DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

AIR FORCE

SpectrumS4, LLC, Burlington, Mass., has been awarded an indefinite-delivery/indefinite-quantity (IDIQ) contract with a ceiling value of $675,117,000 (contains cost-plus-fixed-fee, firm- fixed-price, and cost-reimbursable contract line item numbers) for Advisory and Assistance Services (A&AS) capabilities. The types of services to be acquired under this program include but are not limited to the full spectrum of program management, financial management, contract management, and non-functionally aligned services for any stage of the systems life cycle from capability-based analysis and concept development through production, deployment, sustainment and disposal activities. The support to be provided will use or be compatible with established government, contractor, and industry processes. Concurrent with the IDIQ award there will also be a $5,000 post-award conference task order awarded. Work will be performed at Hanscom Air Force Base, Mass., with primary geographically separated units at Wright-Patterson AFB, Ohio; Maxwell AFB-Gunter Annex, Ala., Randolph AFB, Texas, and Lackland AFB, Texas. Additionally, support services may be required to be provided at various operating locations, including outside the continental United States. Specific locations will be identified at the task order level. The IDIQ ordering period will be five years from the date of IDIQ award with task order performance up to 12 months beyond the end of the IDIQ ordering period. This award is the result of a competitive source acquisition with 100 percent Small Business set-aside. There were 21 offers received. Fiscal 2013 research and development funds and fiscal 2012/2013 procurement funds will be used to fund the $5,000 task order. This is not a multiyear contract. Air Force Life Cycle Management Center/PZM, Hanscom AFB, Mass., is the contracting activity (FA8721-13-D-0017).

L-3 Communications Vertex Aerospace LLC, Madison, Miss., has been awarded a $102,586,003 modification (P00067) to an existing firm-fixed-price contract (FA8106-09-C-0001) for logistics support of the T-1A aircraft at Vance Air Force Base (AFB), Okla., Columbus AFB, Miss., Randolph AFB, Texas, Laughlin AFB, Texas, and Pensacola Naval Air Station, Fla. The contract modification is for the exercise of an option for an additional year of services under the basic contract. Work will be performed at Madison, Miss., and is expected to be completed by Oct. 1, 2014. Air Force Life Cycle Management Center/WLKLA, Tinker AFB, Okla., is the contracting activity.

Al Salam Aircraft Corp., Riyadh, Saudi Arabia, has been awarded a $33,062,405 firm-fixed-price contract for contractor development, implementation of installation facility, development of manufacturing plans and schedules supported by enterprise planning, execution, and performance reporting automated tools for the F-15S to F-15SA installation program. The contractor shall provide all personnel, equipment, tools, and other items not specifically supplied by United States government agencies, in the support of this effort. The result of this program will be the conversion of 70 F-15S aircraft to 70 F15SA aircraft built to a common baseline. During the initial stage two aircraft will be converted with work being performed at the Boeing facility located in St. Louis, Mo. Following successful completion of the initial phase, production will resume under phase II of this contract in Riyadh, Saudi Arabia, to complete the remaining 68 aircraft. The initial phase is expected to be completed by Dec. 31, 2015 with overall contract completion Dec. 31, 2019. This contract action is 100 percent foreign military sales. Air Force Life Cycle Management Center/WWKA, (Robins Air Force Base, Ga., is the contracting activity (FA8505-13-C-0014).

Raytheon Co., Marlborough, Mass., has been awarded a $33,399,925 firm-fixed-price contract for contractor logistic support, installation, and sustainment of Minuteman MEECN (Minimum Essential Emergency Communication Network) program and Minuteman MEECN program upgrade. Work will be performed at Marlborough, Mass., and other installation sites, and is expected to be completed by Sept. 26, 2016. This award was a competitive acquisition with one proposal received. This contract will be funded with a mixture of fiscal 2013 and 2014 operations and maintenance funds and fiscal 2011, 2012, and 2013 procurement funds. A total of fiscal 2011 procurement, fiscal 2012 procurement and fiscal 2013 operations and maintenance funds in the amount of $5,170,172 are being obligated at time of award. Air Force Nuclear Weapons Center/PZBA, Hill Air Force Base, Utah, is the contracting activity (FA8204-13-C-0009).

CC Distributors, Inc., Corpus Christi, Texas, has been awarded a $22,000,000 firm-fixed-price indefinite delivery/indefinite quantity contract to establish and operate a Contractor Operated Civil Engineer Supply Store (COCESS). The COCESS will provide a simplified method for authorized personnel to purchase quality material, tools and equipment used for work orders, construction, facility maintenance and repair, maintenance and repair, lawn and garden equipment repair and self-help type work. Work will be performed at Nellis Air Force Base (AFB), Nev., and has a final completion date of March 26, 2019. This requirement was solicited competitively through the Federal Business Opportunities web page and six offers were received. Fiscal 2013 operations and maintenance funds in the amount of $200,000 are being obligated at time of award. The 99th Contracting Squadron/LGCB, Nellis AFB, Nev., is the contracting activity. (FA4861-13-D-B006)

Northrop Grumman Corp., Electronic Systems Intelligence Surveillance, Azusa, Calif., has been awarded a $12,081,052 contract for the Australian Mission Processor Phase 3 (AMP 3). The contractor will design, develop, procure, test, install, and integrate the AMP 3 system, which will be capable of processing both Defense Support Program and Space Based Infrared Systems geosynchronous satellite infrared data. The contractor will also provide three years of ongoing contractor logistics support. Work will be performed in Azusa, Calif., and is expected to be complete by March 2018. This award is the result of a sole source acquisition. This contract action relates to 100 percent unclassified foreign military sales to the Government of Australia. Space and Missile Systems Center, Infrared Space Systems Contracts Division, Los Angeles AFB, Calif., is the contracting activity. (FA8810-13-C-0005)

Northrop Grumman Technical Services, Herndon, Va., has been awarded a estimated maximum $11,304,521 task order (0012) for a combined firm-fixed-price and cost-plus-fixed-fee engineering support contract (FA8202-09-D-0003) to provide evaluations, analysis, repair designs, and/or testing to support the requirements for the A-10 aircraft structural integrity program and maintenance of operational safety, suitability, and effectiveness. Work will be performed at Hill Air Force Base (AFB), Utah, although various portions of the work will take place at subcontractor facilities, and work is expected to be completed by Sept. 18, 2016. This award is a result of a competitive acquisition under the Thunderbolt Life Cycle Program Support multiple-award, indefinite-delivery/indefinite-quantity contract. The three prime contract holders were provided the opportunity to bid; however, only one offer was received. Fiscal 2013 operations and maintenance Air Force and Guard funds in the amount of 7,380,655 are being obligated at time of award. Air Force Life Cycle Management Center/WWAK, Hill AFB, Utah, is the contracting activity.

