DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

ARMY

Acciona Energy North America Corp., Chicago, Ill. (W912DY-13-D-0089); ECC Renewables LLC, Burlingame, Calif. (W912DY-13-D-0090); EDF Renewable Energy, San Diego, Calif. (W912DY-13-D-0091); Emerald Infrastructure, San Antonio, Texas (W912DY-13-D-0092); Energy Answers International Inc.*, Albany, N.Y. (W912DY-13-D-0093); EIF United States Power Fund IV L.P., Needham, Mass. (W912DY-13-D-0094); Energy Management, Inc.*, Boston, Mass. (W912DY-13-D-0095); Honeywell International Inc., Golden Valley, Minn. (W912DY-13-D-0096); MidAmerican/Clark Joint Venture, Bethesda, Md. (W912DY-13-D-0097); Pacolet Milliken Enterprises Inc.*, Spartanburg, S.C. (W912DY-13-D-0098); Siemens Government Technologies Inc., Arlington, Va. (W912DY-13-D-0099); Stronghold Engineering*, Riverside, Calif. (W912DY-13-D-0100); Energy Systems Group LLC, Newburgh, Ind. (W912DY-13-D-0102); were awarded potential multiple vendor indefinite-delivery/indefinite-quantity, firm-fixed-price, non-option, non-multi-year contracts with a cumulative maximum value of $7,000,000,000. The government is awarding this contract for use in competing and awarding Power Purchase Agreement (PPA) task orders. These PPA will provide for the purchase of energy from renewable and alternative energy production facilities that are designed, financed, constructed, operated and maintained by private sector entities on private land or on installations under jurisdiction of the Department of Defense. These contracts are for the use of biomass technology. All awarded technologies will share a total estimated value of $7,000,000,000. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with 52 bids received. U.S. Army Corps of Engineers – Engineer Support Center, Huntsville, Ala., is the contracting activity.

Walsh Federal LLC, was awarded a $91,777,000 firm-fixed-price, non-option eligible, non-multi-year contract for construction of a multi-story East Campus Building 1 on Fort George G. Meade, Md. Performance location will be Fort George G. Meade, Md., with funding from fiscal 2013 military construction funds. This contract was a competitive acquisition via the web with 19 bids received. The U.S. Army Corps of Engineers – Baltimore District, Baltimore, Md., is the contracting activity (W912DR-13-C-0038).

Raytheon, Andover, Mass., was awarded a $44,854,006 firm-fixed-price, non-option-eligible, non-multi-year contract to procure modern manstation upgrade kits for the Patriot weapon system for the United States and Kuwait. This is support of foreign military sales to Kuwait. Performance location will be Andover, Mass., with funding from fiscal 2013 other authorizations funds. This contract was a con-competitive acquisition with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Missile), Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0017).

Ulliman Schutte Construction LLC, Miamisburg, Ohio, was awarded a $24,887,000 firm-fixed-price, option-eligible, non-multi-year contract for the Edgewood Area Wastewater Treatment Plant Enhanced Nutrient Removal Upgrade project. Performance location will be Aberdeen, Md., with funding from fiscal 2013 operations and maintenance, Army funds. This contract was a competitive acquisition via the web with three bids received. The U.S. Army Corps of Engineers – Philadelphia District, Philadelphia, Pa., is the contracting office (W912BU-13-C-0048).

OshKosh Corp., Oshkosh, Wis., was awarded a $22,349,647 firm-fixed-price, non-option-eligible, non-multi-year contract modification (0008) of contract (W56HZV-12-G-0010) for the procurement of 479 M1240A1 rocket propelled grenade net kits, NSN 5180-01-613-2865, for use on the Mine Resistant Ambush Protected and Marine all terrain vehicle. This action will also procure integrated logistics support to develop, validate and verify installation instructions and engineering support. Performance location will be Oshkosh, Wis., with funding from fiscal 2011 and 2012 other procurement authority funds. This contract was a non-competitive acquisition with one bid received. U.S. Army Contracting Command – Tank and Automotive (Warren), Warren, Mich., is the contracting activity
Travis Association for the Blind, Austin, Texas, was awarded a $13,717,043 firm-fixed-price, non-option-eligible, multi-year contract for organizational clothing and individual equipment warehousing and repair. This contract is an Ability One set-aside for National Industries for the Blind. Performance location and funding will be determined with each order. This contract was a non-competitive acquisition with one bid received. U.S. Army Contracting Command – Tank and Automotive (Warren), Warren, Mich., is the contracting activity (W56HZV-13-D-0009).

