) and South Carolina, (50 percent), and is expected to be completed by March 2018. Contract funds in the amount of $808,176 are being obligated at time of 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 38 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-13-D-0010).

The Boeing Co., Seattle, Wash., was awarded a $12,354,787 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) for services on three P-8A Training Systems to provide training for P-8A aircraft that operate with a Test Release 12 (TR-12) aircraft software version. In addition, this modification provides for analysis of Aircraft Program Revision Records that define changes to the aircraft between the previously delivered Block 9.2 configuration of training devices and the target TR-12 configuration shall be analyzed for applicability to the training system. Work will be performed in St. Louis, Mo., and is expected to be completed in December 2013. Contract funds in the amount of $12,354,787 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Md., is the contracting activity.

General Dynamics NASSCO Earl Industries, Portsmouth, Va., was awarded a $10,394,502 modification to a previously awarded contract (N00024-11-C-4303) for the USS Enterprise (CVN 65) ship terminal operation programin support of the deactivation of the ship. The ship terminal operation program will be the first availability in the inactivation of the ship. This program is an exercised option for the CVN class multi-ship, multi-option contract. Work will be performed in Norfolk, Va., and is expected to be completed by June 2013. Funding in the amount of $10,394,502 will be obligated at time of award. Contract funds in the amount of $10,394,502 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Lockheed Martin Mission Systems and Training, Moorestown, N.J., was awarded a $9,340,354 modification to a previously awarded contract (N00024-10-C-5124) for technical engineering, logistics, configuration management, quality assurance, operation and maintenance for Aegis program sites located in Moorestown, N.J. and associated materials required to execute Foreign Military Sales cases to Japan (72.1 percent), Spain (9.1 percent), Norway (6.2 percent), Korea (8 percent), and Australia (4.6 percent) 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. These facilities incorporate highly integrated, classified, real-time networks that connect numerous contractors and U.S. government facilities required to build, integrate, test and deliver computer program baselines for the U.S. Navy, ballistic missile defense and foreign military sales requirements, as applicable. Work will be performed in Moorestown, N.J., and is expected to be completed in April 2013. Funding in the amount of $9,340,354 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., of North Charleston, S.C., was awarded a $7,974,850 firm, fixed-price contract for the regular overhaul and dry-docking of MSC fleet replenishment oiler USNS Patuxent (T-AO 201). Work will include lifeboats and davit maintenance and testing; underway replenishment gear maintenance; ventilation fan motor overhauls; main engine overhauls; underwater hull cleaning, preparing and painting; and propeller system maintenance. Patuxent’s primary mission is to provide fuel to deployed Navy ships at sea and their assigned aircraft. Work will be performed in North Charleston, S.C., and is expected to be completed by May 2013. The contract includes options which, if exercised, would bring the total contract value to $9,261,404. Contract funds in the amount of $7,974,850 will be obligated at time of award and will expire at the end of the current fiscal year. The contract includes options which, if exercised, would bring the total contract value to $9,261,404. This contract was competitively procured, with proposals solicited via the Military Sealift Command, Federal Business Opportunities and Navy Electronic Commerce Online websites and one offer received. Military Sealift Command Norfolk, Va., is the contracting activity (N32205-13-C-1004).

Insitu, Inc., Bingen, Wash., was awarded a $7,826,247 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0061) to exercise an option for operational and maintenance servicesin support of the ScanEagle Unmanned Aerial Systems . These services will provide electro-optical/infrared and mid-wave infrared imagery in support of land based operations in Operation Enduring Freedom to provide real-time imagery and data. Work will be performed in Bingen, Wash., and is expected to be completed in January 2014. Contract funds in the amount of $3,557,385 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE ADVANCED RESEARCH 
PROJECTS AGENCY

Georgia Tech Applied Research Corp., Atlanta, Ga., was awarded a $7,928,898 cost-plus-fixed-fee contract (HR0011-13-C-0037). The statement of work for this effort is classified. Work will be performed in Atlanta (59 percent) and Billerica, Mass., (41 percent). The work is expected to be completed by March 7, 2016. The Defense Advanced Research Projects Agency is the contracting activity.


CONTRACTS AWARDED ON MARCH 7, 2013

NAVY

Charles Stark Draper Laboratories, Inc., Cambridge, Mass., is being awarded $257,839,173 to provide Trident II (D5) Guidance System Strategic Program Alteration (SPALT) materials including: labor and consumable material to meet requirements for the guidance system on-going SPALT of MK6 MOD 1; test and procure data package assemblies; and circuit card assembly materials with electronic components. Work will be performed inPittsfield Mass. (84 percent); Cambridge, Mass. (7 percent); Clearwater, Fla. (5 percent); Terrytown, N.Y. (2 percent); El Segundo, Calif.,(1percent) and other (1 percent). Work is expected to be completed Dec. 31. 2016. Contract funds in the amount of $257,839,173 will be obligated at the time of award. Contract funds in the amount of $15,000,000 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). The Navy's Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0007).