Georgia Tech Applied Research Corp., Atlanta, Ga., has been awarded a $10,120,376 cost-plus-firm-fixed-price delivery order (0254) on the SENSIAC contract on an existing indefinite-delivery/indefinite-quantity contract (HC1047-05-D-4000) for U.S. Naval Air Systems Command (NAVAIR) PMA213 Naval Air Traffic Management Systems Approach and Landing Sensor Data Fusion Engineering to improve approach and landing systems for aircraft including Joint Strike Fighter and unmanned aircraft through sensor data fusion of navigational sensing systems with air traffic control and precision approach sensing systems. Work will be performed at Atlanta, Ga., and work is expected to be completed by Sept. 25, 2015. Fiscal 2013 Research and Development funds in the amount of $500,000 will be obligated at time of award. Enterprise Sourcing Group/PKS, Offutt Air Force Base, Neb., is the contracting activity.

Summers Concrete Contracting, Inc., Hahira, Ga., has been awarded a not-to-exceed $10,000,000 indefinite-delivery/indefinite-quantity contract for airfield pavements for one base year and four option years. Minimum guarantee for the base year is $1,000 and will be awarded immediately on the first task order. Future delivery orders will be awarded based on need up to the contract ceiling during the entire contract period including option years. Work will be performed at Moody Air Force Base, Ga., and is expected to be completed by Sept. 23, 2018. This was a competitive acquisition with seven offers. Delivery orders will be funded with current fiscal year funds. 23rd Contracting Squadron, Moody AFB, Ga., is the contracting activity. (FA4830-13-D-0001)

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah was awarded a $9,933,000 modification (P03894) to previously awarded contract (F42610-98-C-0001) for integration support of the Minuteman III under the intercontinental ballistic missile prime integrated contract. Work will be performed at Hill AFB, Utah with an expected completion date of March 30, 2014. Fiscal 2013, Operations and Maintenance funds in the amount of $9,933,000 will be obligated to fund this modification. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

The Boeing Co., Oklahoma City, Okla., has been awarded a $6,788,211 firm-fixed-price delivery order (0374) on a contract (F33657-01-D-0013) for ARC-210 Gen-V radio upgrade for C-32A and C-40B. The contract modification is to upgrade the ARC-210 Gen-V radio, meeting the Cryptographic Modernization program requirement. These upgrades are to be installed in the C-32A and C-40B Air Mobility Command aircraft to provide secure voice and data communication. The location of performance will depend on aircraft availability, and is expected to be completed by March 31, 2015. Fiscal 2013 Operations and Maintenance funds in the amount of $6,788,211 are being obligated at time of award. The Air Force Life Cycle Management Center/WLKLB, Tinker AFB, Okla., is the contracting activity.

ARMY

L-3 National Security Solutions, Inc., Reston, Va., (W52P1J-13-D-0103); Globecomm Systems, Inc.*, Hauppauge, N.Y., (W52P1J-13-D-0104); Harris, Melbourne, Fla., (W52P1J-13-D-0105); General Dynamics One Source, Fairfax, Va., (W52P1J-13-D-0106); DRS Technical Services, Inc., Herndon, Va., (W52P1J-13-D-0107); Booz Allen Hamilton, Inc., McLean, Va., (W52P1J-13-D-0108); Serco, Inc., Reston, Va. (W52P1J-13-D-0109); Computer Sciences Corporation, Falls Church, Va., (W52P1J-13-D-0110); Intelligent Decisions, Inc.*, Ashburn, Va., (W52P1J-13-D-0111); Lockheed Martin Corporation, Gaithersburg, Md., (W52P1J-13-D-01012); AT&T Government Solutions, Inc., Vienna, Va., (W52P1J-13-D-0113); LGS Innovations, LLC, McLeansville, N.C., (W52P1J-13-D-0114); were awarded a firm-fixed-price, non-option-eligible, indefinite-delivery/indefinite-quantity multiple vendor award of $4,100,000,000 for communications and transmissions systems. Funding will be determined at the task order level. This was a competitive acquisition via the web with twenty-four bids received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity.

General Dynamics Armament and Technical Products, Inc., Williston, Vt., was awarded a $255,486,000 firm-fixed-price contract to support the program manager, crew served weapons, which has a requirement to satisfy the M2A1 quick change barrel (QCB) kit requirement for the Army and other services. This contracting effort procures the additional M2A1 QCB kits for the continued fielding of the M2A1 weapon, and to replace already fielded M2s with the new M2A1 configuration. Funding and performance location will be determined with each order. The contract was solicited via the Web with eight bids received. The U.S. Army Contracting Command – Picatinny Arsenal, Picatinny Arsenal, N.J. is the contracting activity (W15QKN-13-D-0107).

Hellfire Systems, LLC, Orlando, Fla., was awarded a $248,664,297 firm-fixed price, option-eligible, multi-year, contract modification (P00049) of contract (W31P4Q-11-C-0242) for 3,318 various model Hellfire II missiles in containers to satisfy foreign military sales (FMS) requirements of the U.S. Army, Navy and Air Force to Saudi Arabia, Korea, Kuwait, Netherlands and Australia. Performance location will be Orlando, Fla., and funding will be from fiscal 2011, 2012 and 2013 other authority funding. This was a non-competitive acquisition with one bid solicited and one received. The US Army Contracting Command – Redstone Arsenal (Missile), Redstone, Ala., is the contracting activity.

General Atomics Aeronautical Systems, Inc., Poway, Calif., was awarded an $86,556,544 cost-plus-incentive-fee modification which definitizes letter contract modification (P00032) for fiscal year 2013 Gray Eagle performance-based logistics product support for Block 1 program of record and quick reaction capability. Funding appropriation is from fiscal 2013 Army operations and maintenance funds. The performance location is Poway, Calif. The contract was solicited 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-007).

Veraxx Engineering Corporation,* Chantilly, Va., was awarded an $85,000,000 firm-fixed-price contract that will comprise concurrency efforts to the fielded Special Operations Aviation suite of training aids, devices, simulators, and simulations. Funding and performance location will be determined with each order. The contract was solicited on the web with six bids received. The U.S. Army Program Executive Office Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity (W900KK-13-D-0003).

The Louis Berger Group, Exton, Pa., was awarded a $50,000,000 firm-fixed-price, advanced contract incentive (ACI). The ACI for emergency power is an advance contract to provide emergency support function public works and engineering tasks during incidents of national significance. The U.S. Army Corps of Engineers – Pittsburgh District, Pittsburgh, Pa., is the contracting activity (W911WN-13-D-0005).

IAP Worldwide Services, Inc., Cape Canaveral, Fla., was awarded a $50,000,000 firm-fixed-price, advanced contract initiative (ACI). The ACI for emergency power is an advance contract to provide emergency support function public works and engineering tasks during incidents of national significance serving FEMA Regions IV and V. Funding and performance location will be determined with each order. The contract was solicited via the Web with two bids received. The U.S. Army Corps of Engineers – Pittsburgh District, Pittsburgh, Pa., is the contracting activity (W911WN-13-D-0006).

