DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

DEFENSE LOGISTICS AGENCY

Kipper Tool Co.*, Gainesville, Ga., has been awarded a maximum $976,000,000 fixed-price with an economic-price-adjustment contract for procurement of commercial type construction equipment. This contract was a competitive acquisition and 15 offers were received. Locations of performance are Georgia and North Dakota with an Aug. 15, 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 year 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-13-D-0028).

Becton Dickinson and Co., Franklin Lakes, N.J., has been awarded a maximum $76,796,317 modification (P00007) exercising the second option-year period on a one-year base contract (SPM2D0-11-D-0009), 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. 28, 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.

AM General LLC, Mishawaka, Ind., has been awarded a maximum $41,069,012 firm-fixed-price contract for detuned engines with containers. This contract was a sole-source acquisition. Location of performance is Indiana with a May 22, 2017 performance completion date. Using military service is Army. Type of appropriation is fiscal 2013 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Mich., (SPRDL1-13-D-0040).

Impact Instrumentation Inc.*, West Caldwell, N.J., has been awarded a maximum $28,772,259 modification (P00006) exercising the fourth option-year period on a one-year base contract (SPM2D1-09-D-8019) with four one-year option periods for airworthy aspirators. This is a firm-fixed-price 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 2014 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $27,962,676 firm-fixed-price contract for blade assemblies. This contract was a sole-source acquisition. Location of performance is Texas with a Dec. 31, 2016 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2013 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-09-G-004Y-6135).

Zoll Medical Corp., Chelmsford, Mass., has been awarded a maximum $20,513,974 modification (P00004) exercising the fourth option-year period on a one-year base contract (SPM2D1-09-D-8017) with four one-year option periods for airworthy hospital defibrillators. This is a firm-fixed-price contract. Location of performance is Massachusetts 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 2014 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

BPR Rico Equipment Inc.*, Medina, Ohio, has been awarded a maximum $14,618,433 firm-fixed-price contract for spare tire retainers. This contract was a competitive acquisition and three offers were received. Location of performance is Ohio with a Sep. 24, 2016 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 Land and Maritime, Columbus, Ohio, (SPM7LY-123-D-0094).

Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $14,196,000 firm-fixed-price contract for blade assemblies. This contract was a sole-source acquisition. Location of performance is Texas with a July 31, 2016 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2013 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (W58RGZ-12-G-0001-THEF).

United Technologies Corp., doing business as Pratt & Whitney, East Hartford, Conn., has been awarded a maximum $13,907,430 firm-fixed-price contract for procurement of aircraft engine turbine nozzle segment replenishment spares. This contract was a sole-source acquisition. Location of performance is Connecticut with an Aug. 31, 2016 performance completion date. Using military service is Air Force. Type of appropriation is fiscal year 2013 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Okla., (N00383-12-G-001M-UN1L).

United Technologies Corp., doing business as Pratt & Whitney, East Hartford, Conn., has been awarded a maximum $7,878,650 firm-fixed-price contract for procurement aircraft engine compressor blade set replenishment spares. This contract was a sole-source acquisition. Location of performance is Connecticut with an Aug. 30, 2015 performance completion date. Using military service is Air Force. Type of appropriation is fiscal year 2013 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Okla., (N00383-12-G-001M-UN1P).

ARMY

The MITRE Corp., McLean, Va., was awarded a $626,200,000 cost-option-eligible, non-multi-year contract for the National Security Engineering Center, Federally Funded Research and Development Center. Performance location will be McLean, Va., with incremental funding from fiscal 2013 research, development, testing and evaluation funds. This contract was a non-competitive acquisition with one bid received. The U.S. Army Contracting Command – Aberdeen Proving Ground, Aberdeen, Md., is the contracting activity (W15P7T-13-C-A802).

Lockheed Martin Mission Systems and Training, Akron, Ohio, was awarded a $306,500,000 cost-plus-fixed-fee, non-option eligible, non-multi-year, indefinite-delivery/indefinite-quality contract to procure persistent threat detection systems and related technical support services and material. Performance location and funding will be determined with each order. This contract was a non-competitive acquisition with one bid solicited and one bid received. The U.S. Army Contracting Command – Aberdeen Proving Ground, Fort Monmouth, N.J., is the contracting activity (W15P7T-13-D-C111).

