Wednesday, November 27, 2013

BULLETIN: Secretary Chuck Hagel to be Honored in the "2013 Year-End Review" Edition of Houston Business Connections Magazine


PICTURED ABOVE: Secretary Chuck Hagel is being honored in the "2013 Year-End Review" edition of Houston Business Connections Magazine. This issue of Houston Business Connections Magazine will also honor President Barack Obama, Governor Rick Perry, Mayor Annise Parker, Mayor Allen Owen, and many others; and is being billed as our "2013 Yearbook" issue.


Meet Chuck Hagel the 24th Secretary 
of Defense for the United States of America

Chuck Hagel was sworn in as the 24th Secretary of Defense on February 27, 2013 becoming the first enlisted combat veteran to lead the Department of Defense.

Secretary Hagel was born on October 4, 1946 in North Platte, Nebraska, the eldest of four brothers. He joined the United States Army and volunteered to go to Vietnam, rising to the rank of Sergeant and serving as an infantry squad leader alongside his brother, Tom, with the Army’s 9th Infantry Division in 1968. He earned numerous military decorations and honors, including two Purple Hearts.

Following his tour in Vietnam, Secretary Hagel graduated from the University of Nebraska at Omaha using the G.I. Bill. Continuing his commitment to public service, Secretary Hagel became Chief of Staff to Nebraska Congressman John Y. McCollister.

In 1981, Secretary Hagel was nominated by President Ronald Reagan to serve as Deputy Administrator of the Veterans Administration. In that post he helped pioneer early electronic health record keeping and pushed for increased benefits for Vietnam veterans suffering from Agent Orange. This fight became one of the causes of his life, later helping federal courts distribute hundreds of millions of dollars for Agent Orange victims through the Court settlement that set up the Agent Orange Payment Program which he chaired.

In the mid-1980’s, Secretary Hagel co-founded Vanguard Cellular Systems, Inc., which became one of the largest independent cellular networks in the country. Secretary Hagel also served as President and CEO of the USO; the Chief Operating Officer of the 1990 Economic Summit of Industrialized Nations (G-7 Summit) in Houston, Texas; Deputy Commissioner General of the United States for the 1982 World’s Fair, President of the Private Sector Council and President of McCarthy & Company, an Omaha based investment bank. 

In 1996, Secretary Hagel was elected to the United States Senate and represented Nebraska until 2009. While in the Senate, he was a senior member of the Foreign Relations; Banking, Housing and Urban Affairs; and Intelligence Committees. He chaired the Foreign Relations International Economic Policy, Export and Trade Promotion Subcommittee; and the Banking Committee’s International Trade and Finance, and Securities Subcommittees. Secretary Hagel also served as the Chairman of the Congressional-Executive Commission on China and the Senate Climate Change Observer Group.

Following his Senate career, Secretary Hagel served as Co-Chairman of President Obama’s Intelligence Advisory Board and a member of the Secretary of Defense Policy Board. He was a Distinguished Professor in the Practice of National Governance at the Georgetown University School of Foreign Service and Chairman of the Atlantic Council, a non-partisan institution devoted to promoting transatlantic cooperation and international security. He also served on the board of PBS and a number of corporations and financial institutions.

Secretary Hagel is author of the 2008 book America: Our Next Chapter. He and his wife Lilibet have a daughter, Allyn, and a son, Ziller.

ABOUT THE DEPARTMENT 
OF DEFENSE (DOD)

The Secretary of Defense is the principal defense policy advisor to the President. Under the direction of the President, the Secretary exercises authority, direction, and control over the Department of Defense. The Deputy Secretary, the second-highest ranking official in the DoD, is delegated full power and authority to act for the Secretary and to exercise the powers of the Secretary on any and all matters for which the Secretary is authorized to act.

The Department of Defense is America's oldest and largest government agency. With our military tracing its roots back to pre-Revolutionary times, the Department of Defense has grown and evolved with our nation.

Today, the Department, headed by Secretary of Defense Chuck Hagel, is not only in charge of the military, but it also employs a civilian force of thousands. With over 1.4 million men and women on active duty, and 718,000 civilian personnel, we are the nation's largest employer. Another 1.1 million serve in the National Guard and Reserve forces. More than 2 million military retirees and their family members receive benefits.

Headquarters of the Department of Defense, the Pentagon is one of the world's largest office buildings. It is twice the size of the Merchandise Mart in Chicago, and has three times the floor space of the Empire State Building in New York. Built during the early years of World War II, it is still thought of as one of the most efficient office buildings in the world. Despite 17.5 miles of corridors it takes only seven minutes to walk between any two points in the building.

The national security depends on our defense installations and facilities being in the right place, at the right time, with the right qualities and capacities to protect our national resources. Those resources have never been more important as America fights terrorists who plan and carry out attacks on our facilities and our people. Our military servicemembers and civilians operate in every time zone and in every climate. More than 450,000 employees are overseas, both afloat and ashore.

The Defense Department manages an inventory of installations and facilities to keep Americans safe. The Department’s physical plant is huge by any standard, consisting of more than several hundred thousand individual buildings and structures located at more than 5,000 different locations or sites. When all sites are added together, the Department of Defense utilizes over 30 million acres of land.

These sites range from the very small in size such as unoccupied sites supporting a single navigational aid that sit on less than one-half acre, to the Army's vast White Sands Missile Range in New Mexico with over 3.6 million acres, or the Navy’s large complex of installations at Norfolk, Virginia with more than 78,000 employees.

THE MISSION OF 
THE DEPARTMENT OF DEFENSE

The mission of the Department of Defense is to provide the military forces needed to deter war and to protect the security of our country. The department's headquarters is at the Pentagon.

The mission of Defense.gov is to support the overall mission of the Department of Defense by providing official, timely and accurate information about defense policies, organizations, functions and operations. Also, Defense.gov is the single, unified starting point for finding military information online.

This mission is consistent with the DoD Principles of Information, which outline the Department's policy for providing information to military members, DoD civilians, military family members, the American public, the Congress, and the news media. The information you find here is cleared for public release in accordance with applicable DoD policies.

THE HISTORY OF 
THE DEPARTMENT OF DEFENSE

The Army, Navy, and Marine Corps were established in 1775, in concurrence with the American Revolution. The War Department was established in 1789, and was the precursor to what is now the Department of Defense.

One year later, in 1790, the Coast Guard (part of Homeland Security in peace time) was established. This was followed by the founding of the Department of the Navy in 1798.

The decision to unify the different services under one Department led to the creation of the National Military Establishment in 1947. This establishment would replace the War Department, which converted to the Department of the Army. That same year, the U.S. Air Force was established followed by the founding of the Department of the Air Force.

Finally, the three military branches, Army, Navy, and Air Force, were placed under the direct control of the new Secretary of Defense, confirmed by Senate.

In 1949, an amendment to the National Security Act further consolidated the national defense structure by withdrawing cabinet-level status from the three Service secretaries. The National Military Establishment was then renamed the Department of Defense.


CONTRACTS HANDED OUT 
BY THE DEPARTMENT OF 
DEFENSE IN 2013

 # # # #


CONTRACTS AWARDED ON JANUARY 31, 2013

NAVY

Rolls-Royce Corp., Indianapolis, Ind., was awarded an $83,730,834 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0007) to exercise an option for the procurement of 38 V-22 AE1107C turboshaft production engines (34 for the U.S. Navy and four for the U.S. Air Force). Work will be performed in Indianapolis, Ind., and is expected to be completed in December 2014. Contract funds in the amount of $83,730,834 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The applicable contract funds are fiscal year 2012 -- Aircraft Procurement, Navy and fiscal year 2013 -- Aircraft Procurement, Air Force. This contract combines purchases for the U.S. Navy ($74,917,062), and the U.S. Air Force ($8,813,772). The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Ace Info Solutions Inc.*, Reston, Va. (N65236-13-D-4939); aVenture Technologies L.L.C.*, Vienna, Va. (N65236-13-D-4940); Barling Bay L.L.C.*, North Charleston, S.C. (N65236-13-D-4941); Centuria Corp.*, Reston, Va., (N65236-13-D-4942); DKW Communications Inc.*, Washington. D.C. (N65236-13-D-4943); Dynamic Network Enterprises*, Stafford, Va. (N65236-13-D-4944); ECSI International Inc.*, Clifton, N.J. (N65236-13-D-4945); Imagine One StraCon Venture L.L.C.*, Fort Worth, Texas (N65236-13-D-4946); Integrated Technology Solutions Group Joint Venture*, Fairfax, Va. (N65236-13-D-4947); Mandex Inc.*, Fairfax, Va. (N65236-13-D-4948); Product Data Integration Technologies Inc.*, North Charleston, S.C. (N65236-13-D-4949); Network Security Systems Plus Inc.*, Falls Church, Va. (N65236-13-D-4950); and Sysorex Government Services Inc.*, Herndon, Va. (N65236-13-D-4951) 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 for the procurement of business and force 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 and Space capabilities. The cumulative, estimated value of the base year is $49,918,000. Fiscal year 2013 contract funds in the amount of $15,000 will be obligated at the time of award. These contracts include options which, if exercised, would bring the cumulative value of these contracts to an estimated $249,590,000. Work will be performed worldwide. Work is expected to be completed by January 2014. If all options are exercised, work could continue until January 2018. Contract funds will not expire at the end of the current fiscal year. The multiple award contracts were 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 27 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Conn., was awarded a $41,581,130 firm-fixed-priced modification to the previously awarded contract (N00024-12-C-4301) to exercise the option for the execution work necessary to prepare and accomplish maintenance and modernization work of the fiscal year 2013 dry-docking selected restricted availability of the USS Hartford (SSN 768). This scope of work encompasses required maintenance activities necessary to maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity. Work will be performed in Groton, Conn. (95 percent), and Quonset Point, R.I. (5 percent), and is expected to be completed by July 2013. Funding in the amount of a $41,581,130 will be obligated at time of award, and will expire at the end of the current fiscal year. The applicable funds are fiscal year 2013 Operations and Maintenance, Navy. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., was awarded a $33,315,972 cost only contract for procurement of long lead material in support of fiscal 2013 Standard Missile-6 (SM-6) Block I all up rounds. Work will be performed in Camden, Ark. (72.6 percent), Andover, Mass. (11.5 percent), Wolverhampton, United Kingdom (9.8 percent), Tucson, Ariz. (2 percent), San Carlos, Calif. (1.1 percent), San Diego, Calif. (.9 percent), Anniston, Ala. (.7 percent), Middletown, Conn. (.6 percent), Joplin, Mo. (.5 percent), and Milwaukie, Ore. (.3 percent), and is expected to be completed by February 2015. Funding the amount of $33,315,972 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The applicable funds are fiscal 2012 Operations and Maintenance, Navy. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c) (1), as implemented in FAR 6.302-1: The supplies or services required are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5407).

The Boeing Co., Seattle, Wash., was awarded a $19,735,503 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) for the procurement of additional equipment adaptors, support equipment, and technical publications for the P-8A aircraft. Work will be performed in Dallas, Texas (70.8 percent); Seattle, Wash. (15.7 percent); St. Peters, Mo. (10.7 percent); Falls Church, Va. (1.2 percent); Chatsworth, Calif. (.6 percent); Anaheim, Calif. (.2 percent); El Dorado Hills, Calif. (.2 percent); and Berwyn, Pa. (.2 percent); Camden, N.J. (.2 percent); and New York, N.Y. (.2 percent); and is expected to be completed in April 2015. Contract funds in the amount of $19,735,503 are being obligated on this award, all of which will expire at the end of the current fiscal year. The applicable contract funds are fiscal 2011 Aircraft Procurement, Navy. The Naval Air System Command, Patuxent River, Md., is the contracting activity.

Energy Solutions Services Inc., Oak Ridge, Tenn., was awarded a $14,396,539 firm-fixed-priced, indefinite-delivery requirements contract for recycling of various heavy metal bearing equipment, lead scrap, ferrous and non-ferrous metals contaminated with radiation and the volume reduction of radioactive waste produced at various Navy Nuclear Propulsion Program facilities throughout the United States. This contract contains two option years, which if exercised, will bring the contract value to $44,222,300. Work will be performed in Oak Ridge, Tenn., and the expected completion date is Jan. 31, 2014. If the options are exercised, work will continue through Jan. 31, 2016. 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 U.S.C. 2304 (c) (1). NAVSUP Fleet Logistics Center Norfolk, Va., is the contracting activity (N00189-13-D-E001).

Robertson Fuel Systems L.L.C., Tempe, Ariz., was awarded a $7,073,997 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0097) to exercise the option for the procurement of 15 CV-22 Mission Auxiliary Fuel Tank Systems (MATS) and associated equipment required to support squadron stand-ups. Work will be performed in Tempe, Ariz., and is expected to be completed in April 2014. Contract funds in the amount of $7,073,997 are being obligated on this award, all of which will expire at the end of the current fiscal year. The applicable contract funds are fiscal year 2011 Aircraft Procurement, Air Force. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

AIR FORCE

Lockheed Martin Corp., Newton, Pa., (FA8823-13-C-0001) was awarded a $68,856,746 fixed-price, incentive-firm contract for Global Positioning Systems On-Orbit support. The location of the performance is Colorado Springs, Colo. Work is expected to be completed by July 31, 2018. The contracting activity is SMC/PKP, Peterson Air Force Base. Colo. This award is the result of a sole source acquisition. Type of appropriation is fiscal 2013 through fiscal 2018.

Exelis Systems Corp., Colorado Springs, Colo., (F9628-02-C-0010, P00420) was awarded a $37,060,527 contract modification contract for Systems Engineering and Sustainment Integration (SENSOR) Sustainment. The location of the performance is worldwide. Work is expected to be completed by Sept. 30, 2013. The contracting activity is AFLCMC/HBQK, Peterson Air Force Base. Colo. Type of appropriation is fiscal 2013.