IAP Worldwide Services, Inc., Cape Canaveral, Fla., was awarded a $50,000,000 firm-fixed-price, Advanced Contract Initiative (ACI). The ACI for emergency power is an advance contract to provide emergency support function Public Works and Engineering tasks during incidents of national significance serving FEMA Regions VI/VII/VIII. Funding and performance location will be determined with each order. The contract was solicited via
the Web with two bids received. The U.S. Army Corps of Engineers – Pittsburgh District, Pittsburgh, Pa., is the contracting activity (W911WN-13-D-0007).

C.W. Ferrell Construction *, Jacksonville, Fla., was awarded a $45,000,000 regional indefinite-delivery/indefinite-quantity single award task order, non-multi year contract for design-build construction projects within the boundaries of the South Atlantic Division. Funding and performance locations will be determined with each order. This contract was solicited via the web with 28 bids received. The U.S. Army Corps of Engineers, Jacksonville District, Jacksonville, Fla., is the contracting office (W912EP-13-D-0032).

Boh Bros. Construction Co., LLC., New Orleans, La., was awarded a $38,099,976 non-option-eleigible, non-multi-year contract for Southeast Louisiana Urban Flood Control Project 23A. Work consists of construction of cast in place concrete covered canal, pulling and driving sheet piling, modifying existing utilities, and demolition of existing roadways and sidewalks. Funding appropriation is from fiscal 2013 other authority funds. The performance location is New Orleans, La. The contract was solicited via the web with four bids received. The U.S. Army Corps of Engineers – New Orleans District, New Orleans, La., is the contracting activity (W912P8-13-C-0052).

E-Corp*, Sandy, Utah (W9124X-13-D-0001); Anvil Builders, Inc.*, San Franciso, Calif., (W9124X-13-D-0002); Sigma Services, Inc.*, Venture, Calif. (W9124X-13-D-0003); Bara Infoware, Inc.*, San Ramon, Calif. (W9124X-13-D-0004); Gwinn Construction*, Auburn, Calif. (W9124X-13-D-0005); Rore, Inc.*, San Diego, Calif. (W9124X-13-D-0006); Northwind Engineering, LLC*, Shelocta, Calif. (W9124X-13-D-0007); Spanish spring Construction, Inc.*, Sparks, Nev. (W9124X-13-D-0008); Pinecrest Construction and Development*, Reno, Nev. (W9124X-13-D-0009); J.Davis Construction Management*, Ventura, Calif. (W9124X-13-D-0010); Herrera Corporation*, Santa Maria, Calif. (W9124X-13-D-0011); Walker River Construction, Inc.*, Schurz, Nev. (W9124X-13-D-0012); Power Services, Inc.*, Las Vegas, Nev. (W9124X-13-D-0013); Sullivan Construction*, Washoe Valley, Nev. (W9124X-13-D-0014); Anthem Builders, Granite Bay*, Calif. (W9124X-13-D-0015); MIE, Inc.*, Apopka, Fla. (W9124X-13-D-0016); Building Solutions, Inc.*, Reno, Nev. (W9124X-13-D-0017); Metcalf Builders, Inc.*, Carson City, Nev. (W9124X-13-D-0018); Fast-Track Construction Corporation*, Culver City, Calif. (W9124X-13-D-0019); Accel 7 JV LLC*, Reno, Nev. (W9124X-13-D-0020); Komada, LLC*, Escondido, Calif. (W9124X-13-D-0021); Charpie Construction Co.*, Inc., Las Vegas, Nev. (W9124X-13-D-0022); Yerba Buena Engineering & Construction*, San Francisco, Calif. (W9124X-13-D-0023); Pesavento Construction*, Las Vegas, Nev. (W9124X-13-D-0024); Ace Engineering, Inc.*, La Verne, Calif. (W9124X-13-D-0025); R.L. Reed, Inc.*, Las Vegas, Nev. (W9124X-13-D-0026); Northcon, Inc.*, Orofino, Idaho (W9124X-13-D-0027); Total Team Construction Services, Inc.*, West Sacramento, Calif. (W9124X-13-D-0028); Glenn/Mar Construction, Inc.*, Clackamas, Ore. (W9124X-13-D-0029); MTM Builders, Inc.*, San Diego, Calif. (W9124X-13-D-0030); IEC-All Star LLC*, Kansas City, Mo. (W9124X-13-D-0031); Truckee Meadows Construction Inc.*, Sparks, Nev. (W9124X-13-D-0032); Pre-Con Industries, Inc.*, Santa Maria, Calif. (W9124X-13-D-0033); Shanks Electric Corporation*, Helendale, Calif. (W9124X-13-D-0034); C-2 Construction, Inc.*, Mountain Home, Idaho (W9124X-13-D-0035); Cherokee General Corporation*, Federal Way, Wash. (W9124X-13-D-0036); JP General, Inc.*, Marina, Calif. (W9124X-13-D-0037); TMG Services, Inc.*, North Kansas City, Mo. (W9124X-13-D-0038); Southwestern Dakotah, Inc.* Tucson, Ariz. (W9124X-13-D-0039); Raas Brothers, Inc.*, Provo, Utah (W9124X-13-D-0040); Garcia J I Construction Company, Inc.*, Fresno, Calif. (W9124X-13-D-0041); MJ Avila Company, Inc.*, Fresno, Calif. (W9124X-13-D-0042) were awarded a $30,000,000 multiple-vendor award, indefinite-delivery/indefinite-quantity contract to support sustainment, repair and maintenance and military construction projects of various size and value for the Nevada National Guard in various areas of the state of Nevada. Performance locations and funding will be determined with each order. This was a competitive acquisition with fifty offers solicited and fifty offer received. The National Guard Bureau – Nevada, Carson City, Nev., is the contracting activity.

Modular Container Systems, Inc., Lavonia, Ga., was awarded a $24,000,000 firm-fixed-price, non-option-eligible, indefinite-delivery/indefinite-quantity contract for Mark 3 Modification 0 Pallet; national stock number: 3990-00-039-0223, part number: 564200 and Mark 12 Modification 1 Pallet; national stock number: 3990-00-566-2472, part number: 2645217. Performance location and funding will be determined for each order. This was a competitive acquisition via the web with two bids received. The US Army Contracting Command – Rock Island Arsenal, Rock Island, IL is the contracting activity (W52P1J-13-D-0089).