The Navy is modifying the total amount of a previously awarded contract to Huntington Ingalls Inc., Newport News, Va., (N00024-09-C-2116) by $64,988,809 in order to provide the ability to procure additional long lead material and advance construction activities for CVN 79 if required. The current contract has been in place since 2009. Work will be performed in Newport News, Va., and is expected to be complete by October 2015. Additional funding is not being obligated at this time. 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.

Alion Science and Technology Corp., Burr Ridge, Ill., was awarded a $63,782,673 cost-plus-incentive-fee modification to previously awarded contract (N00024-12-C-4401) to increase the level of effort available to provide mission critical professional support services in support of the NAVSEA Surface Warfare Directorate (SEA 21). This modification will continue professional support services in support of SEA 21during the interim between the expiration of the competitively awarded, SEAPORT-e task order, (N00024-01-D-7013-0021), and the award of multiple follow-on, competitively awarded SEAPORT-e task orders. This contract includes options which, if exercised, would bring the total value of the contract to $136,126,929. The contract provides necessary program management, engineering, logistics, technical support, planning and readiness support, fleet introduction training and financial management support services in support of ongoing maintenance and modernization efforts. Work will be performed in Washington, D.C. (56 percent), Norfolk, Va. (23 percent), San Diego, Calif. (6 percent), Pascagoula, Miss. (6 percent), Bath, Maine (3 percent), Mayport, Fla. (2 percent), Japan (2 percent) and various locations of less than one percent, each totaling two percent, and is expected to be completed by January 2014. Funding in the amount of $19,230,119 will be obligated at time of award. Fiscal 2013 Operations & Maintenance Navy contract funds in the amount of $19,230,119 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Barling Bay, LLC.*, North Charleston, S.C. (N65236-13-D-4964); CASE, LLC.*, Alexandria, Va. (N65236-13-D-4965); DKW Communications, Inc.*, Washington. D.C. (N65236-13-D-4966); Dynamic Network Enterprises, Inc.*, Stafford, Va. (N65236-13-D-4967); Grove Resource Solutions, Inc.*, Frederick, Md. (N65236-13-D-4968); Information Management Group, Inc.*, Fairfax, Va. (N65236-13-D-4969); Mandex, Inc.*, Fairfax, Va. (N65236-13-D-4970); Network Security Systems Plus, Inc.*, Falls Church, Va. (N65236-13-D-4971); Technical Software Services, Inc.*, Pensacola, Fla. (N65236-13-D-4972); and Vector Planning and Services, Inc.*, San Diego (N65236-13-D-4973), were each awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for fixed-price-incentive (firm target) and firm-fixed-price task orders, performance based contract. The contracts are for the procurement of integrated cyber operations support services including the entire spectrum of non-inherently governmental services and solutions (equipment and services) associated with the full system lifecycle support including research, development, test, evaluation, production and fielding of sustainable, secure, survivable, and interoperable command, control, communication, computers, combat systems, intelligence, surveillance, reconnaissance (C5ISR), information operations, enterprise information services (EIS) and space capabilities. The cumulative, estimated value (ceiling) of the base year is $49,918,000. These contracts include options which, if exercised, would bring the cumulative value (ceiling) of these contracts to an estimated $249,590,000. Work will be performed worldwide. Work is expected to be completed by March 2014. If all options are exercised, work could continue until March 2018. SPAWAR Systems Center Atlantic Navy Working Capital funds in the amount of $15,000 will be obligated at the time of award as the minimum guarantee and will be split among the 10 awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas. The multiple award contractswere competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S.C. 2304(b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 20 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Raytheon Co., Tucson, Ariz., was awarded a $12,773,553 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for services in support of Tomahawk missile depot maintenance, including direct fleet support for resolving technical issues with forward deployed, in-theater weapons and inventory management for the U.S. Navy and the United Kingdom. Work will be performed in Tucson, Ariz. (70 percent); Camden, Ark. (24 percent); Commerce Township, Mich. (4 percent); Indianapolis, Ind. (1 percent); and various other continental U.S. (CONUS) and outside CONUS locations (1 percent). Work is expected to be completed in February 2014. Contract funds in the amount of $2,419,482 will be obligated at time of award, $2,331,175 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-D-0002).

