DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $3,405,427,661 modification with fixed-price-incentive-firm, cost-plus-fixed-fee, and cost-plus-incentive-fee line items to a previously awarded advance acquisition contract (N00019-12-C-0004) for Low Rate Initial Production (LRIP) Lot VII F-35 Lightning II Joint Strike Fighter aircraft production. This modification provides for the manufacture and delivery of 19 F-35 Conventional Take-Off and Landing (CTOL) for the U.S. Air Force; six F-35 Short Take-Off and Vertical Landing (STOVL) aircraft for the U.S. Marine Corps; four F-35 Carrier Variant (CV) aircraft for the U.S. Navy; two F-35 CTOL aircraft for Norway; three F-35 CTOL aircraft for Italy; and one (1) F-35 STOVL for the United Kingdom. This modification also provides for LRIP Lot 7 production requirements, including manufacturing support equipment, diminishing manufacturing sources management, ancillary mission equipment, including Pilot Flight Equipment, and concurrency changes to LRIP Lot 7 aircraft for the U.S. Air Force, U.S. Marine Corps, and U.S. Navy, and for non-U.S. DoD Participants in the F-35 Program. Concurrency changes are changes to the LRIP Lot 7 configuration baseline resulting from the F-35 development effort. Work will be performed in Fort Worth, Texas (55 percent); El Segundo, Calif. (15 percent); Warton, United Kingdom (10 percent); Orlando, Fla. (5 percent); Nashua, N.H. (5 percent); Baltimore, Md. (5 percent), and Cameri, Italy (5 percent). Aircraft deliveries are expected to be completed in October 2016. Fiscal 2013 Aircraft Procurement, Air Force; Fiscal 2013 Aircraft Procurement Navy; and International Partner funding in the amount of $3,405,427,661 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($1,823,737,540; 53.55 percent), U.S. Marine Corps ($567,802,742; 16.67 percent), the U.S. Navy ($401,457,402; 11.79 percent); and the Governments of Italy, Norway, United Kingdom, Australia, Turkey, the Netherlands, Canada, and Denmark ($612,429,977; 34.46 percent) The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $742,657,068 cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price-incentive (firm target) modification to the previously awarded F-35 Lightning II Low Rate Initial Production Lot VI advance acquisition contract (N00019-11-C-0083). This modification provides for the manufacture and delivery of two F-35 Conventional Take-Off and Landing (CTOL) aircraft for the Government of Australia and three F-35 CTOL aircraft for the Government of Italy. In addition, this modification provides for LRIP Lot VI production requirements, including manufacturing support equipment, diminishing manufacturing sources management, ancillary mission equipment including pilot flight equipment, and concurrency changes to LRIP Lot VI aircraft for the U.S. Air Force, U.S. Marine Corps, the U.S. Navy, and the non-U.S. DoD Participants in the F-35 Program. Concurrency changes are changes to the LRIP Lot VI configuration baseline resulting from the F-35 development effort. Work will be performed in Fort Worth, Texas (55 percent); El Segundo, Calif. (15 percent); Warton, United Kingdom (10 percent); Orlando, Fla. (5 percent); Nashua, N.H. (5 percent); Baltimore, Md. (5 percent); and Cameri, Italy (5 percent), and is expected to be completed in April 2016. Fiscal 2012 and 2013 Aircraft Procurement, Air Force; Fiscal 2012 Aircraft Procurement, Navy; and International Partner funding in the amount of $742,657,068 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Air Force ($130,677,491; 17.60 percent); the U.S. Navy/Marine Corps ($66,199,572; 8.92 percent); and the Governments of Italy, Australia, United Kingdom, Turkey, the Netherlands, Canada, Norway and Denmark ($545,780,005; 73.49 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., was awarded a $243,478,659 modification to a previously awarded contract (N00024-13-C-5407) on Sept, 26, 2013, for procurement of 89 Standard Missile-6 Block I All Up Rounds, spares, containers, and round design agent services. Work will be performed in Camden, Ark. (34.4 percent); Tucson, Ariz. (25.5 percent); Wolverhampton, U.K. (14.6 percent); Andover, Mass. (7.3 percent); Middletown, Calif. (5.3 percent); San Jose, Calif. (3.1 percent); Dallas, Texas, (2.7 percent); Anniston, Ala. (1.5 percent); Clarkston, Ga. (1.3 percent); Huntsville, Ala. (1.1 percent); Andover, Mass. (1.1 percent); San Diego, Calif. (1.1 percent); and Warrington, Pa. (1.0 percent) and is expected to be completed by March 2016. Fiscal 2013 Weapons Procurement Navy funds in the amount of $238,666,810 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $226,702,989 cost-plus-incentive-fee contract for the design, development, fabrication, assembly, integration, furnishing, test and evaluation, support, and documentation of an In-flight Refueling capable E-2D Advanced Hawkeye aircraft. Work will be performed in Bethpage, N.Y. (64 percent); St. Augustine, Fla. (21 percent); Irvine, Calif. (3.7 percent); Endicott, N.Y. (2.7 percent); Ronkonkoma, N.Y. (1.6 percent); Bohemia, N.Y. (1 percent); and various locations throughout the United States (6 percent), and is expected to be completed in January 2019. Fiscal 2013 research, development, test and evaluation, Navy contract funds in the amount of $8,594,297 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-0135).

Barnhill Contracting Co., Jacksonville, N.C. (N40085-13-D-5242); Morton Trucking, Inc.*, Jacksonville, N.C. (N40085-13-D-5243); Onslow Grading & Paving, Inc.*, Jacksonville, N.C. (N40085-13-D-5244); and S. T. Wooten Corp., New Bern, N.C. (N40085-13-D-5245), are each being awarded an indefinite-delivery/indefinite-quantity, multiple-award construction contract for civil and paving construction projects located at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, Marine Corps Air Station Cherry Point, and other outlying facilities in North Carolina. The maximum dollar value for the not-to-exceed 60-month period (including the base period and four option years) for all four contracts is $95,000,000. The work to be performed provides for new and repaired bituminous pavement structures, temporary traffic controls, site clearing activities, demolition work for existing site construction, storm drainage work, general site grading and earthwork, placement of pavement markings and traffic control signs, turf establishment work, traffic signal work, minor modifications or repairs to water and sewer distribution, minor utility relocations and modifications. Morton Trucking, Inc. is being awarded task order 0001 at $525,000 for the expansion of the Military Operations in Urban Terrain Collective Training Facility at Marine Corps Base Camp Lejeune, Jacksonville, N.C. Work for this task order is expected to be completed by June 2014. All work on this contract will be performed in Jacksonville, Havelock, and other outlying facilities in North Carolina. 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 $540,000 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 nine proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Kenmar-Gaskins JV*, Jacksonville, Fla. (N40085-13-D-7772); Leebcor Services, LLC*, Williamsburg, Va. (N40085-13-D-7773); Ocean/Turner JV*, Virginia Beach, Va. (N40085-13-D-7774); Richard Brady & Associates*, Virginia Beach, Va. (N40085-13-D-7775); Whitesell-Green, Inc.*, Pensacola, Fla. (N40085-13-D-7776), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads area of responsibility (AOR). The maximum dollar value for the not-to-exceed 60-month period (including the base period and four option years) for all five contracts is $95,000,000. The work to be performed provides for, but is not limited to, new construction, renovation, alteration, and repairs by design-build or by design-bid-build of warehouses, training facilities, personnel support and service facilities, and housing facilities. Kenmar-Gaskins JV is being awarded task order 0001 at $7,254,325 for the design and construction of a new Veterinary Facility at Naval Station Norfolk, Norfolk, Va. The task order also contains one unexercised option and one planned modification, which if exercised would increase cumulative task order value to $8,838,142. Work for this task order is expected to be completed by December 2014. All work on this contract will be performed primarily within the NAVFAC Mid-Atlantic Hampton Roads AOR which includes Norfolk, Va. (40 percent), Virginia Beach, Va. (30 percent), Portsmouth, Va. (20 percent) and Yorktown, Va. (10 percent). The term of the contract is not to exceed 60 months, with an expected completion date of September 2018. Fiscal 2013 military construction, TRICARE Management Activity contract funds in the amount of $7,274,325 are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 45 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

The Boeing Co., Seattle, Wash., is being awarded a $69,790,447 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0026) for the procurement of one C-40A Clipper aircraft for the U.S. Navy. Work will be performed in Renton, Wash. (90 percent); Seattle, Wash. (6 percent); San Antonio, Texas (2 percent); and Oklahoma City, Okla. (2 percent), and is expected to be completed in November 2016. Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $69,790,447 will be 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.

L-3 Communications Systems Field Support, Vertex Aerospace, LLC, Madison, Miss., is being awarded a $55,627,456 firm-fixed-price, cost reimbursable modification to a previously awarded indefinite-delivery/indefinite-quantity requirements contract (N00019-11-D-0010) to exercise an option for aircraft maintenance and logistical life cycle support for 54 C-12 aircraft for the U.S. Navy (48) and the U.S. Marine Corps (6). Work will be performed in Corpus Christi, Texas (46 percent); Patuxent River, Md. (8 percent); Manama, Bahrain (5.5 percent); Guantanamo Bay, Cuba (5.5 percent); Atsugi, Japan (5.5 percent); New Orleans, La. (4 percent); Kadena, Japan ( 3.7 percent); Yuma, Ariz.(3.7 percent); Iwakuni, Japan (3.7 percent); Beaufort, S.C. (3.5 percent); New River, N.C. (3.5 percent); Manassas, Va. (2 percent); Miramar, Calif. (1.8 percent); Futenma, Japan (1.8 percent); and Misawa, Japan (1.8 percent). Work is expected to be completed in September 2014. Contract funds will not be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activities.