DRS-Sustainment Systems Inc., St. Louis, Mo., (FA8519-12-D-0002-0018) was awarded a $18,142,097 hybrid fixed-price-incentive, firm-fixed-price, indefinite-delivery/indefinite-quantity requirements contract for overhaul of Tunner Aircraft Cargo Loaders in support of the Tunner 60K Loader Program. The location of the performance is West Plains, Mo. Work is expected to be completed by March 13, 2014. The contracting activity is AFLCMC/WNKBBA, Robins Air Force Base, Ga. One proposal was received. Type of appropriation is fiscal 2013.

Lockheed Martin Corp., Marietta, Ga., (FA8525-13-D-0001) was awarded a $16,078,108 firm-fixed-price, cost-plus-fixed-fee and cost reimbursement contract for replenishment spares and repairs in support of the Avonics Modernization and Reliability Enhancement and Re-engining Programs for the C-5 aircraft. The location of the performance is Marietta, Ga. Work is expected to be completed by Jan. 31, 2014. The contracting activity is AFLCMC/WLKB, Robins Air Force Base, Ga. This award is a result of a sole source acquisition. Type of appropriation is fiscal 2013.

ITT Exelis Inc., Fort Wayne, Ind., (FA8803-13-C-0006) was awarded a $12,706,126 cost-plus-fixed-fee contract for support to the Weather Satellite Follow-on Broad Agency Announcement. The location of the performance is Fort Wayne, Ind. Work is expected to be completed by Jan. 31, 2014. The contracting activity is SMC/DWSD, Los Angeles Air Force Base, Calif. Type of appropriation is fiscal 2012.

DEFENSE LOGISTICS AGENCY

Wolverine Services L.L.C., Anchorage, Alaska*, was issued a modification exercising the first option year on contract SP3300-11-C-0003/P00003. The modification is a firm-fixed-price with time and material line items contract with a maximum $6,726,571 for facility operations, maintenance, and repair of installation property and equipment that is not government-furnished. Location of performance is Alaska and California with a Jan. 31, 2017 performance completion date. Using military service is Defense Logistics Agency. There were four responses to the Federal Business Opportunities solicitation. Type of appropriation is fiscal 2012 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pa.

CONTRACTS AWARDED ON JANUARY 30, 2013

NAVY

The Matthews Group Inc.*, Purcellville, Va., was awarded a maximum $19,500,000 indefinite-delivery/indefinite-quantity job order contract for maintenance, construction, alteration and repair of industrial, commercial, and utility projects to government facilities at various Department of Defense activities within Maryland, Virginia, and Washington, D.C. The maximum dollar value, including the base period and four option years, is $97,500,000. No task orders are being issued at this time. All work will be performed in Naval Support Activity Washington, Washington, D.C., (30 percent); Regional Officer in Charge of Construction Quantico, Quantico, Va., (27 percent); Naval Support Activity Bethesda, Bethesda, Md., (25 percent); and Joint Base Anacostia-Bolling, Washington, D.C., (18 percent), with an expected completion date of January 2014. Contract funds in the amount of $50,000 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 twenty-one proposals received. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-13-D-0356).

The Matthews Group Inc.*, Purcellville, Va., was awarded a maximum $19,500,000 indefinite-delivery/indefinite-quantity job order contract for maintenance, construction, alteration and repair of industrial, commercial, and utility projects to government facilities at various Department of Defense activities within Maryland, Virginia, and Washington, D.C. The maximum dollar value, including the base period and four option years, is $97,500,000. No task orders are being issued at this time. All work will be performed at Naval Support Facilities in Patuxent River, Md., (31 percent); Dahlgren, Va., (30 percent); Indian Head, Md., (22 percent); and U.S. Naval Academy, Annapolis, Md., (17 percent), with an expected completion date of January 2014. Contract funds in the amount of $50,000 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 twenty proposals received. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-13-D-0355).

PPG Industries Inc., Alexander, Ark., was awarded a $10,395,621 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-09-D-8010) to exercise a one-year option period for the supply of paints, coatings, solvents, preservation products and engineering services as part of Military Sealift Command’s Fleet Paint Program. Work will be performed at ports worldwide as needed, and is expected to be completed by January 2014. Contract funds in the amount of $10,395,621 will be obligated on individual task orders for fiscal 2013. Contract funds will not expire at the end of the current fiscal year. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-09-D-8010).

General Dynamics Electric Boat Corp., Groton, Conn., was awarded a $7,289,440 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-4305) to exercise an option to provide Nuclear Regional Maintenance Department tasks in support of operational nuclear submarines at the Naval Submarine Support Facility, Naval Submarine Base, New London, Conn. Work will be performed in New London, Conn., and is expected to be completed by May 2013. The applicable fiscal 2012 Operations and Maintenance, Navy contract funds in the amount of $7,289,440 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Criticare Systems Inc., Waukesha, Wis., was issued a modification exercising the first option year on contract (SPM2D1-12-D-8301/P00001). The modification is a fixed-price with economic-price-adjustment contract with a maximum $17,799,831 for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts, and training. Location of performance is Wisconsin, with a Jan. 31, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were seventeen solicitations with nine responses. Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Dentsply Caulk, Millford, Del., was issued a modification exercising the third option year on contract (SPM2DE-09-D-7445/P00009). The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $14,691,014 for distribution of a wide range of general dental supplies. Location of performance is Delaware, with a Feb. 11, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were ten responses to the DLA Internet Bid Board solicitation. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Jacobs Technology Inc., Tullahoma, Tenn., (FA8721-13-F-8012) was awarded a $12,500,000 firm-fixed-price, General Services Administration contract for Engineering and Technology Acquisition Support Services. The location of the performance is Hanscom Air Force Base, Mass. Work is expected to be completed by May 14, 2013. The contracting activity is AFLCMC/PZE, Hanscom Air Force Base, Mass. This award is the result of a sole source acquisition. Type of appropriation is fiscal 2011 through fiscal 2013. Contract involves Foreign Military Sales.

CONTRACTS AWARDED ON JANUARY 29, 2013

DEFENSE LOGISTICS AGENCY

Toshiba America Medical Systems Inc., Tustin, Calif., was issued a modification exercising the fourth option year on contract SPM2D1-09-D-8322/P00038. The modification is a fixed-price with economic-price-adjustment contract with a maximum $214,041,309 for radiology systems, subsystems and components. Location of performance is California with a Feb. 3, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were forty-three responses to the Web solicitation. Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

U.S. Foods International Inc., Gardena, Calif.*, was issued a modification exercising the third option year on contract SPM300-09-D-3310/P00034. The modification is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity type contract with a maximum $42,100,000 for Prime Vendor Full Line food distribution for Republic of Korea. Location of performance is California with a Jan. 31, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, and other authorized Department of Defense customers. There were five responses to the DLA Internet Bid Board solicitation. Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Vital Images Inc., Minnetonka, Minn., was issued a modification exercising the second option year on contract SPM2D1-11-D-8342/P00005. The modification is a fixed-price with economic-price-adjustment contract with a maximum $11,772,409 for radiology systems, subsystems, and components. Location of performance is Minnesota with a Jan. 31, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were forty-three responses to the Web solicitation. Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Lockheed Martin Space Systems Co., Sunnyvale, Calif., (FA8810-08-C-0002, P00054) is being awarded a $58,408,979 contract modification for the Space Based Infrared Systems Follow-on Production Program. The location of the performance is Sunnyvale, Calif. Work is expected to be completed by April 28, 2016. The contracting activity is SMC/ISK, Los Angeles Air Force Base, Calif. Type of appropriation is fiscal 2013.

Lockheed Martin Services Inc., Gaithersburg, Md., (FA8730-13-D-0009) is being awarded a $49,600,000 indefinite-delivery/indefinite-quantity contract for sustainment and maintenance of the Global Strike and Product Support suite of software applications within the Mission Planning and Anaylsis System framework. The location of the performance is Offutt Air Force Base, Neb. Work is expected to be completed by Jan. 31, 2018. The contracting activity is AFLCMC/HBCC, Offutt Air Force Base, Neb. This award is the result of a full and open competitive acquisition and two offers were received. Type of appropriation is fiscal 2013 through fiscal 2018.

U.S. TRANSPORTATION COMMAND

Vane Line Bunkering Inc. of Baltimore, Md., is being awarded an estimated $13,139,993 firm-fixed-price contract for transporting Department of Defense owned fuel and marine diesel by tug and barge. Work will be performed between all ordered U.S. ports and points on inland waterways in Delaware, Virginia, Maryland, Pennsylvania, New Jersey, Connecticut, Massachusetts, Maine and Washington, D.C. Work is expected to be completed Sept. 30, 2013. Contract funds will not expire at the end of the current fiscal year. There was one proposal received. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-13-C-W015).


CONTRACTS AWARDED ON JANUARY 28, 2013

NAVY

Chugach World Services, Inc.*, Anchorage, Alaska, was awarded a $31,359,994 modification under a previously award firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40192-09-D-9000) to exercise option four for housing operations and maintenance services and change of occupancy maintenance for military facilities in Guam. The work to be performed provides for management and housing operations to maintain and repair family housing (FH) units, unaccompanied housing (UH) units, and provide services including maintenance and change of occupancy maintenance in both vacant and occupied FH and UH units. The total contract amount after exercise of this option will be $130,771,862. Work will be performed in various Naval and Air Force housing areas on Guam, and is expected to be completed by January 2014. Contract funds in the amount of $13,177,415 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

C and S Services Inc.*, Waipahu, Hawaii (N32253-13-D-0001); Epsilon Systems Solutions Inc.*, Portsmouth, Va. (N32253-13-D-0002); Marisco Ltd.*, Kapolei, Hawaii (N32253-13-D-0003); Pacific Ship Repair and Fabrication Inc.*, San Diego, Calif. (N32253-13-D-0004); Pacific Shipyards International L.L.C.*, Honolulu, Hawaii (N32253-13-D-0005); Propulsion Controls Engineering*, Aiea, Hawaii (N32253-13-D-0006); and QED Systems Inc.*, Virginia Beach, Va. (N32253-13-D-0007); are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract, for the repair, maintenance and alteration of U.S. Navy vessels and surface ships visiting or homeported at Pearl Harbor Naval Shipyard and to procure long lead time material in support of these activities. The maximum value if all options are exercised is $20,220,000. No funding will be obligated at time of award. Work will be performed at Joint Base Pearl Harbor/Hickam, Hawaii, and is expected to be completed by January 2014. This contract was competitively procured via the Federal Business Opportunities and Navy Electronic Commerce Online websites, with seven offers received. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility Joint Base Pearl Harbor/Hickam, Hawaii, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Oil Gear Co., Milwaukee, Wis., was issued a modification exercising the second option year on contract SPM8EE-10-D-0004/P0002. The modification is a fixed-price with economic-price-adjustment contract with a maximum $16,000,000 for meter assembly skids and fuel. Location of performance is Wisconsin with a Jan. 28, 2014 performance completion date. Using military service is Army. There was one solicitation with one response. Type of appropriation is fiscal 2012 and fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.


CONTRACTS AWARDED ON JANUARY 25, 2013

NAVY

Cubic Simulation Systems Inc., Orlando, Fla., was awarded a $99,500,000 ceiling-priced indefinite-delivery/indefinite-quantity contract for the Littoral Combat Ship freedom variant courseware development. This contract provides for approximately 3,500 hours of instructor-led (synchronous) and instructor facilitated self-paced (asynchronous) courseware in support of the Littoral Combat Ship Train to Qualify (T2Q) and Train to Certify (T2C) shore-based training requirements. Work will be performed in Orlando, Fla., and is expected to be completed in January 2018. Contract funds in the amount of $221,985 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; five offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity(N61340-13-D-0001).

Cubic Simulation Systems Inc., Orlando, Fla., was awarded a $99,500,000 ceiling-priced indefinite-delivery/indefinite-quantity contract for the Littoral Combat Ship independence variant courseware development. This contract provides for approximately 3,500 hours of instructor-led (synchronous) and instructor facilitated self-paced (asynchronous) courseware in support of the Littoral Combat Ship Train to Qualify (T2Q) and Train to Certify (T2C) shore-based training requirements. Work will be performed in Orlando, Fla., and is expected to be completed in January 2018. Contract funds in the amount of $221,985 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; five offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity(N61340-13-D-0002).

Cubic Simulation Systems Inc., Orlando, Fla., was awarded a $99,500,000 ceiling-priced indefinite-delivery/indefinite-quantity contract for the Littoral Combat Ship mission packages courseware development. This contract provides for approximately 3,500 hours of Immersive Virtual Ship Environment-Interactive Multimedia Instruction (IVSE IMI) in support of the Littoral Combat Ship Train to Qualify (T2Q) and Train to Certify (T2C) shore-based training requirements. Work will be performed in Orlando, Fla., and is expected to be completed in January 2018. Contract funds in the amount of $221,985 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; three offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity(N61340-13-D-0003).

Patriot Contract Services L.L.C., Concord, Calif., was awarded a $10,293,073 modification under a previously awarded firm-fixed-price contract (N00033-10-C-5301) to exercise a one-year option period for the operation and maintenance of four large, medium-speed, roll-on/roll-off ships. When activated, these ships transport equipment and supplies for deployed U.S. military forces worldwide. Work for this option period will be performed in Baltimore, Md., (43percent); Violet, La., (43percent), and at sea worldwide (14 percent), and is expected to be completed by January 2014. Contract funds in the amount of $6,965,449 are obligated for fiscal 2013. Contract funds will not expire at the end of the current fiscal year. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-10-C-5301).