Great Lakes Dock and Materials LLC*, Muskegon, Mich., was awarded a firm-fixed-price, non-option eligible, non-multi-year contract for $7,461,751 for the repair of 0.5 miles of breakwater at Cleveland Harbor. Performance location will be Cleveland, Ohio, with funding from fiscal 2013 other authority funds. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Corps of Engineers – Buffalo District, New York, N.Y., is the contracting office (W912P4-13-C-0007).

DEFENSE LOGISTICS AGENCY

Rolls-Royce Corp., Indianapolis, Ind., has been awarded a maximum $406,000,000 fixed-price with an economic-price-adjustment, requirements contract for T-56 engine supply support. This contract was a sole-source acquisition. Location of performance is Indiana with a Sept. 30, 2019, performance completion date. Using military services are U.S. Navy, U.S. Air Force, Poland, Jordan and Phillipine militaries. Type of appropriation is fiscal 2014 defense working capital funds and foreign military sales. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPE4A2-13-D-0003).

Synthes USA Sales LLC, West Chester, Pa., has been awarded a maximum $50,494,369 modification (P00021) exercising the sixth option year period on a one-year base contract (SPM2D0-07-D-0003) with nine one-year option periods for various medical and surgical products. The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Pennsylvania with a Sept. 25, 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.

Abbott Laboratories Inc., Point of Care Division, Abbott Park, Ill., has been awarded a maximum $45,285,408 modification (P00006) exercising the second option-year period on a one-year base contract (SPM2D0-11-D-0002) with seven one-year option periods for various medical and surgical products. The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois with a Sept. 27, 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.

Zimmer US Inc., Warsaw, Ind., has been awarded a maximum $36,894,684 modification (P00003) exercising the first option-year period on a one-year base contract (SPM2D0-12-D-0017) with seven one-year option periods for various medical and surgical products. The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Indiana with a Sept. 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 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Clayton Associates Inc.*, Lakewood, N.J., has been awarded a maximum $36,000,000 modification (P00102) exercising the first option-year period on a base contract (SPM2D0-12-D-0020) with three one-year option periods for Vacu tote storage boxes. The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is New Jersey with a Sept. 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.

Dental Health Products Inc.*, New Franken, Wis., has been awarded a maximum $23,584,219 modification (P00004) exercising the first option-year period on a one-year base contract (SPM2D0-12-D-0019) with seven one-year option periods for various medical and surgical products. The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Wisconsin with a Sept. 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 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DePuy Orthopaedics Inc., Warsaw, Ind., has been awarded a maximum $18,904,786 modification (P00005) exercising the second option-year period of a one year base contract (SPM2D0-11-D-0004) with seven one-year option periods for various medical and surgical products. The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Indiana with a Sept. 24, 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.

Hiland Dairy, Springfield, Mo., has been awarded a maximum $12,188,166 fixed-price with an economic-price-adjustment, indefinite-quantity contract for various fresh milk and dairy products. This is a three-year base contract with no option-year periods. This contract was a competitive acquisition and two offers were received. Location of performance is Missouri with a Sept. 17, 2018, 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., (SPE300-13-D-V121).

BAE Systems Controls Inc., Endicott, N.Y., has been awarded a maximum $10,559,999 firm-fixed-price contract for aircraft flight processors, circuit card assemblies, and power supplies. This contract was a sole source acquisition. Location of performance is New York with a May 2016 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga., (SPE400-03-D-9439-P00030).

Cardinal Health 200 LLC, Dublin, Ohio, has been awarded a maximum $7,089,834 modification (P00004) exercising the second option-year period on a two-year base contract (SPM2D0-11-D-0006) with four one-year option periods for the establishment of a license agreement for use of various software applications. The contract is a firm-fixed-price contract. Location of performance is Ohio with a Sept. 25, 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.