Adira Construction, Inc.*, Chesapeake, Va. (N40085-13-D-5246); Contract and Purchasing Solutions, Inc.*, Lake Park, Ga. (N40085-13-D-5247); Greenland Enterprises, Inc.*, Hampton, Va. (N40085-13-D-5248); Locke-Lane Construction, Inc.*, Stony Point, N.C. (N40085-13-D-5249); Patriot Construction, LLC*, Dunkirk, Md. (N40085-13-D-5250); and Turner Strategic Technologies, LLC*, Norfolk, Va. (N40085-13-D-5251) are each being awarded an indefinite-delivery/indefinite-quantity, multiple-award construction contract for general construction projects located at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, Marine Corps Air Station Cherry Point, and other outlying facilities in North Carolina. The maximum dollar value for the not-to-exceed 60-month period (including the base period and four option years) for all six contracts is $50,000,000. The work to be performed provides for new construction, demolition, repair, total/partial interior/exterior alteration/renovation of buildings, systems and infrastructure, civil, structural, mechanical, electrical, communication systems, installation of new or extensions to existing high voltage electrical distribution systems, extensions to the existing high pressure steam distribution systems, extensions to the potable water distribution systems, extensions to the sanitary sewer systems, additional storm water control systems, painting, removal of asbestos materials and lead paint, and incidental related work. Patriot Construction, LLC is being awarded task order 0001 at $82,950 for the installation of sprinkler and fire alarm system in building 1819 at Marine Corps Base Camp Lejeune, Jacksonville, N.C. Work for this task order is expected to be completed by April 2014. All work on this contract will be performed in Jacksonville, Havelock, and other outlying facilities in North Carolina. 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 $107,950 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 26 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $40,371,916 modification to a previously awarded contract (N00024-10-C-4308) for USS Barry (DDG 52) fiscal 2013 extended selected restricted availability. An extended selected restricted 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 October 2014. Fiscal 2013 other procurement, Navy and Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $38,848,987 will be obligated at the time of award. Fiscal 2013 operations and maintenance, Navy, funds in the amount of $19,782,238 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

American Petroleum Tankers, LLC, New York, N.Y., is being awarded a $39,055,000 modification under a previously awarded firm-fixed-price contract (N0003-07-C-5416) to exercise a 12-month option for the worldwide charter of two U.S.-flagged, Jones Act tankers. The tankers will be employed in worldwide cargo delivery to support the Defense Logistics Agency-Energy. Work will be performed at sea worldwide, and is expected to be completed by September 2014. Fiscal 2013 Transportation Working Capital contract funds in the amount of $39,055,000 are being obligated at the time of award, and will not expire at the end of this fiscal year. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-07-C-5416).

Oracle America, Inc., Redwood City, Calif., is being awarded an estimated $35,550,000 indefinite-delivery/indefinite-quantity, firm-fixed-price, commercial contract for the procurement of post deployment systems support, technical refresh, and upgrades for the Global Combat Support System – Marine Corps. The contract includes options which, if exercised, would bring the ceiling value of this contract to an estimated $49,450,000. Work will be performed in Reston, Va. (70 percent); Charleston, S.C. (20 percent); and Stafford, Va. (10 percent); and is expected to be completed by September 2014. If all options are exercised, work could continue until September 2016. Fiscal 2013 operations and maintenance, Marine Corps contract funds in the amount of $33,386,335 will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole source acquisition under the authority of 10 U.S.C. 2304(c)(1). Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-13-D-2157).

Maersk Line, Ltd., Norfolk, Va., is being awarded a $31,817,327 modification to a previously awarded contract (N00033-11-C-3110) to exercise the third 12-month option period for the operation and maintenance of five government-owned Maritime Prepositioning Force ships: USNS 2ND LT John P. Bobo (T-AK 3008), USNS SGT William R. Button (T-AK 3012), USNS 1ST LT Baldomero Lopez (T-AK 3010), USNS 1ST LT Jack Lummus (T-AK 3011) and USNS PFC Dewayne T. Williams (T-AK 3009). These civilian-crewed ships are deployed at sea worldwide to strategically place equipment and supplies to ensure rapid availability to the U.S. Marine Corps during wartime, humanitarian operations or other contingencies. Work will be performed at sea worldwide, and is expected to be completed by September 2014. Working Capital Funds in the amount of $31,817,327 will be obligated for fiscal 2014, and will not expire at the end of that fiscal year. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-3110).

Gulf Coast Architectural Group Inc.*, Pensacola, Fla., is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with for complete architect and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). Task order 0001 is being awarded at $117,879 for full design specification for the demolition of four buildings at Naval Air Station Meridian. Work for this task order is expected to be completed by March 2014. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southeast AOR including, but not limited to Texas (50 percent), Louisiana (25 percent), and Mississippi (25 percent), and is expected to be completed by September 2018. Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $117,879 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 39 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-13-D-0012).

Lockheed Martin Corp., Mission Systems & Sensors Naval Electronics & Surveillance Systems, Syracuse, N.Y., is being awarded a $27,548,897 cost-plus-fixed-fee contract to provide engineering services to support the delivery, installation, maintenance, distance support, engineering changes, field changes and any required repairs to all AN/BLQ-10(V) fleet operational systems delivered to the government. Work will be performed in ships’ homeports, inside and outside the United States (60 percent) and Syracuse, N.Y. (40 percent), and is expected to be completed by September 2016. Pending availability of funds – Fiscal 2014 operations and maintenance, Navy funding in the amount of $100,000 will be obligated at the time of the award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1. The Naval Undersea Warfare Center Division Newport, Newport, R.I., is the contracting activity (N66604-13-D-0294).

Absher Construction Co., Puyallup, Wash., is being awarded a $25,116,000 firm-fixed-price contract for the energy efficient project and production shop energy reduction project at Naval Base Kitsap – Bangor. The work to be performed provides for design and construction services for various buildings. The proposed effort will provide seismic upgrades, energy improvements and demolition efforts. Work will be performed in Bremerton, Wash., and is expected to be completed by October 2015. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $25,116,000 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 four proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-13-C-4000).

The Boeing Co., St. Louis, Mo., is being awarded a not-to-exceed $24,000,000 indefinite-delivery/indefinite-quantity contract for engineering and technical services for Reconfigurable Transportable Consolidated Automated Support System (RTCASS) Station software and hardware, RTCASS Next Generation Operational Management System, Direct Test software, and migration of Operational Test Program Sets (OTPSs) on the RTCASS and contractor developed OTPS. Work will be performed in St. Louis, Mo., and is expected to be completed in September 2018. Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $793,592 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 Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-D-0026).

Hourigan Construction Corp., Virginia Beach, Va., is being awarded $23,366,464 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract for the design and construction of an Operation Facility at Joint Expeditionary Base, Little Creek-Fort Story. The task order also contains one unexercised option and two planned modifications, which if exercised would increase cumulative task order value to $27,352,004. Work will be performed in Virginia Beach, Va., and is expected to be completed by December 2015. Fiscal 2013 military construction, Special Operations Command contract funds in the amount of $23,366,464 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-08-D-9738).

Bell Helicopter Textron, Inc., Hurst, Texas, is being awarded a $23,050,581 modification to a previously awarded firm-fixed-price contract (N61340-12-C-0030) for the design, fabrication, installation, and test of baseline configuration upgrades for one AH-1Z Full Flight Simulator, one UH-1Y Full Flight Simulator, and one UH-1Y Flight Training Device for the U.S. Marine Corps. Work will be performed in Broken Arrow, Okla. (49 percent); Fort Worth, Texas (35 percent) and St. Louis, Mo. (16 percent), and is expected to be completed in March 2017. Fiscal 2013 aircraft procurement Navy contract funds in the amount of $23,050,581 will be obligated at time of award, 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.

Raytheon Co., El Segundo, Calif., is being awarded a $20,018,361 firm-fixed-price delivery order against a previously issued Basic Ordering Agreement (N00019-10-G-0018) for the procurement of 30 Forward Looking Infrared Radar kits for the CH-53K helicopters (5) and HH-60 helicopters (25). In addition, this delivery order will provide for the procurement for 25 L2G multifunction control units and 35 L2G system control units for the HH-60 helicopters; two Memory Loader Verifier System cables and software update, system integration and test support for the CH-53K helicopters; one technical data package; and repair of repairables analysis. Work will be performed in McKinney, Texas (92 percent) and El Segundo, Calif., (8 percent), and is expected to be completed in September 2015. Fiscal 2011 aircraft procurement, Air Force and Fiscal 2013 research, development, test and evaluation, Navy contract funds in the amount of $20,006,560 are being obligated on this award, $16,213,930 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

MultiMAC Joint Venture*, San Diego, Calif., is being awarded a maximum amount $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for professional engineering services for compliance with Air Emission Regulations, Emergency Planning and Community Right-to-Know Act Regulations and Greenhouse Gas Regulations to support the Navy and other Department of Defense installations (continental United States and outside continental United States) within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR). Task order 0001 is being awarded at $469,280 for Asbestos Management Study at Rota, Spain. Work for this task order is expected to be completed by September 2014. All work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Atlantic AOR including but not limited to California (45 percent), Virginia (15 percent), North Carolina (15 percent), Florida (5 percent), Maryland (5 percent), Washington (5 percent), Georgia (5 percent), and NAVFAC Europe Africa Southwest Asia (5 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 $469,280 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 seven proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va. is the contracting activity (N62470-13-D-8025).