Macro Z Technology*, Santa Ana, Calif. (W912LA-13-D-0001); Cable Links Construction Group*, Fresno, Calif. (W912LA-13-D-0002); MTM Builders, Inc.*, San Diego, Calif. (W912LA-13-D-0003); Marcon Bld. & General Engineer Contractor, Inc.*, Escondido, Calif. (W912LA-13-D-0004); ACCU Construction*, Santa Ana, Calif. (W912LA-13-D-0005); Coburn Contractors, LLC*, Montgomery, Ala. (W912LA-13-D-0006); Lead builders, Inc.*, Thousand Oaks, Calif. (W912LA-13-D-0007); Rore, Inc.*, Brentwood, Calif. (W912LA-13-D-0008); J.Davis Construction Management*, Ventura, Calif. (W921LA-13-D-0009); Newton Construction Management, Inc.*, (W921LA-13-D-0010); Cox Construction, Co.*, Vista, Calif. (W921LA-13-D-0011); LG Services, Inc.*, La Mesa, Calif. (W921LA-13-D-0012); T&G Construction Co.*, Mojave, Calif. (W921LA-13-D-0013); Interlog Corporation*, Brea, Calif. (W921LA-13-D-0014); Fast Track Construction Corp.*, Culver City, Calif. (W921LA-13-D-0015); Portillo Concrete Company, Inc.*, Lemon Grove, Calif. (W921LA-13-D-0016); Inland Flooring Contractors*, Riverside, Calif. (W921LA-13-D-0017); Exbon Development, Inc.*, Rosemond, Calif. (W921LA-13-D-0018); WEP Construction, Inc.*, Huntington Beach, Calif. (W921LA-13-D-0019); American Build & Design*, Vista, Calif. (W921LA-13-D-0020); Diani Building Corp.*, Santa Maria, Calif. (W921LA-13-D-0021); RAASS Brothers, Inc.*, Provo, Utah (W921LA-13-D-0022); Athena Engineering, Inc.*, San Dimas, Calif. (W921LA-13-D-0023); Herrerra Corp.*, Santa Maria, Calif. (W921LA-13-D-0024); Shanks Electric Corp*, Helendale, Calif. (W921LA-13-D-0025); Anderson & Burton Construction, Inc.*, Arroyo Grande*, Calif. (W921LA-13-D-0026); Ponciano Construction, Inc.*, Santee, Calif. (W921LA-13-D-0027); Cyber Professional Solution*, Chula Vista, Calif. (W921LA-13-D-0028) were awarded a $20,000,000 multiple-vendor award, indefinite-delivery/indefinite-quantity contract to support sustainment, repair and maintenance and military construction projects of various size and value for the California National Guard in various areas of the state of California. Performance locations and funding will be determined with each order. This was a competitive acquisition via the web with 71 offers received. The National Guard Bureau – California, San Luis Obispo, Calif., is the contracting activity.

Great Lakes Dredge and Dock Company, LLC, Oak Brook, Ill., was awarded a firm-fixed-price, non-option-eligible, non-multi-year contract for $18,332,500 for the dredging and placement of 1,015,000 cubic yards of sand to restore the Asbury Park to Avon-by-the-Sea reach of the Sea Bright to Manasquan N.J. Beach Erosion Control project. Performance location will be Asbury Park, N.J., from fiscal 2013 other authority funds. This contract was a competitive acquisition via the web with two bids received. The U.S. Army Corps of Engineers – New York District, New York, N.Y., is the contracting office (W912DS-13-C-0052).

RB Construction Group, Inc., Trujillo Alto, Puerto Rico, was awarded a $16,753,881 firm-fixed-price, option-eligible, non-multi-year contract for single construction of the Puerto Rico Army National Guard Joint Forces Headquarters at Fort Buchanan, Guaynabo, Puerto Rico. Performance location will Fort Buchanan, Puerto Rico with funding from fiscal 2013 military construction funds. This contract was a competitive acquisition via the web with 15 bids solicited and four bids received. The National Guard Bureau – Puerto Rico, Guaynabo, Puerto Rico is the contracting activity (W912LR-13-C-0001).

Chemring Ordnance, Inc., Perry, Fla., was awarded a $16,100,832 non-multi-year, contract with options for procurement of the Anti-Personnel Obstacle Breaching System (APOBS) MK 7 MOD 2, National Stock Number 1375-01-508-4975. APOBS is an explosive live charge system that allows safe breaching through complex antipersonnel obstacles, particularly land mines. This procurement is in support of critical U.S. Army, Marine, and Navy requirements. Appropriation funding is from other procurement authority for fiscal 2011, 2012 and 2013. The performance location is Perry, Fla. This contract was solicited via the web with three bids received. The U.S. Army Contracting Command, Rock Island Arsenal, Rock Island, Ill., is the contracting office (W52P1J-11-C-0037).

Brayman Construction Corporation, Saxonburg, Pa., was awarded a $15,208,219 non-option, non-multi year contract for construction of the emptying basin adjacent to the new river wall of the lock downstream of the dam in Charleroi, Pa. Funding appropriation is from fiscal 2013 other authority funds. Performance location is Monessen, Pa. This contract was solicited via the web with three bids received. The U.S. Army Corps of Engineers – Pittsburgh District, Pittsburgh, Pa., is the contracting activitiy (W911WN-13-C-0002).

Cherokee Nation Construction Services, LLC, Tulsa, Okla., was awarded a $14,231,855 firm-fixed-price, non-option-eligible, non-multi-year contract for the renovation of Training Facility 206 at Dover Air Force Base, Del. Performance location will be Dover, Del., with funding from fiscal 2013 operations and maintenance Army funds. This contract was a non-competitive acquisition with one bid received. The U.S. Army Corps of Engineers – Philadelphia District, Philadelphia, Pa., is the contracting office (W912BU-13-C-0059).

Facility Services Management, Inc.,* Clarksville, Tenn., was awarded a $14,160,073 firm-fixed-price contract for installation services support in support of the Installation Management Command, Directorate of Public Works mission at the U.S. Army Proving Ground, Ariz., for the period Oct. 1, 2013 to Sept. 30, 2014. Funding is from operations and maintenance Army fiscal year 2014. The performance location is Yuma, Ariz. The contract was solicited on the web with eight bids received. The U.S. Army Contracting Command – Yuma Proving Ground, Yuma, Ariz., is the contracting activity (W9124R-11-C-0011).

EOIR Technologies, Inc.*, Aberdeen Proving Ground, Md., was awarded a $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 and Cyber Offensive Operations Division. Performance location will be McLean, Herndon ,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).

Total Concepts of Design, Scottsburg, Ind., was awarded a $10,600,000 firm-fixed-price, non-option-eligible, indefinite-delivery/indefinite-quantity contract for Mark 14 Cover Assembly; national stock number: 8140-00-038-9982, part number: 2642781. Performance location and funding will be determined for each order. This was a 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 (W52P1J-13-D-0081).

Navistar Defense, LLC, Lisle, Ill., was awarded a $10,234,891 firm-fixed-price, non-option-eligible, non-multi-year contract for 75 refrigerator food supply trucks, one lot contractor spare parts and one Dari operator manual compact disk. This is in support of foreign military sales to Afghanistan. Performance location will be Rice Lake, Wis., with funding from fiscal 2013 other authority funds. This contract was a non-competitive acquisition with one bid solicited and with one bid received. The U.S. Army Contracting Command – Tank and Automotive (Warren), Warren, Mich. is the contracting activity (W56HCV-12-C-0367).