McRae Industries, Inc.**, Mt. Gilead, N.C., has been awarded a maximum $6,810,007 firm-fixed-price contract for hot weather combat boots. This is a one-year base contract with four one-year option year periods. This contract was a competitive acquisition and four offers received. Location of performance is North Carolina with a Sept. 22, 2014, performance completion date. Using military services is Marine Corps. Type of appropriation is fiscal year 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-13-D-1075).

MISSILE DEFENSE AGENCY

Lockheed Martin Mission System and Training, Moorestown, N.J., is being awarded a $20,000,000 sole-source cost-plus-award-fee contract modification (P00125) to exercise an option to contract HQ0276-10-C-0001. 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 and upgrades. The work will be performed in Moorestown, N.J., with an estimated completion date of June 30, 2014. Research, Development, Test and Evaluation funds in the amount of $50,000 will be used to incrementally fund this effort. This is not a Foreign Military Sales acquisition. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

AIR FORCE

Haworth, Holland, Mich. (FA8057-13-C-0001); Allsteel, Muscatine, Iowa (FA8057-13-C-0002); Teknion, Mt. Laurel, N.J. (FA8057-13-C-0003); Knoll, East Greenville, Pa. (FA8057-13-C-0004) have been awarded Tier I contracts in an Air Force-wide program that authorizes an estimated $280,000,000 in Tier II spending for systems and modular furniture purchases. These contracts are the first tier in a two-tiered award that will deliver cost savings while taking full advantage of small business participation at the local dealer level. The four Tier I contracts provide not-to-exceed pricing for systems and modular furniture, a named dealership network and performance management reporting. Tier II will be awarded by local contracting squadrons and will provide design, installation and systems and modular furniture within Tier I not-to-exceed pricing. All but $1,000 per year of this five year effort will be spent at Tier II. This approach ensures purchases meet program requirements while reducing costs and achieving 100 percent small business participation through dealer networks. Work will be performed at continental U.S. Air Force bases with work expected to be completed by Sept. 30, 2014. No funds were obligated at time of award. This contract was a competitive acquisition and 10 offers were received. The 771st Enterprise Sourcing Squadron, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

FPM Remediations Inc., Rome, N.Y., was awarded a $44,962,593 firm-fixed-price contract for environmental remediation activities. This contract provides for construction and engineering activities necessary for investigation, design, remedial action, remedial construction, and environmental remediation activities. Work will be performed at Cannon, Holloman and Kirtland Air Force Bases, N.M., and Luke Air Force Base, Ariz., with an expected completion date of Sept. 29, 2023. Fiscal 2013 environmental restoration account funds in the amount of $7,118,843 are being obligated at time of award. This contract was a competitive action set aside for small business and seven offers were received. The 772nd Enterprise Sourcing Squadron, San Antonio, Texas, is the contracting activity (FA8903-13-C-0008).

Space Coast Launch Services, Patrick Air Force Base, Fla., has been awarded a $35,355,805 modification (P00166) to previously awarded FA2521-05-C-0008 for operations, maintenance and engineering support to critical launch, spacecraft and ordnance facilities and support systems owned by the 45th Space Wing. Work will be performed at Patrick Air Force Base, Fla., with an expected completion date of Sept. 30, 2014. The 45th Contracting Squadron, Patrick Air Force Base, Fla., is the contracting activity.

Alion Science and Technology Corp., McLean, Va., was awarded a $24,985,092 delivery order (0059) to contract FA4600-06-D-0003 for the Tactical Airlift Materials, Manufacturing and Testing Engineering Requirements Review Improvement program. Work will be performed at an Alion Science and Technology facility, Burr Ridge, Ill., with an expected completion date of Sept. 19, 2016. Fiscal 2013 operations and maintenance funds in the amount of $5,925,183 are being obligated at the time of award. The Enterprise Sourcing Group, Offutt Air Force Base, Neb., is the contracting activity.