Maersk Line, Ltd., Norfolk, Va., is being awarded an $18,678,083 firm-fixed-price contract for the operation and maintenance of five U.S. Navy ocean surveillance ships and two U.S. Navy missile range instrumentation ships. The ships are operated worldwide to support the Navy’s surveillance towed array sensor system operations and the U.S. Air Force’s dual band radar monitoring operations. This contract includes two three-month option periods, which, if exercised, would bring the cumulative value of this contract to $32,808,007. Work will be performed at sea worldwide, and is expected to be completed by April 2014. Fiscal 2013 Working Capital Funds in the amount of $18,678,083 are being obligated at the time of award, and will not expire. This contract was not competitively procured in accordance with the statutory authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, which authorizes an exception to competition when only one responsible source and no other supplies or services will satisfy agency requirements. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-13-C-2505).

Wyle Laboratories, Inc., Huntsville, Ala., is being awarded a $17,808,792 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to procure Aircraft Electronic Attack and Electronic Support Systems modifications including; analysis, design, development, integration, and testing of tactical operational flight software for electronic warfare systems in EA-6B, EA-18G, E-2C, MH-60R, BAMS, P-8A, and other advanced electronic attack derivatives and initiatives. Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $377,484 will be obligated at time of award, all of which will expire at the end of the fiscal year. Work will be performed in Point Mugu, Calif. (95 percent); China Lake, Calif. (2 percent); Patuxent River, Md. (2 percent); and Whidbey Island, Wash. (1 percent) and is expected to be completed in September 2016. This contract was not competitively procured pursuant to FAR 6.302-1. This contract combines purchases for the U.S. Navy ($17,630,704; 99 percent) and the Government of Australia ($178,088; 1 percent) under the Foreign Military Sales Program. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-D-0035).

Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $17,481,180 modification to a previously awarded cost-plus-fixed-fee contract (N00019-12-C-0126) for engineering and software sustainment services, including Littoral Combat Ship suitability follow-on testing, in support of the Vertical Take-off and Landing Unmanned Aerial Vehicle Fire Scout MQ-8B. Work will be performed in San Diego, Calif., and is expected to be completed in June 2014. Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $17,481,180 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DRS Power & Control Technologies Inc., Parsippany, N.Y., is being awarded a $17,164,637 firm-fixed-price and time and materials contract for DDG 51 Class Energy Storage Module First Article Unit preliminary design and detailed design non-recurring engineering, engineering services, and associated support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $88,677,891. Work will be performed in Milwaukee, Wis., and is expected to be completed by September 2014. Fiscal 2013 Research, Development, Test & Evaluation incremental funding in the amount of $6,100,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured using full-and-open competitive procedures, with proposals solicited via the Navy Electronic Commerce Online and Federal Business Opportunities websites, and four offers were received in response to the solicitation. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-4229).

Anthony and Gordon Construction Co.*, Knoxville, Tenn., is being awarded a $15,340,000 firm-fixed-price contract for construction of the Aircraft Corrosion Control Facility at Naval Air Station Corpus Christi. Work will be performed in Corpus Christi, Texas, and is expected to be completed by February 2016. Fiscal 2013 military construction, Army contract funds in the amount of $15,340,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with ten proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-13-C-0756).

Ocean Ships, Inc., for Houston, Texas, is being awarded a $13,906,064 modification to a previously awarded contract (N00033-13-C-3333) to exercise the first of four 12-month option periods and a 93-day option period for the operation and maintenance of two mobile landing platform ships, USNS Montford Point (MLP 1) and USNS John Glenn (MLP 2) which support the Military Sealift Command prepositioning fleet by transferring rolling stock and other cargoes in-stream with other ships via ramp connections, as well as landing and deploying air-cushion non-displacement craft by means of inclined decks. Work will be performed as needed along the West Coast, and is expected to be completed by September 2014. Pacific Fleet reimbursable funds contract funds in the amount of $13,906,064 are subject to the availability of fiscal 2014 funds, and will expire at the end of that fiscal year. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-13-C-3333).

Colonna Shipyard Inc. doing business as Steel America*, Norfolk, Va., is being awarded a $13,789,200 firm-fixed-price contract for construction of a steel caisson for graving Drydock 1 at the Charlestown Naval Shipyard. The work to be performed provides for the design and construction of a steel caisson, including all mechanical and electrical fitting out and delivery. Work will be performed in Norfolk, Va., and is expected to be completed by January 2015. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $13,789,200 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 one proposal received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N40085-13-C-8028).

Honeywell Technology Solutions Inc., Jacksonville, Fla., is being awarded not-to-exceed $13,480,175 for cost-plus-fixed-fee task order 0082 under a previously awarded contract (M67004-09-D-0020) for operations supporting the Marine Expeditionary Unit Augmentation program. Work will be performed within Kuwait and is expected to be completed Sept. 30, 2014. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $12,448,855 modification to a previously awarded firm-fixed-price contract (N00024-13-C-5402) for depot level maintenance facility provision items ordered spares. Work will be performed in Tucson, Ariz. (32.4 percent); Joplin, Mo. (32.4 percent); Andover, Mass. (12.1 percent); Minneapolis, Minn. (10.2 percent); San Diego, Calif. (2.6 percent); San Jose, Calif. (2.2 percent); Gilbert, Ariz. (1.7 percent); Irvine, Calif. (1.6 percent); Verdi, Nev. (1.0 percent); Union Center, Texas (1.0 percent); Valencia, Calif. (0.8 percent); Clarkdale Ga. (0.7 percent); Phoenix, Ariz. (0.5 percent); St. Petersburg, Fla. (0.5 percent); Palestine, W. Va. (0.2 percent); Stafford Springs, Calif. (0.1 percent), and is expected to be completed by November 2015. Fiscal 2013 operations and maintenance, Navy funds in the amount of $12,448,855 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.

Oshkosh Corp., Oshkosh, Wis., is being awarded a $12,335,766 fixed-price contract for contractor logistics support (CLS) for the Medium Tactical Vehicle Replacement Vehicle (MTVR). CLS includes program, field service representatives, data (technical manuals and interactive electronic technical manual), and repair support for the MTVR. Work will be performed in locations of Operation Enduring Freedom (25 percent); Camp Pendleton, Calif. (20 percent); Camp LeJeune, N.C. (20 percent); various Navy SEABEE units (20 percent); Okinawa, Japan (4 percent), Hawaii (4 percent); Marine Corps Systems Command, Quantico, Va. (4 percent), and the Reserves (3 percent), and work is expected to be completed Sept. 30, 2014. No funds will be obligated at the time of award. Funds will be obligated on individual delivery orders as they are issued. No contract funds will expire at the end of the current fiscal year.
This contract was not competitively procured in accordance with FAR 6.302-1. The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-13-D-0001).

AOC Support Services LLC*, Chantilly, Va., is being awarded $11,351,737 for task order under a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-08-D-2307) to exercise option one, task order 0225 for Base Operating Support services at the Naval Air Facility El Centro. The total contract amount after exercise of this option will be $69,373,027. Work will be performed in El Centro, Calif., and work is expected to be completed September 2014. Pending availability of funds, fiscal 2014 operation and maintenance (O&M), Navy; fiscal 2014 Defense Health Program; fiscal 2014 Defense Commissary Agency Account; fiscal 2014 Family Housing, O&M; fiscal 2014 Navy Working Capital Fund; and fiscal 2014 Non-Appropriated funds in the amount of $9,411,853 are obligated 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.

Baldi Brothers, Inc., Beaumont, Calif., is being awarded $11,099,841 for firm-fixed-price task order 0013 under a previously awarded multiple award construction contract (N62473-09-D-1603) for design and construction of a combat aircraft loading apron for up to 30 rotary wing aircraft at Marine Corps Air Station Yuma. The apron will include aircraft tie downs, grounding grid with contact points, new concrete taxiway connection to a new helicopter pad and existing runway, perimeter taxiway lights, painted deck markings and aircraft and personnel signs. Paving and site improvements include grading, roadways, fencing, vehicle gate with slide card entry, signs, and storm water drainage. The task order also contains five unexercised options, which if exercised would increase the cumulative task order value to $12,052,640. Work will be performed in Yuma, Ariz., and is expected to be completed by September 2014. Fiscal 2013 military construction, Navy contract funds in the amount of $11,099,841 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

C.E.R., Inc.*, Baltimore, Md., is being awarded $9,899,000 for firm-fixed-price task order 0021 under a previously awarded multiple award construction contract (N40080-10-D-0302) for demolition of the current fitness center and construction of a new single-story physical fitness center, a surface parking lot, and demolition of Building 219 to support the military population at Naval Support Facility Dahlgren. The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $10,039,029. Work will be performed in Dahlgren, Va., and is expected to be completed by May 2015. Fiscal 2013 military construction, Navy contract funds in the amount of $9,899,000 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.