Southeast Aerospace Inc., Melbourne, Fla., was awarded a $9,108,235 firm-fixed-price, indefinite-delivery/indefinite-quantity, requirements contract for the purchase of part kits for Avionics System Upgrade (ASU) for the T-44 aircraft. This contract contains two option years, which if exercised, would bring the contract value to $18,275,151. No contract funds will be obligated at the time of award. Funds will be provided under individual delivery order. Work will be performed in Jacksonville, Fla., and work is expected to be competed January 2014. If all options are exercised, work will continue through January 2016. Contractfunds in the amount of $5,500,000 will expire at the end of the current fiscal year. This contract was procured utilizing full and open competition, 100 percent Small Business Set-aside. The NAVSUP Fleet Logistics Center, Jacksonville, Fla., is the contracting activity (N68836-13-D-0004).


CONTRACTS AWARDED ON JANUARY 24, 2013

AIR FORCE

CSC Applied Technologies L.L.C., Fort Worth Texas, (FA3002-08-C-0001, A00167) was awarded a $28,470,903 contract modification for Keesler Air Force Base Operatons Support Services. The location of the performance is Keesler Air Force Base, Miss. Work is expected to be completed by Jan. 31, 2014. The contracting activity is 81 CONS/LGCM, Keesler Air Force Base, Miss.

NAVY

Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., is being awarded a $43,867,055 modification to previously awarded fixed-price-incentive contract (N00024-11-C-5118) for the production of fiscal 2013 Multi-Mission Signal Processor equipment, Ballistic Missile Defense equipment and associated spares and engineering services for USS Arleigh Burke (DDG 51); USS Mitscher (DDG 57), and USS Milius (DDG 69). Work will be performed in Moorestown, N.J., (74 percent); Clearwater, Fla., (25 percent); and Akron, Ohio, (1 percent), and is expected to be completed by June 2015. Funding in the amount of $43,867,055 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 AWARDED ON JANUARY 23, 2013

ARMY

C.F. Bean L.L.C., Belle Chasse, La., was awarded a $500,000,000 firm-fixed-price, multiple-award contract between 13 contractors. The 12 additional contractors were awarded on Dec. 12, 2012. The award will provide for the miscellaneous dredging projects. Work location will be determined with each order, with an estimated completion date of Jan. 14, 2014. The bid was solicited through the Internet, with 13 bids received. The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-13-D-0015).

DEFENSE LOGISTICS AGENCY

I-Solutions Direct Inc., Ft. Washington, Pa., was issued a modification exercising the second option year on contract (SPM8EG-09-D-0013/P00037). The modification is a fixed-price with economic-price-adjustment/indefinite-delivery and indefinite-quantity type contract with a maximum $108,719,095 for metals prime vendor for the West Region for various metal items. Location of performance is Pa., with a Jan. 25, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were three responses to the Web solicitation. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Rolls-Royce Corp., Indianapolis, Ind., (FA8504-07-D-0001, P00017), was awarded a $97,328,243 firm-fixed price, requirements contract modification for sustaining services including logistics support, program management support, engineering services, spares and technical data support of the C-130J Propulsion systems. The location of the performance is Indianapolis, Ind. Work is expected to be completed by Jan. 31, 2014. The contracting activity is AFLCMC/WLKCA, Robins Air Force Base, Ga.

NAVY

Electric Boat Corp., Groton, Conn., was awarded an $11,521,168 cost-plus-fixed-fee modification to the previously awarded fixed-price incentive multiyear contract (N00024-09-C-2104) for continued procurement and manufacturing of onboard repair parts. The contractor will be manufacturing and procuring onboard repair parts to be loaded onto Virginia-class boats upon delivery. Work will be performed in Groton, Conn., and is scheduled to be completed by September 2014. Contract funds in the amount $8,467,874 will be obligated at the time of the award. Contract funds will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Booz Allen Hamilton, McLean, Va., was awarded a $475,000,000 maximum ceiling, $2,500 minimum guarantee, single award indefinite-delivery/indefinite-quantity personal services contract (H92222-12-R-0072) for Resiliency and Human Performance Programs support personnel in support of the U.S. Special Operations Command, Preservation of the Force and Family programs. The anticipated period of performance is not to exceed 5 years. The place of performance is multiple locations both CONUS and OCONUS. The contracting activity is U.S. Special Operations Command, MacDill Air Force Base, Fla.


CONTRACTS AWARDED ON JANUARY 22, 2013

ARMY

Alliant Techsystems Operations L.L.C., Plymouth, Minn., was awarded a $41,000,000 firm-fixed-price contract. The award will provide for the procurement of high explosive incendiary with trace linked cartridges. Work location will be determined with each order, with an estimated completion date of Sept. 30, 2018. 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-13-D-0021).

Northrop Grumman Technical Services, Sierra Vista, Ariz., was awarded a $37,275,169 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to supply logistics and engineering support for the Hunter Unmanned Aircraft System. Work will be performed in Sierra Vista and Afghanistan, with an estimated completion date of Jan. 14, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0010).

Bering Straits Technical Services L.L.C., Anchorage, Alaska, was awarded a $34,779,995 firm-fixed-price contract. The award will provide for the work necessary for the demolition, repair and construction of a variety of paving structures and drainage devices at several areas at Aberdeen Proving Ground, Md. Work will be performed in Aberdeen Proving Ground, with an estimated completion date of Jan. 15, 2014. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91ZLK-13-D-0001).

Barr Laboratories, North Wales, Pa., was awarded a $30,510,372 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure doses of the adenovirus types 4 and 7 vaccine. Work will be performed in Forest, Va., with an estimated completion date of Dec. 31, 2014. One bid was solicited, with one bid received. The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-12-C-0192).

Lunacon-Megen JV, Palmetto Bay, Fla., was awarded a $16,500,000 firm-fixed-price contract. The award will provide for the construction services at Fort Stewart, Ga. Work will be performed in Fort Stewart, with an estimated completion date of Jan. 10, 2018. The bid was solicited through the Internet, with 29 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-13-D-0004).

The Pike Company Inc, Rochester, N.Y., was awarded a $15,290,000 firm-fixed-price contract. The award will provide for the restoration of an Army Reserve Center in Webster, N.Y. Work will be performed in Webster, with an estimated completion date of June 30, 2014. The bid was solicited through the Internet, with two bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-C-0005).

Construction Engineers Inc., Grand Forks, N.D., was awarded a $12,895,000 firm-fixed-price contract. The award will provide for the construction of a 50-agent border patrol station in Pembina, N.D. Work will be performed in Pembina, with an estimated completion date of Oct. 17, 2014. The bid was solicited through the Internet, with 25 bids received. The U.S. Army Corps of Engineers, Buffalo, N.Y., is the contracting activity (W912P4-13-C-0002).

NATIONAL GEOSPATIAL-INTELLIGENCE AGENCY

The National Geospatial-Intelligence Agency (NGA) reissued contract HM0176-11-C-0002, for administrative reasons, and exercised option year 2011 simultaneously under reissued contract HM0176-13-C-N002 to NJVC L.L.C., Chantilly, Va. The Information Technology/Information Services (IT/IS) contract provides the NGA IT Enterprise Operations and Sustainment (O&S) support to NGA IT systems at approximately 170 sites (90 manned/80 unmanned) around the world. The award consists of cost-plus-award-fee (CPAF) and firm-fixed-price (FFP) support. The total CPAF value is $379,945,641; the FFP value is $11,632,110. The period of performance for option year 2011 is Jan. 1, 2013 to Dec. 31, 2013. NGA, Springfield, Va, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Thermo PAC, L.L.C., Stone Mountain, Ga., was issued a modification exercising the first option year on contract SPM3S1-12-D-Z122. The modification is a fixed-price with economic-price-adjustment, indefinite-quantity type contract with a maximum $20,296,125 for food items. Location of performance is Georgia with a Jan. 26, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were five solicitations with three responses. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Page AVJET Fuel L.L.C. (PAFCO)*, Orlando, Fla., was awarded contract SPO600-13-D-4501. The award is a fixed-price with economic-price-adjustment contract with a minimum $12,689,600 for jet fuel. Location of performance is in Florida and California with a Sept. 30, 2015 performance completion date. Using services are federal civilian agencies. There were 32 responses to the web solicitation. Type of appropriation is fiscal 2013 Stock Fund. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

NAVY

Argon ST Inc., Smithfield, Pa., was awarded an $8,563,195 firm-fixed-price delivery order modification to a previously awarded firm-fixed-priced, indefinite-delivery/indefinite-quantity contract (N00024-12-D-6216) for the procurement of eight AN/SLQ-25A/C systems and spares. The AN/SLQ-25A/C is a countermeasure decoy system that provides improved naval defense for current threat torpedoes in support of undersea defensive warfare programs. This contract modification includes purchases for the U.S. Navy (64 percent) and the government of Australia (36 percent) under the Foreign Military Sales program. Work will be performed in Smithfield, Pa., and is expected to be completed by May 2015. Funding in the amount of $8,563,195 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.

AIR FORCE

SIX3 Advanced Systems Inc., Dulles, Va., (HR0011-11-F-0002, P00011) was awarded a $7,035,000 contract modification for establishment of program requirements and milestones for Cyber Fast Track Commerical Agreements. The location of the performance is Dulles, Va. Work is expected to be completed by Jan. 18, 2014. The contracting activity is AFRL/RIKD, Rome, N.Y.


CONTRACTS AWARDED ON JANUARY 18, 2013

DEFENSE LOGISTICS AGENCY

Bluewater Defense Inc., San Lorenzo, Puerto Rico, was awarded contract SPM1C1-10-R-0028. The award is a firm-fixed-price, indefinite-delivery and indefinite-quantity contract with a maximum $103,623,080 for three types of permethrin Army combat uniform trousers. Location of performance is in Puerto Rico with a Jan. 17, 2014 performance completion date. Using military service is Army. There were ten responses to the DLA Internet Bid Board solicitation. Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Chromalloy Component Services Inc., San Antonio, Texas, (FA8122-13-D-0006) was awarded a $37,264,500 firm-fixed-price contract for acquisition remanufacturing services to upgrade and implement MOD 13/15 for F108 engines in support of the KC-135 aircraft. The location of the performance is San Antonio, Texas. Work is expected to be completed by Oct. 17, 2014. The contracting activity is AFSC/PZAAB, Tinker Air Force Base, Okla.

Hawker Beehcraft Defense Company L.L.C., Wichita, Kan., (FA8617-12-C-6194, P00006) was awarded a $22,658,670 firm-fixed-price contract modification for Government of Iraq T-6A sustainment program. The location of the performance is Tikrit Air Base, Iraq. Work is expected to be completed by July 3, 2013. The contracting activity is AFLCMC/WLZI, Wright-Patterson Air Force Base, Ohio. Contract involves Foreign Military Sales.

Northrop Grumman Information Systems, McLean, Va., (FA8770-10-D-0001, P00013) was awarded a $19,167,769 contract modification for legacy information technology services for Reliability Maintainability Information Systems Sustainment Services. The location of the performance is Beavercreek, Ohio. Work is expected to be completed by Jan. 31, 2015. The contracting activity is AFLCMC/HIAK, Wright-Patterson Air Force Base, Ohio.

NAVY

Northrop Grumman Corp., Woodland Hills, Calif., was awarded a $13,172,882 five-year performance based logistics firm-fixed-price requirements contract for the AN/ASN-139 Carrier Aircraft Inertial Navigation System (CAINS II) used in support of the C-2A, E-2C, F/A-18 B/C/D/E/F, S-3 and TAV-8B aircraft. The announcement contains purchases for the Governments of Japan (1 percent); Egypt (1 percent); France (1 percent); Malaysia (1 percent); and Taiwan (1 percent) under the Foreign Military Sales Program. Work will be performed in Woodland Hills, Calif. (75 percent) and Salt Lake City, Utah (25 percent), and is expected to be completed by Jan. 25, 2018. No contract funds will be obligated at the time of award. Contract funds will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-13-D-036G).


CONTRACTS AWARDED ON JANUARY 17, 2013

NAVY

Aliron International Inc.*, Bethesda, Md. (N62645-13-D-5010); The Arora Group Inc.*, Gaithersburg, Md., (N62645-13-D-5011); Chesapeake Government Health Services*, Vienna, Va., (N62645-13-D-5012); InGenesis STGi Partners L.L.C.*, San Antonio, Texas, (N62645-13-D-5013); and PhyAmerica Government Services Inc.*, Springfield, Va., (N62645-13-D-5014), were each awarded a 60-month, firm-fixed-priced, indefinite-delivery/indefinite-quantity, multiple award task order contract for various ancillary services. These services include, but are not limited to, physical therapist, medical technologist, pharmacy technician, and medical assistant. The aggregate not-to-exceed amount for these multiple award contracts combined is $99,875,777. These five companies will have the opportunity to bid on each individual task order. Minimum contract funding in the aggregate amount of $125,000 will be obligated at the time of award. Work will be performed at the Naval Medical Center San Diego, Calif., and any associated branch clinic located in San Diego County or San Bernardino County, Calif., under forthcoming competed task orders. Work performed under these contracts is expected to be completed Feb. 28, 2018. Contract funds in the amount of $125,000 will expire at the end of the fiscal year. Funding is predominantly from the Defense Health Program; however, other funding initiatives such as Psychological Health/Traumatic Brain Injury, Overseas Contingency Operations and Wounded, and injured may be used. These are all one-year funding types. These contracts were solicited via a multiple award electronic request for proposals as a 100 percent small business set-aside; 30 offers were received. The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity.

