DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

ARMY

Harris Corp., Rochester, N.Y., was awarded a $140,700,000 firm-fixed-price, non-option-eligible, non-multi-year contract for the production of the Mid-Tier Networking Vehicular (MNVR) radio. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Contracting Command – Aberdeen Proving Ground, Aberdeen, Md., is the contracting activity (W15P7T-13-D-0068).

Bering Straits Logistics Services LLC, Anchorage, Alaska, was awarded a $92,000,000 firm-fixed-price, non-option-eligible, non-multi-year contract to provide information technology, warehouse operations, maintenance and training support to the Consequence Management Support Center. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with thirteen bids received. The National Guard Bureau, Contracting Support, Arlington, Va., is the contracting activity (W9133L-13-D-0004).

Forrester Construction Co., Rockville, Md., was awarded a $59,061,260 firm-fixed-price, non-option-eligible, non-multi-year contract for support to the Millenium Project at Arlington National Cemetery. Performance location will be Arlingon, Va., 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 – Norfolk District, Norfolk, Va., is the contracting activity (W91236-13-C-0063).

The Boeing Co., Mesa, Ariz., was awarded a $52,397,154 firm-fixed-price, option-eligible, non-multi-year contract to procure an estimated quantity of 48 Lot 3 remanufacture, Lot 3 new build and Lot 4 remanufacture for Apache Block III full rate production and support. Performance location will be Mesa, Ariz., with funding from fiscal 2013 other authority funds. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0055).

Otis Products Inc.*, Lyons Falls, N.Y., was awarded a $39,200,000 firm-fixed-price, non-option-eligible, non-multi-year contract to procure improved weapons cleaning kits, team and individual, which is a component of the close quarters battle kit used on the M4/M16 family of small arms and works with all currently fielded 5.56mm, 9mm, 7.62mm and .45 caliber weapons. Kits shall consist of all components necessary to clean and/or dislodge a jammed cartridge/projectile that use threaded connections. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Contracting Command – Picatinny Arsenal, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-D-0090).

General Dynamics Ordnance and Tactical Systems, St. Petersburg, Fla., was awarded a $34,129,022 firm-fixed-price, non-option-eligible, non-multi-year contract to acquire fiscal 2014 services for the demilitarization and disposal of Multiple Launch Rocket Systems M26 (H104) rocket pod containers, rockets and components. Performance locations will be Carthage, Mo., with funding from fiscal 2013 other procurement authority funds. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Missile), Redstone Arsenal, Ala., is the contracting activity.

Great Lakes Dredge and Dock Company LLC, Oak Brook, Ill., was awarded a firm-fixed-price, option-eligible, non-multi-year contract for $20,684,610 for the New York and New Jersey 50-foot Harbor Deepening Project and shoal removal. Performance location will be Staten Island, N.Y., Bayonne, N.J., and Elizabeth, N.J., from fiscal 2013 other authority funds. This contract was a competitive acquisition via the web with three bids received. The U.S. Army Corps of Engineers – New York District, New York, N.Y., is the contracting office (W912DS-13-C-0045).

Allen-Vanguard LLC, Ogdensburg, N.Y., was awarded a $20,000,000 firm-fixed-price, non-option-eligible, multi-year contract for procurement of the advanced bomb suit ensemble and spare parts for the life of the five-year requirements contract. 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-0146).

EOIR Technologies Inc.*, Aberdeen Proving Ground, Md., was awarded an $11,461,706 cost-plus-fixed-fee, option-eligible, non-multi-year contract. Minimum requirements for this contract include reverse engineering, limited prototyping for exploitation, test and evaluation, as well as validation on targets of interest. The contractor shall provide program management, engineering, and technical support related to a wide range of technologies managed in the Intelligence and Information Warfare Directorate, Technical Characterization and Exploitation Branch, Cyber Offensive Operations Division. Performance location will be McLean, Herndon, and Vienna, Va., and Aberdeen Proving Ground, Md., with incremental funding from fiscal 2012 research, development, testing and evaluation and fiscal 2013 other authority funds. This contract was a competitive acquisition via the web with six bids received. The U.S. Army Contracting Command – Aberdeen Proving Ground, Aberdeen, Md., is the contracting activity (W15P7T-13-C-A207).