ASRC Civil Construction LLC, Anchorage, Alaska, has been awarded a $10,449,935 modification (P00001) to previously awarded FA5000-12-D-0013 for paving requirements for a broad range of maintenance, repair and paving work. Work will be performed at Joint Base Elmendorf-Richardson, Alaska, with an expected completion date of Sept. 22, 2014. No funds are being obligated at time of award. The 673d Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Northrop Grumman Systems Corp., San Diego, Calif., was awarded a $7,902,648 delivery order (0001) to firm-fixed-price contract (F8620-13-G-0001) for Global Hawk spares. The contract award is for ground segment communications spares. This contract will provide spares for ground and communications systems to help ensure mission success. Work will be performed at Northrop Grumman Systems Corp., San Diego, Calif., with an expected completion date of October 2015. Fiscal 2011 aircraft procurement funds in the amount of $7,902,648 are being obligated at the time of award. This contract was a sole-source acquisition. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Conn., is being awarded a $214,843,107 modification to the previously awarded F-35 Lightening II Lot VI low rate initial production advance acquisition contract (N00019-12-C-0090). This modification provides for initial spare modules, initial spare parts, replenishment spare parts, and production non-recurring efforts, including tooling, for the U.S. Navy and U.S. Marine Corps, U.S. Air Force, the United Kingdom, Italy, The Netherlands, Turkey, Canada, Australia, Denmark, and Norway. Work will be performed in East Hartford, Conn. (67 percent); Bristol, United Kingdom (16.5 percent); and Indianapolis, Ind. (16.5 percent), and is expected to be completed in April 2016. Fiscal 2011and 2012 procurement, Air Force, fiscal 2011and 2012 procurement, Navy, and international partner funding in the amount of $214,843,107 will be obligated at time of award, $33,328,898 of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy and Marine Corps ($111,245,364; 51 percent); U.S. Air Force ($72,711,358; 34 percent); and the Governments of Italy ($8,850,625; 4 percent); the United Kingdom ($6,824,288; 3 percent); Australia ($6,245,484; 3 percent); The Netherlands ($2,350,434; 1 percent); Turkey ($2,722,643; 1 percent); Canada ($1,769,504; 1 percent); Denmark ($816,366; 1 percent); and Norway ($1,307,041; 1 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Mission Systems & Training, Owego, N.Y., is being awarded a $98,399,462 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of up to 50 AN/APS-153(V)1 automatic radar periscope detect and discrimination multi-mode radar kits to upgrade the MH-60R fleet aircraft. Work will be performed in Farmingdale, N.Y. (93 percent) and Owego, N.Y. (7 percent), and is expected to be completed in September 2016. Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $29,789,893 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 FAR 6.302-1(a) (2). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-D-4000).

Manu Kai LLC*, Honolulu, Hawaii, is being awarded an estimated $72,850,583 modification (P00033) under a previously awarded fixed-price-award-fee, cost-plus-award-fee, indefinite-quantity contract (N00604-09-0001) to exercise the fifth option period range operations support and base operations support services at the Pacific Missile Range Facility. Of the estimated award amount, $42,450,583 will be funded subject to FAR 52.232-18 – Availability of Funds. Work will be performed in Kauai, Hawaii, and work is expected to be completed Sept. 30, 2014. No contract funds are being obligated at the time of award. No contract funds will expire at the end of the current fiscal year. Operations and maintenance, Navy funds in the amount of $30,400,000 will be obligated on individual task orders issued during the option period. The basic contract was competitively procured via the Navy Electronic Business Opportunities and the Federal Business Opportunities websites, with four offers received in response to the solicitation. The Naval Supply Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

Lockheed Martin Mission Systems & Training, Owego, N.Y., is being awarded $67,290,982 for firm-fixed-price delivery order 4085 against a previously issued basic ordering agreement (N00019-09-G-0005) for mission avionics and common cockpit; to include Danish specific equipment, non-recurring engineering, program support and associated efforts required for the production and delivery of nine MH-60R aircraft for the Government of Denmark under the foreign military sales (FMS) program. Work will be performed in Owego, N.Y (98 percent), Farmingdale, N.Y. (1 percent), and various other locations in the United States (1 percent) and is expected to be completed in June 2018. FMS contract funds in the amount of $67,290,982 will be obligated at the 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.