Aero Thermo Technology, Inc., Huntsville, Ala., was awarded a $6,779,733 cost-plus-fixed-fee contract to provide guidance systems, technical, analytical and program services to support the TRIDENT II Submarine Launched Ballistic Missile guidance systems requirements for strategic systems programs. They will support key guidance system technology development and coordination between the Navy and the Air Force for current and next generation strategic systems. The Navy and Air Force will conduct closely coordinated strategic ballistic missile technology development and application programs based on recommendations of the U.S. Strategic Command, Defense Planning Guidance, and Nuclear Posture Reviews. Both services invest in research, development, test and evaluation projects to ensure unique, critical design, and development skills relevant to strategic systems remain viable to support current and future ballistic missile requirements. This contract contains options, which if exercised, will bring the contract total to $20,741,835. Work will be performed in Huntsville, Ala., and work is expected to be completed Dec. 3, 2013. If options are exercised, work will continue through Dec. 31, 2015. Contract funds in the amount of $1,411,994 will be obligated at the time of award. Contract funds in the amount of $3,856,327 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). The Navy's Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0013).

AIR FORCE

Lockheed Martin Services, Inc., Gaithersburg, Md., was awarded a $70,000,000 contract modification (FA8734-08-D-0003, P00023) to the personnel services delivery transformation contract.  The location of the performance is Randolph Air Force Base, Texas. Work is expected to be completed by April 2016. Type of appropriation is fiscal 2013 through fiscal 2015. The contracting activity is AFLCMC/HIBK, Randolph Air Force Base, Texas.

DEFENSE LOGISTICS AGENCY

L-3 Communications Avionics Systems, Inc., Grand Rapids, Mich., was awarded contract (SPRRA1-13-D-0026). The award is a firm-fixed-price, sole-source contract for $18,631,032 for Chinook (CH-47) Helicopter flight display units. Location of performance is Michigan with a March 7, 2017 performance completion date. Using military service is Army. Type of appropriation is fiscal 2013 Army Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala. 

CONTRACTS HANDED OUT FOR MARCH 5, 2013

MISSILE DEFENSE AGENCY

The Missile Defense Agency (MDA) was awarded a sole-source, cost-plus-award-fee contract action to Raytheon Missile Systems Co., Tucson, Ariz.,under contract (HQ0276-11-C-0002), modification P00032. The total value of this effort is $62,309,991,increasing the total contract value from $594,376,724 to $656,686,715. Under this modification, the contractor will perform Standard Missile-3 Block IB in-service engineering support. The work will be performed in Tucson, Ariz. The performance period is from date of award through Sept. 30, 2015. Fiscal 2013 Research, Development, Test and Evaluation funds will be used to incrementally fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. The MDA, Dahlgren, Va., is the contracting activity.

ARMY

J & J Maintenance Inc., Austin, Texas, (W912DY-13-D-0018); and Linc Government Services L.L.C., Hopkinsville, Ky., (W912DY-13-D-0019); were awarded a $585,000,000 firm-fixed-price multiple award task order contract among seven vendors. Five other vendors were previously awarded. The award will provide for the construction services in support of the Medical Repair and Renewal program. Work location will be determined with each order, with an estimated completion date of July 10, 2017. The bid was solicited through the Internet, with 27 bids received. The U.S. Army Corps of Engineers, Huntsville, Ala., is the contracting activity.

Hensel Phelps Kiewit Joint Venture, Chantilly, Va., was awarded a $564,689,000 firm-fixed-price, incrementally-funded contract. This increment is worth $56,000,000. The award will provide for the design and construction of a high performance computing center on Fort Meade, Md. Work will be performed in Fort Meade, with an estimated completion date of Sept. 1, 2015. The bid was solicited through the Internet, with seven bids received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-13-C-0005).

Textron Marine & Land Systems, New Orleans, La., was awarded a $113,431,277 firm-fixed-price contract. The award will provide for the procurement of Mobile Strike Force vehicles to support the Afghanistan National Security Forces. This contract is in support of Foreign Military Sales for Afghanistan. Work will be performed in New Orleans, with an estimated completion date of Feb. 28, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0170).

The Boeing Co., Mesa, Ariz., was awarded a $41,111,000 cost-plus-fixed-fee contract. The award will provide for the incremental funding modification in support of AH-64 Apache Block III system development. Work will be performed in Mesa, with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0001).