Electric Boat Corp., Groton, Conn., was awarded a $12,809,431 cost-plus fixed-fee modification to the previously awarded contract (N00024-09-C-2100) for continued procurement of Common Missile Compartment material, manufacturing and test. Electric Boat Corp., will be manufacturing and testing equipment to be used in the manufacture of the common missile compartment for the Ohio Replacement Program. Work will be performed in Steelton, Pa., (60 percent), and Spring Grove, Ill., (40 percent), and is scheduled to be completed by November 2015. Contract funds in the amount of $12,809,431 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

Global Response Services L.L.C., Fort Worth, Texas, was awarded a $6,598,651 firm-fixed-price, indefinite-delivery/indefinite-quantity task order under a previously awarded multiple award contingency services contract (N62742-11-D-3513) for regional armed security guard services at Naval Support Activity Philadelphia; Norfolk Naval Shipyard, Portsmouth; the USS Constitution, Boston; Lafayette River Complex, Norfolk; and Craney Island Fuel Terminal, Portsmouth. The work to be performed provides for but is not limited to, entry control point services identification checks, vehicle inspections, emergency closure procedures, roving guard services, perimeter patrol, interior patrol, building checks, crowd control, security screening, and traffic control. Work will be performed in Portsmouth, Va., (50 percent); Philadelphia, Pa., (21 percent); Boston, Mass., (19 percent); and Norfolk, Va., (10 percent), and is expected to be completed by January 2014. Contract funds in the amount of $1,018,000 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Microelectronics Advanced Research Corp., Durham, N.C., was awarded a $13,477,331 other transaction (HR0011-13-3-0002). The goal of the Semiconductor Technology Advanced Research Network is to create/continue a nationwide network of multi-university research centers that will keep the Department of Defense and U.S. semiconductor and defense systems firms at the forefront of the global microelectronics revolution. These centers will be focused on discovering solutions to the intractable problems that are forecast to lie in the future of integrated circuit progress and to lay the foundations for microsystems innovations once the improvements associated with Moore’s Law are exhausted. Work will be performed in Durham, N.C., (6.66 percent); Minneapolis, Minn., (14.37 percent); Notre Dame, Ind., (15.65 percent); Ann Arbor, Mich., (15.55 percent); Champaign, Ill., (15.66 percent); Los Angeles (17.63 percent), and Berkeley, Calif., (14.48 percent). The work is expected to be completed by Jan. 24, 2014. The Defense Advanced Research Projects Agency is the contracting activity.

AIR FORCE

Fort Mojave Services II L.L.C., Mohave Valley, Ariz., (FA4610-12-C-0004, P00024) was awarded a $9,955,007 fixed-price-incentive-fee, cost-plus-fixed-fee and cost-reimbursement-no-fee contract modification for mission infrastructure support for the launch and test range system and western range operations. The location of the performance is Vandenberg Air Force Base, Calif. Work is expected to be completed by Jan. 31, 2014. The contracting activity is 30 CONS/LGCZ, Vandenberg Air Force Base, Calif.


CONTRACTS AWARDED ON JANUARY 16, 2013

AIR FORCE

Battlespace Flight Services L.L.C., Arlington, Va., (FA4890-07-C-0006, P00124) was awarded a $13,740,356 contract modification for MQ-1 O-level operation and maintenance services. The location of the performance is Creech Air Force Base, Nev., and Whiteman Air Force Base, Mo., and deployed sites worldwide. Work is expected to be completed by March 31, 2013. The contracting activity is Air Combat Command AMIC/PKC, Langley Air Force Base, Va.

Rolls Royce Corp., Indianapolis, Ind., (FA8504-07-D-0001-0501-09) was awarded a $6,659,487 contract modification for power by the hour support for the India Air Force C-130J aircraft. The location of the performance is Hindan Air Station, New Delhi, India. Work is expected to be completed by Jan. 30, 2013. Contract involves Foreign Military Sales. The contracting activity is AFLCMC/WLKCB, Robins Air Force Base, Ga.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Corp., Sunnyvale, Calif., was awarded a $9,477,613 modification to cost-plus-fixed-fee contract (HR0011-13-C-0001). Under the Phase 3, Aero-Adaptive/Aero-Optic Beam Control (ABC) Program. Lockheed Martin will conduct a full scale flight test of an active flow control turret mounted on a business class sized jet to validate, in-flight, the turret requirements, design and predicted performance for the preliminary design completed in Phase 2 (HR0011-08-C-0090). Representative optical paths, a scaled turret (appropriate in size for the aircraft) and flow control actuator system will be designed, wind-tunnel tested and mounted to the test aircraft to be supplied as government-furnished equipment. Work will be performed in Sunnyvale, Calif., (39 percent); Fort Worth, Texas (29 percent); and Orlando, Fla., (32 percent). The work is expected to be completed by Sept. 15, 2015. The Defense Advanced Research Projects Agency is the contracting activity.


CONTRACTS AWARDED ON JANUARY 15, 2013

AIR FORCE

Lockheed Martin Corp., Fort Worth, Texas, (FA8611-08-C-2897) was awarded a $73,709,042 cost-plus-fixed-fee contract modification for calendar year 2013 services for the F-22 depot partnering activation support for management and integration tasks. The location of the performance is Hill Air Force Base, Utah. Work is expected to be completed by Dec. 31, 2013. The contracting activity isAir Force Life Cycle Management Center/WWUV, Hill Air Force Base, Utah.

DEFENSE LOGISTICS AGENCY

Intercomp Co.*, Medina, Minn., was issued a modification exercising the third option year on contract (SPM8EF-10-D-0001/P00005). The modification is a firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity type contract with a maximum $60,000,000 for procurement of material handling scales. Location of performance is Minnesota, with a Feb. 15, 2015 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. There was one solicitation with one response. Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Critical Solutions International*, Carrollton, Texas, was awarded contract (SPRDL1-13-C-0053). The award is a firm-fixed-price, sole-source contract with a maximum $7,156,065 for Husky route clearance vehicles. Location of performance is in Texas and South Africa with a July 30, 2013 performance completion date. Using military service is Army. There was one solicitation with one response. Type of appropriation is fiscal 2013 Army Working Capital funds. The contracting activity is the Defense Logistics Agency Land, Warren, Mich.

NAVY

Electric Boat Corp., Groton, Conn., was awarded a $51,687,173 cost-plus-fixed-fee modification to previously awarded fixed-price-incentive contract (N00024-03-C-2101) for the planning and execution of the USS Mississippi (SSN 782) post shakedown availability (PSA). Electric Boat Corp., will perform planning and execution efforts, including long lead time material procurement, in preparation to accomplish the maintenance, repair, alterations, testing, and other work on SSN 782 during its scheduled PSA. Work will be performed in Groton, Conn., (99 percent) and Quonset Point, R.I., (1 percent) and is expected to be completed by December 2013. Funding in the amount of $51,687,173 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

CONTRACTS AWARDED ON JANUARY 14, 2013

NAVY

TCOM L.L.P.*, Columbia, Md., was awarded a $15,630,688 firm-fixed-price delivery order against a previously issued basic ordering agreement (N68335-13-G-0011) for 22M and 28M aerostat parts and spares in support of the Army’s Persistent Ground Surveillance System Program. Contract funds in the amount of $15,630,688 are being obligated at time of award, all of which will expire at the end of the current fiscal year. Work will be performed in Elizabeth City, N.C., (90 percent); and Columbia, Md., (10 percent), and is expected to be completed in May 2013. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

AECOM Technical Services Inc., Los Angeles, Calif., was awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for plans, studies, project planning documents, geo-spatial information and services, global positioning system services and other services at Naval Facilities Engineering Command Southwest area of responsibility. Contract funds in the amount of $5,000are obligated at time of award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Work will be performed in Calif., (87 percent); Ariz., (5 percent); Nev., (5 percent); Colo., (1 percent); Utah, (1 percent); and N.M., (1 percent), and is expected to be completed in January 2016. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-13-D-3005).

Austal Hull 130 Chartering, L.L.C., Mobile, Ala., was awarded a $6,968,500 modification under a previously awarded firm-fixed-price contract (N00033-12-C-5504) to exercise a six-month option period for the worldwide charter of one U.S.-flagged passenger/cargo ferry. The vessel will support the Marine Corps, Third Marine Expeditionary Force, and will operate out of Okinawa, Japan. Contract funds in the amount of $6,968,500 are obligated for fiscal 2013. Work will be performed at sea worldwide, and is expected to be completed by August 2013. Military Sealift Command, Washington, D.C., is the contracting activity.


CONTRACTS AWARDED ON JANUARY 11, 2013

AIR FORCE

Alamo City Constructors, San Antonio, Texas, (FA3089-13-D-0002) and JSR Inc., Schertz, Texas, (FA3089-13-D-0003), were awarded a $75,000,000 multiple award construction contract for general construction category to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving and earthwork. The location of the performance is Randolph Air Force Base, Texas. Work is expected to be completed by January 2018. The contracting activity is 902 CONS/LGCA, Randolph Air Force Base, Texas.

ARMY

United Support Solutions Inc., Cedar Grove, N.J., was awarded a $37,414,366 firm-fixed-price contract. The award will provide for the procurement of components for the recapitalization of the Mobile Kitchen Tactical. Work will be performed in Cedar Grove, with an estimated completion date of March 15, 2017. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Chambersburg, Pa., is the contracting activity (W911N2-13-D-0004).

Gideon Services Inc., Huntsville, Ala., was awarded a $20,892,720 firm-fixed-price contract. The award will provide for the procurement of sets of commercial parts for the Mine Resistant Ambush Protected Capability Set 13 program. Work location will be determined with each order, with an estimated completion date of Jan. 3, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0044).

Knox County Association for Retarded Citizens, Vincennes, Ind., was awarded a $15,033,700 firm-fixed-price contract. The award will provide for the procurement of 155mm wood pallets for the M795. Work will be performed in Vincennes, with an estimated completion date of Dec. 21, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-F-0005).

PAC COMM Inc., Miami, Fla., was awarded a $9,742,387 firm-fixed-price contract. The award will provide for the construction of a retaining wall in support of flood control services. Work will be performed in Manatee County, Fla., with an estimated completion date of March 29, 2014. The bid was solicited through the Internet, with six bids received. The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-13-C-0009).

Savantage Financial Services Inc., Rockville, Md., was awarded a $9,500,000 time-and-material contract. The award will provide for the modification of an existing contract to extend support services to Program Manager for Installation Information Infrastructure Modernization Program for an additional six months. Work will be performed in Fort Belvoir, Va., and Korea, with an estimated completion date of July 29, 2013. Five bids were solicited, with five bids received. The U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W91QUZ-08-D-0006).

Turner Strategic Technologies, Virginia Beach, Va., was awarded an $8,195,202 firm-fixed-price contract. The award will provide for the construction of an Operations Training Complex, Dining Facility at Fort Hood, Texas. Work will be performed in Fort Hood, with an estimated completion date of Oct. 15, 2014. The bid was solicited through the Internet, with 10 bids received. The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-13-C-0017).

NAVY

Northrop Grumman Space and Mission Systems, Network Communication Systems, San Diego, Calif., was awarded a $14,098,840 modification to exercise an option under previously awarded firm-fixed-price contract (N00024-09-C-6317), for all material and services to support system development and demonstration phase through preliminary design review for the Joint Counter Radio-Controlled Improvised Explosive Device (RCIED) Electronic Warfare (JCREW) 3.3 System of Systems. Funds in the amount of $14,098,840 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. Work will be performed in San Diego, Calif., (95 percent) and Sierra Vista, Ariz., (5 percent), and is expected to be completed by January 2014. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Management and Engineering Technologies International, Inc.*, El Paso, Texas, was awarded a $13,922,490 modification to a previously awarded cost-plus-fixed-fee contract (N68936-09-C-0137), to exercise an option for test and evaluation, and maintenance and operations services, in support of the Naval Air Warfare Center Weapons Division (NAWCWD), Weapons Survivability Laboratory. Contract funds in the amount of $4,984,521 are being obligated on this award and will not expire at the end of the current fiscal year. Work will be performed at NAWCWD in China Lake, Calif., and is expected to be completed in January 2015. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

DEFENSE LOGISTICS AGENCY

GE Aviation, Vandalia, Ohio, was awarded contract SPM4A1-09-G-0003 THE2. The award is a firm-fixed-price, sole-source contract with a maximum $12,450,000 for generator control units. Location of performance is in Ohio, with a Feb. 28, 2016 performance completion date. Using military service is Navy. There was one solicitation with one response. Type of appropriation is fiscal 2012 Navy Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.


CONTRACTS AWARDED ON JANUARY 10, 2013

AIR FORCE

Team National Maintenance Inc., Anchorage, Alaska, (FA8052-13-D-0001); Makro Services Inc., Gaithersburg, Md., (FA8052-13-D-002); Titan Facility Services L.L.C., Gilbert, Ariz., (FA8052-13-D-0004); Integrity Management Inc., Nipomo, Calif., (FA8052-13-D-0005); Main Building Maintenance Inc., San Antonio, Texas, (FA8052-13-D-0006); Zero Waste Solutions, Newark, Calif., (FA8052-13-D-0007); Kentucky Building Maintenance, Batavia, Ohio, (FA8052-13-D-0008), and Hughes Group doing business as Dia-mo Clean, Tacoma, Wash., (FA8052-13-D-0009), were each awarded a modification to raise the contract ceiling to $250,000,000 for a firm-fixed-price, multiple award, indefinite-delivery, indefinite-quantity contract for Hospital Aseptic Management Services. The locations of the performance is Altus Air Force Base (AFB), Okla.; Joint Base Andrews, Md.; Barksdale AFB, La.; Beale AFB, Calif.; Cannon AFB, N.M.; Charleston AFB, S.C.; Davis Monthan AFB, Ariz.; Dover AFB, Del.; Dyess AFB, Texas; Edwards AFB, Calif.; Eglin AFB, Fla.; Ellsworth AFB, S.D.; Joint Base Elmendorf-Richardson, Alaska.; Fairchild AFB, Wash.; F.E. Warren AFB, Wyo.; Goodfellow AFB, Texas; Grand Forks AFB, N.D.; Hill AFB, Utah; Holloman AFB, N.M.; Hurlburt Field, Fla.; Keesler AFB, Miss.; Kirtland AFB, N.M.; Joint Base Langley-Eustis, Va.; Little Rock AFB, Ark.; Los Angeles AFB, Calif.; Luke AFB, Ariz.; MacDill AFB, Fla.; Malmstrom AFB, Mont.; McConnell AFB, Kan.; Minot AFB, N.D.; Moody AFB, Ga.; Mountain Home AFB, Idaho; Nellis AFB, Nev.; Offutt AFB, Neb.; Patrick AFB, Fla.; San Antonio, Texas; Scott AFB, Ill.; Seymour Johnson AFB, N.C.; Shaw AFB, S.C.; Sheppard AFB, Texas; Tinker AFB, Okla.; Robins AFB, Ga.; Vance AFB, Okla.; Vandenberg AFB, Calif.; Whiteman AFB, Mo.; Wright-Patterson AFB, Ohio; Tyndall AFB, Fla. and Peterson AFB, Colo. Work is expected to be completed by March 30, 2019. The contracting activity is 773 Enterprise Sourcing Group, San Antonio, Texas.