Mesa Energy Systems, Inc. doing business as EMCOR Services*, Irvine, Calif., is being awarded $9,593,970 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-11-D-0063) for boiler replacement at Marine Corps Air Station, Miramar. The work to be performed provides for the demolition and replacement of existing boilers at each facility for a new complete and useable system. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work. Work will be performed in San Diego, Calif., and is expected to be completed by October 2015. Fiscal 2013 operation and maintenance, Marine Corps contract funds in the amount of $9,593,970 are 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, Southwest, San Diego, Calif., is the contracting activity.

Shaw Environmental & Infrastructure, Inc., San Diego, Calif., is being awarded $9,308,492 for firm-fixed-price task order 0004 under a previously awarded multiple award environmental service contract (N62473-12-D-2005) for a non-time-critical removal action at former Naval Station Treasure Island. Work will be performed in San Francisco, Calif., and is expected to be completed by September 2015. Fiscal 2013 Base Realignment and Closure, Navy contract funds in the amount of $9,308,492 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

P & L General Contractors, Inc., Oak Harbor, Wash., is being awarded a $9,019,821 firm-fixed-price contract for modernization of industrial control systems at Naval Base Kitsap and Keyport Naval Underwater Warfare Center. Work will be performed in Bremerton, Bangor, and Keyport, Wash., and is expected to be completed by August 2015. Fiscal 2013 operation and maintenance, Navy and Navy Working Capital Funds in the amount of $6,349,649 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 four proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-13-C-4002).

Systems Planning and Analysis, Inc., Alexandria, Va., was awarded an $8,069,861 modification to previously awarded cost-plus-fixed-fee contract (N00030-13-C-0017) on Sept. 24, 2013 to exercise an option for systems engineering and analysis support, arms control support, research and development support, program planning, and propulsion support services contract. Work will be performed in Alexandria, Va., and work is expected to be completed Sept. 30, 2014. Fiscal 2014 operations and maintenance, Navy funding in the amount of $5,816,912 will be obligated at the time of award, and will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Maersk Line, Ltd., Norfolk, Va., is being awarded a $7,883,584 modification to a previously awarded contract (N00033-11-C-3115) to exercise the third 12-month option period for the operation and maintenance of USNS GYSGT Fred W. Stockham (T-AK 3017), a prepositioning vessel that supports the U.S. Marine Corps. This civilian-crewed ship is deployed at sea worldwide to strategically place equipment and supplies to ensure rapid availability to the U.S. Marine Corps during wartime, humanitarian operations or other contingencies. Work will be performed at sea worldwide, and is expected to be completed by September 2014. Working Capital Funds in the amount of $7,883,584 will be obligated for fiscal 2014, and will not expire at the end of that fiscal year. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-C-3115).

Oshkosh Defense, Oshkosh, Wis., is being awarded a $7,748,882 cost-plus-fixed-fee delivery order 0042 under a previously awarded indefinite-delivery/indefinite-quantity contract for the installation of Medium Tactical Vehicle Replacement (MTVR) Armor System upgrades on 430 MTVR’s in support of Marine Corps units located on Okinawa. Work will be performed in Okinawa, Japan (96 percent), and Oshkosh, Wis. (4 percent), and is expected to be completed by July 31, 2015. Fiscal 2012 Procurement Marine Corps Overseas Contingency Operations funds in the amount of $7,748,882 will be obligated at the time of award and will not expire by 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 System Command, Quantico, Va., is the contracting activity (M67854-12-D-0209).

Peckham Vocational Industries, Inc., Lansing, Mich., is being awarded a $7,653,881 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0098) for the procurement of 3,369 full-up aircrew endurance vests, associated technical data, and spare parts for the U.S. Navy. The aircrew endurance vests include the CMU-37 crew vest with HBU-27 (1,554) and the CMU-38/P pilot vest (1,815). Work will be performed in Lansing, Mich., (68 percent); Arden, N.C., (29 percent), and Hollywood, Fla., (3 percent), and is expected to be completed in July 2016. Fiscal 2011, 2012, and 2013 other procurement, Navy contract funds in the amount of $7,653,881 are being obligated on this award, $553,062 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Northrop Grumman Guidance and Electronics Co., Inc. Woodland Hills, Calif., is being awarded a $7,319,039 firm-fixed-price contract for sustainment support of the AN/TYQ-23(V)4 Tactical Air Operations Module, AN/TYQ-87(V)2 Sector Anti-Air Warfare Facility, Tactical Air Operations Module Interface Group, Multi-Radar Tracker, Multi-Channel Interface Unit, and critical components of the AN/TSQ-269 Mobile Tactical Air Operations Module; software sustainment, post production support (including training, logistics support, and engineering support), life cycle support, test laboratory sustainment, information assurance compliance, government property repair, and vendor level maintenance. Work will be performed in Woodland Hills, Calif. (96 percent) and Baltimore, Md. (4 percent) and is expected to be completed by Sept. 26, 2014. Fiscal 2013 operations and maintenance; Fiscal 2013 research, development, test and evaluation; Fiscal 2013 procurement Marine Corps; and Interdepartmental Purchase Request funds in the amount of $7,319,039 will be obligated at the time of award, and funds in the amount of $3,489,533 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-0201).

Mark Dunning Industries*, Dothan, Ala., is being awarded a $6,983,716 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-11-D-7577) to exercise option two for base operations support services at Naval Submarine Base Kings Bay. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform grounds maintenance and landscaping, integrated solid waste management, custodial and pest control services. The total contract amount after exercise of this option will be $20,328,874. Work will be performed in Kings Bay, Ga., and work is expected to be completed September 2014. Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $6,589,280 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.

Resolution Consultants, An AECOM-ENSAFE Joint Venture, Los Angeles, Calif., is being awarded a $6,926,817 cost reimbursement modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract task order for the Regional Groundwater Investigation at Naval Weapons Industrial Reserve Plant, Bethpage. Work will be performed in Bethpage, N.Y., and is expected to be completed by October 2016. Fiscal 2013 Environmental Restoration, Navy contract funds in the amount of $6,926,817 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N62470-11-D-8013).

TOTE Services, Inc., Moorestown, N.J., formerly known as Interocean American Shipping Corp., is being awarded a $6,811,097 modification under a previously awarded firm-fixed-price contract (N00033-12-C-2500) to exercise a one-year option for the operation and maintenance of the Sea-Based X-Band Radar Platform (SBX-1). The vessel is operated for the Missile Defense Agency to provide limited test support services and is a contingency component of the Ground Based Mid-Course Defense element of the Ballistic Missile Defense System for the U.S. Strategic Command. The vessel may also be used for other Government missions as directed or placed in a reduced operating status. Work will be performed in the Pacific Ocean operating area, and is expected to be completed by September 2014. Working Capital Funds in the amount of $6,811,097 will be obligated for fiscal 2014 and expire at the end of that fiscal year. The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-12-C-2500).

ARMY

GATR Technology Inc.*, Huntsville, Ala., was awarded a $440,045,436 non-multi-year, no-option, firm-fixed-price contract. Program Manager, War-fighter Information Network – Tactical (WIN-T) has a requirement to procure multiple size Inflatable Satellite Antennas, associated training, and logistics support through the Phase III Small Business Innovative Research program. Funding and performance locations will be determined with each order. One bid was solicited and one bid received. The U.S. Army Contracting Command – Picatinny Arsenal, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-D-0099). *Small business

Lockheed Martin Corp., Gaithersburg, Md., was awarded a $97,400,000 non-multi-year, firm-fixed price contract with options for a continuation of information management technology services supporting the U.S. Army Corps of Engineers to include headquarters, divisions, district centers, and field operating activities. Funding and performance locations will be determined with each order. The contract had one bid solicited and one bid received. The U.S. Army Corps of Engineers – Information Technology, Vicksburg, Miss., is the contracting activity (W91WMC-13-D-0001).

General Atomics Aeronautical Systems, Inc., Poway, Calif., was awarded an $86,556,544 non-multi-year, no option, cost-plus-fixed-fee modification (PZ0047) to contract (W58RGZ-12-C-0075) to definitize letter contract modification P00032 for the fiscal year 2013 Gray Eagle Performance-Based Logistics product support for Block 1 program of record and quick reaction capability. Funding is from fiscal year 2013 operations and maintenance Army appropriations. 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.

Sikorsky Aircraft Corp., Stratford, Conn., was awarded an $84,000,000 multi-year, no-option, cost-plus-fixed-fee, three-year, indefinite-delivery/indefinite-quantity contract for support services and incidental material for foreign military sales and other government agency customers for the H-60 Black Hawk helicopter. Funding and performance locations will be determined with each order. 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-13-D-0177).