Macnak-Saybr JV 1, Lakewood, Wash., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum value of $30,000,000. The award will provide for general construction services. Work location will be determined with each order, with an estimated completion date of March 31, 2016. The bid was solicited through the Internet, with 13 bids received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-D-1003).

The Boeing Co., Ridley Park, Pa., was awarded a $22,480,813 cost-plus-fixed-fee contract. The award will provide for deployed field-service support for the CH-47 Fleet and the cargo helicopter project management office. Work location will be determined with each order, with an estimated completion date of Sept. 30, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0065).

The Boeing Co., Ridley Park, Pa., was awarded a cost-plus-fixed-fee contract with a maximum value of $17,890,174. The award will provide for the non-deployed field-service support for the CH-47 Fleet and the cargo helicopter project management office. Work location will be determined with each order, with an estimated completion date of Sept. 30, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0097).

BH Defense LLC., Arlington, Va., was awarded a $17,846,157 firm-fixed-price contract. The award will provide for the services in support of the Iraq International Academy to ensure the continued development of Iraq’s defense forces through the education and development of its senior leadership. This contract is in support of Foreign Military Sales for Iraq. Work will be performed in Iraq, with an estimated completion date of Feb. 29, 2016. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Fort Bragg, N.C., is the contracting activity (W91247-13-C-0015).

Department of the Blind – Visually Impaired, Richmond, Va., was awarded a $15,802,629 firm-fixed-price contract. The award will provide for the necessary support services for the function of the food and dining facility on Fort Lee, Va. Work will be performed in Fort Lee, with an estimated completion date of Feb. 29, 2016. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Fort Lee, Va., is the contracting activity (W91QF5-13-D-0003).

Benchmark Electronics Incorporated, Rochester, Minn., was awarded a $14,882,971 firm-fixed-price contract. The award will provide for the procurement of a maximum of 12,000 transceiver field units in support of Program Manager Air Warrior. Work will be performed in Rochester, with an estimated completion date of Feb. 27, 2018. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-D-0002).

DynCorp International, Fort Worth, Texas, was awarded a $14,197,819 cost-plus-award-fee incrementally-funded contract. This increment is worth $5,858,421. The award will provide for the modification of an existing contract to extend logistics support services for the Directorate of Logistics.  Work will be performed in Fort Campbell, Ky., with an estimated completion date of Sept. 30, 2013. Fifteen bids were solicited, with five bids received. The U.S. Army Contracting Command, Fort Campbell, Ky., is the contracting activity (W911SE-07-D-0005).

S M Resources Corp., Inc., Lanham, Md., was awarded a cost-plus-fixed-fee incrementally-funded contract worth a maximum value of $9,999,999. This increment is worth $53,206. The award will provide for the Chemical Biological Applications and Risk Reduction mission support services. Work location will be determined with each order, with an estimated completion date of Feb. 24, 2016. 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 (W911SR-13-D-0001).

Northrop Grumman Information Systems, McLean, Va., was awarded a $9,784,125 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to exercise the option for systems sustainment in support of the biometrics database. Work will be performed in Alexandria, Va., with an estimated completion date of Feb. 28, 2014. There were 20 bids solicited, with 16 bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W91QUZ-07-D-0005).

South Carolina Commission for the Blind, Columbia, S.C., was awarded a $9,498,655 firm-fixed-price, incrementally-funded contract. This increment is worth $3,097,841. The award will provide for the modification of an existing contract to extend food services support at Fort Jackson, S.C. Work will be performed in Fort Jackson, with an estimated completion date of May 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Fort Jackson, S.C., is the contracting activity (W9124C-13-C-0010).

Alliant Techsystems Operations, Plymouth, Minn., was awarded a $9,259,272 firm-fixed-price contract. The award will provide for the modification of an existing contract to refurbish Spider munitions control units TS-04 system to the TS-09 version. Work will be performed in Plymouth; Wilmington, Mass; and Rocket City, W.Va.; with an estimated completion date of Jan. 31, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-06-C-0154).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas,was awarded a not-to-exceed $72,200,000 undefinitized modification to the previously awarded Low Rate Initial Production Lot 6 advance acquisition contract (N00019-11-C-0083). This modification provides for the procurement of support equipment at Pilot Training Center 1, Luke Air Force Base for the F-35 Lightning II Conventional Take-Off and Landing air system program. In addition, this modification provides for the associated Data Quality Integration Management supplier support tasks, and all other sustainment data products for the U. S. Air Force and the governments of Italy and Australia. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in August 2014. Contract funds in the amount of $36,100,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U. S. Air Force ($55,009,524; 76.2 percent); and the governments of Italy ($10,314,286; 14.3 percent); and Australia ($6,876,190; 9.5 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Titan Maritime L.L.C., Pompano Beach, Fla., was awarded a $43,000,000 ceiling modification to previously awarded contract (N00024-D-12-4119) 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 vicinity of the U.S. West Coast (80 percent), Hawaii (10 percent) and Eastern Pacific (10 percent), and is expected to be completed by February 2014. No funding will be obligated at this time. The initial order fulfilling the minimum government liability amount of $50,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command is the contracting activity.