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Va., was awarded an $80,647,084 undefinitized contract modification to a previously awarded cost-plus-incentive-fee contract (N00024-11-C-4407) for the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities for the USS Iwo Jima (LHD 7) fiscal 2013. Contract funds in the amount of $60,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. Work will be performed in Norfolk, Va., and is expected to be completed by October 2013. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

CACI Technologies Inc., Chantilly, Va., was awarded a $20,624,004 cost-plus-fixed-fee contract for professional support services in support of Program Executive Office Littoral Combat Ships. Funds in the amount of $20,624,004 will be obligated at time of contract award. Contract funds in the amount of $4,381,318 will expire at the end of the current fiscal year. Work will be performed in Washington D.C., (89.9 percent); Norfolk, Va., (4.2 percent); San Diego, Calif., (2.2 percent); Panama City, Fla., (1.8 percent); Newport, R.I., (1.3 percent); and Monterey, Calif., (0.6 percent), and is expected to be complete by April 2013. This contract was not competitively procured source in accordance with 10 U.S.C. 2304(c)(1), as implemented in FAR 6.302-1. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-6322).

General Dynamics Advanced Information Systems, Minneapolis, Minn., was awarded a $19,189,504 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0014), to exercise an option for 76 forward fit Type 3 advanced mission computers for the F/A-18E/F and E/A-18G aircraft. Contract funds in the amount of $19,189,504 are being obligated at the time of award and will not expire at the end of the current fiscal year. Work will be performed in Bloomington, Minn. (80 percent) and Albuquerque, N.M. (20 percent), and is expected to be completed in December 2014. Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Marvin Engineering Co., Inglewood, Calif., was awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the BRU-14 ejector rack assembly and engineering services. Funds in the amount of $3,643,351 will be obligated at time of contract award. Contract funds in the amount of $66,911 will expire at the end of the current fiscal year. Work will be performed in Inglewood, Calif., and is expected to be completed by January 2018. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1), as implemented in FAR 6.302-1. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-13-D-JN27).

Lockheed Martin Corp., Mission Systems and Sensors, Manassas, Va., was awarded a $13,278,778 modification to existing cost-plus-incentive-fee contract (N00024-11-C-6294) for fiscal 2012 Acoustic Rapid Commercial-Off-The-Shelf Insertion (A-RCI) TI-12 system upgrades. The contract provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 12 (TI-12) through Technology Insertion 14 (TI-14) for the U.S. submarine fleet. Funds in the amount of $13,278,778 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. Work will be performed in Manassas, Va. (60 percent), and Clearwater, Fla. (40 percent), and is expected to be completed by January 2014. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.


CONTRACTS AWARDED ON JANUARY 9, 2013

UNITED STATES SPECIAL OPERATIONS COMMAND

iGov Technologies, Reston, Va., received an increase in the contract maximum from $530,000,000 to $566,000,000 for U.S. Special Operations Command’s (USSOCOM) tactical local area network (TACLAN). The work will be performed in Tampa, Fla., and is expected be completed by June 30, 2013. The contracting office is USSOCOM MacDill Air Force Base, Fla., (H92222-08-D-0017).

NAVY

Northrop Grumman Systems Corp., San Diego, Calif., was awarded an $80,000,000 indefinite-quantity/indefinite-delivery contract (N00039-13-D-0010) for Next Generation Command and Control Processor (NGC2P) Technology Refresh and Link 22 development. The contract addresses obsolescence issues in the current NGC2P system and supports system capability enhancements and new capability insertion, such as Link 22. The contract is acquiring software and hardware system development, engineering services and technology refresh field change kits. This contract includes an option period, which if exercised, would bring the cumulative value of this contract to an estimated $95,000,000. Work will be performed in San Diego, Calif., and is expected to be completed in December 2017. If options are exercised, work could continue until December 2019. Contract funds in the amount of $4,179,108 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was solicited using full and open competition via the Space and Naval Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with three offers received. The Space and Naval Warfare System Command, San Diego, Calif., was the contracting activity on behalf of its organizational partner, the Program Executive Office for Command, Control, Communication, Computers and Intelligence.

Applied Systems Engineering Inc.*, Niceville, Fla., was awarded an $11,655,000 indefinite-delivery/indefinite-quantity contract, firm-fixed-price delivery orders for the procurement of Selective Availability Anti-Spoofing Module (SAASM) Advanced Tactical Navigator (ATACNAV) units and Anti-Spoofing Module Advanced Tactical Navigator High Accuracy units in support of the Battle Management Systems Program. The Advanced Tactical Navigator units will be utilized to retrieve position, velocity, and altitude of particular Battle Management Systems platforms. Contract funds in the amount of $1,267,162 will be obligated at time of award. Work will be performed in Niceville, Fla., and is expected to be complete by January 2018. Contract funds in the amount of $1,267,162 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 Naval Surface Warfare Center Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-13-D-1012).

DEFENSE LOGISTICS AGENCY

GE Healthcare, GE Medical Systems Information Technology, Wauwatosa, Wis., was issued a modification exercising the fourth option year on SPM2D1-09-D-8300/P00029. The modification is a fixed-price with economic-price adjustment contract with a maximum $43,200,000 for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts and training. Location of performance is in Wisconsin with a Jan. 13, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were seventeen solicitations with nine responses. Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Shamrock Foods, Commerce City, Colo., was awarded contract SPM300-13-D-3629. The award is a firm-fixed-price, sole source, indefinite-quantity contract with a maximum $11,772,288 for Prime Vendor full line food distribution for customers in Colorado and Wyoming areas. Location of performance is in Colorado with a Jan. 11, 2014 performance completion date. Using military services are Army and Air Force. There was one solicitation with one response. Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.


CONTRACTS AWARDED ON JANUARY 8, 2013

UNITED STATES SPECIAL OPERATIONS COMMAND’S

En Pointe Gov Inc., Gardena, Calif., was awarded a $66,010,907 firm-fixed-price delivery order to procure commercial Microsoft software licenses and software assurance in support of U.S. Special Operations Command. The place of performance is Gardena, Calif., and is expected to be completed by Dec 31, 2015. The U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity (H92222-13-F-0035).

DEFENSE LOGISTIC AGENCY

R.D. Buie Enterprises Inc., Boerne, Texas*, was issued a modification exercising the second option year on (SPM8E6-10-D-0003/P00007). The modification is a firm-fixed-price contract with a maximum $57,281,344 for tailored logistics support to provide items under the general category of wood products for the East Region. Location of performance is in Texas with a Feb. 4, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were sixteen responses to the DLA Internet Bid Board solicitation. Type of appropriation is fiscal 2013 Defense Working Capital funds. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Middle Atlantic Wholesale Lumber Inc., Baltimore, Md.*, was issued a modification exercising the second option year on (SPM8E6-10-D-0004/P00005). The modification is a firm-fixed-price contract with a maximum $57,281,344 for tailored logistics support to provide items under the general category of wood products for the East Region. Location of performance is in Maryland, with a Feb. 4, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were sixteen responses to the DLA Internet Bid Board solicitation. Type of appropriation is fiscal 2013 Defense Working Capital funds. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Sylvan Forest Products Inc., Portland, Ore.*, was issued a modification exercising the second option year on (SPM8E6-10-D-0005/P00005). The modification is a firm-fixed-price contract with a maximum $57,281,344 for tailored logistics support to provide items under the general category of wood products for the East Region. Location of performance is in Oregon with a Feb. 4, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were sixteen responses to the DLA Internet Bid Board solicitation. Type of appropriation is fiscal 2013 Defense Working Capital funds. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

S & S Forest Products L.L.C., Boerne, Texas*, was issued a modification exercising the second option year on (SPM8E6-10-D-0006/P00005). The modification is a firm-fixed-price contract with a maximum $57,281,344 for tailored logistics support to provide items under the general category of wood products for the East Region. Location of performance is in Texas with a Feb. 4, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were sixteen responses to the DLA Internet Bid Board solicitation. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

GE Aviation, Lynn, Mass., was awarded contract (SPRTA1-12-G-0006 Z61Q). The award is a fixed-price with economic-price-adjustment, sole-source contract with a maximum $7,615,342 for turbine engine rotor blades. Location of performance is in Mass., with a Feb. 28, 2015 performance completion date. Using military service is Air Force. There was one solicitation with one response. Type of appropriation is fiscal 2015 Defense Working Capital funds. The Defense Logistics Agency Aviation, Richmond, Va., is the contracting activity.

AIR FORCE

Lockheed Martin Space Systems Co.,Sunnyvale, Calif., (F04701-95-C-0017) was awarded a $12,972,373 contract modification for Space Based Infrared System high component. The location of the performance is Sunnyvale, Calif. Work is expected to be completed by March 2013. The Air Force Space and Missile Center, Los Angeles Air Force Base, Calif., is the contracting activity.

CENTECH Group, Falls Church, Va., (FA8771-04-D-0002-S4CI) was awarded a $11,274,760 firm-fixed-price indefinite-delivery/indefinite-quanity contract for operaion and maintenance services of base telecommunications systems. The location of the performance is Nellis Air Force Base and Creech Air Force Base, Nev. Work is expected to be completed by Dec. 31, 2013. The 99th Contracting Squadron, Nellis Air Force Base, Nev., is the contracting activity.


CONTRACTS AWARDED ON JANUARY 7, 2013

NAVY

CSC Applied Technologies L.L.C., Lexington Park, Md., was awarded a $60,036,297 cost-plus-fixed-fee level of effort contract for range engineering and operations and maintenance services in support of the Naval Air Warfare Center Aircraft Divisions’ Atlantic Test Range and Atlantic Targets and Marine Operations Division. The estimated level of effort is 707,955 man-hours. Work will be performed in Patuxent River, Md., and is expected to be completed in January 2014. Contract funds in the amount of $1,000,000 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). The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-13-C-0007).

Booze Allen Hamilton Inc., McLean, Va. (N00189-13-D-Z004); Science Applications International Corp., McLean, Va. (N00189-13-D-Z005); URS Group Inc., Washington, D.C. (N00189-13-D-Z006), and Whitney, Bradley, and Brown Inc., Reston, Va. (N00189-13-D-Z007), were each awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple award contract to provide program management, technical environmental compliance, information technology programming and governance, financial and policy analysis, public outreach, and administrative services in support of The Office of the Chief of Naval Operations (OPNAV), Energy and Environmental Readiness Division (N45). These contracts include a base period and one option period. For Booze Allen Hamilton Inc., the base amount is $13,993,386 and the estimated amount if the option is exercised will be $28,695,179. For Science Applications International Corp., the base amount is $14,810,221 and the estimated amount if the option is exercised will be $30,540,941. For URS Group Inc., the base amount is $15,566,983 and the estimated amount if the option is exercised will be $32,230,553. For Whitney, Bradley, and Brown Inc., the base amount is $14,909,914 and the estimated amount if the option is exercised will be $30,110,943. These four contractors will compete for task orders under the terms and conditions of the awarded contract. Work will be performed at the contractor facilities competing for each task order either in McLean, Va., Washington, D.C., Reston, Va. (63 percent) and Arlington, Va. (37 percent), and work is expected to be completed Feb. 14, 2016. If all options are exercised, work will continue through Feb. 14, 2019. The applicable fiscal 2013 Operations and Maintenance, Navy funds in the amount of $150,000 will be obligated at the time of award and will be equally divided between the contractors and serves as the minimum guarantee. These funds will not expire before the end of the current fiscal year. These contracts are awarded through full and open competition, with five offers received in response to this solicitation. The Naval Supply Systems Command Fleet Logistics Center, Norfolk, Va., contracting department, Philadelphia Office, is the contracting activity.

ARMY

Cajun Constructors Inc., Baton Rouge, La., was awarded a $46,181,916 firm-fixed-price contract. The award will provide for the construction of a concrete covered canal. Work will be performed in New Orleans, La., with an estimated completion date of Jan. 6, 2017. The bid was solicited through the Internet, with seven bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0009).

Promotion Plus Inc., North Royalton, Ohio, was awarded a firm-fixed-price contact with a maximum value of $42,000,000. The award will provide for the procurement of Army combat gloves. Work location will be determined with each order, with an estimated completion date of Jan. 2, 2018. The bid was solicited through the Internet, with eight bids received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-13-D-0078).

General Dynamics Ordnance Systems, Repentigny, Canada, was awarded a $16,000,000 firm-fixed-price contract. The award will provide for the procurement of M1037 5.56mm short range training ammunition. Work location will be determined with each order, with an estimated completion date of Dec. 11, 2017. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-D-0021).