FLIR Systems Inc., Billerica, Mass., was awarded a $49,852,526 firm-fixed-price, indefinite-delivery/indefinite-quantity contract on Sept. 19, 2013, for the Patrol Boat Electro-Optics System (PB-EOS) for the U.S. Coast Guard and U.S. Navy. The primary mission of the PB-EOS is to provide enhanced visual imagery to augment existing electronic sensors. Use of the PB-EOS will enhance the following: low visibility and night navigation; maritime interception; coastal observation and surveillance; insertion and extraction operations; visit, board, search, and seizure operations; combat search and rescue; identification friend or foe; real-time situational awareness and threat warning; reconnaissance and surveillance; and documenting navigational hazards. Work will be performed in Billerica, Mass., and is expected to be completed by September 2018. Fiscal 2013 U.S. Coast Guard operating expenses funds in the amount of $305,875 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-JQ59).

Raytheon Co., El Segundo, Calif., is being awarded $39,000,000 for firm-fixed-price delivery order 0048 against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 15 AN/APG-79 AESA radar systems for the F/A-18 E/F aircraft. Work will be performed in Forest, Miss. (80 percent), and El Segundo, Calif. (20 percent), and is expected to be completed in November 2015. Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $39,000,000 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.

The Boeing Co., St. Louis, Mo., is being awarded $38,197,820 for fixed-price, incentive-fee delivery order 0073 against a previously issued basic ordering agreement (N00019-11-G-0001) for the procurement of retrofit kits in support of the F/A-18E/F and EA-18G trailing edge flap engineering change proposal redesign, including 48 trailing edge flap redesign kits, 48 left hand units and 48 right hand units. Work will be performed in St. Louis, Mo., and is expected to be completed in July 2017. Fiscal 2013 aircraft procurement contract funds in the amount $38,197,820 will be obligated at time of award; none of which expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

LBI Inc., Groton, Conn., was awarded a $27,661,389 indefinite-delivery/indefinite-quantity, fixed-price contract on Sept. 17, 2013, for the procurement of up to 60 deep draft submarine camel separators and associated installation, support, shipping and travel. The deep draft submarine camel separator is a rigid structure designed to separate hulls of nested ships and submarines and prevent contact of their appendages while berthing or morning in the demanding marine environment of piers and wharves. Work will be conducted at various ship homeports inside and outside of the United States, and is expected to complete by September 2018. Fiscal 2013 other procurement, Navy and fiscal 2013 operations and maintenance, Navy funds in the amount of $1,500,000 were obligated at the time of award. Funds in the amount of $150,000 will expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-13-D-0023).

Harper Construction Co., Inc., San Diego, Calif., is being awarded a $27,063,290 modification under a previously awarded firm-fixed-price contract (N40080-13-C-0001) to exercise option 2 which provides for Phase 7, of the Student Officer Quarters, The Basic School at Marine Corps Base, Quantico. Work will be performed in Quantico, Va., and is expected to be completed by November 2016. Fiscal 2013 military construction, Navy contract funds in the amount of $27,063,290 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded $24,575,433 for firm-fixed-price delivery order 0161 against a previously issued basic ordering agreement (N00019-11-G-0001) for the procurement of B kits, bulk data cartridge units and mass storage units in support of the F/A-18 E/F Full Rate Production I aircraft Distributed Targeting System engineering change proposal. Work will be performed in Melbourne, Fla. (75 percent); St. Louis, Mo. (21 percent); North Reading, Mass. (1.6 percent); and various other locations in the United States (2.4 percent); is expected to be completed in August 2015. This contract combines purchases for the U.S. Navy ($17,750,379, 72 percent) and the Government of Australia ($6,825,054, 28 percent) under the foreign military sales (FMS) program. Fiscal 2013 aircraft procurement, Navy and FMS contract funds in the amount $24,575,433 will be obligated at the time of award; none of which expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DRS Laurel Technologies, Johnstown, Pa., was awarded a $22,008,022 indefinite-delivery/indefinite-quantity, firm-fixed-price contract on Sept. 17, 2013, for the procurement of repair station console-associated training sets, engineering services, support and spares for DDG 51-class ships. Work will be performed at various continental United States and outside the continental United States ship homeports, and is expected to complete by September 2018. Fiscal 2013 shipbuilding and conversion, Navy funds in the amount of $300,000 were obligated at the time of award and will not expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website with three offers received. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-13-D-0029).