Science Applications International Corp., McLean, Va., was awarded a $21,207,322 firm-fixed-price contract for global sustainment of Anti-Terrorism Force Protection Ashore Program Systems and associated equipment and software at 66 military installations worldwide. The work to be performed provides for preventive and corrective maintenance to sustain all Anti-Terrorism Force Protection Ashore Systems, associated equipment and software. This includes providing centralized comprehensive life cycle sustainment support for all of the hardware, software/firmware and cabling or other signal/data transmission sub-systems necessary for the systems to function as intended. Service call management is also included as part of this requirement. The contract is incrementally funded with the first increment of $3,655,433 being allocated at the time of award. The second increment will be funded in April 2013 at $17,551,889. The contract also contains five unexercised options, which if exercised would increase cumulative contract value to $74,398,851. Work will be performed worldwide, and is expected to be completed by March 2014. Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $3,655,433 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 five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity (N39430-13-C-1201).

Shell Marine Products (U.S.), Houston, Texas, was awarded a one-year $15,952,820 indefinite-delivery/indefinite-quantity contract with firm-fixed-price task orders for the supply and related services of lube oil products for the engineering directorate of Military Sealift Command and other government agencies. This contract includes four one-year option periods, which, if exercised, would bring the cumulative value to $80,361,824. Work will be performed where needed at ports worldwide and is expected to be completed May 2014. If all option periods are exercised work will continue through May 2018. Fiscal 2013 Navy Working Capital funds in the amount of $15,952,820 are obligated for and will expire at the end of the current fiscal year. This contract was competitively procured via solicitations posted to Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with more than 50 companies solicited and three offers received. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-13-D-8020).

Northrop Grumman Systems Corp., Electronic Systems Sector, Land and Self Protection Systems Division, Rolling Meadows, Ill., was awarded an $11,665,702 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0043) for software and the integration of that software into the hardware design of the AN/APR-39D(V)2 processor and appropriate antennas and receiver resources in support of various naval aviation platforms. Work will be performed in Rolling Meadows, Ill., and is expected to be completed in March 2014. Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $11,665,702 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Northrup Grumman Systems Corp., Chantilly, Va., was awarded contract (SPRBL1-13-D-0012). The award is a firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity contract for $49,288,375 for guardrail modernization system spare parts. Locations of performance are Virginia and California with a March 5, 2018 performance completion date. Using military service is Army. Type of appropriation is fiscal 2013 through fiscal 2017 Army Working Capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Md.

Short Bark Industries, Inc., Vonore, Tenn.*, was awarded contract (SPM1C1-13-D-1030). The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for $23,017,500 for various types of Permethrin Army Combat Uniform coats. Locations of performance are in Tennessee, Puerto Rico, and Mississippi with a March 4, 2014 performance completion date. Using military service is Army. 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.

Tennier Industries, Inc., Boca Raton, Fla.**, was awarded contract (SPM1C1-13-D-1029). The award is a firm-fixed-price contract for $22,977,600 for cold weather, soft shell, loft parkas and trousers. Locations of performance are in Florida, Tennessee, and Kentucky with a March 4, 2014 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 Troop Support, Philadelphia, Pa.

Avfuel Corp., Ann Arbor, Mich.**, was awarded contract (SP0600-13-D-0026). The award is a fixed-price with economic-price-adjustment contract for $6,749,966 for fuel. Locations of performance are in Michigan and Florida 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.

Tactical & Survival Specialties, Inc., Harrisonburg, Va.***, was issued a modification exercising the third option year on contract (SPM8EJ-09-D-0001/P00020). The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $5,638,289,738 in support of the Special Operational Equipment Tailored Logistics Support Program. Location of performance is Virginia with a March 9, 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.

W.S. Darley & Co., Itasca, Ill.**, was issued a modification exercising the third option year on contract (SPM8EJ-09-D-0002/P00019). The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $5,559,591,157 in support of the Special Operational Equipment Tailored Logistics Support Program. Location of performance is in Illinois with a March 9, 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.