North Little Rock Electrical Department, North Little Rock, Ark., was awarded a firm-fixed-price, non-option-eligible, non-multi-year contract for $9,712,928 for the construction of a substation with two electrical services to support the Bayou Meto Pump Station No. 1. This dedicated power infrastructure will be a component of the Bayou Meto Basin project. Performance location will be North Little Rock, Ark., from fiscal 2013 other authority funds. This contract was a non-competitive acquisition with one bid received. The U.S. Army Corps of Engineers – Memphis District, Memphis, Tenn., is the contracting office (W912EQ-13-C-0031).

Northrop Grumman, Huntsville, Ala., was awarded an $8,033,642 cost-plus-incentive-fee, option-eligible, non-multi-year contract modification (P00093) of contract (W31P4Q-08-C-0418) for the research and development for Advanced Electronic Protect, Integrated Air and Missile Defense (IAMD) System of Systems capability and IAMD Battle Command System system development and demonstration. Performance locations will be Huntsville, Ala., with funding from fiscal 2013 research, development, testing and evaluation funds. This contract was a competitive acquisition with two bids solicited and two bids received. The U.S. Army Contracting Command – Redstone Arsenal (Missile), Redstone Arsenal, Ala., is the contracting activity.

Academi Training Center Inc., Moyock, N.C., was awarded a $7,230,998 firm-fixed-price, option-eligible, non-multi-year contract modification (P00004) of contract (W560MY-12-C-0006) to provide private security services. Performance location will be Afghanistan with funding from fiscal 2013 operations and maintenance, Army funds. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity.

Flightworks Inc., Kennesaw, Ga., was awarded a $7,000,000 firm-fixed-price, non-option-eligible, non-multi-year contract modification (P00011) of contract (W560MY-11-C-0005) to provide short take-off and landing and low cost low altitude aerial resupply services in Afghanistan. Performance locations will be Afghanistan, with funding from fiscal 2013 operations and maintenance, Army funds. This contract was a non-competitive acquisition with one bid solicited and one bid received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity.

Hamilton Sundstrand Corp., Windsor Locks, Conn., was awarded a $6,624,411 firm-fixed-price, non-option-eligible, non-multi-year contract to procure flight control computers for the Blackhawk weapon system. Performance location and funding will be determined with each order. This was a non-competitive acquisition with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0217).

TRICARE MANAGEMENT ACTIVITY

Johns Hopkins Medical Services Corp., Baltimore Md., was awarded a $338,231,228, fixed-price, commercial contract to provide comprehensive health care services through a managed care plan, the Uniformed Services Family Health Plan, to approximately 41,224 eligible uniformed services’ beneficiaries in their designated geographical area. The services to be provided include: management of provider networks, medical management, enrollment, customer services and other related requirements. The base period runs from Oct. 1, 2013 through Sept. 30, 2014. This contract was not competitively procured pursuant to the authority of 10 U.S.C. 1073, Sections 722 (b & f); 724 (e); 726 (a-d) and the National Defense Authorization Act, Paragraphs 722(b) (1) and (2) of Subtitle C, Fiscal Year 1997, Public Law 104-201. The TRICARE Management Activity, Aurora, Colo., is the contracting activity (HT9402-13-C-0009).

Saint Vincents Catholic Medical Centers of New York, N.Y., was awarded a $94,199,599, fixed-price, commercial contract to provide comprehensive health care services through a managed care plan, the Uniformed Services Family Health Plan, to approximately 10,846 eligible uniformed services’ beneficiaries in their designated geographical area. The services to be provided include: management of provider networks, medical management, enrollment, customer services and other related requirements. The base period runs from Oct. 1, 2013 through Sept. 30, 2014. This contract was not competitively procured pursuant to the authority of 10 U.S.C. 1073, Sections 722 (b & f); 724 (e); 726 (a-d) and the National Defense Authorization Act, Paragraphs 722(b) (1) and (2) of Subtitle C, Fiscal Year 1997, Public Law 104-201. The TRICARE Management Activity, Aurora, Colo., is the contracting activity (HT9402-13-C-0010).