The Boeing Company, Ridley Park, Pa., was awarded a $78,237,601 non-multi-year, no option, firm-fixed-price contract to definitize delivery order (0275503) of Basic Ordering Agreement (W58RGZ-04-G-0023) for the MH-47G New Build (7 Aircraft). Funding is from fiscal 2013 operation and maintenance Army and other appropriation. The performance location is Ridley Park, Pa. One bid was solicited and one bid received. The U.S. Army Contracting Command – Redstone Arsenal, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-G-0023).

BAE Systems Land & Armaments, Minneapolis, Minn., was awarded a $62,267,353 non-multi-year, no option, cost-plus-fixed-fee contract for the acquisition of trade studies, design, development and testing to achieve a demonstration level of competency of Counter Improvised Explosive Device multi-cycle vehicle mounted system technology in support of Joint Improvised Explosive Device Defeat Organization. Funding is from fiscal year 2012 other appropriation. The performance location is Minneapolis, Minn. One bid was solicited with one bid received. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-13-C-0018).

ESA South, Inc.*, Cantonment, Fla. (W91278-13-D-0047); Hamilton Pacific Chamberlain, LLC*, Waldorf, Md. (W91278-13-D-0048); K.O.O. Construction, Inc.*, West Sacramento, Calif. (W91278-13-D-0049); Leebcor Services, LLC*, Williamsburg, Va. (W91278-13-D-0050); Northview Enterprises, Inc.*, Louisville, Ky. (W91278-13-D-0051); Terra Construction Inc.*, Oklahoma City, Okla. (W91278-13-D-0052); Aieson Construction Company, LLC*, Topeka, Kan. (W91278-13-D-0053) were awarded a $49,000,000 multi-year, firm-fixed-price contract with no options. This contract is for a ‘design-build’ contract servicing Department of Defense Army medical facilities in the continental United States, west of the Mississippi River. Funding and performance locations will be determined with each order. The contract was solicited via the Web with 21 bids received. The U.S. Army Corps of Engineers – Mobile District, Mobile, Ala., is the contracting activity.

Contrack International, Inc., McLean, Va., was awarded a $49,412,740 non-multi-year, firm-fixed-fee, option contract for Army Prepositioned Stocks Facilities at Camp Arifjan, Kuwait. Performance location is Kuwait with funding from fiscal 2010 military construction funds. This was a competitive acquisition via the web with 15 bids received. The U.S. Army Corps of Engineers – Transatlantic Program Center, Winchester, Va., is the contracting activity (W912ER-13-C-0032).

Applied Resources Corp.*, Wharton, N.J., (W15QKN-13-D-0094); and Choctaw Manufacturing Defense Contractors*, Antlers, Okla., (W15QKN-13-D-0098) were awarded a $42,000,000 non-multi-year, no option, firm-fixed-price contract for Platform Integration Kits to be used to interface between the platform and the Common Remotely Operated Weapons Station components. Funding and performance location will be determined with each order. The contract was solicited via the Web with seven bids received. The U.S. Army Contracting Command – Picatinny Arsenal, Picatinny Arsenal, N.J., is the contracting activity.

Goodrich Pump & Engine Control Systems, Inc., West Hartford, Conn., was awarded a $38,459,400 firm-fixed-price, non-option-eligible, non-multi-year contract to order the Hydro mechanical assembly fuel controller for the main turbine engine used to support the T55-GA-714A engine program. Performance location and funding will be determined with each order. This contract is in support of foreign military sales to Australia, United Arab Emirates and Turkey. 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-D-0093).

Trainor Enterprises, LLC., doing business as, Western States Construction, Spokane, Wash., was awarded a $36,696,000 non-multi-year, firm-fixed-fee, no-option contract for construction of a standard design battalion sized Operational Readiness Training Complex, to include the following: one (1) 11,237 square foot Battalion Headquarters facility, one (1) 19,579 square foot Company Supply & Administration facility, one (1) 11,854 square foot vehicle maintenance facility, two (2) 45,817 square foot three floor barracks and site improvements, one (1) 22,579 square foot officers quarters, six (6) 800 square foot company sheds with paving, walks, landscaping and irrigation. Performance location is Boise, Idaho with funding from fiscal 2013 military construction funds. This was a competitive acquisition via the web with nine bids received. The National Guard Bureau – Boise, Idaho is the contracting activity (W912J7-13-C-0001).

Harry Pepper & Associates, Inc., Jacksonville, Fla., was awarded a $36,096,437 non-multi-year, no-option, firm-fixed-price contract for the Herbert Hoover Kike Rehabilitation – Structure Replacements. Funding is from fiscal year 2013 other authority appropriation. Performance locations are Canal Point and Okeechobee, Fla. The contract was solicited via the Web with four bids received. The U.S. Army Corps of Engineers – Jacksonville District, Jacksonville, Fla., is the contracting activity (W912EP-13-C-0030).

L-3 Fuzing & Ordnance System, Inc., Cincinnati, Ohio, was awarded a $31,391,055 non-multi-year, no-option, firm-fixed-price contract in which the requirement is for FUM-153 A/B Point Detonating/Delay fuses. Funding and performance location will be determined with each order. The contract was solicited via the Web with one bid received. The U.S. Army Contracting Command – Picatinny Arsenal, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-D-0089).

Technology and Supply Management,* Fairfax, Va., was awarded a $29,429,017 multi-year, no-option, firm-fixed-price contract for one story and two story energy efficient shelters to be delivered and assembled at Camp Buehring, Kuwait. Funding and performance location will be determined with each order. The contract was solicited via the Web with 12 bids received. The U.S. Army Contracting Command – Picatinny Arsenal, Picatinny, N.J. is the contracting activity (W15WKN-13-D-0113).

AMTEC Corporation,* Janesville, Wis., was awarded a $25,000,000 non-multi-year, no-option, firm-fixed-price contract for 40mm grenade ammunition integration, fabrication and testing support. Funding and performance location will be determined with each order. The contract was solicited via the Web with one bid received. The U.S. Army Contracting Command – Picatinny Arsenal, Picatinny, N.J. is the contracting activity (W15QKN-13-D-0096).

Sand Point Services,* LLC, Anchorage, Alaska, was awarded a $23,062,668 non-multi-year, no-option, firm-fixed-price contract for repairs and upgrade of taxiway “Golf” to modern standards at Joint Base McGuire/Dix/Lakehurst, N.J. Funding is from fiscal year 2013 military construction appropriation. The performance location is Lakehurst, N.J. The contract was solicited via the Web with five bids received. The U.S. Army Corps of Engineers – New York District, New York, N.Y., is the contracting activity (W912DS-13-C-0053).

Nova Group, Inc., Napa, Calif., was awarded a $19,512,600 non-multi-year, no-option, firm-fixed-price contract that requires the demolition of the majority of the Bulk Storage Farm currently located on Forbes Avenue. Funding is from fiscal year 2013 military construction appropriation. The performance location is Edwards, Calif. The contract was solicited via the Web with five bids received. The U.S. Army Corp of Engineers – Los Angeles District, Los Angeles, Calif., is the contracting activity (W912PL-13-C-0012).

Accenture Federal Services, LLC, Reston, Va., was awarded a $14,494,794 firm-fixed-price, option-eligible, non-multi-year contract for General Fund Enterprise Business System onsite support and change requests. Performance locations will be Kingstowne, Va., with funding from fiscal 2013 operations and maintenance Army funds. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity (N00104-04-A-ZF12).

VW International, Inc., Alexandria, Va., was awarded a $13,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-fee, option contract for Initial Outfitting and Transition (IO&T) commercial services in support of the IO&T program at the U.S. Army Corps of Engineers Huntsville Center. The services are for use and performance in the Republic of Korea in support of the Yongsan Relocation Program at U.S. Army Garrison Humphrey’s. Performance location and funding will be determined with each order. This was a competitive acquisition via the web with seven bids received. The U.S. Army Corps of Engineers – Engineer Support Center, Huntsville, Ala., is the contracting activity (W912DY-13-D-0117).

Wolverine Services, LLC, Anchorage, Alaska was awarded a $12,613,329 cost-plus-fixed-fee, option-eligible, non-multi-year contract for logistics support services at Fort Gordon, Ga., with funding from fiscal 2013 operations and maintenance Army funds. This contract was a competitive acquisition via the web with fifteen bids received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-12-G-0074).

CGI Federal, Inc., Fairfax, Va., was awarded a $12,401,434 firm-fixed-price, option-eligible, non-multi-year contract for Computer Network Defense and Information Assurance Enterprise (CND/IA) to monitor and handle network information systems operations for an estimated 800 cases per month in the National Capital Region and to support over 26,000 users. Information Technology Agency’s security services support consists of CND, IA, security architecture, and auditing support, all of which have several sub elements. Software licensing is being bought to continue computer network security. Performance locations will be Fort Belvoir, Va., 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 Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-13-C-3030).

Horizon Shipbuilding, Inc.,* Bayou La Batre, Ala., was awarded an $11,154,508 non- multi-year, firm-fixed-price contract with options for the Shorty Baird Replacement which is one inland river, all welded steel towboat for the U.S. Army Corps of Engineers, Little Rock District. Funding is from fiscal year 2013 other appropriation. The performance location is Bayou La Batre, Ala. The contract was solicited via the Web with three bids received. The U.S. Army Corps of Engineers – Philadelphia District, Philadelphia, Pa., is the contracting activity (W912BU-13-C-0062).