Northrop Grumman Systems Corp., Linthicum Heights, Md., was awarded an $85,300,000 cost-plus-fixed-fee, non-option eligible, multi-year, indefinite-delivery/indefinite-quality contract to provide small tactical radar – lightweight (STARLite), synthetic aperture radar/ground moving target indicator (SAR/GMTI), system support. Performance location and funding will be determined with each order. This contract was a non-competitive acquisition with one bid solicited and one bid received. The U.S. Army Contracting Command – Aberdeen Proving Ground, Fort Monmouth, N.J., is the contracting activity (W15P7T-13-D-C118).

Akima Construction Services LLC*, Laurel, Md. (W912DY-13-D-0103); Ayuda Management Corp.*, Broomfield, Colo. (W912DY-13-D-0104); Futurenet Group Inc.*, Detroit, Mich. (W912DY-13-D-0105); Ma-Chis Kawv III LLC*, Kinston, Ala. (W912DY-13-D-0106); North Wind Neu Security Services LLC*, Idaho Falls, Idaho (W912DY-13-D-0107); Security Construction Services Inc.*, Hudson, Mass. (W912DY-13-D-0108); Zieson Construction Co. LLC*, Topeka, Kan. (W912DY-13-D-0109) were awarded an $80,000,000 firm-fixed-price, option-eligible, non-multi-year contract to provide worldwide design-build and construction capabilities for access control point (ACP) construction and equipment installation. ACP work includes, but is not limited to, roadway and traffic island construction; lighting and guard booth installation; canopy, passive barrier, gatehouse, search area and visitor control center construction; and active vehicle barrier, closed circuit television, and electronic security systems installation. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with 29 bids received. U.S. Army Corps of Engineers – Engineer Support Center, Huntsville, Ala., is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $70,163,380 cost-plus-incentive-fee, non-option-eligible, non-multi-year contract to conduct MQ-1C Gray Eagle 4.3.2 software development and depot repair of related spares. Performance location will be Poway, Calif., with funding from fiscal 2012 and 2013 research, development, testing and evaluation funds. This contract 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-C-0136).

Raytheon Applied Signal Technology Inc., was awarded a $65,000,000 cost-plus-fixed-fee, non-option-eligible, non-multi-year, indefinite-delivery/indefinite-quantity contract award for analysis, research and development, procurement, production, sustainment and training support to U.S. Army Program Manager for Special Programs. Performance location and funding will be determined with each order. This contract was a non-competitive acquisition with one bid received. The U.S. Army Contracting Command – Natick Division, Natick, Mass., is the contracting activity (W911QY-13-D-0101).

Atlantic Diving Supply Inc., Virginia Beach, Va., was awarded a $47,521,661 firm-fixed-price, non-option-eligible, multi-year contract for the production of 973 each seven-person combat raiding craft (I-CRC) and 563 each 15-person combat assault craft (I-CAC) inflatable boats, 932 each I-CRC and 337 each I-CAC motors and secondary items. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with three bids received. The U.S. Army Contracting Command – Tank and Automotive (Warren), Warren, Mich., is the contracting activity (W56HZV-13-D-0151).

Armor Express, Central Lake, Mich., was awarded a $38,247,272 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for three years for the supply of protective under garments. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with eighteen bids received. The U.S. Army Contracting Command – Aberdeen Division, Aberdeen, Md., is the contracting activity (W91CRB-13-D-0021).

Carter Enterprises*, Brooklyn, N.Y., was awarded a $38,090,595 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for three years for the supply of protective under garments. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with eighteen bids received. The U.S. Army Contracting Command – Aberdeen Division, Aberdeen, Md., is the contracting activity (W91CRB-13-D-0020).

Short Bark Industries, Hollywood, Fla., was awarded a $34,102,670 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for three years for the supply of protective under garments. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with eighteen bids received. The U.S. Army Contracting Command – Aberdeen Division, Aberdeen, Md., is the contracting activity (W91CRB-13-D-0022).

Science Applications International Corp., McLean, Va., was awarded a $33,934,215 option-eligible, non-multi-year contract to collect, process, disseminate, store, and maintain high-resolution 3D geospatial information by conducting flight operations and terrestrial collection operations and by processing and producing the required high-resolution 3D geospatial data products over all operationally relevant portions of the Earth. Performance locations will be McClean, Va., and Afghanistan, with funding from fiscal 2012 operations and maintenance, Army funds. This contract was a competitive acquisition with 19 bids solicited and one bid received. The U.S. Army Contracting Command – Adelphi Division, Adelphi, Md., is the contracting activity.