DEFENSE LOGISTICS AGENCY

Cardinal Health Inc., Dublin, Ohio, has been awarded a maximum $290,574,728 modification (P00059) exercising the second option-year period on a 20-month base contract (SPM2DX-10-D-0027) with two 20-month option periods to provide brand name specific pharmaceutical items. The contract is a requirements contract for Pharmaceutical Prime Vendor Generation III Primary Supplier supporting the combined Europe and Pacific regions. Locations of performance are Ohio, North Carolina, and California with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. 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.

Globe Trailers Manufacturing Inc.*, Bradenton, Fla., has been awarded a maximum $177,500,000 fixed-price with an economic-price-adjustment contract for procurement of commercial type trucks and trailers. This contract was a competitive acquisition and 15 offers were received. Location of performance is Florida with a Sept. 23, 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., (SPE8EC-13-D-0022).

Johnson & Johnson Health Care Systems Inc., on behalf of Ethicon, Piscataway, N.J., has been awarded a maximum $42,095,798 modification (P00014) exercising the fifth option-year period on a one-year base contract (SPM2D0-08-D-0256) with seven one-year option periods for various medical and surgical products. This is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is New Jersey 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.

Pentaq Manufacturing Corp, Sabana Grande, Puerto Rico, has been awarded a maximum $31,995,875 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various types of permethrin Army combat uniform trousers. This contract was a competitive acquisition and fourteen offers were received. Location of performance is Puerto Rico with a Sept. 23, 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., (SPM1C1-13-D-1073).

JHP Pharmaceuticals LLC*, Parsippany, N.J., has been awarded a maximum $28,392,367 fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This contract was a competitive acquisition and 31 offers were received. Location of performance is New Jersey with a Sept. 23, 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., (SPM2D0-13-D-0010).

Johnson & Johnson Health Care Systems Inc., on behalf of Ethicon-Endo, Piscataway, N.J., has been awarded a maximum $21,577,641 modification (P00010) exercising the fourth option-year period on a one-year base contract (SPM2D0-09-D-0002) with seven one-year option periods for various medical and surgical products. This is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is New Jersey 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.

Zogenix Inc.*, San Diego, Calif., has been awarded a maximum $20,694,363 modification (P00002) exercising the first option-year period on a one-year base contract (SPM2D0-12-D-0021) with seven one-year option periods for various medical and surgical products. This is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is California 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.

Pentaq Manufacturing Corp, Sabana Grande, Puerto Rico, has been awarded a maximum $18,557,607 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various types of permethrin Army combat uniform trousers. This contract was a competitive acquisition and seventeen offers were received. Location of performance is Puerto Rico with a Sept. 23, 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.; (SPM1C1-13-D-1074).

Anbex Inc.*, Williamsburg, Va., has been awarded a maximum $15,108,114 modification (P00004) exercising the first option-year period on a one-year base contract (SPM2D0-12-D-0015) with seven one-year option periods for various pharmaceutical products. This is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Virginia 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.

Pomp’s Tire Service Inc., New Berlin, Wis., has been awarded a maximum $9,297,381 firm-fixed-price contract for wheel and tire assemblies. This contract was a competitive acquisition and eight offers were received. This is a three-year base contract with no option-year periods. Location of performance is Wisconsin with a March 22, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 through fiscal 2016 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Mich., (SPRDL1-13-D-0038).

NAVY

The Boeing Co., Seattle, Wash., is being awarded a $225,000,000 modification to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0112) for the procurement of six operational flight trainers, six weapons tactics trainers, two part task trainers, one training systems support center, three 10-seat electronic classrooms, and one 20-seat electronic classroom in support of the U.S. Navy P-8A Poseidon low rate initial Production IV and full rate Production I aircraft. Work will be performed in St. Louis, Mo. (30.4 percent); Tampa, Fla. (21.3 percent); Whidbey Island, Wash. (15.2 percent); Huntington Beach, Calif. (5.9 percent); San Francisco, Calif. (4.2 percent); Long Island, N.Y. (2 percent); Tulsa, Okla. (1.9 percent); Jacksonville, Fla. (.9 percent); and various locations throughout the United States (18.2 percent). Work is expected to be completed in March 2018. Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $225,000,000 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.