Thales Raytheon Systems, Fullerton, Calif., was awarded a $14,102,920 firm-fixed-price contract. The award will provide for the contractor support services for the Sentinel radar. Work will be performed in Fullerton, with an estimated completion date of Dec. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0091).

Colt Defense L.L.C., West Hartford, Conn., was awarded a $13,981,350 firm-fixed-price contract. The award will provide for the procurement of the M4 Product Improvement Program replacement barrel and front sight assembly. Work location will be determined with each order, with an estimated completion date of Dec. 30, 2016. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0040).

DRS C3 and Aviation Co., Gaithersburg, Md., was awarded a $13,794,226 firm-fixed-price contract. The award will provide for the infrastructure upgrade and equipment supply services in support of Foreign Military Sales. Work will be performed in Gaithersburg and Jordan, with an estimated completion date of Oct. 18, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-C-D500).

Turner Construction Co., New York, N.Y., was awarded a $13,640,000 firm-fixed-price contract. The award will provide for the construction of a Border Patrol Station in Detroit, Mich. Work will be performed in Detroit, with an estimated completion date of Aug. 28, 2014. The bid was solicited through the Internet, with 22 bids received. The U.S. Army Corps of Engineers, Detroit, Mich., is the contracting activity (W911XK-13-C-0001).

SCOLA, McClelland, Iowa, was awarded a $13,335,756 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure foreign language television access and associated foreign media research and language content. Work will be performed in Monterey, Calif., with an estimated completion date of Dec. 25, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Presidio of Monterey, Calif., is the contracting activity (W91LV2-11-C-0009).

TYR Tactical, Peoria, Ariz., was awarded a $13,258,343 firm-fixed-price contract. The award will provide for the procurement of fragmentation/shrapnel vests and projectile protection in support of Foreign Military Sales. Work will be performed in Peoria, with an estimated completion date of April 15, 2013. One bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0010).

General Dynamics -- C4 Systems Inc., Taunton, Mass., was awarded a $12,778,901 cost-plus-fixed-fee contract. The award will provide for the production and support services of lower tactical Internet data products. Work will be performed in Taiwan, with an estimated completion date of Dec. 28, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-C-0011).

Lockheed Martin Corp. -- Missiles and Fire Control, Grand Prairie, Texas, was awarded a $12,500,000 cost-plus-incentive-fee contract. The award will provide for the establishment of a Patriot Advanced Capability-3/Missile Segment Enhancement Missile Field Test Program. Work will be performed in Grand Prairie, with an estimated completion date of March 31, 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 (W31P4Q-13-C-0094).

Mythics Inc., Virginia Beach, Va., was awarded a $12,312,042 firm-fixed-price contract. The award will provide for the modification of an existing contract for maintenance support services. Work will be performed in Alexandria, Va., with an estimated completion date of Dec. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W91QUZ-06-A-0003).

Johnson Evan and Sons Construction Co., Inc., Jackson, Miss., was awarded an $11,322,000 firm-fixed-price contract. The award will provide for the construction services. Work will be performed in Vicksburg, Miss., with an estimated completion date of Jan. 29, 2014. Six bids were solicited, with six bids received. The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (W912EE-13-C-0004).

Strategic Resources Inc., McLean, Va., was awarded an $11,320,927 firm-fixed-price contract. The award will provide for the base support services. Work will be performed in Joint Base Lewis-McChord (JBLM), Wash., with an estimated completion date of Dec. 26, 2013. Six bids were solicited, with six bids received. The U.S. Army Contracting Command, Fort Lewis, Wash., is the contracting activity (W9124D-11-C-9000).

Oshkosh Corp., Oshkosh, Wis., was awarded a $10,812,006 firm-fixed-price contract. The award will provide for the field service representative to support the M-ATV program. Work will be performed in Oshkosh and Afghanistan, with an estimated completion date of April 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0281).

Raytheon Co., McKinney, Texas, was awarded a $10,707,828 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to procure services for the improved target acquisition systems for the tube launched, optically tracked, wireless guided missile system. Work will be performed in McKinney and Afghanistan, with an estimated completion date of Dec. 5, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-07-C-0088).

Navistar Defense L.L.C., Lisle, Ill., was awarded a $10,620,634 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to procure maintenance services on the Mine Resistant Ambush Protected vehicle. Work will be performed in Lisle; Yuma, Ariz.; Aberdeen, Md; and Afghanistan; with an estimated completion date of March 25, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-C-0011).

Hodges Transportation, Silver Springs, Nev., was awarded a $9,500,000 firm-fixed-price level-of-effort contract. The award will provide for the prototype, testing and evaluation services. Work location will be determined with each order, with an estimated completion date of Dec. 25, 2015. 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-D-L001).

Yulista Aviation Inc., Anchorage, Alaska, was awarded a $9,000,000 firm-fixed-price contract. The award will provide for the procurement of a Transportable Flight Proficiency Simulator and Lift System in support of Foreign Military Sales. Work will be performed in Huntsville, Ala., with an estimated completion date of June 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-13-C-0030).

Exelis Inc., Alexandria, Va., was awarded an $8,972,902 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to procure lethality testing services. Work will be performed in Huntsville, Ala., with an estimated completion date of Sept. 30, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-05-C-0219).

TSS-Garco Joint Venture, Richland, Wash., was awarded an $8,912,000 firm-fixed-price contract. The award will provide for the construction of a company operations facility on Joint Base Lewis-McChord, Wash. Work will be performed in JBLM, with an estimated completion date of June 30, 2014. The bid was solicited through the Internet, with 12 bids received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-C-0019).

Anthony and Gordon Construction Co., Knoxville, Tenn., was awarded an $8,603,000 firm-fixed-price contract. The award will provide for the construction of a tactical equipment maintenance facility and a company operations facility. Work will be performed in San Antonio, Texas, with an estimated completion date of July 5, 2014. The bid was solicited through the Internet, with 12 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-13-C-0005).

ABB Inc., St. Laurent, Quebec, Canada, was awarded a $7,680,210 firm-fixed-price contract. The award will provide for the delivery of digital static excitation systems. Work will be performed in Bridgeport, Wash., with an estimated completion date of April 15, 2015. The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-C-0017).

DRS Test and Energy Management L.L.C., Huntsville, Ala., was awarded a $7,569,343 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to support the upgrade of direct support electrical test sets. Work will be performed in Huntsville, with an estimated completion date of Dec. 10, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W52H09-06-G-0001).

Alliant Techsystems Operations, Plymouth, Minn., was awarded a $7,563,969 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure precision guidance kits. Work will be completed in Plymouth, with an estimated completion date of Dec. 27, 2013. 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-0130).

Data Networks Inc., Reston, Va., was awarded a $7,539,009 cost-plus-award-fee contract. The award will provide for the design, development and sustainment of the Medical Situational Awareness in Theater and the Theater Medical Data Store. Work will be performed in Reston, with an estimated completion date of Dec. 18, 2013. The bid was solicited through the Internet, with two bids received. The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-12-F-0335).

BAE Systems Land and Armaments L.P., York, Pa., was awarded a $7,508,199 firm-fixed-price contract. The award will provide for the procurement of fire support sensor system modification kits. Work will be performed in York, with an estimated completion date of July 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0103).

Data Solutions and Technology Inc., Lanham, Md., was awarded a $7,417,838 firm-fixed-price contract. The award will provide for the modification of an existing contract procure vehicle operations and vehicle control services. Work will be performed in Fort Polk, La., with an estimated completion date of Dec. 31, 2013. Eighteen bids were solicited, with 14 bids received. The U.S. Army Contracting Command, Fort Polk, La., is the contracting activity (W911SE-07-D-0036).

Thales Raytheon Systems Co., L.L.C., Fullerton, Calif., was awarded a $7,295,000 firm-fixed-price contract. The award will provide for the procurement of Sentinel Mode 5 kits and spares. Work will be performed in Fullerton, 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-0082).

BAE Systems Inc., Nashua, N.H., was awarded a $7,070,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Laser Target Locator Modules. Work will be performed in Nashua, with an estimated completion date of Feb. 17, 2014. Two bids were solicited, with one bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-D-0029).

Robertson Aviation, Tempe, Ariz., was awarded a $6,945,000 firm-fixed-price contract. The award will provide for the procurement of Mi-17 internal auxiliary fuel tank systems. Work location will be determined with each order, with an estimated completion date of Dec. 31, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911W6-13-D-0002).

Oracle America Inc., Reston, Va., was awarded a $6,895,405 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure software license renewals and maintenance for Army, Navy and Air Force. Work will be performed in Reston, with an estimated completion date of Dec. 20, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (N00024-01-C-6110).

Esterline Defense Products, Coachella, Calif., was awarded a $6,637,866 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure M231/M232A1 Combustible Case Assemblies. Work will be performed in Coachella, with an estimated completion date of April 30, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-08-C-0437).


CONTRACTS AWARDED ON JANUARY 4, 2013 

AIR FORCE

FedCon/South Bay Joint Venture, San Antonio, Texas, (FA3089-13-D-0001) is being awarded a $75,000,000 multiple award construction contract for general construction category to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving and earthwork. The location of the performance is Randolph Air Force Base, Texas. Work is expected to be completed by Jan 4, 2018. The contracting activity is 902 CONS/LGCA, Randolph Air Force Base, Texas.


CONTRACTS AWARDED ON JANUARY 03, 2013

ARMY

Analytical Services Inc., Huntsville, Ala., (W9113M-13-D-0001); COLSA Corp., Huntsville, Ala., (W9113M-13-D-0002); Engineering Research and Consulting Inc., Huntsville, Ala., (W9113M-13-D-0004); DMD, Huntsville, Ala., (W9113M-13-D-0003); Quantum Research International Inc., Huntsville, Ala., (W9113M-13-D-0005); Radiance Technologies Inc., Huntsville, Ala., (W9113M-13-D-0006); Sigmatech Inc., Huntsville, Ala., (W9113M-13-D-0007); System Studies and Simulation Inc., Huntsville, Ala., (W9113M-13-D-0008); and Warfighter Solutions L.L.C., Huntsville, Ala., (W9113M-13-D-0009); were awarded a $997,000,000 cost-plus-fixed-fee, multiple-award-task-order contract between nine contractors. The award will provide for the systems engineering and technical assistance services in support of the U.S. Army Space and Missile Defense Command. Work location will be determined with each order, with an estimated completion date of Dec. 20, 2017. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity.

Lockheed Martin, Grand Prairie, Texas, was awarded a $755,134,781 firm-fixed-price contract. The award will provide for the procurement of PATRIOT Advanced Capability-3, which includes support for Foreign Military Sales, and related services. Work will be performed in Grand Prairie; Lufkin, Texas; Camden, Ark.; Chelmsford, Mass.; and Ocala, Fla.; with an estimated completion date of July 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-0068).

AeroVironment Inc., Monrovia, Calif., (W911QY-13-D-0073); Altavian, Gainesville, Fla., (W911QY-13-D-0074); Elbit Systems of America LLC, Fort Worth, Texas, (W911QY-13-D-0075); Innovative Automation Technologies LLC, Gainesville, Fla., (W911QY-13-D-0076); and Lockheed Martin Corporation, Owego, N.Y., (W911QY-13-D-0077); were awarded a $248,000,000 firm-fixed-price contract between five contractors. The award will provide for the manufacturing, testing, packaging, marking, storage and shipping services. Work location will be determined with each order, with an estimated completion date of Dec. 20, 2017. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity.

BAE, Wayne, N.J., was awarded a $226,000,000 firm-fixed-price contract. The award will provide for the procurement of components, repairs, maintenance and services in support of the Doppler GPS Navigation Sets. Work will be performed in Wayne, N.J., and Austin, Texas, with an estimated completion date of Dec. 1, 2017. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-13-D-E013).

Day and Zimmerman Lone Star L.L.C., Camden, Ark., (W52P1J-13-D-0013); American Ordnance LLC, Middletown, Iowa, (W52P1J-13-D-0014); and General Dynamics Ordnance and Tactical Systems, Marion, Ill., (W52P1J-13-D-0015); were awarded a $209,400,000 firm-fixed-price contract between three contractors. The award will provide for the procurement of 60mm, 81mm and 120mm Load Assemble Pack Propelling Charges and Complete Inert Models. Work location will be determined with each order, with an estimated completion date of Dec. 21, 2017. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity.

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $197,604,608 firm-fixed-price contract. The award will provide for the modification of existing contract to procure Guided Multiple Launch Rocket System unitary rockets. Work will be performed in Grand Prairie; Lufkin, Texas; Camden, Ark.; and Ocala, Fla.; with an estimated completion date of May 31, 2015. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0151).

Oshkosh Corp., Oshkosh, Wis., was awarded a $194,911,914 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Family of Medium Tactical Vehicles. Work will be performed in Oshkosh, with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).

Atlantic CommTech Corp., Norfolk, Va., (W912DY-13-D-0012); Evergreen Fire and Security, Tacoma, Wash., (W912DY-13-D-0013); Infotec Systems Corporation, Summerville, S.C., (W912DY-13-D-0014); Integrated Security Solutions, Kalispell, Mont., (W912DY-13-D-0015); and LVW Electronics, Colorado Springs, Colo., (W912DY-13-D-0016); were awarded a $160,000,000 firm-fixed-price contract between five contractors. The award will provide for the services in support of various access control point systems and other related systems. Work location will be determined with each order, with an estimated completion date of Dec. 27, 2017. The bid was solicited through the Internet, with seven bids received. The U.S. Army Corps of Engineers, Huntsville, Ala., is the contracting activity.