DRS-TSI, Herndon, Va., was awarded a $31,838,194 time-and-materials, option-eligible, non-multi-year contract modification (P00019) of contract (W52P1J-13-C-0003) for the ongoing support of rapid response solutions for command, control, communications and computer capabilities managed by Product Director Defense Wide Transmission Systems, through the Rock Island Network Operations Service Center. Performance locations will be Rock Island, Ill., Afghanistan, Germany and Kuwait, with funding from fiscal 2013 operations and maintenance, Army funds. This contract was a non-competitive acquisition via the web with one bid received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity.

Radiance Technology Inc., Huntsville, Ala., was awarded a $28,483,883 cost-plus-fixed-fee, non-option-eligible, non-multi-year contract for the acquisition innovative laser system technologies. Performance location is Huntsville, Ala., with funding from fiscal 2013 and 2014 research, development, testing and evaluation funds. This was a competitive acquisition via the web with one bid received. The Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-13-C-0025).

L-3 Communication Corp., Muskegon, Mich., was awarded a $20,292,121 cost-plus-fixed-fee, non-option-eligible, non-multi-year contract for the acquisition of engineering and technical services for the testing and development of a beta design of the Gemini III transmission. Under this effort, the contractor shall further develop, integrate, and test the Gemini transmission design initiated under Tank Automotive Research, Development and Engineering Center, Broad Agency Announcement Topic 24 program. Performance location will be Muskegon, Mich., with funding from fiscal 2013 research, development, testing and evaluation funds. This contract was a competitive acquisition via the web with one bid received. US Army Contracting Command – Tank and Automotive (Warren), Warren, Mich., is the contracting activity (W56HZV-13-C-0400).

NCI Information Systems Inc., Reston, Va., was awarded a $16,326,175 firm-fixed-price, non-option-eligible, non-multi-year contract to provide support to the Army National Guard Training Division and their Distributed Learning Program. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with fifteen bids received. The National Guard Bureau, Contracting Support, Arlington, Va., is the contracting activity (W9133L-13-D-0016).

The Boeing Co., Mesa, Ariz., was awarded a $9,690,070 firm-fixed-price, non-option-eligible, non-multi-year contract modification (0017) of contract (W58RGZ-10-G-0004) to order 100 each of the composite horizontal stabilators (CHS) and one each of the CHS tool string. Performance locations will be Mesa, Ariz., with funding from fiscal 2011 and 2012 other authority funds. This contract 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.

Kongsberg Defence and Aerospace, Kongsberg, Norway, was awarded an $8,953,530 firm-fixed-price, option-eligible, non-multi-year contract modification (P00039) of contract (W15QKN-12-C-0103), in exercise of option contract line item number for depot support and system spares for the M153, Common Remotely Operated Weapon Station. Performance location will be Johnstown, Pa., with funding from fiscal 2011, 2012 and 2013 other authority funds. This contract was a competitive acquisition via the web with two bids received. The U.S. Army Contracting Command – Picatinny Arsenal, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-12-C-0103).

J&J – BMAR Joint Venture LLP, Austin, Texas, was awarded an $8,915,624 contract modification (P00098), to a previously awarded time-and-materials, non-option, non-multi-year contract (W912CH-08C-L525) to conduct services for base operations and maintenance to the U.S. Army Garrison – Detroit Arsenal (USAG-DTA), Warren, Mich. The performance location is at the USAG-DTA with funding from yet to be obligated fiscal 2014 operations and maintenance funds. This contract is subject to availability of funds. The Army Contracting Command-Tank and Automotive (Selfridge), Warren, Mich., is the contracting activity.

Commercial Contractors Equipment Inc.*, Lincoln, Neb., was awarded an $8,621,767 firm-fixed-price, option-eligible, non-multi-year, contract to construct habitat features to restore fish and wildlife habitat at Benedictine Bottoms near Atchison, Kan. Performance location will be Atchison, Kan, with funding from fiscal 2013 other authority funds. Bidding was solicited via the Web, with six bids received. The US Army Corps of Engineers – Kansas City District, Kansas City, Mo., is the contracting activity (W912DQ-13-C-1080).

C3T*, Milwaukee, Wis., was awarded an $8,292,800 firm-fixed-price, option-eligible, non-multi-year contract modification (P00001) of contract (W911SA-12-D-0015) to install flooring at various facilities on Fort McCoy, Wis. Performance location and funding will be determined with each order. This was a competitive acquisition via the web with four bids received. The U.S. Army Contracting Command – Fort McCoy (North) Redstone Fort McCoy, Wis., is the contracting activity (W911SA-12-D-0015).