Electric Boat Corp., Groton, Conn., is being awarded a $152,448,187 modification to previously awarded contract (N00024-10-C-2118) to exercise options for continued lead-yard services and development studies and design efforts related to Virginia-class submarines. Work will be performed in Groton, Conn. (91.1 percent), Newport News, Va. (4 percent), Quonset, R.I. (3.5 percent), and Newport, R.I. (1.4 percent), and is expected to be completed by September 2014. Fiscal 2012 and 2013 shipbuilding and conversion, Navy, fiscal 2013 research, development, test and evaluation funding in the amount of $13,097,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

B.L. Harbert International LLC, Birmingham, Ala., is being awarded a $150,703,040 firm-fixed-price contract for construction of a forward operating site at Camp Lemonnier, Djibouti. The site will be comprised of 11 buildings, site work and supporting facilities required to support current and emerging operational missions. The following buildings will be constructed on a site that is approximately 20 acres in size: aircraft hangar, air operations center, armory, joint operations center/tactical operation center/communication center, berthing/fitness/morale, welfare and recreation facility, logistics warehouse, maritime/riggers facility, training facility, engineering facility, vehicle maintenance shop, tactical support facility, and an aircraft parking apron. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $156,809,541. Work will be performed in Djibouti, Africa, and is expected to be completed by August 2016. Fiscal 2011 military construction overseas contingency operations supplemental appropriations, Army contract funds in the amount of $150,703,040 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 10 proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-13-C-3001).

Caddell Construction Co., Inc., Montgomery, Ala., is being awarded a $36,169,500 firm-fixed-price contract for the design and construction of a combined headquarters building and joint operations center facility at Camp Lemonnier, Djibouti. The work to be performed provides for the design and construction of a multi-story building consisting of administrative space, open and private offices, and multi-purpose conference rooms. There will be open storage secure areas with compartmented areas within. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $39,484,500. Work will be performed in Djibouti, Africa, and is expected to be completed by December 2015. Fiscal 2013 military construction overseas contingency operations supplemental appropriations, Navy contract funds in the amount of $36,169,500 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 13 proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-13-C-3000).

ITSI Gilbane Co., Walnut Creek, Calif., is being awarded a $16,635,737 firm-fixed-price contract for power plant upgrades at Camp Lemonnier, Djibouti. The work to be performed provides for electrical and mechanical renovations to Power Plant 2, Power Plant 3, and a modular building, Power Plant 2A. The contractor will provide and install eight new power modules to supplement the four existing power modules, as well as an overflow fuel tank and a fuel line connecting Power Plant 2 and Power Plant 3. Work will be performed in Djibouti, Africa, and is expected to be completed by October 2014. Fiscal 2012 research development test and evaluation, Navy; fiscal 2012 operations and maintenance, Navy; and fiscal 2011 military construction overseas contingency operations supplemental appropriations, Army contract funds in the amount of $16,635,737 are being 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 10 proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-13-C-3006).

Wyle Laboratories Inc., Huntsville, Ala., is being awarded a $16,608,029 cost-plus-fixed-fee contract for aircrew, engineering, operations, and scheduling services to ensure essential testing and evaluation of all Naval Test Wing Atlantic manned air vehicles. Work will be performed at the Naval Air Station (NAS), Patuxent River, Md. (94 percent), NAS Pt. Mugu, Calif. (5 percent); and NAS China Lake, Calif. (1 percent), and is expected to be completed in September 2018. Navy working capital funds in the amount of $10,970,000 are being obligated at the 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 Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-13-C-0032).

InterSystems Corp., Cambridge, Mass., is being awarded an estimated $10,572,510 firm-fixed-price, commercial contract to provide sustainment for software database upgrades and technical assistance of the proprietary software cache and legacy digital standard multi-user multi-processor software and an additional 1,050 new licenses for the Department of Defense Composite Health Care System. This contract includes an option which, if exercised, would bring the cumulative value (ceiling) of this contract to an estimated $20,969,265. The work will be performed in Cambridge, Mass., and is expected to be completed by September 2014. If all options are exercised, work could continue until September 2015. Fiscal 2011 procurement and fiscal 2014 operations and maintenance funds in the amount of $10,572,510 will be obligated on this award. Contract funds in the amount of $721,350 will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition under the authority of 10 U.S.C. 2304(c)(1). Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-13-C-2160).