Bowen, Collins & Associates, Inc., Draper, Utah, was awarded a $10,000,000 firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract to support multi discipline architect and engineer services for a broad range of investigative design and construction monitoring services (Type A, B and C) for the Utah National Guard at Salt Lake City, Draper, West Jordon and St. George, Utah. The funding and performance location will be determined with each order. The contract was solicited via the web with 13 bids received. The National Guard Bureau – Utah, Draper, Utah is the contracting activity (W911YP-13-D-2211).

Harley Ellis Deveraux, Southfield, Mich., was awarded a $10,000,000 firm-fixed-price, non-option-eligible, indefinite-delivery/indefinite-quantity contract to provide a full range of architect and engineering services in support to the Selfridge Army National Guard Base, Mich. Performance locations and funding will be determined with each order. This contract was a competitive acquisition with four bids solicited and four bids received. The National Guard Bureau – Michigan, Lansing, Mich., is the contracting activity (W912JB-13-D-4004).

URS Group, Inc., Southfield, Mich., was awarded a $10,000,000 firm-fixed-price, non-option-eligible, indefinite-delivery/indefinite-quantity contract to provide a full range of architect and engineering services in support to the Selfridge Army National Guard Base, Mich. Performance locations and funding will be determined with each order. This contract was a competitive acquisition with four bids solicited and four bids received. The National Guard Bureau – Michigan, Lansing, Mich., is the contracting activity (W912JB-13-D-4005).

Albery Kahn Associates Inc.*, Detroit, Mich., was awarded a $10,000,000 firm-fixed-price, non-option-eligible, indefinite-delivery/indefinite-quantity contract to provide a full range of architect and engineering services in support to the Selfridge Army National Guard Base, Mich. Performance locations and funding will be determined with each order. This contract was a competitive acquisition with four bids solicited and four bids received. The National Guard Bureau – Michigan, Lansing, Mich., is the contracting activity (W912JB-13-D-4006).

Anderson, Eckstein and Westrick Inc., Shelby Township, Mich., was awarded a $10,000,000 firm-fixed-price, non-option-eligible, indefinite-delivery/indefinite-quantity contract to provide a full range of architect and engineering services in support to the Selfridge Army National Guard Base, Mich. Performance locations and funding will be determined with each order. This contract was a competitive acquisition with four bids solicited and four bids received. The National Guard Bureau – Michigan, Lansing, Mich., is the contracting activity (W912JB-13-D-4007).

Vadum, Inc. *, Raleigh, N.C., was awarded a $9,798,383 non-option, non-multi-year contract for research and development supporting new electronic warfare capabilities. Funding and the performance location will be determined with each order. This was a non-competitive acquisition with one bid solicited and one bid was received. The U.S. Army Contracting Command – Research Triangle Park Division, Research Triangle Park, N.C., is the contracting activity (W911NF-13-D-0007).

General Dynamics Armament and Technical Products*, Williston, Vt., was awarded an $8,620,188 firm-fixed-price, option-eligible, non-multi-year contract modification (P00159) of contract (W31P4Q-10-C-0190) in exercise of its option for Hydra Rockets All Up Rounds. This is in support of foreign military sales to the Netherlands. Performance location will be Williston, Vt., and Camden, Ark. with funding from fiscal 2010 other authorization funds. This contract was a solicited via the Web with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Missile), Redstone Arsenal, Ala., is the contracting activity.

Atwood Hay*, Roseville, Calif., was awarded was awarded a $8,072,109 firm-fixed-price, non-option-eligible contract for repair of Castner Substation, Schofield Barracks, Oahu, Hawaii. Fiscal 2013 operations and maintenance Army funds are being obligated on this award. The bid was solicited through the Internet, with two bids received. The Army Corps of Engineers- Honolulu District, Fort Shafter, Hawaii, is the contracting activity (W9128A-13-C-0005).

Raytheon Company Missile Systems, Tucson, Ariz., was awarded a $7,992,000 firm-fixed-price contract for procurement of Tube Launched Optically Tracked Wireless Guided Missiles for the Marine Corps. Funding is from other procurement Army fiscal year 2013 funds. The performance location is Tucson, Ariz. and Farmington, N.M. This was a non-competitive acquisition with one bid solicited and one bid received. The U.S. Army Contracting Command – Redstone Arsenal, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0265).

ABHE & SVOBODA, Inc., Prior Lake, Minn., was awarded a $7,449,310 firm-fixed-price, option-eligible, non-multi-year contract for the repair and coating of East Bulkhead, N.J. Intercoastal Waterway and Point Pleasant Canal, N.J. Performance location will be Point Pleasant, N.J., with funding from fiscal 2013 operations and maintenance Army funds. This contract was a competitive acquisition via the Web with two bids received. The U.S. Army Corps of Engineers – Philadelphia District, Philadelphia, Pa., is the contracting office (W912BU-13-C-0052).

Raytheon Corporation, Marlborough, Mass., was awarded a $7,101,016 firm-fixed-price, non-option-eligible, non-multi-year contract modification (P00040) of contract (W31P4Q-11-C-0177) for fifteen Air Traffic Navigation, Integration and Coordination System ES-19 retrofit upgrade kits and spares. Performance location will be Marlborough, Mass., with funding from fiscal 2010 other authorizations funds. This contract was solicited 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 $6,875,000 firm-fixed-price, non-option-eligible, non-multi-year contract for the Fire Island to Montauk Point, N.Y. Interim Coastal Damage Protection project. Performance location will be Montauk, N.Y., from fiscal 2013 other authority funds. This contract was a competitive acquisition via the Web with two bids received. The U.S. Army Corps of Engineers – New York District, New York, N.Y., is the contracting office (W912DS-13-C-0054).

Serco, Inc., Reston, Va., was awarded a $6,854,741 cost-plus-fixed-fee, non-option-eligible, non-multi-year contract modification (P00002) to contract (W52P1J-13-C-0046) for the full spectrum of support services for the Logistics Civil Augmentation program. Performance location will be Afghanistan and Kuwait with funding from fiscal 2013 operations and maintenance Army funds. This contract was a 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 (W52P1J-13-C-0046).

TRICARE MANAGEMENT ACTIVITY

Martin’s Point Health Care Center, Inc., Portland Maine, was awarded a $283,542,374 fixed-price, commercial contract to provide comprehensive health care services through a managed care plan, the Uniformed Services Family Health Plan, to approximately 41,524 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 (NDAA), 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-00012).

CHRISTUS Health, Houston Texas, was awarded a $143,853,014 fixed-price, commercial contract to provide comprehensive health care services through a managed care plan, the Uniformed Services Family Health Plan, to approximately 11,400 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 (NDAA), 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-0011).