Source One Distributors Inc., Wellington, Fla.****, was issued a modification exercising the third option year on contract (SPM8EJ-09-D-0004/P00021). The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $5,304,877,527 in support of the Special Operational Equipment Tailored Logistics Support Program. Location of performance is in Florida with a March 9, 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.

ADS, Inc., Virginia Beach, Va.**, was issued a modification exercising the third option year on contract (SPM8EJ-09-D-0003/P00021). The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $3,549,597,144 in support of the Special Operational Equipment Tailored Logistics Support Program. Location of performance is in Virginia with a March 9, 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.

AIR FORCE

University of Dayton Research Institute, Dayton, Ohio, (FA8650-13-D-5600) was awarded a $45,000,000 indefinite-delivery/indefinite-quantity contract for the Quick Reaction Evaluation of Materials and Processes Program. The location of performance is Wright-Patterson Air Force Base, Ohio. Work is expected to be completed by May 31, 2019. Type of appropriation is fiscal 2013. The contracting activity is ARFL/RQKMS, Wright-Patterson Air Force Base, Ohio.

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, (F42610-98-C-0001, modification number to be awarded at time of award) is being awarded a $22,226,876 contract modification contract for ICBM ICU II engineering change. The location of the performance is Huntington Beach, Calif. Work is expected to be completed by Aug. 3, 2013. Type of appropriation is fiscal 2011 through 2016. The contracting activity is AFNWC/PZBE, Hill Air Force Base, Utah. 


CONTRACTS AWARDED ON MARCH 4, 2013

NAVY

Lockheed Martin Corp., Baltimore, Md., was provided funding in the amount of $696,629,123 under previously awarded contract (N00024-11-C-2300) for construction of two fiscal 2013 Littoral Combat Ships. Work will be performed in Marinette, Wis. (56 percent); Walpole, Mass. (14 percent); Washington, D.C. (12 percent); Oldsmar, Fla. (4 percent); Beloit, Wis. (3 percent); Moorestown, N.J. (2 percent); Minneapolis, Minn. (2 percent) and various locations of less than one percent each totaling seven percent, and is expected to be complete by July 2018. 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.

Austal USA, Mobile, Ala., was provided funding in the amount of $681,721,789 under previously awarded contract (N00024-11-C-2301) for construction of two fiscal 2013 Littoral Combat Ships. Work will be performed in Mobile, Ala. (51 percent); Pittsfield, Mass. (13 percent); Cincinnati, Ohio (4 percent); Baltimore, Md. (2 percent); Burlington, Vt. (2 percent); New Orleans, La. (2 percent) and various locations of less than two percent each totaling 26 percent. Work is expected to be complete by June 2018. 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.

Lockheed Martin Corp., Mission Systems and Training, Moorestown, N.J., was awarded a $100,685,094 cost-plus-incentive-fee, cost-plus-fixed-fee, and cost-only contract for Aegis Combat System Engineering Agent (CSEA) efforts for the design, development, integration, test and delivery of computer program baselines, associated technology insertion hardware design support, in-service baseline maintenance and associated training and studies. The Aegis CSEA will evolve and maintain the Aegis Weapon System (AWS) and Aegis Combat System (ACS) for CG 47 class cruisers, DDG 51 class destroyers and future surface combatant Aegis ship classes. Work will be performed in Moorestown, N.J. (55 percent); Manassas, Va. (34.1 percent); Pittsfield, Mass. (3.9 percent); Dahlgren, Va. (2.6 percent); Berlin, N.J. (1.6 percent); Columbia, Md. (1.4 percent); Birdsboro, Pa. (0.7 percent); Mount Laurel, N.J. (0.4 percent); Fairfax, Va. (0.2 percent); and less than 0.1 percent each in Bethesda, Md., Cherry Hill, N.J., Lexington Park, Md., Newport Beach, Calif., Philadelphia, Pa., Silver Spring, Md., and Washington, D.C., and is expected to be completed by May 2018. Incremental funding in the amount of $2,924,119 will be obligated at time of award. Contract funds in the amount of $50,000 will expire at the end of the current fiscal year. This contract was competitively procured using full-and-open competitive procedures, with proposals solicited via the Navy Electronic Commerce Online and Federal Business Opportunities websites, and three offers were received in response to the solicitation. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5116).