Leebcor Services LLC*, Williamsburg, Va., is being awarded $9,351,431 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N40085-12-D-6304) for design and construction of a combat services support facility and warehouse at Joint Expeditionary Base, Little Creek-Fort Story. The project also includes the provision of expanding and reconfiguring the existing parking lot. The existing perimeter fence will be maintained and a decorative perimeter fence will be added. The project also includes the extension of water, sanitary sewer, electrical, and communications utilities to both project sites. The task order contains one unexercised option and two planned modifications, which if exercised would increase cumulative task order value to $11,057,524. Work will be performed in Virginia Beach, Va., and is expected to be completed by September 2015. Fiscal 2013 military construction, Defense contract funds in the amount of $9,351,431 are being obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Weston Solutions, Inc., West Chester, Pa., is being awarded $8,735,799 for firm-fixed-price task order 0025 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62583-09-D-0131) for engineering, cleaning, inspection, construction, and repair of fuel storage tanks at Defense Fuel Support Point Craney Island. Work will be performed in Portsmouth, Va., and is expected to be completed by November 2015. Fiscal 2013 Defense Working Capital Funds in the amount of $8,735,799 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

BAE Systems Technology Solutions and Services, Rockville, Md., is being awarded $8,592,390 for modification to previously awarded contract (N00604-13-C-3000) to exercise option one for a full range of ordnance handling and management services. Additionally, the contractor shall perform all tasks related to peacetime and wartime munitions operations. Work will be performed at Ewa Beach, Hawaii, and work is expected to be completed Sept. 30, 2014, and if all options are exercised, work will continue through Sept. 30, 2017. Fiscal 2014 operations and maintenance, Navy will be used to fund this contract and will not expire at the end of this current fiscal year. This contract was competitively procured via the Navy Electronic Commerce website, with two proposals received. Navy Supply Systems Command, Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity (N00604-13-C-3000).

P&S Construction Inc.*, North Chelmsford, Mass., is being awarded $7,576,740 for firm-fixed-price task order 0010 under a previously awarded multiple award construction contract (N40192-10-D-2804) for construction of a multi-purpose facility at the Army Readiness National Guard Barrigada Complex, Guam. The work to be performed provides for the construction of a single story facility that will include assembly hall, family assistance center, pass and ID center, and supporting facilities such as catering kitchen and storage and utilities rooms. Work will be performed in Barrigada, Guam, and is expected to be completed by May 2015. Fiscal 2013 military construction, Army National Guard and fiscal 2013 operations and maintenance, Army National Guard contract funds in the amount of $7,576,740 are being obligated on this award and $222,000 will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

Raytheon Space and Airborne Systems Texas, McKinney, Texas, is being awarded a $48,789,388 firm-fixed-price, cost-plus-fixed-fee contract for the procurement of 13 APY-10 radar kits for low rate initial production Lot IV P-8A MMA aircraft and one spare radar unit. In addition, this contract provides for installation and checkout, technical support, configuration management, reliability and maintainability failure reporting and corrective actions, engineering change orders/proposals, integrated logistics support, interim contractor support, technical data, and repair of repairables. Work will be performed in McKinney, Texas (99 percent) and Seattle, Wash. (1 percent), and is expected to be completed in January 2016. Fiscal 2013 aircraft procurement, Navy contract funds in the amount $48,789,388 will be obligated at the time of award; none of which expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302.1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0161).

The Boeing Co., St. Louis, Mo., is being awarded a $6,929,905 modification to a previously awarded cost-plus-fixed-fee contract (N00019-12-C-2006) for non-recurring engineering associated with Engineering Change Proposal 6381SOWR2 flight test requirements for the F/A-18 and EA-18G AN/APG-79 active electronically scanned array radio detection and ranging general purpose processor 3 upgrade. Work will be performed in El Segundo, Calif. (76 percent), and St. Louis, Mo. (24 percent), and is expected to be completed in February 2014. Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $6,929,905 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.