NAVY

Alliant Techsystems Operations LLC, Defense Electronic Systems, Woodland Hills, Calif., is being awarded a $102,426,881 firm-fixed-price contract the full rate production Lot II of the advanced anti-radiation guided missile (AARGRM), to include conversion of 112 AGM-88B high-speed anti-radiation missiles (HARMs) to AGM-88E all-up-rounds and captive air training missiles (CATMs) for the U.S. Navy (97) and the Government of Italy (15), to include related supplies and services. In addition, this contract provides for the conversion of eight AGM-88B HARM missiles to AGM-88E AARGM CATMs for the Government of Australia, including related supplies and services. This contract combines purchases for the U.S. Navy ($80,255,871; 78 percent) and the governments of Italy ($12,826,473; 13 percent) and Australia ($9,344,537; 9 percent) under the Foreign Military Sales (FMS) Program. Work will be performed in Northridge, Calif. (90 percent); Fusaro, Italy (8 percent); and Ridgecrest, Calif. (2 percent), and is expected to be completed in December 2015. Fiscal 2012 and 2013 weapons procurement, Navy, international partner funding and FMS funding in the amount of $102,426,881 will be obligated at the 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. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0162).

The Boeing Co., St. Louis Mo., is being awarded $57,404,656 for delivery order 0016 under a previously awarded performance based logistics contract (N00383-07-D-001J) for the repair of various parts in support of the AV-8 aircraft. Work will be performed in St. Louis, Mo., and is expected to be completed by Sept. 30, 2014. Fiscal 2013 Navy working capital funds in the amount of $28,702,228 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received in response to this solicitation. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

Rolls-Royce Defense Services Inc., Indianapolis, Ind., is being awarded a $50,728,950 modification to a previously awarded firm-fixed-price, indefinite-delivery requirements contract (N00019-09-D-0002) to exercise an option for intermediate and depot level maintenance and related logistics support for approximately 223 in-service T-45 F405-RR-401 Adour engines under the Power-By-the-Hour (PBTH®) arrangement. Work will be performed at the Naval Air Station (NAS) Meridian, Miss. (47 percent); NAS Kingsville, Texas (46 percent), NAS Pensacola, Fla. (6 percent), and NAS Patuxent River, Md. (1 percent), and is expected to be completed in March 2014. No funding being obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

The Boeing Co., St Louis, Mo., is being awarded a $41,829,379 cost-plus-fixed-fee delivery order 0046 against a previously issued basic ordering agreement (N68335-10-G-0012) for the non-recurring engineering, fabrication, inspection and testing of 10 pre-production Operational Test Program Sets in support of the EA-18G aircraft. Work will be performed in St. Louis, Mo., and is expected to be completed in August 2018. Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $41,829,379 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

Omega Aerial Refueling Services Inc.*, Alexandria, Va., is being awarded a $30,560,840 indefinite-delivery/indefinite-quantity contract for contractor owned and operated aircraft services in support of the Commercial Air Services (CAS) Program. The CAS Program provides aerial refueling services for U.S. Navy, other Department of Defense and government agencies, and foreign military sales aircraft. Work will be performed at Victorville, Calif. (50 percent) and Norfolk, Va. (50 percent), and is expected to be completed by September 2014. Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $11,550,443 will be obligated at the time of award, all of which will 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-D-0010).

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $20,516,768 for cost-plus-fixed-fee delivery order 0026 against a previously issued basic ordering agreement (N00019-12-G-0006). This order provides for upgrades to the existing 15 Marine Corps and 8 Air Force V-22 training devices. The Marine Corps (MV) and Air Force devices (CV) will be upgraded to the MV-22 Block C2.02 and the CV-22 Block 20.2.01 configuration, respectively. Work will be performed at the Amarillo, Texas (63.5 percent), Chantilly, Va. (29 percent), and Broken Arrow, Okla. (7.5 percent), and is expected to be completed in September 2016. Fiscal 2012 and 2013 aircraft procurement, Navy and fiscal 2013 aircraft procurement, Air Force contract funds in the amount of $20,516,768 will be obligated on the contract, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Training Systems Division, Orlando, Fla., is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded an $18,227,633 modification to a previously awarded contract (N00024-11-C-4407) for the USS Kearsarge (LHD 3) fiscal 2014 planned maintenance availability. A planned maintenance availability includes the planning and execution of depot-level maintenance, alterations and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by April 2014. Fiscal 2013 operations and maintenance, Navy funding in the amount of $18,227,633 will be obligated at the time of award and will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

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 funding is being 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, with two proposals received. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-D-0019).