Science Applications International Corp., McLean, Va., has been awarded a $29,946,672 contract which includes a transition in and base period to provide a nationwide nurse advice line service for the Department of Defense TRICARE program. The contract is firm-fixed price and was competitively procured with six offers received. Work will be performed at locations in all 50 states and Washington, D.C. The nurse advice line provides services to members of the uniformed services, retirees and family members. Type of appropriation is fiscal year 2013 through fiscal year 2014 Defense Health Program operation and maintenance funds. The contracting activity is the TRICARE Management Activity, Falls Church, Va., (HT0011-13-C-0040).

DEFENSE LOGISTICS ACTIVITY

Piedmont Natural Gas Company, Inc., Charlotte, N.C., has been awarded a maximum $107,464,640 regulated tariff rate contract for assumption of ownership, operation, and maintenance of the Natural Gas Distribution System. This contract is a sole-source acquisition. Location of performance is North Carolina with a September 2066 performance completion date. Using military service is Army. Type of appropriation is fiscal year 2013 Army funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-C-8284).

U.S. Foods, Inc., La Mirada, Calif., has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, bridge contract for prime vendor food and beverage support. This contract is a sole source acquisition. Location of performance is California with a Sep. 29, 2014 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2013 through fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.; (SPM300-13-D-3696).

Cardinal Health 200, Inc., Waukegan, Ill., has been awarded a maximum $40,075,230 modification (P00013) exercising the fourth option year period on a one-year base contract (SPM2D0-09-D-0012) with seven one-year option periods for various medical and surgical products. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois with a Sep. 29, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2013 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Abaxis Inc.,* Union City, Calif., has been awarded a maximum $21,493,381 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various medical and surgical products. This is a fourteen-month base contract with nine option-year periods. This contract is a competitive acquisition and two offers were received. Location of performance is California with a Nov. 28, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2013 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.; (SPM2D0-13-D-0008).

Moog Inc., East Aurora, N.Y., has been awarded a maximum $17,999,683 firm-fixed-price contract for aircraft parts. This contract is a sole source acquisition. Location of performance is New York with a March 30, 2016 performance completion date. Using military service is Air Force. Type of appropriation is fiscal year 2013 Air Force funds. The contract activity is the Defense Logistics Agency Aviation, Richmond, Va.; (SPE4AX-07-D-9412).

Henry Schein, Inc., Melville, N.Y., has been awarded a maximum $13,024,254 modification (P00013) exercising the fourth option year period on a one-year base contract (SPM2D0-09-D-0005) with seven one-year option periods for various medical and surgical products. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is New York with a Sept. 29, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2013 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Purdue Pharma L.P.,* Stamford, Conn., has been awarded a maximum $11,423,701 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This contract is a competitive acquisition and thirty-five offers were received. This is a one-year base contract with seven one-year option periods. Location of performance is Connecticut with a Sept. 25, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2013 Warstopper funds. The contract activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.; (SPM2D0-13-D-0011).

Lockheed Martin Corp., Owego, N.Y., has been awarded a maximum $10,881,328 firm-fixed-price contract for countermeasure receivers. This contract is a sole source acquisition. Location of performance is New York with a March 31, 2015 performance completion date. Using military service is Air Force. Type of appropriation is fiscal year 2013 Air Force funds. The contract activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.; (SPRTA1-13-C-0117).

Hospira Worldwide Inc., Lake Forest, Ill., has been awarded a maximum $9,323,765 modification (P00071) exercising the eighth option year period on a one-year base contract (SPM200-05-D-7703) with nine one-year option periods for various pharmaceutical products. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois with a Sept. 30, 2014 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2013 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

United Technologies Corp., doing business as Pratt & Whitney, East Hartford, Conn., has been awarded a maximum $6,732,320 firm-fixed-price contract for aircraft engine turbine disk replenishment spares. This contract is a sole source acquisition. Location of performance is Connecticut with an Apr. 29, 2016 performance completion date. Using military service is Air Force. Type of appropriation is fiscal year 2013 Air Force working capital funds. The contract activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.; (N00383-12-G-001M-UN1U).

NAVY

Microsoft Corp., Redmond, Wash., is being awarded a $66,400,000 firm-fixed-priced, labor hour indefinite-delivery/indefinite-quantity contract for the procurement of Microsoft premier and consulting support services to include, planning and coordination support, risk assessments and support consulting, 24/7 problem resolution assistance, field engineering support, designated engineering support and architectural consulting services. The work locations are dependent upon requirements as they are identified, and are therefore unknown at this time. All work is expected to be complete by Sept. 2014. No funds will be obligated at the time of award. Funds will be obligated against individual delivery orders as they are issued. This contract was 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-D-4033).

Stronghold Engineering, Inc., Riverside, Calif., is being awarded a $46,557,217firm-fixed-price contract for restoration of the heating, ventilation and air conditioning systems and associated ductwork (Phases Two and Three) at Naval Medical Center, San Diego. Work will be performed in San Diego, Calif., and is expected to be completed by October 2018. Fiscal 2013 operation and maintenance, Navy (Bureau of Medicine and Surgery) contract funds in the amount of $46,557,217 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 five proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-13-C-4204).

EMCOR Government Services, Inc., Arlington, Va., is being awarded a $40,502,374 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-10-D-0464) to exercise option three for Regional Base Operating Support services at various government facilities within a 100-mile radius of the Washington Navy Yard in Washington, D.C. The total contract amount after exercise of this option will be $147,734,176. Work will be performed in Washington, D.C. (38 percent); Bethesda, Md. (22 percent); Suitland, Md. (15 percent); Quantico, Va. (9 percent); Charlottesville, Va. (7 percent); Fort Washington, Md. (5 percent); Arlington, Va. (2 percent); Indian Head, Md. (1 percent); Dahlgren, Va. (1 percent), and work is expected to be completed September 2014. Fiscal 2014 Operation and Maintenance, Navy; Fiscal 2014 Defense Working Capital Funds, Defense; Fiscal 2014 Operations & Maintenance, Marine Corps; Fiscal 2014 Defense Health Program contract funds in the amount of $32,227,243 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

Raytheon Co., El Segundo, Calif., is being awarded a $34,642,125 cost-plus-incentive-fee delivery order 0047 against a previously issued Basic Ordering Agreement (N00019-10-G-0006) for Engineering Change Proposal 6381 Step 2 flight test requirements for the AN/APG-79 Active Electronically Scanned Array Radio Detection and Ranging General Purpose Processor upgrade in support of the F/A-18 E/F aircraft. Work will be performed in Andover, Mass. (50 percent); Forest, Miss. (30 percent); and El Segundo, Calif. (20 percent), and is expected to be completed in August 2016. Fiscal 2013 Aircraft Procurement, Navy contract funds in the amount of $34,642,125 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded $34,313,824 for delivery order 7004 against previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity contract (N00383-11-D-012N) for the repair/overhaul of five items required in support of the AH-1W Helicopter. Work will be performed in Fort Worth, Texas, and is expected to be completed by Sept. 20, 2014. Fiscal 2013 Navy Working Capital Funds in the amount of $34,313,824 is being obligated at the time of award, and will not expire before the end of the current fiscal year. This contract was not competitively procured and is issued on a sole source basis in accordance with FAR 6.302-1. The NAVSUP Weapons System Support, Philadelphia, Pa., is the contracting activity.