Shaw Environmental & Infrastructure Inc., Dallas, Texas, is being awarded a $6,700,000 firm-fixed-price modification to increase the maximum dollar value on task order 0006 under a previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N62583-09-D-0130) for pipeline inspection and repairs for tanks located at the Defense Fuel Supply Point, Naval Base Guam. The work to be performed provides for engineering, cleaning, inspection, construction, and repair of fuel storage tanks. After award of this modification, the total cumulative task order value will be $16,987,557. Work will be performed in Marianas, Guam, and is expected to be completed by September 2014. Fiscal 2013 defense working capital funds in the amount of $6,700,000 are being obligated on this award and 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.

Wolf Creek Federal Services Inc.*, Anchorage, Alaska, is being awarded $6,557,101 for firm-fixed-price task order 0002 under a previously awarded requirements contract (N40192-13-D-9010) for demolition of 164 housing units located at Andersen Air Force Base, Guam. Work will be performed in Yigo, Guam, and is expected to be completed by February 2015. Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $6,557,101 are being obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

AIR FORCE

Northrup Grumman Technical Services Inc., Hill Air Force Base, Utah, has been awarded a $101,586,478 modification (P03886) to previously awarded contract (F42610-98-C-0001). The contract modification provides for the exercise of contract line item numbers for the sustainment of the propulsion/ground/guidance/reentry system reentry vehicle systems of the Intercontinental Ballistic Missile (ICBM) weapon system under the ICBM partial bridge contract. Work will be performed at Hill Air Force Base, Utah, with an expected completion date of Sept. 29, 2014. Fiscal 2013 operations and maintenance funds in the amount of $10,626,278 are being obligated at time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

Indyne Inc., Reston, Va., has been awarded a $77,498,299 modification (P00478) to previously awarded contract (F04684-03-C-0050). The contract modification provides for the operations and maintenance support services, training, command, control, communications, information and computer systems services, testing, modification and installation of communications, electronic, and security systems at launch facilities, launch control centers and test facilities for the 30th Space Wing, Vandenberg Air Force Base, Calif. Work will be performed at Vandenberg, Air Force Base, Calif., and is expected to be completed within 15 months of modification start. The 30th Contracting Squadron/LGCZ, Vandenberg Air Force Base, Calif., is the contracting activity.

Northrop Grumman Information Technology, Va., has been awarded a $22,300,000 ceiling modification (P00013) to contract (F42610-02-D-0003) for continued support of nuclear safety cross-check analysis, performance analysis and technical evaluation, and independent verification and validation services. This contract modification consists of cost-plus-fixed-fee and cost-reimbursable-no fee contract line item numbers with a one basic year, and one option year of extended services. Work will be performed at El Segundo, Calif., and Layton, Utah, and is expected to be completed by September 2016. Fiscal 2013 operations and maintenance and research and development funds in the amount of $2,662,138 are being obligated at time of award. The Air Force Nuclear Weapons Center/PZBF, Hill Air Force Base, Utah, is the contracting activity.

Work Services Corp., Wichita Falls, Texas, has been awarded a $15,619,240 contract for full food service operations for three main dining facilities, a central preparation kitchen and delivery of meals to Sheppard Air Force Base Annex site. Work will be performed at Sheppard Air Force Base, Texas, with an expected completion date of Sept. 23, 2014. This award is the result of a sole-source (Ability One/NISH) acquisition. Fiscal 2013 operations and maintenance funds for the full amount of the contract obligated at time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity (FA3020-13-C-0017).

Raytheon Co., Tucson, Ariz., has been awarded an $11,206,567 firm-fixed-price contract for 16 GBU-49 telemetry, 17 GBU-50 telemetry and a ten year warranty. Work will be performed at Tucson, Ariz., and is expected to be completed by July 1, 2025. This is a 100 percent foreign military sales for Saudi Arabia. The Air Force Life Cycle Management Center/EBDK, Eglin Air Force Base, Fla., is the contracting activity (FA8681-13-C-0196 P00003).