Science Applications International Corp., Virginia Beach, Va., is being awarded a $14,448,532 firm-fixed-price contract for integrated training support and execution by U.S. Fleet Forces Command, associated fleet commands and activities conducting fleet training. It is designed to provide the level of support and expertise required to assist these commands and fleet training policy, directive development, execution, assessment and readiness reporting. The tasks included in this contract will support the determination, deployment, coordination, communication, and implementation of fleet training policy. This policy will include training alternatives and assessment of training methodologies, determine effectiveness of curriculum, and enhance transformation, innovation and experimentation. This contract contains options, which if exercised, will bring the total contract value to $23,955,212. 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); and Yokosuka, Japan (1 percent), and work is expected to be completed by March 25, 2014. If all options are exercised work will continue through July 25, 2014. Fiscal 2013 operations and maintenance, Navy funds in the amount of $14,448,532 will be obligated at the time of award, and will expire at the end of this current fiscal year. This contract was competitively procured via Navy Commerce Online website, with two offers received in response to this solicitation. The NAVSUP Fleet Logistics Center, Norfolk, Mechanicsburg Detachment, Mechanicsburg, Pa., is the contracting activity (N00104-13-F-Q624).

Kellogg, Brown & Root Services Inc., Houston, Texas, is being awarded a $14,242,049 modification under a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-13-D-3008), for the base operation support services at Camp Lemonnier, Djibouti and Manda Bay, Kenya. The work to be performed provides for public safety (security operations, emergency management, and fire/emergency services), air operations, ordnance, supply operations, laundry services, morale welfare and recreation, galley (food services), housing (Bachelor Quarters), facility support (facilities investment, janitorial services, grounds maintenance, pest control, refuse collection, and roads), utilities (electrical generation, wastewater treatment, and water operations), base support vehicles equipment, and environmental services. The total contract amount after award of this modification will be $50,125,684. Work will be performed in Djibouti, Africa, and is expected to be completed by June 2017. Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $14,242,049 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded $14,000,000 for delivery order 0001 under previously award contract (N00383-13-D-005H) for the repair of AN/AAS-44(V) forward looking infrared radar system for the H-60 series helicopters. Work will be performed in McKinney, Texas, and work is expected to be completed by Sept. 30, 2014. Fiscal 2013 Navy working capital funds in the amount of $6,860,000 are being obligated at the time of award. Contract funds will not expire before the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received in response to the solicitation in accordance with 10 U.S.C. 2304(c)(1). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

BAE Systems Technology Solutions & Services Inc., Rockville, Md., is being awarded $13,561,479 for modification P00003 to previously awarded contract (N00604-13-C-3003) for the operation and maintenance of Navy communication, electronic, and computer systems. Work will be performed at Oahu, Hawaii (94 percent), and Geraldton, Australia (6 percent), and work is expected to be completed Sept. 30, 2014. If all options are exercised, work will continued through May 2015. Fiscal 2014 operations and maintenance, Navy funds in the amount of $13,561,479 will be obligated at the time of award, and not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Business Opportunities and the Federal Business Opportunities websites, with one offer received in response to this solicitation. The Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii is the contracting activity (N00604-13-C-3003).

TrellisWare Technologies Inc., San Diego, Calif., is being awarded an $11,697,231 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide support in the development of Mobile Ad-Hoc Networking (MANET) solutions using TrellisWare Technologies’ family of radio systems and peripheral accessories. These services and support will include hardware and software solutions as applicable. The Navy will also leverage TrellisWare Technologies’ expertise in the areas of digital signal processing and communications engineering as a resource across the various solutions being developed. The work will be performed in San Diego, Calif., and is expected to be completed by September 2018. Fiscal 2013 research, development, test and evaluation funding in the amount of $799,888 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1(a)(2)(iii) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-13-D-2005).

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $10,956,633 modification to a previously awarded firm-fixed-price, indefinite-delivery requirements contract (N00019-12-D-0016) to exercise an option for logistics support services in support of the Aircraft Intermediate Maintenance Department at the Naval Air Station (NAS) Pensacola, Florida and NAS Corpus Christi, Texas. Work will be performed in Pensacola, Fla. (50 percent) and Corpus Christi, Texas (50 percent), and is expected to be completed in September 2014. No funds are being obligated at time of award. Funds will be obligated against individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Superior Communications Inc.*, Rockville, Md., is being awarded a $10,740,530 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Harris mobile radios and associated components. These radios 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 entities. Work will be performed in Rockville, Md., and is expected to be completed in September 2015. National Guard Reserve equipment, Defense funding in the amount of $660,963 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-0034).