BAE San Diego Ship Repair, San Diego, Calif., was awarded a $20,691,196 modification to previously awarded contract (N00024-10-C-4407) on Sept. 17, 2013 to exercise an option for the USS Green Bay (LPD 20) fiscal 2013 dry-docking selected restricted availability. BAE San Diego Ship Repair will provide planning, repair, alteration and material support services. Work will be performed in San Diego, Calif., and is expected to complete by June 2014. Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $20,691,196 will be obligated at the 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.

Federal Cartridge Co., Anoka, Minn., was awarded a $17,104,003 firm-fixed-price, indefinite-delivery/indefinite-quantity contract on Sept. 17, 2013 for .40-caliber ball and jacketed hollow point ammunition in support of the U.S. Coast Guard and Naval Criminal Investigative Services. The .40-caliber ball and jacketed hollow point ammunition will be used for training as well as law enforcement missions. Work will be performed in Anoka, Minn., and is expected to be completed by September 2018. Fiscal 2013 Navy working capital funds, fiscal 2012 procurement of ammunition, Marine Corps, fiscal 2013 procurement of ammunition, Navy and Marine Corps funds in the amount of $1,156,180 were obligated at the time of contract 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 two offers received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-13-D-JN39).

Rolls-Royce Engine Services-Oakland Inc., Oakland, Calif., is being awarded a $17,010,320 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the depot repair of T56-A-427 engines in support of the E-2 advanced Hawkeye aircraft, including the repair of 20 power sections, 10 torque meters, and 20 gearboxes, and accessories. Work will be performed in Oakland, Calif. (97 percent), and various locations within the United States (3 percent), and is expected to be completed in September 2014. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; two proposals were received. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-D-0019).

AAR Airlift Group Inc., Palm Bay, Fla., is being issued a $15,217,498 modification under a previously awarded firm-fixed-price contract (N00033-11-C-1003) to exercise a 12-month option for the provision of ship-based and shore-based vertical replenishment and other rotary-wing logistic services. These include search and rescue support; medical evacuations; passenger transfers; internal cargo movement; and dynamic interface testing in support of commander, Naval Air Forces Command. AAR Airlift Group Inc., will provide helicopters, personnel, support equipment, and all supplies necessary to perform flight operations in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility. The subject contract contains quantity options for additional flight hours which would bring the total option amount to $15,556,522. Work will be performed in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility, and is expected to be completed by September 2014. Subject to availability, fiscal 2014 operations and maintenance, Navy funds in the amount of $15,217,498 will be obligated on this contract, and funds will not expire at the end of this current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-1003).

The Boeing Co., St. Louis, Mo., is being awarded $12,871,280 for firm-fixed-price delivery order 0164 against a previously issued basic ordering agreement (N00019-11-G-0001) for the procurement of 114 advanced navigation system retrofit kits for F/A-18E and F/A-18F aircraft. Work will be performed in St. Louis, Mo., and is expected to be completed in May 2017. Fiscal 2013 aircraft procurement contract funds in the amount $2,752,243 will be obligated at the 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.

Maersk Line Ltd., Norfolk, Va., is being awarded a $12,524,245 modification under a previously awarded firm-fixed-price contract (N00033-10-C-3201) to exercise a one-year option period for a time charter of one self-sustaining ship, M/V LTC JOHN U.D. PAGE, to support the U.S. Army’s ammunition prepositioning program. Work will be performed in the waters around Diego Garcia, and work is expected to be completed by Sept. 30, 2014. Transportation working capital funds in the amount of $12,524,245 are being obligated at the time of award, and will not expire at the end of the current fiscal year. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-10-C-3201).