General Electric, Cincinnati, Ohio, was awarded a $138,270,542 firm-fixed-price contract. The award will provide for the technical, engineering and logistical services in support of the T700 series turbine engines. Work location will be determined with each order, with an estimated completion date of Dec. 31, 2013. 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-12-D-0015).

General Dynamic Land Systems, Sterling Heights, Mich., was awarded a $132,713,523 contract. The award will provide for the services in support of M1A2S Abrams Tank production for Foreign Military Sales. Work will be performed in Lima, Ohio, with an estimated completion date of July 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-0104).

SERCO Inc, Reston, Va., (W15QKN-13-D-0001); High Performance Technologies Inc., Reston, Va., (W15QKN-13-D-0002); CACI Technologies Inc., Chantilly, Va., (W15QKN-13-D-0003); Universal Technical Resource Services Inc., Cherry Hill, N.J., (W15QKN-13-D-0004); DCS Corporation, Alexandria, Va., (W15QKN-13-D-0005); EOIR Technologies Inc., Forest Hill, Md., (W15QKN-13-D-0006); Wise Web Connections LLC, Dover, N.J., (W15QKN-13-D-0007); and Nexagen Networks Inc., Marlboro, N.J., (W15QKN-13-D-0008); were awarded a $74,000,000 firm-fixed-price contract between eight contractors. The award will provide for the engineering services in support of the Armament Software Engineering Center. Work location will be determined with each order, with an estimated completion date of Aug. 21, 2017. The bid was solicited through the Internet, with nine bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Raytheon Co., Andover, Mass., was awarded a $72,600,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure PATRIOT 3 Lot Spares in support of Foreign Military Sales. Work will be performed in Andover, Mass., and El Paso, Texas, with an estimated completion date of Nov. 30, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-G-0002).

The Boeing Co., Mesa, Ariz., was awarded a $71,026,920 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Apache AH-64D helicopters in support of Foreign Military Sales. Work will be performed in Mesa, with an estimated completion date of Oct. 31, 2017. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-C-0147).

Bay West Inc., St. Paul, Minn., (W912DQ-13-D-3006); EA Engineering, Science and Technology Inc., Hunt Valley, Md., (W912DQ-13-D-3003); FPM Remediations Inc., Rome, N.Y., (W912DQ-13-D-3003); GEO Consultants L.L.C., Kevil, Ky., (W912DQ-13-D-3005); Hydro Geo Logic Inc., Reston, Va., (W912DQ-13-D-3000); and Kemron Environmental Services Inc., Atlanta, Ga., (W912DQ-13-D-3008); were awarded a firm-fixed-price contract between five contractors. Work location will be determined with each order, with an estimated completion date of Dec. 20, 2017. The bid was solicited through the Internet, with 15 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity.

JLG Industries Inc., McConnellsburg, Pa., was awarded a $56,635,781 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure All-Terrain Lifter Army Systems. Work location will be determined with each order, with an estimated completion date of Dec. 27, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-07-D-A001).

Raytheon Co., Tucson, Ariz., was awarded a $56,554,774 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure M982A1 155mm Precision Engagement Projectiles. Work will be performed in Tucson, Ariz.; McAlester, Okla.; Farmington, N.M.; Camden, Ark.; Healdsburg, Calif.; Anniston, Ala.; Cincinnati, Ohio; Cedar Rapids, Iowa; Joplin, Mo.; Lowell, Mass.; Corona, Calif.; Inglewood, Calif.; Chino, Ill.; Sweden; and United Kingdom; with an estimated completion date of April 30, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-08-C-0530).

Pocal Industries Inc., Scranton, Pa., was awarded a $49,900,000 firm-fixed-price contract. The award will provide for the procurement of 120 mm M1020 Ignition Cartridges, Inert M1020 Cutaway Model and Inert M1020 Ignition Cartridges. Work location will be determined with each order, with an estimated completion date of Dec. 27, 2019. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-D-0018).

Oshkosh Corp., Oshkosh, Wis., was awarded a $42,289,271 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Family of Medium Tactical Vehicles. Work will be performed in Oshkosh, with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).

General Dynamics Ordnance and Tactical Systems Inc. Scranton, Pa., was awarded a $41,530,837 fixed-price economic-price-adjustment contract. The award will provide for the modification of an existing contract to procure M795 Metal Parts. Work will be performed in Scranton, with an estimated completion date of April 30, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-08-C-0244).

The Boeing, Mesa, Ariz., was awarded a $39,600,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to fund the Apache 64D Block III. Work will be performed in Mesa, 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-12-C-0055).

DRS Tactical Systems Inc., Melbourne, Fla., was awarded a $38,038,700 firm-fixed-price contract. The award will provide for the procurement of the Movement Tracking System and related services. Work will be performed in Melbourne, with an estimated completion date of Jan. 6, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-13-F-0007).

AAI Corp., Hunt Valley, Md., was awarded a $35,785,761 firm-fixed-price contract. The award will provide for the modification of an existing contract to retrofit Shadow Unmanned Aircraft Systems Air Vehicles to the Tactical Common Data Link Configuration. Work will be performed in Hunt Valley, with an estimated completion date of Aug. 28, 2015. 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-08-C-0023).

Telephonics Corp., Farmingdale, N.Y., was awarded a $33,189,984 firm-fixed-price contract. The award will provide for the procurement of the Encrypted Aircraft Wireless Intercom System. Work location will be determined with each order, with an estimated completion date of Dec. 20, 2017. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0055).

MIT, Cambridge, Mass., was awarded a $32,000,000 cost-sharing contract. The award will provide for the study, development and creation of equipment and material. Work will be performed in Cambridge, with an estimated completion date of Dec. 31, 2017. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Research Triangle Park, N.C., is the contracting activity (W911NF-13-D-0001).

Raytheon Co., Andover, Mass., was awarded a $30,293,284 cost-plus-fixed-fee contract. The award will provide for the Surveillance System Supply and Support for the Rapid Aerostat Deployment Configurations. Work will be performed in Andover, with an estimated completion date of Dec. 30, 2017. The bid was solicited through the Internet, with two bids received. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-13-C-0009).

Boecore Inc., Colorado Springs, Colo., was awarded a $30,000,000 firm-fixed-price contract. The award will provide for the Command Information Management System Information Technology Services for the U.S. Army Space and Missile Defense Command. Work location will be determined with each order, with an estimated completion date of Jan. 31, 2018. The bid was solicited through the Internet, with 16 bids received. The U.S. Army Space and Missile Defense Command, Peterson Air Force Base, Colo., is the contracting activity (W91260-13-D-0001).

Science Applications International Corp., McLean, Va., was awarded a $29,012,095 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to procure Joint Logistics Integrator services for the Mine Resistant Ambush Protected Family of Vehicles. Work will be performed in Kuwait and Afghanistan, with an estimated completion date of May 21, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0432).

General Dynamics Information Technology, Fairfax, Va., was awarded a $28,354,887 cost-plus-fixed-fee contract. The award will provide for the warehouse operation services. Work will be performed in Kuwait, with an estimated completion date of Dec. 29, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0019).

Science Application International Corp., McLean, Va., was awarded a $28,178,688 cost-plus-fixed-fee contract. The award will provide for the ammunition supply and theater storage services within Kuwait. Work will be performed in Kuwait, with an estimated completion date of Dec. 29, 2013. The bid was solicited through the Internet, with four bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0005).

EADS North America Inc., Herndon, Va., was awarded a $26,298,512 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure contractor logistics support for Mission Equipment Packages for the Light Utility Helicopter program. Work will be performed in Columbus, Miss., with an estimated completion date of June 30, 2016. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0194).

Raytheon IDS, Andover, Mass., was awarded a $22,737,644 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure PATRIOT Technical Refresh Spares in support Foreign Military Sales. Work will be performed in Andover, with an estimated completion date of Dec. 31, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-G-0002).

Raytheon Co., Andover, Mass., was awarded a $22,165,493 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure PATRIOT Spare Parts in support of the Foreign Military Sales. Work will be performed in Andover, with an estimated completion date of Sept. 30, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-G-0002).

The Boeing Co., Mesa, Ariz., was awarded an $18,384,393 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Apache Block III Aircraft in support of Foreign Military Sales. Work will be performed in Mesa, with an estimated completion date of April 30, 2013. 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-12-C-0089). 

Thales Raytheon Systems Co., Fullerton, Calif., was awarded an $18,549,840 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Sentinel radars and spares in support of Foreign Military Sales. Work will be performed in Fullerton, Calif., and Forest, Miss., with an estimated completion date of June 30, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0301).

Longbow L.L.C., Orlando, Fla., was awarded an $18,197,282 firm-fixed-price contract. The award will provide for the services in support of the Fire Control Radar Systems on Apache AH-64D Helicopters. Work will be performed in Orlando, with an estimated completion date of June 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-C-0028).

Marinex Construction Inc., Charleston, S.C., was awarded a $17,943,374 firm-fixed-price contract. The award will provide for the dredging services in support of Savannah and Brunswick Inner Harbor. Work will be performed in Savannah, Ga., with an estimated completion date of Dec. 27, 2013. One bid was solicited, with two bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-13-C-0003).

Lifecycle Construction Services L.L.C., Washington, D.C., was awarded a $16,500,000 firm-fixed-price contract. The award will provide for the various construction services. Work location will be determined with each order, with an estimated completion date of Jan. 1, 2016. The bid was solicited through the Internet, with 28 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-13-D-0003).

STG Inc., Reston, Va., was awarded a $16,380,141 cost-plus-fixed-fee contract. The award will provide for the non-personal information technology services and support. Work will be performed in Sierra Vista, Ariz., with an estimated completion date of Dec. 31, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Fort Huachuca, Ariz., is the contracting activity (W91RUS-13-C-0003).

U.S. TRANSPORTATION COMMAND

Alaska Airlines, Seattle, Wash. (HTC711-13-D-C001); Atlas Air, Purchase, N.Y. (HTC711-13-D-C002); Evergreen International Airlines, INC., McMinnville, Ore. (HTC711-13-D-C012); Federal Express Corp., El Segundo, Calif. (HTC711-13-D-C003); Kalitta Air L.L.C., Leesburg, Va. (HTC711-13-D-C004); Miami Air International Inc., Miami, Fla. (HTC711-13-D-C005); National Air Cargo Inc., Ypsilanti, Mich. (HTC711-13-D-C006); Northern Air Cargo, Anchorage, Alaska (HTC711-13-D-C007); Omni Air International, Tulsa, Okla. (HTC711-13-D-C008); United Parcel Service Co., Louisville, Ky. (HTC711-13-D-C009); US Airways Inc., Tempe, Ariz. (HTC711-13-D-C010); and World Airways Inc., Peachtree City, Ga. (HTC711-13-D-C011) have received an indefinite-delivery/indefinite-quantity, fixed-price award for international commercial scheduled air cargo transportation services. Services encompass time definite, door-to-door transportation service for less than full pallet loads (non 463L palletized), including the movement of general, refrigerated, oversized, hazardous material (HAZMAT), and life and death cargo services for both domestic and international shipments. The performance period for the base year is Feb. 1, 2013 to Jan. 31, 2014, with four one year option periods from Feb. 1, 2014 to Jan. 31, 2018. This contract was a competitive acquisition. The estimated program value for this program has an overall five-year maximum ceiling program value of $694,038,028 with a contract guaranteed minimum award amount of $2,500 per awardees. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

NAVY

Science Applications International Corp., McLean, Va., was awarded an estimated $222,462,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee/cost-plus-incentive-fee/firm-fixed-price contract for technical support to provide systems engineering, integration, testing, large-scale fabrication, non-developmental item procurement, interim repair and maintenance services and training. Contract funds in the amount of $25,000 will be obligated at the time of award. The contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $667,388,000. Work will be performed in Charleston, S.C. (90 percent) and Norfolk, Va. (10 percent), and is expected to be completed by January 2014. If all options are exercised, work could continue until January 2016. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with five offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-13-D-2800).

DEFENSE LOGISTICS AGENCY

Randolph Engineering Inc.*, Randolph, Mass., was issued a modification exercising the third option year on SPM2DE-10-D-7544. The modification is a fixed-price with economic-price-adjustment contract with a maximum $35,983,733. The contract covers the selection of a manufacturer for the Optical Electronic Catalog program which covers the 48 contiguous states (including the District of Columbia), Alaska, Hawaii, Europe, and the Pacific making available for purchase various optical frames and accessories using the Electronic Catalog system. Location of performance is in Massachusetts with a Jan. 21, 2013, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were four responses to the FedBizOPps solicitation. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Dispensers Optical Service Corp.*, Louisville, Ky., was issued a modification exercising the second option year on SPM2DE-11-D-7548. The modification is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity type contract with a maximum $19,455,634 for various optical lenses. Location of performance is in Kentucky with a Jan. 12, 2013, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were five solicitations with three responses. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DEFENSE LOGISTICS AGEC.R. Bard Inc., Murray Hill, N.J., was issued a modification exercising the first option year on contract SPM2D0-11-D-0013/P00005. The modification is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $46,673,903 for medical and surgical products. There are no other locations of performance. There were seventeen responses to the Web solicitation. Type of appropriation is fiscal 2013 Warstopper funds. The date of performance completion is Dec. 5, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.


