DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

Air Force

Lockheed Martin Information Systems and Global Solutions, Owego, N.Y., (FA8732-13-D-0001); TYBRIN Corp., Fort Walton Beach, Fla., (FA8732-13-D-0002); Harris IT Services Corp., Dulles, Va., (FA8732-13-D-0005); SRA International, Fairfax, Va., (FA8732-13-D-0003); Raytheon, Garland, Texas, (FA8732-13-D-0006); and L-3 National Security Solutions, Reston, Va., (FA8732-13-D-0004) has been awarded a $960,000,000 multiple award, indefinite- delivery/indefinite-quantity (IDIQ) contract for Network-Centric Solutions-2 (NETCENTS-2) Application Services.  This contract vehicle will provide services such as sustainment, migration, integration, training, help desk support, testing and operational support.  Other services include, but are not limited to, exposing data from authoritative data sources to support web-services or service oriented architecture constructs in Air Force enterprise environments.  This contract vehicle is the mandatory source for all Air Force units purchasing services that fall under the scope of the contract.  As this is an IDIQ contract, the location of performance will be cited on individual delivery orders.  This award is the result of a competitive acquisition; offers were solicited electronically through  Federal Business Opportunities website and 21 offers were received.  The period of performance is seven years, and the ordering period is a three year basic period with four 12-month options, if exercised.  An obligation of $2,500 will be issued to each of the awardees utilizing fiscal 2013 operations and maintenance funds.  Air Force Life Cycle Management Center/HICK, Maxwell Air Force Base-Gunter Annex, Ala., is the contracting activity.

Lockheed Martin Information Systems & Global Services, Colorado Springs, Colo., has been awarded a $20,794,692 modification (P00288) to contract (F19628-00-C-0019) to support critical mission operations for North American Aerospace Defense Command(NORAD) Cheyenne Mountain Complex/Integrated Tactical Warning/Attack Assessment (NCMC/ITW/AA) in support of air, missile and space defense for the national command authority.  The total cumulative face value of the contract (including this modification) is $1,800,000,000. Work will be performed at Colorado Springs, Colo., and is expected to be completed by Dec. 31, 2013.  Fiscal 2013 Operations and Maintenance Funds in the amount of $20,794,692 will be obligated at time of award.  Air Force Life Cycle Management Center/HBQK, Peterson Air Force Base, Colo., is the contracting activity.

Defense Media Activity

Bluewater Communications Group LLC, Hauppauge, N.Y., (HQ0516-12-D-0001); Globecomm Systems Inc., Hauppauge, N.Y., (HQ0516-12-D-0002); and TVC Communications LLC, Annville, Penn., (HQ0516-12-D-0003) have been awarded a maximum $45,000,000 firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract modification exercising the first option year to provide Cisco satellite decoders and HD encryption systems for the Defense Media Activity.  Work will be performed in Maryland, and is expected to be complete Aug. 31, 2014.  Funding will be obligated on individual delivery orders.  The Defense Media Activity, Fort George G. Meade, Md., is the contracting activity.

Navy

Kay and Associates Inc., Buffalo Grove, Ill., is being awarded a $36,698,404 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-1044) to exercise an option for F/A-18 contractor maintenance support services for the government of Kuwait under the foreign military sales (FMS) Program.  Work will be performed in Kuwait and is expected to be completed in July 2014.  FMS funds in the amount of $36,698,404 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.

Harris Corp., RF Communications Division, Rochester, N.Y., is being awarded a $22,117,791 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Harris radios and associated components which will be utilized within the Chemical, Biological, Radiological, Nuclear, and High Yield Explosive Response enterprise that interfaces with first responders, National Guard teams, military tactical components, law enforcement, and other Department of Defense (DOD) entities.  This contract includes the first delivery order for the procurement of 30 Harris tactical radios and associated components.  Work will be performed in Rochester, N.Y., and is expected to be completed in July 2015.  DOD Working Capital Funds in the amount of $1,329,420 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 10 U.S.C. 2304(c)(1).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-D-0019).

Progeny Systems Corp.*, Manassas, Va., is being awarded a $10,989,287 cost-plus-fixed-fee modification to previously awarded contract (N00024-08-C-6278) to exercise an option for Small Business Innovative Research (SBIR) Phase III engineering and technical support services in support of SBIR Topic No.N03-049, “Automation and Work Flow Advances Using Technology Infusions for Manning Reduction.”  The concept for this SBIR is for a Navy-wide implementation of portal technology for internal and external information sharing requirements.  Work will be performed in Manassas, Va., and is expected to be completed by March 2014.  Fiscal 2012 Other Procurement, Navy funding in the amount of $342,676 will be obligated at the 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.

Science Applications International Corp., Virginia Beach, Va., is being awarded a $6,976,110 firm-fixed-price contract for integrated training support and execution by U.S. Fleet Forces Command, associated fleet commands and activities conducting fleet training.  Work will be performed in Virginia Beach, Va. (53 percent); Norfolk, Va. (25 percent); San Diego, Calif. (9 percent); Fallon, Nev. (5 percent); Mayport, Fla. (3 percent); Everett, Wash. (1 percent); Pearl Harbor, Hawaii (1 percent); Stennis Space Center, Miss. (1 percent); Suffolk, Va. (1 percent); Yokosuka, Japan (1 percent), and is expected to be completed by Sept. 30, 2013.  Fiscal 2013 Operations & Maintenance, Navy funds in the amount of $3,418,294 will be obligated at the time of award, and will expire at the end of this current fiscal year.  This contract was not competitively procured in accordance with FAR 8.405-6(a)(1)(i)(A), “Unusual and Compelling Urgency.”  The NAVSUP Fleet Logistics Center, Norfolk, Mechanicsburg Detachment, Mechanicsburg, Pa., is the contracting activity (N00104-13-F-Q216).

Iris Technology Corp.*, Irvine, Calif., is being awarded a $6,622,350 firm-fixed price delivery order under previously awarded contract (M67854-12-D-5049) for the procurement of 1,325 solar power adaptors (SPA II) in support of the Product Manager Expeditionary Power Systems, Program Manager Combat Service Support.  The SPA II is planned for use 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 February 2014.  Fiscal 2013 Procurement Marine Corps funds in the amount of $6,622,350 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 the Federal Business Opportunities website, with three offers received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Defense Logistics Agency

URS Federal Services Inc., Germantown, Md., has been awarded a maximum $11,844,224 modification (P00010) exercising the first option year of a one-year base contract (SP3300-12-C-5003) with four one-year option periods for material distribution services including receipt, storage, and issue.  The contract is a fixed-price-incentive (firm target) contract with cost reimbursement and labor hour line items.  Locations of performance are Maryland and Utah with a July 31, 2017 performance completion date.  Using service is Defense Logistics Agency.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pa.

*Small Business

Source: http://www.defense.gov/contracts/contract.aspx?contractid=5095

Related News

Lindy Kyzer is the director of content at ClearanceJobs.com. Have a conference, tip, or story idea to share? Email lindy.kyzer@clearancejobs.com. Interested in writing for ClearanceJobs.com? Learn more here.. @LindyKyzer