Bath Iron Works, Bath, Maine, was awarded a $12,326,893 modification to previously awarded contract (N00024-09-C-2302) to exercise an option for post-delivery support for the USS Coronado (LCS 4). Bath Iron Works will perform the planning and implementation of deferred design changes that have been identified during the construction period. The corrections and upgrades are necessary to support Coronado’s sailaway and follow-on post-delivery test and trials period. Work will be performed in Mobile, Ala. (76 percent); Bath, Maine (18 percent); and Pittsfield, Mass. (6 percent), and is expected to be complete by February 2014. Fiscal 2009 Shipbuilding and Conversion, Navy funding in the amount of $12,326,893 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.

Marine Hydraulics International*, Norfolk, Va., was awarded a $6,951,085 modification to previously awarded contract (N00024-10-C-4405) to exercise options for the accomplishment of the USS Cole (DDG 67) fiscal year 2013 selected restricted availability. A selected restricted availability includes the planning and execution of depot-level maintenance, alterations and modernizations that will update and improve the ship’s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by June 2013. Fiscal 2013 Operations & Maintenance, Navy contract funds in the amount of $6,951,085 will be obligated at time of award and will expire at the end of the current fiscal year. The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Shell Energy North America (U.S.), L.P (Shell), Houston, Texas, was awarded contract SPE600-13-D-7519. The award is a fixed-price with economic-price-adjustment contract with a maximum $35,250,227 for natural gas. Locations of performance are Texas, Nevada, Montana, Washington, Oregon and California with a Sept. 30, 2015 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. There were eight responses to the Web solicitation. Type of appropriation is fiscal 2013 through fiscal 2015 multiple agency funding. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
U.S. Worldmeds LLC*, Louisville, Ky., was awarded contract SPM2D0-13-D-0002. The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $30,239,949 for pharmaceutical product support. Location of performance is Kentucky with a March 3, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tiger Natural Gas Inc.*, Tulsa Okla., was awarded contract SPE600-13-D-7516. The award is a fixed-price with economic-price-adjustment contract with a maximum $19,867,106 for natural gas. Locations of performance are Oklahoma, Colorado and New Mexico, with a Sept. 30, 2015 performance completion date. Using military services are Air Force and federal civilian agencies. There were eight responses to the Web solicitation. Type of appropriation is fiscal 2013 through fiscal 2015 multiple agency funding. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir Va.

CIMA Energy Ltd.*,, Houston, Texas*, was awarded contract SPE600-13-D-7514. The award is a fixed-price with economic-price-adjustment contract with a maximum $11,540,628 for natural gas. Locations of performance are Texas and Utah, with a Sept. 30, 2015 performance completion date. Using military services are Army and Air Force. There were eight responses to the Web solicitation. Type of appropriation is fiscal 2013 through fiscal 2015 multiple agency funding. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

AIR FORCE

Raytheon Intelligence and Information Systems, Aurora, Colo., (FA8807-10-C-0001, P00088) was awarded a $12,099,527 contract modification to provide allowance of digital signatures of critical information exchanges and proof message origin. The location of the performance is Aurora, Colo. Work is expected to be completed by Feb. 28, 2015. Type of appropriation is fiscal 2013. The contracting activity is SMC/GPK, Los Angeles Air Force Base, Calif.

WASHINGTON HEADQUARTERS SERVICES

Logistics Management Institute, McLean, Va., was awarded a $6,797,235.70 modification to the firm-fixed-price contract (HQ0034-10-F-0075) to provide support services to the Director, Defense Procurement and Acquisition Policy. Work will be performed in Arlington and McLean, Va., with an estimated completion date of Feb. 28, 2014. Washington Headquarters Services, Acquisition Directorate, Arlington, Va., is the contracting activity. 

CONTRACTS AWARDED ON MARCH 1, 2013

DEFENSE LOGISTICS AGENCY

Bayer Healthcare Pharmaceuticals, Wayne, N.J., was issued a modification exercising the first option year on contract SPM2D0-12-D-0002/P00006. The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $49,401,788 for various pharmaceutical products. Location of performance is New Jersey 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 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tennier Industries*, Boca Raton, Fla., was awarded contract SPM1C1-13-D-1028. The award is a fixed-price with economic price adjustment contract with a maximum $15,551,438 for universal camouflage patterned jackets. Locations of performance are Florida, Tennessee, West Virginia and Georgia with a Feb. 28, 2014 performance completion date. Using military service is Army. 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.

Exide Technologies, Milton, Ga., was awarded contract SPM7LX-13-D-0029. The award is a fixed-price with economic price adjustment contract with a maximum $6,754,515 for procurement of storage batteries. Locations of performance are Iowa and Georgia with a Feb. 24, 2014 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2012 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

AIR FORCE

DLT Solutions, Herndon, Va., was awarded a $23,212,706 firm-fixed-price contract (FA8771-13-F-8100) for procurement of software maintenance and support for perpetual enterprise Oracle software licenses. The location of performance is Herndon, Va. Work is expected to be completed by Feb. 28, 2014. Type of appropriation is fiscal 2013. The contracting activity is AFLCMC/HIK, Maxwell Air Force Base-Gunter Annex, Ala.