CONTRACTS AWARDED ON JANUARY 2, 2013

DEFENSE INFORMATION SYSTEMS AGENCY

Global Information Grid Services Management - Engineering, Transition and Implementation (GSM-ETI), (HC1028-10-R-2001); Digital Management Inc., Bethesda, Md. (HC1028-13-D006); Onyx-Technica Joint Venture, Columbia, Md. (HC1028-13-D-0007); NES Associates L.L.C., Alexandria, Va. (HC1028-13-D-008); Cambridge International Systems Inc. Arlington, Va. (HC1028-13-D-0009); TurningPoint-EMW Joint Venture L.L.C., Rockville, Md. (HC1028-13-D-0010); By Light Professional IT Services Inc. Arlington, Va. (HC1028-13-D-0011); and IPKeys Technologies L.L.C., Stafford, Va. (HC1028-13-D-0012), was awarded on Dec. 21, 2012, a multiple indefinite-delivery/indefinite-quantity contract. The contract is issued for worldwide support necessary to carry out required engineering, transition, implementation, integration; connection approval and IT service management activities, in support of existing and future Defense Information System Network (DISN) networking capabilities. Performance will predominantly be within the continental United States; however, support services are also required at multiple overseas locations. The period of performance includes a base period of two years, one two-year option period and one one-year option period for a total period of five years. The estimated contract ceiling value for the two-year base period of this action is $568,000,000. Furthermore, $1,420,000,000 is the sum total ceiling value for all seven GSM-ETI contracts, which cannot be exceeded over the life of the potential five years. Solicitation was issued via the FedBizOPps website and was set aside for small business concerns; nine proposals received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Ill., is the contracting activity

BAE Systems Information Solutions Inc., McLean, Va., was awarded a firm-fixed-price contract on Dec. 21, 2012, for XTS Enterprise Guard Solution (consisting of hardware, software and maintenance support) for e-mail, file transfer and Web services. The total obligated amount of this action is $3,200,000, funded by fiscal 2012 and fiscal 2013 procurement funds and fiscal 2012 research, development, testing and evaluation (RDT&E) funds. The total lifecycle value of the contract is $8,200,000. The period of performance is Jan. 1 through Dec. 31, 2013, with four option years. Performance will be at DISA, Lab Building, Fort George G. Meade, Md. The original solicitation was issued as an other than full and open competitive action pursuant to 10 U.S.C. 2304(c)(1) and one proposal was received. Solicitation HC1028-13-R-0001 was issued directly to the sole source contractor. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-13-C-0014). 

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Va., was awarded on Dec. 28, 2012, a $50,180,546 undefinitized contract action as a modification to a previously awarded cost-plus-incentive-fee contract (N00024-10-C-4308) for the USS Mitscher (DDG 57) fiscal year 2013 extended drydocking selected restricted availability. Extended drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by August 2013. Funding in the amount of $10,000,000 will be obligated at time of award. Contract funds in the amount of $10,000,000 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Raytheon Co., Tucson, Ariz., was awarded a $49,841,643 modification to previously awarded cost-plus-fixed-fee contract (N00024-12-C-5405) to exercise an option for Design Agent Engineering and technical support services for Phalanx, SeaRAM, and Land-based Phalanx Weapon Systems. Phalanx Close-In Weapon System is a fast-reaction terminal defense against low and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses. Work will be performed in Tucson, Ariz., and is expected to be completed by January 2014. Funding in the amount of $5,889,407 will be obligated at time of award. Contract funds in the amount of $250,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C, is the contracting activity.

BAE Systems Information and Electronic Systems Integration, Greenlawn, N.Y., was awarded a $24,186,962 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2011) to exercise an option for the procurement of Common (Identification Friend or Foe) Digital Transponder (CXP) hardware for the U.S. Army, U.S. Navy, U.S. Coast Guard, and the governments of Saudi Arabia, Australia, the Netherlands, and the United Arab Emirates (UAE), including transponders, mounts, modification kits, Remote Control Unit modes. Work will be performed in Greenlawn, N.Y., and is expected to be completed in August 2015. Contract funds in the amount of $24,186,962 are being obligated on this award, $490,883 of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($13,045,499; 53.9 percent); U.S. Army ($9,170,817; 38 percent); and the Governments of Saudi Arabia ($1,083,863; 4.5 percent); the Netherlands ($472,901; 1.9 percent); Australia ($297,590; 1.2 percent); and UAE ($116,292; 0.5 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sikorsky Aircraft Corp., Stratford, Conn., was issued a modification on contract SPM4AX-12-D-9402. The modification is a firm-fixed-price, sole-source contract with a maximum $19,006,747 to supply spare parts to support numerous aircraft platforms. Location of performance is in Connecticut with a March 31, 2013 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. There was one solicitation with one response. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.

AIR FORCE

CAE USA Inc., Tampa, Fla., (FA3002-13-D-0006) was awarded a $12,500,000 maximum ceiling, firm-fixed-price, indefinite-delivery, indefinite-quantity contract for C-130B-H simulator training. The location of the performance is Tampa Bay, Fla. Work is expected to be completed by Dec. 31, 2017. The contracting activity is Air Education Training Command CONS/LGCI, Randolph Air Force Base, Texas. Contract involves foreign military sale.

# # # #
CONTRACTS AWARDED ON FEBRUARY 28, 2013

NAVY

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

 PAE Government Services Inc., Arlington, Va., was awarded a $54,013,255 modification under a previously awarded cost-plus-award fee contract (N33191-12-D-0407) to extend the period of performance for recurring base operating support services at Camp Lemonnier, Djibouti and Camp Simba, Manda Bay, Kenya. The work to be performed provides for general management and administration services; public safety (harbor security, security operations and emergency management program); ordnance; air operations (airfield facilities and passenger terminal and cargo handling); supply; morale, welfare and recreation; galley; housing (bachelor quarters and laundry); facility support (facilities investment, janitorial, pest control services and refuse services); utilities (water, waste water and electrical); base support vehicle and equipment; and environmental. After award of this modification, the total cumulative contract value will be $122,973,269. Work will be performed in Africa, in Djibouti (97 percent) and Kenya (3 percent), and is expected to be completed by September 2013. Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $7,716,179 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity. 
Argo Systems L.L.C.*, Hanover, Md., is being awarded a $23,033,000 firm-fixed-price contract for the design and construction of the Embassy Security Group Facilities at Marine Corps Base, Quantico, Va. The work to be performed provides for a new headquarters building, separate warehouse, and compound access control buildings for the Marine Corps Embassy Security Guard (MCESG) at Marine Corps Base Quantico. MCESG headquarters building will serve a dual function; both as the administrative arm of the MCESG and as a mock embassy at which Marine trainees will practice embassy security operations. The facility will also include a separate warehouse operations building. The contract contains two unexercised options, which if exercised would increase cumulative contract value to $24,504,956. Work will be performed in Quantico, Va., and is expected to be completed by March 2015. Fiscal 2012 Military Construction, Navy contract funds in the amount of $23,033,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with 15 proposals received. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-13-C-0002).

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

 The Boeing Co., St. Louis, Mo., was awarded an $11,364,353 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0030) to exercise an option for the full rate production of 1,001 precision laser guidance sets for the U.S. Air Force. Work will be performed in St. Charles, Mo., and is expected to be completed in February 2014. Fiscal 2013 Aircraft Procurement Air Force contract funds in the amount of $11,364,353 will be obligated at time of award; none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

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

 DEFENSE LOGISTICS AGENCY

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

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

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

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

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

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

AIR FORCE

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

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

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

ARMY

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

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

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

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

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

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

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

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

 CONTRACTS AWARDED ON FEBRUARY 27, 2013

AIR FORCE

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

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

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

DEFENSE LOGISTICS AGENCY

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

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

NAVY

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

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

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

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

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

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

ARMY

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

CONTRACTS AWARDED ON FEBRUARY 26, 2013

 ARMY

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

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

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

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

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

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

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

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

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

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

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

NAVY

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

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

CONTRACTS AWARDED ON FEBRUARY 25, 2013

 DEFENSE LOGISTICS AGENCY

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

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

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

AIR FORCE

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

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

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

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

NAVY

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

CONTRACTS AWARDED ON FEBRUARY 22, 2013

 NAVY

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

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

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

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

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

DEFENSE LOGISTICS AGENCY

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

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

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

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

AIR FORCE

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

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

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

CONTRACTS AWARDED ON FEBRUARY 21, 2013

 AIR FORCE

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

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

 NAVY

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

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

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

 DEFENSE LOGISTICS AGENCY

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

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

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

CONTRACTS AWARDED ON FEBRUARY 20, 2013

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

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

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

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

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

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

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

CONTRACTS AWARDED ON FEBRUARY 19, 2013

 DEFENSE LOGISTICS AGENCY

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

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

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

NAVY

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

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

CONTRACTS AWARDED ON FEBRUARY 15, 2013

 NAVY

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

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

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

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

AIR FORCE

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

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

DEFENSE FINANCE AND ACCOUNTING SERVICES

 CACI Inc. - Federal, Chantilly, Va., was awarded a $10,557,263 modification to a previously awarded firm-fixed-price contract (HC1028-08-D-2016-9R01) for on-site operational support to the mission systems of the office of the under secretary of defense (comptroller) in the areas relating to system maintenance, system conversion and migration, report generation and documentation, training and guidance on the comptroller mission systems as well as service desk and network operations. This contract supports the department’s IT consolidation efficiency initiative. This is the third option of a five-year contract period. Work will be performed in Chantilly, Va., and is expected to be completed Feb. 15, 2014. Defense Finance and Accounting Service, Contract Services Directorate is the contracting activity.

CONTRACTS AWARDED ON FEBRUARY 14, 2013

 NAVY

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

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

 AIR FORCE

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

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

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

 DEFENSE LOGISTICS AGENCY

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

 CONTRACTS FOR FEBRUARY 13, 2013

 DEFENSE LOGISTICS AGENCY

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

 NAVY

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

 Rolls-Royce Corp., Indianapolis, Ind., was awarded an $8,993,808 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for additional engineering services in support of up to 5,886 flight hours for the MV-22 fleet aircraft in support of Operation Enduring Freedom and the east and west coast Marine Expeditionary Units deployments. Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in November 2013. Fiscal 2012 Operations and Maintenance, Navy Overseas Contingency Operations funds in the amount of $8,993,808 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 Clayton International Inc.*, Peachtree City, Ga., was awarded a $6,962,766 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-11-G-0008) for depot-level maintenance in support of the Egyptian Air Force H-3 Variant Helicopter Program under the Foreign Military Sales Program. Services to be provided include reconfiguration of one MK-2E helicopter to the MK-2 utility configuration and rewiring of the helicopter. Work will be performed in Peachtree City, Ga., and is expected to be completed in December 2014. Foreign Military Sales funding in the amount of $6,962,766 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

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

AIR FORCE

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

CONTRACTS AWARDED ON FEBRUARY 12, 2013

 DEFENSE LOGISTICS AGENCY

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

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

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

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

NAVY

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

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

Cortana Corp.*, Falls Church, Va., was awarded a $7,818,326 modification to a previously awarded cost-plus-fixed-fee contract (N00421-09-C-0028) to exercise an option for the research and development of sensors and systems in support of the Advanced Sensor Application Program and the Remote Environmental Sensor Program. Sensors and systems support a variety of naval aviation missions, including air-under-sea warfare, defense suppression, electronic attack, naval warfare and amphibious, strike and anti-surface warfare. Work will be performed in Falls Church, Va., and is expected to be completed in January 2014. Fiscal 2013 Research, Development, Testing and Evaluation, Navy funds in the amount of $350,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

AIR FORCE

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

CONTRACTS AWARDED ON FEBRUARY 11, 2013

 AIR FORCE

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

NAVY

 ERAPSCO Inc., Columbia City, Ind., was awarded a $7,193,759 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-11-D-0029) for engineering and manufacturing development services in support of the High Altitude Anti-Submarine Warfare system. Work will be performed in DeLeon Springs, Fla. (52 percent) and Columbia City, Ind. (48 percent), and is expected to be completed in May 2014. Fiscal 2013 Research, Development, Testing and Evaluation, Navy contract funds in the amount of $890,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

CONTRACTS AWARDED ON FEBRUARY 8, 2013

 TRICARE MANAGEMENT ACTIVITY

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

ARMY

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

AIR FORCE

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

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

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

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

DEFENSE LOGISTICS AGENCY

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

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

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

 NAVY

 Lockheed Martin Mission Systems and Training, Owego, N.Y., was awarded a $9,305,830 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0031) for incorporation of engineering change proposals (ECPs) required for 12 P-3 aircraft for the Government of Taiwan under the Foreign Military Sales Program. This modification provides for incorporation of the Complimentary Navigation Message ECP, which updates RINU-G and Control Display Unit software for a message set required by the Harpoon Block 2 Missile for precision targeting. In addition, this modification provides for incorporation of the ALR-97/Electronic Support Measures ECP, which updates the ALR-95 system. This modification also provides for the upgrade of the Mode “4” software to the Mode-T software and updates to the technical publications. Work will be performed in Owego, N.Y., (31 percent); Jacksonville, Fla., (18 percent); Van Nuys, Calif., (16 percent); Aberdeen, Md., (14 percent); Cedar Rapids, Iowa, (13 percent); McKinney, Texas, (3 percent); Marietta, Ga., (3 percent); and Woodland Hills, Calif., (2 percent), and is expected to be completed in February 2014. Foreign Military Sales contract funds in the amount of $9,305,830 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

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

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

CONTRACTS AWARDED ON FEBRUARY 7, 2013

 MISSILE DEFENSE AGENCY

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

 NAVY

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

CONTRACTS AWARDED ON FEBRUARY 6, 2013

 NAVY

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

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

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

AIR FORCE

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

DEFENSE LOGISTICS AGENCY

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

CONTRACTS AWARDED ON FEBRUARY 4, 2013

 U.S. SPECIAL OPERATIONS COMMAND

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

 DEFENSE LOGISTICS AGENCY

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

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

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

AIR FORCE

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

NAVY

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

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

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

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

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

CONTRACTS AWARDED FEBRUARY 1, 2013

 AIR FORCE

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

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

 NAVY

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

DEFENSE LOGISTICS AGENCY

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

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

# # # #