Schuyler Line Navigation Co., Annapolis, Md., is being awarded an $11,650,515 firm-fixed-price contract for the time charter of a U.S.-flagged, shallow-draft tanker, currently named the Bomar Eris, in support of Defense Logistics Agency-Energy missions. This contract includes three 12-month option periods and one 11-month option period, which, if exercised, would bring the cumulative value of this contract to $42,383,372. Work will be performed at sea and the ship must be worldwide deployable. The anticipated primary area of performance is the Far East. The contract is expected to be completed between September and December 2014, and if all options are exercised, work will continue through August to November 2018. Subject to availability, Fiscal 2014 working capital funds in the amount of $11,650,515 will be obligated on this contract, and funds will not expire at the end of this current fiscal year. This contract was competitively procured via a solicitation posted to the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with two offers received. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-13-C-5401).

MAS Zengrange Ltd., Wellington, New Zealand, was awarded a $9,387,200 modification to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00174-12-D-0009) on Sept. 19, 2013 for transmitters, receivers and expendable XrX receivers for the mini-demolition remote firing device. The mini-demolition remote firing device is an ultra-high frequency digital radio controlled initiation system designed for the remote initiation of munitions and explosives. Work will be performed in Wellington, New Zealand, and is expected to be completed by September 2014. Fiscal 2014 other procurement, Navy funding in the amount of $9,387,200 was obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

Conscious Security Inc., Stafford, Va., is being awarded an $8,903,818 firm-fixed-priced, indefinite-delivery/indefinite-quantity for the procurement of Axway brand name software licenses and maintenance through 2018. The licenses and maintenance must be compatible and interoperable with existing Department of Navy hardware and technology equipment. Work will be performed in Stafford, Va., and is expected to be completed by March 2018. No funds will be obligated at the time of award. Funds will be obligated against individual delivery orders as they are issued. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-13-D-4045).

Sealift Inc., Oyster Bay, N.Y., is being awarded an $8,799,785 modification under a previously awarded firm-fixed-price contract (N00033-12-C-3303) to exercise a one-year option period for the time charter of one U.S. flagged, self-sustaining ship, M/V MAJ BERNARD F. FISHER, to support the U.S. Air Force’s at-sea prepositioning program. Work will be performed in the waters around Diego Garcia, and work is expected to be completed by Sept. 30, 2014. Transportation working capital funds in the amount of $8,799,785 are being obligated at the time of award, and will not expire at the end of the current fiscal year. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-12-C-3303).

Philadelphia Ship Repair, Philadelphia, Pa., was awarded an $8,476,483 firm-fixed-price contract on Sept. 20, 2013 for the removal of various systems of at least three and up to five U.S. Navy frigates. This procurement is for the towing and dry docking of at least three and up to five frigates, which are located at the Philadelphia Naval Business Center (PNBC) Reserve Basin and the removal of various systems, including but not limited to the main propulsion shafting, controllable pitch propeller, main propulsion engines, pumps motors and valves. The contractor will then be required to seal any openings to ensure watertight integrity of the ship, perform a stability analysis and properly balance the weight of the ship for a long ocean tow, undock the ship and tow back to the PNBC Reserve Basin. Work will be performed in Philadelphia, Pa., and is expected to be completed by September 2014. Fiscal 2013 operations and maintenance, Navy funding in the amount of $1,501,749 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 Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-13-C-5007).