Harry Pepper & Associates Inc., Jacksonville, Fla., is being awarded $10,284,372 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-12-D-1272) for Hurricane Sandy waterfront repairs at Naval Station Guantanamo Bay. The work to be performed provides for repairs to the Guantanamo Bay public marina, public beaches, and restoration of the recreational dive park. Work includes floating fuel pier replacement, repair/replacement of boat ramp, repairs to damaged walls and roofs, demolition and construction of new cabanas. Dive area work includes a two way ramp access with wave protection and a new elevated paved training area. Work also includes a new elevated training area, vehicle access and parking with wave run up and erosion protection. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by January 2015. Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $10,284,372 are being obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

ITSI Gilbane Co., Walnut Creek, Calif., is being awarded a $10,027,816 firm-fixed-price modification to increase the maximum dollar value on task order number 0023 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62583-09-D-0129) for cleaning, inspection, and repair of fuel storage tanks located at Marine Corps Air Station, Iwakuni. After award of this modification, the total cumulative task order value will be $13,247,873. Work will be performed in Iwakuni, Japan, and is expected to be completed by September 2014. Fiscal 2013 defense working capital funds contract funds in the amount of $10,027,816 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.

The Boeing Co., St. Louis, Mo., is being awarded $9,707,984 for cost-plus-fixed-fee delivery order 1509 against a previously issued basic ordering agreement (N00019-11-G-0001) for supplies and services in support of the T-45 Subsystems Service Life Assessment Program for non-avionics systems and disposition required to meet full life through 2035. Work will be performed in St. Louis, Mo. (58.5 percent) and Brough, United Kingdom (41.5 percent) and is expected to be completed in July 2016. Fiscal 2013 research, development, test and evaluation, Navy contract funds in the amount of $4,000,000 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.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $9,523,227 cost-plus-fixed-fee modification to a delivery order issued previously against basic ordering agreement (N00019-07-G-0008) for non-recurring engineering and flight test aircraft modifications to incorporate the Joint Allied Threat Awareness System and APR-39D(V)2 radar warning receiver into the MV-22 Osprey aircraft. Work will be performed in Ridley Park, Pa. (98.7 percent); St. Louis, Mo. (1.1 percent); and El Paso, Texas (.2 percent), and is expected to be completed in March 2016. Fiscal 2012 and 2013 research, development, test and evaluation, Navy contract funds in the amount of $5,170,620 are being obligated on this award, $370,620 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

L-3 Communications Flight International, Newport News, Va., is being awarded an $8,850,576 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-09-D-0018) for contractor owned and operated aircraft in support of commercial air services for military training support. This modification provides airborne threat simulation training for shipboard and aircraft squadron weapon systems operators and aircrew, to enhance abilities to counter potential enemy electronic warfare and electronic attack operations in an electronic combat environment. Work will be performed in Newport News, Va. (50 percent) and San Diego, Calif. (50 percent), and is expected to be completed in December 2013. No contract funds will be obligated at the time of award. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

American Bureau of Shipping, Houston, Texas, is being awarded an $8,500,000 indefinite-delivery/indefinite-quantity contract with firm-fixed-price task orders to provide vessel classification services in accordance with statute 46 U.S.C. 3316. This contract includes two 12-month options, which if exercised, would bring the cumulative value of this contract to $25,000,000. Work will be performed worldwide, and work is expected to be completed Sept. 30, 2014. If all option periods are exercised, work will continue through September 2016. Contract funds will not be obligated at the time of award. Funds will be obligated on individual task orders as they are issued using fiscal 2014 working capital funds. This contract was not competitively procured in accordance with FAR 6.302-5(c)(2)(i). The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-13-D-8015).