W.M. Jordan Co., Inc., Newport News, Va., is being awarded $30,580,750 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N40085-09-D-5034) for design and renovation of a bachelor quarters facility at Joint Expeditionary Base Little Creek-Fort Story. The work to be performed includes repairs and modifications to architectural, structural systems, sustainability and finishes. The project will require coordination of all trades, demolition, potential abatement, and close coordination with the housing requirements. Work will be performed in Virginia Beach, Va., and is expected to be completed by October 2015. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $30,580,750 are being obligated on this award and will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Del-Jen, Inc., Clarksville, Tenn., is being awarded a $26,679,395 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-07-D-0770) to exercise option two for base operation support services at Naval Air Station Pensacola and surrounding areas including Saufley Field, Corry Station, and Bronson Field. The total contract amount after exercise of this option will be $171,418,002. Work will be performed in Pensacola, Fla., and work is expected to be September 2014. Fiscal 2014 operation and maintenance, Navy; Fiscal 2014 Navy Working Capital Funds; and Fiscal 2014 Defense Health Program contract funds, pending availability, in the amount of $11,415,967 are being obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $25,668,778 firm-fixed-priced contract for the USS Providence (SSN 719) fiscal year 2013 dry-docking continuous maintenance availability. This scope of work encompasses required maintenance activities necessary to maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity. Work will be performed in Groton, Conn., and is expected to be completed by April 2014. Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $25,668,778 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (N00024-13-C-4301)

Roy Anderson Corp., Gulfport, Miss., is being awarded $21,444,000 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N69450-09-D-1280) for design and construction of a potable water distribution replacement at Marine Corps Logistics Base, Albany. The work to be performed provides for the design and construction of a replacement potable waterline system which includes components such as service connections, valves and meters, and new water lines may be installed in some areas to increase efficiency. Work will be performed in Albany, Ga., and is expected to be completed by May 2015. Fiscal 2013 operation and maintenance, Marine Corps contract funds in the amount of $21,444,000 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.

L-3 Communications Electron Devices Div., San Carlos, Calif., is being awarded a $21,147,601 indefinite-delivery/indefinite-quantity contract for the procurement of hardware, tear-down and evaluation, and repair and modification services for production units, and materials. The hardware consists of up to one I/J Band Amplifier, Radio Frequency AM-7536/ULQ-21(V) Microwave Power Module, First Article, and 375 I/J Band Amplifiers, Radio Frequency AM-7536/ULQ-21(V) Microwave Power Module production units. Work will be performed in San Carlos, Calif. and is expected to be completed in September 2018. Fiscal 2011 Aircraft Procurement, Navy contract funds in the amount of $37,950 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals and three offers were received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-D-0038).

Alutiiq-Mele, LLC*, Anchorage, Alaska, is being awarded a $19,066,446 modification under a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-09-D-4003) to exercise option four for base operation support services at the Naval Air Weapons Station, China Lake. The work to be performed provides for all labor, materials, equipment, supervision, and transportation necessary to perform management and administration, weapons support services, supply services, facilities investment services, grounds maintenance services, janitorial services, pest control services, street sweeping services, base support vehicles and equipment services, and environmental services. The total contract amount after exercise of this option will be $93,622,921. Work will be performed in Ridgecrest, Calif., and work is expected to be September 2014. Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $16,841,313 are being obligated, pending availability, on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

KIG Technical Services, LLC*, Sterling, Va., is being awarded a $16,068,275 firm-fixed-price contract for the procurement of 12 Light Observation Aircraft for the Republic of Yemen Air Force under the foreign military sales (FMS) program. In addition, this contract will provide for the Yemen Air Force Electro-Optical/Infrared sensor payloads, training, operational spare parts and field service representatives. Work will be performed in Sterling, Va., (80 percent) and the Republic of Yemen (20 percent), and is expected to be completed in September 2015. FMS contract funds in the amount of $16,068,275 are being obligated on this 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, with 11 offers received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-C-0363).

Marvin Engineering Co., Inc., Inglewood, Calif., is being awarded a $15,724,071 modification to a previously awarded firm-fixed-price contract (N00421-13-C-0002) to exercise an option for the procurement of 355 F/A-18 BRU-32 B/A Ejector Bomb Racks for the U.S. Navy (255) and the Royal Australian Air Force (100). In addition, this modification provides for the procurement of eight F/A-18 BRU-32 periodic production samples for the U.S. Navy (6) and the Royal Australian Air Force (2). Work will be performed in Inglewood, Calif., and is expected to be completed in January 2016. This contract combines purchases for the U.S. Navy ($11,305,737; 72 percent) and the Government of Australia ($4,418,334; 28 percent) under the foreign military sales (FMS) program. Fiscal 2013 Aircraft Procurement Navy and FMS contract funds in the amount of $15,724,071 will be obligated on this award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Thales Communications, Inc., Clarksburg, Md., is being awarded a $15,125,500 firm-fixed-price contract for depot level specialized test equipment and the relevant technical data required to establish depot level support for the AN/AQS-22 Airborne Low Frequency Sonar in support of the MH-60R aircraft program. Work will be performed in Clarksburg, Md. (50 percent) and Jacksonville, Fla. (50 percent) and is expected to be completed in May 2015. Fiscal 2013 Aircraft Procurement, Navy contract funds in the amount of $15,125,500 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). The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-C-0427).

Lockheed Martin Corp., Owego, N.Y., is being awarded $15,030,438 for delivery order 7040 against a previously awarded firm-fixed-price contract (N00383-09-D-021) for the repair of five items for the H60 Helicopters. Work will be performed in Owego, N.Y., and is expected to be completed by Sept. 30, 2014. Fiscal 2013 Navy Working Capital Funds in the amount of $15,030,438 are being obligated at the time of award, and will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). The NAVSUP Weapons System Support, Philadelphia, Pa., is the contracting activity (N00383-09-D-021F).