Evergreen Helicopters Inc., McMinnville, Ore., is being awarded an $8,357,142 modification under a previously awarded firm-fixed-price contract (N00033-09-C-1000) to exercise a 12-month option for the provision of ship-based and shore-rebased vertical replenishment and other rotary-wing logistic services. These include search and rescue support; medical evacuations; passenger transfers; internal cargo movement; and dynamic interface testing in support of commander, Naval Air Forces Command. Evergreen Helicopters Inc., will provide one detachment (Detachment Alpha) comprised of two helicopters, personnel, support equipment, and all supplies necessary to perform flight operations in the U.S. 2nd Fleet, U.S. 5th Fleet, and U.S. 6th Fleet areas of responsibility. The subject contract contains quantity options for additional flight hours for Detachment Alpha and an additional detachment (Detachment Bravo), which if exercised, would bring the total option amount to $17,090,828. Work will be performed in the U.S. 2nd Fleet, U.S. 5th Fleet, and U.S. 6th Fleet areas of responsibility, and is expected to be completed by September 2014. Subject to availability of fiscal 2014 operations and maintenance, Navy funds in the amount of $8,357,142 will be obligated on this contract. Contract funds will not expire at the end of this fiscal year. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-09-C-1000).

Baltimore Gas and Electric, Baltimore, Md., is being awarded a $7,289,025 firm-fixed-price contract for construction efforts to implement an energy and water conservation project at the United States Naval Academy (USNA). The work to be performed provides for upgrades to a water treatment plant owned and operated by the USNA. This implementation will allow the United States government to effectively improve the aforementioned facilities and reduce its energy consumption in chemicals, electricity, water, waste water, and sludge disposal. The energy and water savings will reduce the site’s electricity, gas and water allocation resulting in utility cost avoidance and compliance with mandatory laws and statute to reduce energy and water consumption. Energy Independence and Security Act of 2007 authorizes agencies to use appropriations, private financing, or a combination to comply with its requirements for utility energy service contracts for evaluations/project implementation. For this project, Navy Facilities Engineering Command, Washington, has agreed to pay for the costs of services/construction from project financing which will be obtained by Baltimore Gas and Electric. Work will be performed in Annapolis, Md., and is expected to be completed by April 2015. The exact amount of the contract will be determined by financing at the time of award. No funds will be obligated with this award. The contract was procured under the authority of Title 10 U.S.C. Sec. 2304(c)(5), statute expressly authorizes or requires that the acquisition be made through another agency or from a specific source, as implemented by FAR 6.302-5. The Navy Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-13-C-0301).

Vigor Shipyards, Seattle, Wash, was awarded a $7,260,245 modification to previously awarded contract (N00024-08-C-4416) on Sept. 19 for the USS John C. Stennis (CVN 74) fiscal 2013 dry-docking planned incremental availability (DPIA). A DPIA is the opportunity in the ship’s life cycle to conduct maintenance to systems and hull not available when the ship is waterborne. Modernization and repair work is completed to extend the ship’s life and to maximize the vessel’s readiness. Work will be performed in Bremerton, Wash., and is expected to be completed by August 2014. Fiscal 2013 operations and maintenance, Navy funding in the amount of $7,260,245 will be obligated at the time of award and will expire at the end of the current fiscal year. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Wash., is the contracting activity.

Tote Services Inc., Moorestown, N.J., is being awarded a $6,938,148 modification under a previously awarded firm-fixed-price contract (N0003-12-C-3131) to exercise a one-year option period for the operation and maintenance of the USNS VADM K.R. Wheeler and the USNS Fast Tempo. These ships support the deployed military forces worldwide. Work will be performed worldwide and is expected to be completed Sept. 30, 2014. Transportation working capital funds in the amount of $6,938,148 are being obligated at the time of award and will not expire at the end of the current fiscal year. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-12-C-3131).

Alpha Marine Services LLC, Galliano, La., is being awarded a $6,681,778 modification under a previously awarded firm-fixed-price contract with reimbursable elements (N00033-10-C-1006) to exercise a one-year option for harbor tug services for the Navy bases at Kings Bay, Ga., and Mayport, Fla. Work will be performed in Kings Bay (50 percent) and Mayport (50 percent), and is expected to be completed by October 2014. Navy working capital funds in the amount of $6,681,778 will be obligated at the time of award and will not expire at the end of this fiscal year. The Military Sealift Command, Washington, D.C., is the contracting activity.

Related News

Eric Pecinovsky is the Director of Marketing for ClearanceJobs.com, focusing on brand development, web site traffic growth, product development. Build and maintain relationships with all departments who support the product line. Support cross-functional initiatives. Assess the competitive landscape. Development of brand/product strategy.