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded an $8,271,023 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-13-D-4001) for contractor logistics services in support of T-39N and T-39G aircraft and associated equipment used in student naval flight officer training. Work will be performed at the Naval Air Station, Pensacola, Fla., and is expected to be completed in March 2014. No funds are being obligated at time of award. Contract funds will be obligated on individual task order as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Syracuse, N.Y., is being awarded a $7,476,578 cost-plus-fixed-fee, firm-fixed-price contract to conduct the technical refresh and integration of the AN/TPS-59A(V)3 Radar System Netra T4-1 Server Mod Kit, to include replacement of the radar’s data processor Netra T5220, operations console computers, and re-integration of the proprietary software. This contract is for original equipment manufacturer proprietary software integration, contractor-acquired property, and government furnished equipment hardware integration, logistics, and fielding. This contract includes options which, if exercised, would bring the cumulative value of the contract to $8,899,077. Work will be performed in Syracuse, N.Y., and is expected to be completed April 2016. Fiscal 2012 research development test and evaluation funds in the amount of $232,258 and fiscal 2011 procurement Marine Corps funds in the amount of $719,048 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured under the statutory authority 10 U.S.C. 2304(c)(1) as implemented by the Federal Acquisition Regulation 6.302-1- only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-13-C-2436).

Triton Marine Construction Corp., Honolulu, Hawaii, is being awarded $6,574,768 for firm-fixed-price task order 0012 under a previously awarded multiple award construction contract (N62478-09-D-4018) for repairs to wharf structure M1-M2 at Joint Base Pearl Harbor-Hickam. The work to be performed provides for repairing deteriorated fender piles and support piles on the wharf superstructure to include pile caps, beams, concrete deck and mooring foundations. The project will also include the removal and replacement of the deteriorated asphalt concrete topping on the deck; correction of safety deficiencies; removal and replacement of existing underdeck utilities; modification of existing deck drains; replacement of deteriorated oil containment flotation device alongside the wharf; and painting of the deck to indicate fire lanes, crane travel and operating areas. Work will be performed in Oahu, Hawaii, and is expected to be completed by May 2015. Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $6,574,768 are being obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

AIR FORCE

Ace Engineering Inc., La Verne, Calif., has been awarded a $45,000,000 indefinite-delivery/indefinite-quantity contract for construction services. Work will be performed in Cannon Air Force Base, N.M., and is expected to be completed by Sept. 19, 2014. This award is the result of a competitive acquisition and 21 offers were solicited and four offers were received. Fiscal 2013 operations and maintenance in the amount of $740,768 are being obligated at time of award. The 27th Special Operations Contracting Squadron, Cannon Air Force Base, N.M, is the contracting activity (FA4855-13-D-0014).

Northrop Grumman Corp., Aerospace Systems Sector, San Diego, Calif., has been awarded a $40,402,500 undefinitized contract action (PZ000) for the material portion of the contract (FA8528-13-C-0005). It is a cost-plus-fixed-fee contract for all logistics support activities for the RQ-4 Global Hawk fielded weapon system and subsystem, which includes fielded air vehicles, engines, payloads, ground segments, and support segments. Work will be performed at San Diego, Calif., with an expected completion date of Sept. 30, 2014. This is a sole-source acquisition. Fiscal 2013 operations and maintenance funds in the amount of $2,517,055 are being obligated at time of award. The Air Force Life Cycle Management Center/WIKBA, Robins Air Force Base, Ga., is the contracting activity.

Northrop Grumman Technical Services, Herndon, Va., has been awarded a $40,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract for the acquisition of engineering services for the T-38 and F-5 aircraft. The scope for this IDIQ contract provides for the technical activities associated with Landing Gear Integrity Program, Aircraft Structural Integrity Program, Avionics Integrity Program, Mechanical Systems Integrity Program and Reliability Maintainability and Supportability as required by the government to support the T-38 and F-5 aircraft. Work will be performed at Clearfield, Utah, and El Segundo, Calif., and is expected to be completed by Sept. 27, 2018. This award is the result of a sole-source acquisition. Fiscal 2013 operations and maintenance funds for four delivery orders in the amount $3,387,715 are being obligated at time of award on this contract. Air Force Life Cycle Management Center/WLDKA is the contracting activity (FA8211-13-D-0001).

Northrop Grumman Technical Services Inc., Herndon, Va., has been awarded a $24,111,329 firm-fixed-price, requirements-type contract for overhaul of seven different B-2 Tailpipe components. Work will be performed in El Segundo, Calif., and is expected to be completed by Sept. 30, 2017, and delivery dates will be cited on each individual order. This award is the result of a sole source acquisition. No funds are being obligated at time of award. Air Force Sustainment Center/PZABC, Tinker Air Force Base, Okla., is the contracting activity (FA8119-13-D-0003)