Phacil, Inc., Arlington, Va., was awarded a $10,947,689 non-multi-year, firm-fixed-fee, option contract to acquire computer facilities management services to support the Department of Defense, High Performance Computing Modernization Program Office (HPCMPO)-Integrated Support Services (HISS). Performance location is Arlington, Va., with funding from fiscal 2013 research, development, testing and evaluation funds. This was a competitive acquisition via the web with six bids received. The U.S. Army Corps of Engineers – Engineer Support Center, Huntsville, Ala., is the contracting activity (W912DY-13-F-0321).

NIITEK, Dulles, Va., was awarded a $10,639,710 non-multi-year, no-option, firm-fixed-price contract for procurement of six Husky Mounted Detection System ground penetrating radar test units and a test support package including spare parts, technical data, an interface control document, logistics data, and test support services. The Husky Mounted Detection System is a counter-Improvised Explosive Device (IED) system with the capabilities to detect IEDs and antitank landmines. Funding is from fiscal year 2012 research, development, test and evaluation appropriation. Performance location is Dulles, Va. For this contract one bid was solicited and one bid received. The U.S. Army Contracting Command – Washington Operations, Alexandria, Va., is the contracting activity (W909MY-13-C-0038).

URS Federal Services, Inc., Germantown, Md., was awarded a $10,628,212 non-multi-year, cost-plus-fixed-fee modification contract (P00023) with options. The modification is for the continuation of base year performance and the exercising of option period one for maintenance support of the Department of State and Office of Security Cooperation-Iraq “Green” equipment. Funding is from fiscal year 2013 operation and maintenance Army appropriation. Performance location is Iraq. For this contract there was one solicitation and one bid received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-12-C-0081).

Illinois Constructors Corporation,* Elburn, Ill., was awarded an $11,369,090 multi-year, firm-fixed-price contract with options. The contractor is required to perform work to protect the Chicago shoreline from erosion. This work involves storm damage protection. Funding is from fiscal year 2013 other appropriation. The performance location is Chicago, Ill. The contract was solicited via the Web with four bids received. The U.S. Army Corps of Engineers – Chicago District, Chicago, Ill., is the contracting activity (W912P6-13-C-0012).

Henderson Consulting, LLC, New Orleans, La., was awarded a $ 10,492,333 non-multi-year, firm-fixed-price, no-option contract for Mississippi River and tributaries, and Jefferson Heights levee enlargement. Funding is from fiscal year 2013 ‘Other’ appropriation. 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-0056).

Damosvision,* Newport, R.I., was awarded a $10,000,000 non-multi-year, no-option, firm-fixed-price contract for monitoring of the historic area remediation site and New York Bight. Funding and performance location are to be determined with each order. The contract was solicited via the Web with four bids received. The U.S. Army Corps of Engineers – New York District, New York, N.Y., is the contracting activity (W912DS-13-D-0007).

Maverick Constructors, LLC,* Lutz, Fla., was awarded a $ 9,995,726 non-multi-year, firm-fixed-fee, no-option contract for the Big Cypress Seminole Indian Reservation Western Water Conservation Restoration project. Funding and performance location will be determined with each order. Of 15 solicitations for the contract, three bids were received. The U.S. Army Corps of Engineers – Jacksonville District, Jacksonville, Fla., is the contracting activity (W912EP-13-C-0033).

Weeks Marine, Inc., Covington, La., was awarded a $9,646,550 non-multi-year, no-option, firm-fixed-price contract for maintenance dredging with shoreline placement for Jones Inlet New York Federal Navigation project. Funding is from fiscal year 2013 other authority appropriation. The performance location is Freeport, N.Y. The contract was solicited via the Web with two bids received. The U.S. Army Corps of Engineers – New York District, New York, N.Y., is the contracting activity (W912DS-13-C-0055).

CA, Inc., Herndon, Va., was awarded a $8,640,639 firm-fixed-price, option-eligible, non-multi-year contract for software maintenance on 764,710 licenses. Performance locations will be Fort Belvoir, Va., 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 (W91QUZ-040A-0002).

Bukkehave, Inc.*, Ft. Lauderdale, Fla., was awarded a firm-fixed-price, option-eligible, non-multi-year contract in the amount of $7,537,636 for ten Mercedes-Benz Atego trucks for the following U.S. Africa Command (AFRICOM) foreign military sales customers: Burkina Faso, Burundi, Uganda, Niger, Libya and Chad. The base requirement is for 10 trucks for Burkina Faso and the option requirement includes a total of 50 trucks for the other AFRICOM countries. All solicited options exercised at time of base award. Performance locations will be Germany and France with funding from fiscal 2013 other authority funds. This contract was a competitive acquisition via the web with two bids received. The U.S. Army Contracting Command – Tank and Automotive (Warren), Warren, Mich. is the contracting activity (W56HZV-13-C-0399).

Longbow, LLC, Orlando, Fla., was awarded a $7,457,989 multi-year, cost-plus-fixed-fee contract with options. The contract exercises options for engineering services in support of the Laser Hellfire Missile program. Funding is from fiscal year 2013 other and operation and maintenance Army appropriation. The performance location is Orlando, Fla. The contract was solicited via the Web with one bid received. The U.S. Army Contracting Command – Redstone Arsenal, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-C-0256).

John Keno and Company, Inc., Chicago, Ill., was awarded a $7,341,385 multi-year, firm-fixed-price contract with options for Rosewood Park construction. Funding is from fiscal year 2013 other appropriation. The performance location in Highland Park, Ill. The contract was solicited via the Web with four bids received. The U.S. Army Corps of Engineers – Chicago District, Chicago, Ill., is the contracting activity (W912P6-13-C-0014).

Kalino LLC,* Honolulu, Hawaii, was awarded a $7,085,485 non-multi-year, no-option, firm-fixed-fee contract. The requirement under this contract is for the performance-based acquisition of support outreach and training (non-personnel) services. Funding is from fiscal year 2013 operation and maintenance Army appropriation. The performance location is Honolulu, Hawaii. One bid was solicited and one bid received. The U.S. Army Contracting Command – Fort Knox, Fort Knox, Ky., is the contracting activity (W9124D-13-C-0023).

Abide International,* Sonoma, Calif., was awarded a $6,774,625 non-multi-year, firm-fixed-price contract with options to retrofit the New Hogan Tainter Gate at Valley Springs, Calif. Performance location and funding will be determined with each order. This was a competitive contract via the web with three bids received. The U.S. Army Corps of Engineers – Sacramento District, Sacramento, Calif., is the contracting activity (W91238-13-C-0013).

AIR FORCE

The MITRE Corp., Bedford, Mass., was awarded a $1,724,333,098 cost reimbursable contract for systems engineering and integration support for Air Force Ceiling Programs and Air Force Non-Ceiling Programs. This contract will assist in shaping and executing the Air Force core functions of DoD enterprise system engineering, architecture development, technical strategy, program strategy and program execution by providing systems engineering and deep technical expertise in acquisitions and systems analysis, electronic systems and technologies, information technologies, computing technologies and information security. Work will be performed at Bedford, Mass., with an expected completion date of Sept. 30, 2014. This contract involves foreign military sales to Saudi Arabia, France, Korea, Pakistan, Jordan, Taiwan, Columbia, Turkey, Australia, Kyrgz Republic, Sweden, Poland, Germany, Hungary, Greece, Singapore, United Arab Emirates, Morocco, Finland, United Kingdom and Japan. This contract was a sole source acquisition. Fiscal year 2014 foreign military sales funds in the amount of $741,988.00 are being obligated at time of award. MITRE is a Federally Funding Research and Development Center (FFRDC). The Air Force Life Cycle Management Center at Hanscom Air Force Base is the contracting activity. (FA8702-14-C-0001)

Northrop Grumman Technical Services Inc., Herndon Va., has been awarded a $795,915,000 contract modification (P00033) to previously awarded contract (FA8106-10-D-0001) for contractor logistics support services in support of Air Mobility Command aircraft. Work will be performed at McGuire Air Force Base, N.J., Travis AFB, Calif., Lake Charles Maintenance Center, Lake Charles, La., and Greensboro, N.C. with an expected completion date of Sept. 30, 2015. This contract involved foreign military sales. No funds are being obligated at time of award. The Air Force Life Cycle Management Center at Tinker Air Force Base, Okla. is the contracting activity.

Honeywell International Inc., Aerospace-Clearwater Defense, Clearwater, Fla., has been awarded a $485,458,000 indefinite-delivery/indefinite-quantity contract to perform acquisition and sustainment for the Embedded Global Positioning System Inertial Navigation System (EGI). The acquisition and sustainment will consist of platform integration, modernization, diminishing manufacturing sources, flight test support, technical support following integration efforts, training, engineering support/studies, contractor depot repair, spares, and data for the standard EGI. Work will be performed at Clearwater, Fla., and is expected to be complete by Sept. 26, 2018. This award is the result of a sole source acquisition. Fiscal 2013 operations and maintenance funds in the amount of $17,940,509 are being obligated at time of award. Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Ga., is the contracting activity (FA8540-13-D-0002).