L-3 Unidyne, Inc., Norfolk, Va., is being awarded a $13,704,209 firm-fixed-priced contract for the Service Life Extension Program (SLEP) of two Landing Craft, Air Cushioned (LCAC) craft in fiscal 2013. The LCAC SLEP will extend the service life of LCAC from 20 to 30 years, sustain/enhance craft capability, replace obsolete electronics, repair corrosion damage, reduce life cycle cost by improving reliability and maintainability, increase survivability, and establish a common configuration baseline. The LCAC SLEP scope of effort includes repair and upgrade of the buoyancy box, gas turbine engine replacement, installation of a new skirt, installation of an integrated C4N equipment package, and accomplishment of selected craft alterations and repair work. Work will be performed in Virginia Beach, Va., and is expected to be completed by May 2015. Fiscal 2013 Shipbuilding and Conversion, Navy funds in the amount of $13,704,209 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $13,312,764 modification to previously awarded contract (N00024-06-C-2303) for material and labor to complete work on the DDG 1000 deckhouse. Work will be performed in Bath, Maine, and is expected to be completed by June 2014. Fiscal 2012 Shipbuilding and Conversion, Navy contract funds in the amount of $6,665,382 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

Maersk Line, Ltd., Norfolk, Va., is being awarded a $12,190,635 modification under a previously awarded firm-fixed-price contract (N00033-10-C-3220) to exercise a one-year option period for the time charter of one self-sustaining ship, MV SSG Edward A. Carter Jr., to support the U.S. Army’s ammunition prepositioning program. Work will be performed at sea worldwide, and is expected to be completed by September 2014. Transportation Working Capital contract funds in the amount of $12,190,635 will be obligated for fiscal 2014. The funds will not expire at the end of the current fiscal year. The Military Sealift Command, Washington, D.C., is the contracting activity.

Contech Engineering, Inc.*, Honolulu, Hawaii, is being awarded $9,474,334 for firm-fixed-price task order 0014 under a previously awarded multiple-award construction contract (N62478-11-D-4041) for repairs to Telecommunication Building 390C and Van Pads at Marine Corps Base Hawaii. Work will be performed in Oahu, Hawaii, and is expected to be completed by May 2015. Fiscal 2013 operation and maintenance, Marine Corps contract funds in the amount of $9,474,334 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.

The Boeing Co., St. Louis, Mo., is being awarded a $9,244,672 firm-fixed-price contract for one F/A-18E/F and EA-18G AN/APG-79 Active Electronically Scanned Array Integrated Radar Facility Configuration top Assembly Radar Bench System, including on-site set-up, integration and test support for software compatibility to aircrafts systems for the U.S. Navy, and to fulfill the requirements of the Government of Australia. This contract combines purchases for the U.S. Navy ($1,994,673; 22 percent) and the Government of Australia ($7,249,999; 78 percent) under the foreign military sales (FMS) program. Work will be performed in St. Louis, Mo., and is expected to be completed in May 2014. Fiscal 2013 research, development, test & evaluation, Navy and FMS contract funds in the amount of $9,244,672 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-C-0140).

TEAM Construction, LLC*, Jacksonville, N.C., is being awarded $9,086,654 for firm-fixed-price task order 0003 under a previously awarded multiple-award construction contract (N69450-12-D-1767) for renovation of Second Battalion Recruit Barracks Building 599 at Marine Corps Recruit Depot Parris Island. Work will be performed in Parris Island, S.C., and is expected to be completed by September 2015. Fiscal 2013 operation and maintenance, Marine Corps contract funds in the amount of $9,086,654 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.

Offshore Service Vessels, Inc., Cut Off, La., is being awarded an $8,484,060 modification under a previously awarded firm-fixed-price contract (N00033-13-C-2001) to exercise a one-year option for the time charter of one maritime support vessel, MV C-Champion. The vessel is used as a platform for launching and recovering small boats; refueling and provisioning small boats; and assisting with limited maintenance for small boats. The vessel also provides support to maritime security operations. Work will be performed worldwide, and is expected to be completed by October 2014. Working Capital Funds in the amount of $8,484,060 are bring obligated for fiscal 2014, and will not expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-13-C-2001).

GHD-Gerwick Joint Venture, San Diego, Calif., is being awarded a maximum $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for Waterfront Engineering Services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for preparation of design-build request for proposals, design-bid-build construction contract packages, reports/studies; site investigations to support development of new facilities on undeveloped land, or redevelopment of existing facilities on developed sites; support and coordination of various technical disciplines, such as architectural, civil, structural, mechanical, electrical, geotechnical, and environmental. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (87 percent), Arizona (5 percent), Nevada (5 percent), Colorado (1 percent), New Mexico (1 percent) and Utah (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2018. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-13-D-3004).

Lockheed Martin Corp., Owego, N.Y., is being awarded $7,150,637 for firm-fixed-price delivery order 7023 against a previously awarded Basic Ordering Agreement (N00383-12-G-010F) for the repair of 12 items for the Common Cockpit for the H60 Helicopters. Work will be performed in Owego, N.Y. (97 percent) and Farmingdale, N.Y. (3 percent), and is expected to be completed by April 30, 2015. Fiscal 2013 Navy Working Capital Funds in the amount of $7,150,637 are being obligated at the time of award, and will not expire before the end of the current fiscal year. The contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). The NAVSUP Weapons System Support, Philadelphia, Pa., is the contracting activity (N00383-12-G-010F).

Raytheon Missile Systems Co., Tucson, Ariz., is being awarded a $6,796,441 firm-fixed-price, cost, cost-plus-fixed-fee delivery order 2044 against a previously issued Basic Ordering Agreement (N00019-10-G-0006) to procure eight Telemetry Instrumentation Kits to provide the Joint Strike Fighter (JSF) with Joint Stand-off Weapon Separation Test Vehicles. This effort includes associated engineering, travel and technical data in support of JSF. Work will be performed in Tucson, Ariz., and is expected to be completed in June 2015. Fiscal 2013 research, development, test & evaluation, Navy contract funds in the amount of $6,796,441 are being obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

MISSILE DEFENSE AGENCY

L-3 Communications Corp., Coleman Aerospace Division, Orlando, Fla. was awarded $15,200,000 for an unpriced change order, modification number B5 under existing task order 0002 of contract FA8818-08-D-0038, for Extended Long Range Air Launch Target additional common qualification testing; updates to the Mission Assurance Plan and Parts, Materials, and Processes Mission Assurance Plan; re-planning activities; and launch services. The not-to-exceed amount of this contract modification, increasing the total task order value from $129,428,646 to $144,628,646. The work will be performed in Orlando, Fla. The performance period is from Sept. 30, 2013 through Dec. 31, 2013. Fiscal year 2013 research, development, test, and evaluation funds in the amount $3,661,397 are being obligated on this award. The Missile Defense Agency, Huntsville, Ala., is the contracting activity.

L-3 Communications Corp., Coleman Aerospace Division, Orlando, Fla., was awarded $9,100,000 for an unpriced change order, modification number 86 under existing task order 0007 of contract F04701-00-D-0208, for Short Range Air Launch Target Assembly, Integration, and Test, to include additional common qualification testing; updates to the Mission Assurance Plan and Parts, Materials, and Processes Mission Assurance Plan; re-planning activities; and launch services. The not-to-exceed amount of this contract modification increases the total task order value from $51,153,638 to $60,253,638. The work will be performed in Orlando, Fla. The performance period is from Sept. 30, 2013 through Dec. 31, 2013. Fiscal year 2013 research, development, test, and evaluation funds in the amount $1,044,000 are being obligated on this award. The Missile Defense Agency, Huntsville, Ala., is the contracting activity.

Related News

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