Raytheon Co., McKinney, Texas, has been awarded a $13,185,564 modification (delivery order 0008 modification 12) under an existing contract (FA8620-11-G-4050) for additional quantities of Multi-Spectral Targeting Systems (MTS)-B High-Definition Infrared (HD-IR) turrets for the MQ-9 Reaper. The contract modification provides for the purchase of an additional quantity of 24 MTS-B HD-IR turrets being produced under the basic contract. Work will be performed at McKinney, Texas, and is expected to be completed by May 30, 2015. Fiscal 2013 procurement funds in the amount of $13,185,564 are being obligated at time of award. Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

CAE USA Inc., Training Services, Tampa, Fla., has been awarded a $12,800,518 modification (P00050) to a previously awarded contract (FA8223-10-C-0013) for support of the KC-135 Aircrew Training Systems (ATS) to exercise the fourth program year interim device support option contract line item numbers to provide total acquisition and support for all KC-135 training devices to include upgrades and configuration management of current training systems hardware/software development and fielding new devices, on-site and on-call maintenance for aircrew training devices. Work will be performed at Altus Air Force Base (AFB), Okla., McConnell AFB, Kan., Fairchild AFB, Wash., Scott AFB, Ill., Mildenhall Air Base (AB), United Kingdom, Kadena AB, Japan, Hickam AFB, Hawaii, MacDill AFB, Fla., March Air Reserve Base (ARB), Calif., Milwaukee ARB, Wis., Pease Air National Guard Base (ANGB), N.H., Seymour-Johnson AFB, N.C. and Grissom ANGB, Ind., and work is expected to be completed by Sept. 30, 2014. Air Force Life Cycle Management Center/WNSK, Wright-Patterson AFB, Ohio, is the contracting activity.

Roco Rescue Inc., Baton Rouge, La., has been awarded a $12,000,000 indefinite-delivery/indefinite-quantity contract for technical recovery kits and associated training. This procurement will supply specialized commercial equipment contained in four technical rescue kits (confined space, structural collapse, heavy rapid extrication deployment system, and light rapid extrication deployment system). Additionally, the contractor will supply product improvement reviews, formal operator and maintenance training courses, kit replacement parts, and contractor logistics support. Work will be performed at Baton Rouge, La., and is expected to be completed by September 2018. This award is the result of a sole-source acquisition. Fiscal 2013 procurement funds in the amount of $1,797,742 are being obligated at time of award. Air Force Life Cycle Management Center/WISK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8629-13-D-2402).

Georgia Tech Applied Research Corp., Atlanta, Ga., has been awarded an $8,359,715 cost-plus-fixed-price, delivery order (0237) on an existing indefinite-delivery/ indefinite-quantity contract (HC1047-05-D-4000) for sensor development, analysis, and evaluation. Work will be performed at Atlanta, Ga., and work is expected to be complete by Nov. 23, 2015. Fiscal 2013 research and development funds in the amount of $1,555,000 will be obligated at time of award. Enterprise Sourcing Group/PKS, Offutt Air Force Base, Neb., is the contracting activity.

M. J. Takisaki Inc., Seattle Wash., has been awarded a $6,966,033 task order (0003) against their multiple award indefinite-delivery/indefinite-quantity contract (FA4620-12-D-B002) for Repair Aircraft Maintenance Hangar Fire Protection Building 2050, Project GJKZ 10-0004P1, which includes but is not limited to construction actions (including demolition) to provide a pre-action type sprinkler system with linear heat detection and low-level, high-expansion foam generators for each of four hangar bays, and shall include new fire water booster pumps. Also contractor will provide new wet pipe sprinkler system for the high- and low-bay shops’ open areas, exit doors, exit path lighting, and exit signage as shown on drawings, as well as new draft curtains. Work will be performed at Fairchild Air Force Base, Wash., and is expected to be completed by Nov. 4, 2015. This award is the result of a competitive acquisition; five offers were solicited and five offers were received. Fiscal 2013 operations and maintenance funds in the amount of $6,966,033 are being obligated at time of award. 92nd Contracting Squadron, Fairchild Air Force Base, Wash., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Novartis Institute for BioMedical Research Inc., Cambridge, Mass., has been awarded a maximum $13,165,658 technology investment agreement for the Autonomous Diagnostics to Enable Prevention and Therapeutics: Prophylactic Options to Environmental and Contagious Threats (ADEPT-PROTECT) program. ADEPT-PROTECT seeks a demonstration of protective immunity, conferred by administration of mRNA or self-amplifying mRNA-based vector, to encode a neutralizing antibody against a selected pathogen. Work will be performed in Cambridge, Mass. The estimated completion date is Sept. 29, 2016. Fiscal 2013 research and development funds are being obligated at time of award. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va., (HR0011-13-3-0003).

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.