Northrop Grumman Aerospace Systems of Northrop Grumman Systems Corp., San Diego, Calif., been awarded an $114,217,221 firm-fixed-price contract for Global Hawk Low Rate Initial Production Lot 11 advance procurement. This contract provides for advance procurement of long lead items associated with three Block 30 Global Hawk Air Vehicles, three in-line Airborne Signals Intelligence Payloads (ASIP), three in-line Enhanced Integrated Sensor Suite (EISS) Sensors, two ASIP retrofit kits, and other items and activities required to protect the production schedule for Lot 11. Work will be performed at San Diego, Calif., and is expected to be completed by Feb. 28, 2015. This award is the result of a sole source acquisition. Fiscal 2011 advanced procurement funds in the amount of $114,217,221 are being obligated at time of award. Air Force Life Cycle Management Center/WIGK, Wright-Patterson AFB, Ohio, is the contracting activity (FA8620-13-C-3018).

Lockheed Martin Space Systems Co., Sunnyvale, Calif., was awarded a $96,287,882 modification (P00011) on a previously existing contract (FA8810-13-C-0002) for Space Based Infrared Systems contractor logistics support. The contract provides for operations crew support and organizational and depot maintenance. Work will be performed at Boulder, Colo. and Buckley Air Force Base Colo., and is expected to be completed on Sept. 30, 2014. No funds are being obligated at time of award. Infrared Space Systems Contracts Division, Space and Missile Systems Center, Los Angeles AFB, Calif., is the contracting activity.

AOC Environmental, Inc., Wichita Falls, Texas (FA3020-13-D-0009); C-3, LLC, Broken Arrow, Okla. (FA3020-13-D-0010); Gideon Contracting, LLC, San Antonio, Texas (FA3020-13-D-0011); HCR Construction, LLC, San Antonio, Texas (FA3020-13-D-0012); NAE/Imperial Joint Venture 2, Weatherford, Texas (FA3020-13-D-0013); Unified Services of Texas, Inc., Southlake, Texas (FA3020-13-D-0014) have each been awarded a $90 million multiple award construction contract (MACC). The MACC will increase the level of design flexibility, reduce time to award construction contracts, ensure fair pricing based on competition, and aid in meeting the squadron’s small business goals. Work will be performed at Sheppard Air Force Base (AFB), Altus AFB, Frederick Airfield, and the Sheppard AFB Texoma Annex, Texas, and is expected to be completed September 2018. Fiscal 2013 operations and maintenance funds in the amount of $1,500 are being obligated on each contract at time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

L-3 Communications Systems, East Camden, N.J., has been awarded a maximum $63,404,093 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Advanced Extremely High Frequency COMSEC TRANSEC SYSTEM hardware production. Work will be performed at Camden, N.J., and is expected to be complete by Dec. 31, 2018. This award is a result of a sole-source acquisition. Fiscal 2012 other procurement and Fiscal 2013 other procurement funds in the amount of $10,972,872 are being obligated at time of award. Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Contracting Division/HNCK, San Antonio Texas, is the contracting activity. (FA8307-13-D-0010)

Lockheed Martin Mission Systems and Training (formerly Global Training and Logistics), Orlando, Fla., has been awarded a $29,361,640 modification (P00101) under an existing contract (FA8621-06-C-6300) for the fiscal 2014 C-130J aircrew instruction and contractor logistic support for the C-130J Maintenance and Aircrew Training System devices. Work will be performed at Little Rock Air Force Base (AFB), Ark., Keesler AFB, Miss., Dyess AFB, Texas, and Ramstein Air Base, Germany, and will be completed on Sept. 30, 2014. No funds are being obligated at time of award. Air Force Life Cycle Management Center/WNS, Wright-Patterson AFB, Ohio, is the contracting activity.

Northrop Grumman Systems Corp., Warner Robins, Ga., was awarded an estimated $26,381,175.00 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for support of the C-130 Direct Sales Public Private Partnership for repair of 28 national stock numbers. Work will be performed at Warner Robins Ga., with an expected completion date of Sept. 26, 2014. Fiscal 2013 Air Force working capital funds in the amount of $11,184,661 are being obligated at time of award. This award is the result of a sole-source acquisition. Air Force Space Command, Robins Air Force Base, Ga., is the contracting activity (FA8538-13-D-0015).

Lockheed Martin Mission Systems and Training (formerly Global Training and Logistics), Orlando, Fla., has been awarded a $21,530,000 modification (P00044) under an existing contract (FA8223-11-C-0001) for the conversion of the C-130 ATS II weapon system trainers from the H1 configuration to the H2 Configuration. Work will be performed at Little Rock Air Force Base, Ark., and Dobbins Air Reserve Base, Ga., and is expected to be completed by July 31, 2017. Fiscal 2011 procurement funds in the amount of $21,530,000 are being obligated at time of award. Air Force Life Cycle Management Center/WNS, Wright-Patterson AFB, Ohio, is the contracting activity.

Northrop Grumman Aerospace Systems, Redondo Beach, Calif., has been awarded a $19,300,000 modification (P00080) for a previously existing cost-plus-award-fee contract (FA8810-09-C-0001) for the fiscal 2014 on-orbit support and sustainment of the Defense Support Program (DSP). The contract modification is for factory level operations and management support for the DSP spacecraft and sensor, as well as on-site support and in depth missile threat analysis to the 2nd Space Warning Squadron. Work will be performed at Redondo Beach, Calif., and work is expected to be completed by Sept. 30, 2014. This modification provides for the purchase of an additional quantity of 110,392 labor hours being procured under the basic contract. Space and missile Systems Center, Infrared Space Systems Contracts Division, Space and Missile Center, Los Angeles Air Force Base, Calif., is the contracting activity.

Parker Hannifin Corp., Irvine, Calif., has been awarded a $14,369,245 firm-fixed-price contract (FA8251-13-D-0012) on the F-16 Electrohydraulic Servo Valve Contract. Work will be performed at Irvine, Calif., and is expected to be completed by September 4, 2019. This award is the result of a sole-source acquisition. Working Capital funds in the amount of $1,586,000 will obligated at time of award. Air Force Sustainment Center/OL H/PZABB, Hill Air Force Base, Utah, is the contracting activity.

L-3 Communications Corp., Communications Systems West, Salt Lake City, Utah, has been awarded a $12,300,000 indefinite-delivery/indefinite quantity contract for Video Data Link (VDL) systems, common data link waveform documentation, waveform testing equipment and associated training. This procurement will supply specialized VDL systems, waveform documentation, specialized testing equipment and training as well as interim contractor support if required. Work will be performed at Salt Lake City, Utah, and is expected to be completed by Sept. 30, 2015. This award is the result of a sole-source acquisition. Fiscal 2012 and 2013 procurement funds in the amount of $6,576,996 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-2471).

Material and Technical Support Service Corp., Westerville, Ohio, has been awarded a $9,500,000 indefinite-delivery/indefinite-quantity (IDIQ) contract for research, development, testing, analysis, and assessment support of U.S. Air Force counter-proliferation efforts. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by March 31, 2018. Fiscal 2013 research and development funds will be obligated for a total amount of $172,900 that are being used to incrementally fund the initial task order 0001 for a total cost-plus-fixed-fee price of $525,839 under the basic contract; no expiring funds are being used. Air Force Research Laboratory/RQKHB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-13-D-6405).

ViaSat, Inc., Carlsbad Calif., was awarded a $9,625,096 firm-fixed-price contract for KS-252 follow-on production and sustainment. This contract provides for production, software/firmware/hardware modification, repair, and technical support. Work will be performed at Carlsbad, Calif., with an expected completion date of Jan. 31, 2015. No funds were obligated at time of award. This was a sole-source acquisition. The Air Force Life Cycle Management Center at San Antonio, Texas is the contracting activity (FA8307-13-D-0004).

Maintenance Engineers, Inc., Scottsdale, Ariz., has been awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for grounds maintenance, providing all personnel, equipment, tools, supervision, and other items and services necessary to ensure that grounds maintenance is performed in a manner that will maintain healthy grass, trees, shrubs, and plants and present a clean, neat, and professional appearance. Work will be performed at Hill Air Force Base, Utah, and Little Mountain, Utah, and is expected to be completed by Sept. 29, 2018. This award is the result of a competitive acquisition, and three offers were received. Fiscal 2013 operations and maintenance funds in the amount of $1,006,333 are being obligated at time of award. Air Force Sustainment Center OLH/PZIEB, Hill AFB, Utah, is the contracting activity (FA8201-13-D-0006).

Lockheed Martin Corp., Marietta, Ga., has been awarded an $8,757,527 modification (P00220) to previously awarded contract (FA8625-11-C-6597) to incorporate the Option X software upgrades onto Increment 2 HC/MC-130J aircraft. This contract modification will fix eight identified and approved deficiencies on the HC/MC-130J aircraft. Work will be performed at Marietta, Ga., and is estimated to be completed by Dec. 23, 2015. Fiscal 2012 research, development, test and evaluation funds in the amount of $8,757,527 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity.