Raytheon Company, El Segundo, Calif., has been awarded a $10,966,525 cost-plus-fixed-fee contract for the research and development of the long range imaging LADAR (LRIL) transceiver. The LRIL will demonstrate the state-of-the-art in inverse synthetic aperture LADAR (ISAL) technology with the objective of producing an ISAL image from a space object in geosynchronous orbit. The LRIL program comprises four phases. Phase I is a laboratory demonstration of ISAL components and techniques at the Maui Space Surveillance Site (MSSS). The purpose of Phase I is to complete program detailed planning, produce and validate modeling and simulation results, begin integration of hardware, and produce ISAL imagery in the laboratory. Phase II is a low power demonstration of ISAL on a space object in middle earth orbit and/or geosynchronous orbit. Phase III is a demonstration of ISAL at MSSS advancing Phase II with the addition of an adaptive optics atmospheric compensation system. During Phase IV a high power laser illuminator shall be integrated at MSSS, and ISAL images will be collected from non-optically-augmented geosynchronous objects. Work will be performed in El Segundo, Calif., and the Maui Space Surveillance Site in Kihei, Hawaii, and is expected to be complete by Sept. 28, 2018. This award is the result of a sole-source acquisition. Fiscal 2013 operations and maintenance funds in the amount of $1,339,000 are being obligated at time of award. The Air Force Research Laboratory/RQKSE is the contracting activity (FA8650-13-C-1525).

HRL Laboratories LLC, Malibu, Calif., has been awarded a $10,279,430 cost-plus-fixed-fee contract for Knowledge Representation in Neural Systems. The objective of the program is to develop new theories that explain how conceptual knowledge is represented in the human brain and test those theories by demonstrating the ability to predict and interpret concept-relate patterns of neural activity measured non-invasively. Work will be performed at Malibu, Calif., and is expected to be completed by Nov. 24, 2016. This award is the result of a competitive acquisition (IARPA-BAA-12-05) and 13 offers were received. Fiscal 2012 research and development funds in the amount of $4,569,109 are being obligated at time of award. The Air Force Research Laboratory/RQKDA is the contracting activity (FA8650-13-C-7356).

Booz Allen Hamilton Inc., McLean, Va., has been awarded a $6,852,533 cost-plus-fixed-fee contract for software to include the study, analysis, engineering, design, development, modeling, simulation, integration, testing, demonstration and transition of cyber and multi-level capabilities of interest to the Air Force, the Department of Defense, and the intelligence community. Work will be performed in McLean, Va., Baltimore, Md., and Rome, N.Y., and is expected to be completed by Sept. 23, 2016. This award is the result of a competitive acquisition and offers were solicited electronically and one offer was received. Fiscal 2013 research and development funds in the amount of $289,000 are being obligated at time of award. Air Force Research Laboratory/RIKE, Rome, N.Y., is the contracting activity (FA8750-13-C-0233).

MISSILE DEFENSE AGENCY

DRS RSTA, Inc., Infrared Technologies, Huntsville, Ala. is being awarded a maximum of $17,700,000 cost-plus-fixed-fee contract for design, develop, and fabricate a Two-Color Focal Plane Array (FPA) for the Missile Defense Agency Advanced Technology Risk Reduction. Options work will also include a digital FPA design, development, and fabrication effort. The objective of this program will be to develop and implement a controlled dual-band, large-format, long wavelength infrared FPA manufacturing process to improve the yield for multiple lots of FPAs. The work will be performed in Dallas, Texas, and Santa Barbara, Calif. The performance period is from Sept. 30, 2013 through Nov. 30, 2017. This contract was competitively procured via publication on the Federal Business Opportunities website with 112 proposals received. Fiscal year 2013 Research, Development, Test, and Evaluation funds in the amount of $125,000 are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Ala., is the contracting activity. (HQ0147-13-C-0021)

DEFENSE COMMISSARY AGENCY

Summit Construction Inc., Santa Rosa Beach, Fla., is being awarded a $13,085,132 firm-fixed-price contract to add/alter the commissary at Joint Base Langley-Eustis, Fort Eustis, Va. The contract is for a 594-day period based on the issuance of the notice-to-proceed which is expected in November 2013. Offers were solicited via full and open competition and eight offers were received. The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio-Lackland, Texas (HDEC03-13-C-0005).

Summit Construction Inc., Santa Rosa Beach, Fla., is being awarded a $12,905,184 firm-fixed-price contract for the architectural/refrigeration upgrade to the commissary at Joint Base San Antonio-Lackland, Texas. The contract is for a 597-day period based on the issuance of the notice-to-proceed which is expected in November 2013. Offers were solicited via full and open competition and five offers were received. The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio-Lackland, Texas (HDEC03-13-C-0006).

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.