L-3 Communications Vertex Aerospace L.L.C., Madison, Miss., was awarded a $8,076.281 contract modification (FA3002-09-C-0006, P00022) for aircraft flightline maintenance for the F-16 aircraft in support of Taiwan's F-16 program. The location of performance is Luke Air Force Base, Ariz. Work is expected to be completed by Feb. 28, 2014. Type of appropriation is international funding. The contracting activity is AETC CONS/LGCI, Randolph Air Force Base, Texas. Contract involves Foreign Military Sales.

NAVY

General Dynamics National Steel and Shipbuilding Co., Norfolk, Va., was awarded a $14,648,643 modification to previously awarded cost-plus-award-fee contract (N00024-10-C-4401) to exercise options for repairs and alterations for the USS Fort McHenry (LSD 43) non dry-docking fiscal year 2013 chief of Naval operations (CNO) availability. The CNO availability consists of various repairs and alterations such as engine replacement/repair, jacket water cooler, lagging and insulation, ballast tank repair/preserve, well deck repair, cylinder head and components, etc. Work will be performed in Norfolk, Va., and is expected to be completed by August 2013. Fiscal 2013 funding in the amount of $14,648,643 will be obligated at time of award, and will expire at the end of the current fiscal year. The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Canadian Commercial Corp., Ottawa, Ontario, Canada, was awarded a $9,839,099 firm-fixed-price, cost-reimbursable, indefinite-delivery/indefinite-quantity contract for services and supplies for land and sea-based modeling, testing and risk reduction flights for the U.S. Navy and the governments of Australia, Spain, Japan, South Korea and Norway. In support of these efforts, the contractor will utilize a Vindicator II System comprised of contractor-owned unmanned air vehicles and high-speed maneuvering unmanned surface vehicles, as well as a contractor-owned helicopter radar signature simulator. Work will be performed at the Naval Air Warfare Center Weapons Division (NAWCWD), Pt. Mugu, Calif. (30 percent); the Pacific Missile Range Facility, Barking Sands, Kauai, Hawaii (30 percent); NASA Wallops Flight Facility, Wallops Island, Va. (15 percent); Virginia Capes, Dam Neck, Va. (15 percent); NAWCWD China Lake, Calif. (5 percent); and Key West, Fla. (5 percent), and is expected to be completed in March 2018. Fiscal 2013 Operations and Maintenance, Navy contract funds in the amount of $262,723 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1. This contract combines purchase for the U.S. Navy (8,264,844; 85 percent) and the governments of Australia ($314,851; 3 percent); Spain ($314,851; 3 percent); Japan ($314,851; 3 percent); South Korea ($314,851; 3 percent); and Norway ($314,851; 3 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-D-0005).

DEFENSE ADVANCED RESEARCH
PROJECTS AGENCY


HRL Laboratories L.L.C., Malibu, Calif., was awarded a $10,150,974 cost-plus-fixed-fee contract (HR0011-13-C-0027). This work is under the Structural Logic program, which seeks revolutionary structural designs that make up the basis for modern military platforms and systems by passively adapting to varying loads and simultaneously exhibiting high stiffness and high damping over a wide dynamic range. The goal of the Structural Logic Phase II is to demonstrate that this radically new approach to structural design can be applied to relevant and real world tactical systems. During Phase I of the program a wide range of relevant tactical applications were evaluated for the Structural Logic concepts and technologies including: space, armor, aerodynamic, hydrodynamic and civil engineering structural systems. The government has selected a hydrodynamic application, in particular a high speed boat (watercraft) for the Phase II demonstration. Work will be performed in Malibu, Calif. (34.3 percent); Baltimore, Md. (26.6 percent); Champaign, Ill. (18.6 percent); Chesapeake, Va. (8.2 percent); Austin, Texas (6.8 percent); Akron, Ohio (4.0 percent) and Portland, Maine (1.5 percent). The work is expected to be completed by Feb. 27, 2015. The Defense Advanced Research Projects Agency is the contracting activity. 

# # # #

# # # #

# # # #

# # # #

# # # #

# # # #

# # # #

# # # #

# # # #

# # # #

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 - FEB - APR - MAY - JUN - JUL - AUG - SEPT - OCT - NOV - DEC

# # # #