Lockheed Martin Mission Systems and Training (formerly Global Training and Logistics), Orlando, Fla., has been awarded an $8,580,084.00 modification (P00026) on a previously awarded contract (FA8621-11-C-6288) for the fiscal 2014 C-130J Training System Support Center. Work will be performed at Little Rock Air force Base, Ark., and is expected to be completed by Sept. 30, 2014. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Cessna Aircraft Co., Wichita, Kan., has been awarded an $8,400,000 modification (P00042) to a previously existing contract (FA8617-11-C-6209) for Over & Above repair efforts. The contract modification provides for the re-winging, repair, and re-certification of five hail damaged C-208B aircraft. This is 100 percent foreign military sales requirement for Afghanistan. Work will be performed at Kandahar Air Base, Afghanistan, and is expected to be completed by Sept. 30, 2014. Air Force Life Cycle Management Center/WLZI, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Northrop Grumman Corp., Linthicum Heights, Md., has been awarded a $6,998,906 cost-plus-fixed-fee modification to a delivery order (0190-02) on a previously awarded contract (F42620-01-D-0076) on the F-16 Radar Falcon 2020 contract. The acquisition provides maintainability and performance improvements or upgrades to the current F-16 Block 30 AN/APG-68 radar system. Work will be performed at Linthicum Heights, Md., and is expected to be completed by Sept. 27, 2014. Fiscal 2013 operations and maintenance and fiscal 2013 Air National Guard funds in the amount of will be obligated at time of award. Air Force Sustainment Center/OLH/PZABB, Hill Air Force Base, Utah, is the contracting activity.

Harris Corp., Government Communication Systems, Palm Bay, Fla., has been awarded a $6,735,165 modification (P00152) under a previously awarded contract (FA8819-08-C-0001) for additional sustainment of the Space Control Depot to provide uninterrupted support to Space and Missile Systems Center Space Superiority operational Offensive Counterspace and Defensive Counterspace ground based systems and the Space Test and Training Range. Work will be performed at Palm Bay, Fla., and is expected to be completed by Sept. 26, 2014. Fiscal 2013 operations and maintenance funds in the amount of $6,735,165 are being obligated at time of award. Space and Missile Systems Center/ Space Superiority Systems Directorate, El Segundo, Calif., is the contracting activity.

Spectro, Inc., Chelmsford, Mass., has been awarded an estimated $6,845,333 firm-fixed-price, commercial, indefinite-delivery requirements type contract for replenishment spares of spectrometers in support of U.S. Air Force, Department of Defense, and foreign military sales requirements. The award is a five year ordering type contract with no options. Work will be performed at Chelmsford, Mass., and is expected to be completed by Sept. 26, 2018. This award is the result of a sole-source acquisition. Fiscal 2013 operations and maintenance and Air National Guard funds in the amount of $645,778 are being obligated at time of award. Support Equipment/Automatic Test Contracting Section, AFSC-R/PZAAC, Robins AFB Ga., is the contracting activity. (FA8517-13-D-0005)

DEFENSE LOGISTICS AGENCY

North Coast Outfitters Ltd.,* Riverhead, N.Y., has been awarded a maximum $148,566,000 modification (P00005) exercising the first option year period on a five-year base contract (SPM2D1-08-D-8202) with five one-year option periods for entire line of transfer and deployment, canisters, carts, litter platforms and adaptable accessories. This is a fixed-price with economic-price-adjustment contract. Location of performance is New York with an Oct. 2, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, Department of Veterans Administration, and federal civilian agencies. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

EXP Pharmaceutical Services Corp., Fremont, Calif., (SPM2DX-13-D-5201); Guaranteed Returns, Holbrook, N.Y., (SPM2DX-13-D-5202); and Pharma Logistics, Mundelein, Ill., (SPM2DX-13-D-5203) have been awarded a maximum $46,159,211 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for pharmaceutical reverse distribution programs used to process returns and disposals of expired and unneeded pharmaceuticals. This contract is a competitive acquisition and six offers were received. Locations of performance are California, New York and Illinois with a Dec. 31, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2014 funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Northrop Grumman Systems Corp., Northrop Grumman Aerospace Systems, Palmdale, Calif., has been awarded a maximum $28,085,500 firm-fixed-price contract for aircraft aft deck structural supports. This contract is a sole-source acquisition. Locations of performance are California, Florida, and Missouri with a Nov. 30, 2017 performance completion date. Using military service is Air Force. Type of appropriation is fiscal year 2013 Air Force funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., (SPRTA1-13-C-0151).

Global Management Services, LLC,** Anchorage, Alaska, has been awarded a $10,782,901 firm-fixed-price contract for technical, administrative, and support services to reduce the quantity of aviation supply back-order requisitions from the military services. This contract is a competitive acquisition and four offers were received. Locations of performance are Alaska and Virginia with an Oct. 8, 2014 performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal year 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SP4703-13-C-5022).

MISSILE DEFENSE AGENCY

Northrop Grumman Aerospace Systems, Redondo Beach, Calif., is being awarded a $36,771,485 sole-source, cost-plus award fee modification (P00284) to contract F04701-02-C-0009. Under this contract modification, the contractor will continue to provide on-orbit operations and sustainment for the Space Tracking and Surveillance Systems – Demonstrator satellites. The work will be performed in Redondo Beach, Calif. and Schriever Air Force Base (AFB), Colo. The performance period is from October 2013 through March 2015. Award of this modification is in accordance with justification and approval 13-0009 for other than full and open competition. Fiscal 2013 research, development, test and evaluation funds in the amount of $3,000,000 are being obligated on this award. The Missile Defense Agency, Schriever AFB, Colo., is the contracting activity.

TRICARE MANAGEMENT ACTIVITY

Systems Made Simple, Inc., Syracuse, N.Y, is being awarded a $6,750,339 cost-plus-fixed-price contract to provide systems integration and engineering support services to deliver full range technical expertise, functional knowledge management, hardware/software integration, deployment and maintenance of the capabilities, and provide documentation required to execute integrated Electronic Health Records. This contract was competitively procured by utilization of the National Institutes of Health Information Technology Acquisition and Assessment Center and Solutions and Partners 3-Small Business government-wide acquisition contracts. The period of performance runs from Sept. 27, 2013 through Sept. 26, 2014. Fiscal 2012 research, development, test and evaluation funding in the amount of $6,750,339 is being obligated at time of award. The TRICARE Management Activity, Contract Operating Division, Interagency Program Office, Arlington, Va., is the contracting activity (HT0012-13-F-0006).

DEFENSE INFORMATION SYSTEMS AGENCY

Seneca Telecommunications, LLC, Salamanca, N.Y., was awarded a $7,696,215 firm-fixed-price contract for Security Cooperation Enterprise Solution (SCES) Program Management & Advisory Services. The period of performance is Sept. 28, 2013 through Sept. 27, 2014. Performance locations are Arlington, Va., and Salamanca, N.Y. Type of appropriation is fiscal 2013 foreign military sales funds. The original solicitation was issued as an other than full and open competitive action pursuant to 10 U.S.C. 2304(c)(5) and one proposal was received. DITCO, Scott AFB, Illinois is the contracting activity (HC1028-13-C-0039).

SPECIAL OPERATIONS COMMAND

Rockwell Collins, Cedar Rapids, Iowa, is being awarded a maximum $22,426,306 indefinite-delivery/indefinite-quantity, cost reimbursement contract for the degraded visual environments (DVE) system. The DVE systems integrate information from aircraft sensors to increase situational awareness for MH-47 and MH-60 aircrews. The work will be performed in Iowa. The term of the contract is not to exceed 60 months with an expected completion date of Aug. 31, 2017. Fiscal 2013 research, development, test and evaluation funds in the amount of $1,283,320 are being obligated for task order 0001. Contract funds will not expire at the end of the current fiscal year. This contract was a competitive acquisition on Federal Business Opportunities website, and five offers were received. The Technical Applications Contracting Office, Fort Eustis, Va., is the contracting activity (H92241-13-D-0008).

The Boeing Company, Philadelphia, Pa., is being awarded a maximum $22,952,831 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the degraded visual environments (DVE) system. The DVE systems integrate information from aircraft sensors to increase situational awareness for MH-47 and MH-60 aircrews. The work will be performed in Pennsylvania. The term of the contract is not to exceed 60 months with an expected completion date of Aug. 31, 2017. Fiscal 2013 research, development, test and evaluation funds in the amount of $2,103,710 are being obligated at time of award for task order 001. Contract funds will not expire at the end of the current fiscal year. This contract was a competitive acquisition on Federal Business Opportunities website, and five offers were received. The Technical Applications Contracting Office, Fort Eustis, Va., is the contracting activity (H92241-13-D-0011).

Sierra Nevada Corp., Sparks, Nev., is being awarded a maximum $22,585,880 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the degraded visual environments (DVE) system. The DVE systems integrate information from aircraft sensors to increase situational awareness for MH-47 and MH-60 aircrews. The work will be performed in Nevada. The term of the contract is not to exceed 60 months with an expected completion date of Aug. 31, 2017. Fiscal13 research, development, test and evaluation funds in the amount of $624,013 are being obligated at time of award. This contract was a competitive acquisition on Federal Business Opportunities website, and five offers were received. The Technical Applications Contracting Office, Fort Eustis, Va., is the contracting activity (H92241-13-D-0010).

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.