Criminal Government and Its Secret Actions


Image

Government Officials still have no comment!, in regards to the strange incident that took place in the little town of Kouverup, which lies right in the middle of Apockalips County, just South of Conspearisiville.

This story may have never come up, if it hadn’t been for James Littlefellow, a 11th grade high school science student at Kouverup High.  James had talked his Uncle Freitas, who is a professor at a neighboring University into allowing his school to borrow one of their STM’s, Scanning Tunneling Microscope’s, to use for their classes final summer project.

James couldn’t believe his eyes,”I thought I was in a Transformers movie!, he told his Uncle.” Realizing these things must have been in the tap water from the chemistry class faucet that I had used for my project, “they were actually moving and responding to pressure!, and so I couldn’t wait to show them to my Uncle!”

Upon taking his project and a large sample of additional school tap water to his Uncle who is a tenured professor at the Feynman University’s Science Department,  they were all in total disbelief, discovering thousands of these nanobots in the sample that Jame’s had brought them. Each were tagged with the same identification, which Jame’s Uncle later learned belonged to a company that contracted with the government for military purposes only.

“Yeah, when we let the guys over at the IT Dept. dismantle one of these things, we found these little nanoids were armed to the teeth, with onboard nano-chips, GPS tracking, chemical deployment capabilities, and also when external temperatures reached above 96 degrees they would auto extend their grappling arms, latching onto whatever they came into contact with.”

Of course the real question in this tiny intrigueing story is, what were all these military grade nanobots doing in the town’s water supply in the first place?

Department of Defense Contracts Awarded


FOR RELEASE AT
5 p.m. ET
No. CR-016-13
November 27, 2013

CONTRACTS

NAVY

Toyon Research Corp.**, Goleta, Calif. (N68936-14-D-0001), and Integrity Applications Inc.**, Chantilly, Va. (N68936-14-D-0002), are each being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the development and fielding of intelligence, surveillance, reconnaissance, and targeting systems to improve warfighter situational awareness and weapon delivery capabilities.  The estimated aggregate ceiling for both contracts is $42,282,088, with the companies having an opportunity to compete for individual delivery orders.  Work will be performed in Goleta, Calif., and Chantilly, Va. and work is expected to be completed in November 2018.  Funds are not being obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; seven offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $32,388,530 modification to previously awarded contract (N00024-10-C-2205) for lifecycle engineering and support services for LPD 17 class integrated shipboard electronic systems.  The following services will be provided:  lifecycle engineering and support services, including post-delivery planning, logistics and engineering, homeport technical support, integrated product data environment, data maintenance, equipment management, systems integration and design engineering, software support, research engineering, obsolescence management (both technical and logistics), material readiness support, emergent repair planning, training and logistics support; Planning Yard support of integrated electronic systems, including fleet modernization planning, ship alteration development and installation, material management, configuration data management, research engineering, logistics documentation, and other logistics and executing activity coordination, and management; performance-based logistics support, including providing sustaining engineering and obsolescence management support for unique LPD 17 class integrated shipboard electronic systems.  Work will be performed in San Diego, Calif. (98 percent), and Norfolk, Va. (2 percent), and is expected to be completed by December 2014.  Fiscal 2005 and 2012 shipbuilding and conversion, Navy; fiscal 2014 shipbuilding and conversion, Navy and fiscal 2014 operations and maintenance, Navy funds in the amount of $6,229,134 will be obligated at time of award.  Contract funds in the amount of $1,814,508 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Helix Electric Inc., San Diego, Calif., is being awarded a $24,788,000 firm-fixed-price contract for Dry Dock 8 electrical distribution upgrade at Norfolk Naval Shipyard.  The work to be performed provides for the upgrade of existing shore power to support the new class of aircraft carriers.  Specifically, this project involves installation of an electrical distribution system, a system capable of providing shore power and industrial power at the dry dock.  The contractor will also be responsible for removal and disposal of the existing power system.  The project includes provisions to support the shore power requirements of the adjacent future pier replacement and provides for all electrical, civil, structural and mechanical work associated with the electrical upgrades.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $24,973,000.  Work will be performed in Portsmouth, Va., and is expected to be completed by December 2015.  Fiscal 2013 military construction, Navy contract funds in the amount of $24,788,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-14-C-8106).

Northrop Grumman Systems Corp., Aerospace Systems, San Diego, Calif., is being awarded a $13,857,607 cost-plus-fixed-fee contract for logistics services in support of the MQ-8B/C Fire Scout unmanned air vehicle.  This work will be performed in Patuxent River, Md. (70 percent), and Pt. Mugu, Calif. (30 percent), and is expected to be completed in November 2014.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $13,857,607 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10U.S.C. 2304 (c) (1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0012).

Rockwell Collins Inc., Richardson, Texas, is being awarded a $10,834,820 fixed-firm-price contract for sustaining engineering services in support of the E-6B Mercury aircraft.  This contract includes sustaining engineering services for the Mission Avionics System, the Long Trailing Wire Assembly, the Short Trailing Wire Assembly, the High Power Transmit Set and the Internet Protocol Bandwidth Expansion Phase 4 system.  Work will be performed in Richardson, Texas (60 percent) and Tinker Air Force Base, Oklahoma City, Okla. (40 percent) and is expected to be completed in November 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $2,033,000 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0027).

Raytheon Co., Tucson, Ariz., is being awarded a $9,720,715 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-09-D-0005) to exercise an option for the procurement of 210 HARM AGM-88B/C Guidance Sections for the U.S. Air Force (190) and the Government of Germany (20); 25 HARM AGM-88BC Control Sections for the U.S. Air Force (20) and the Government of Germany (5), including associated technical data.  Work will be performed in Tucson, Ariz., and is expected to be completed in August 2015.  Fiscal 2014 operations and maintenance, Air Force and foreign military sales funds in the amount of $8,280,290 will be obligated at time of award, $7,222,105 of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Air Force ($8,662,530; 89 percent) and the Government of Germany ($1,058,185; 11 percent) under the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Drew Marine USA, Inc., Whippany, N.J., is being awarded a $9,202,490 modification under a previously awarded indefinite-delivery/indefinite-quantity contract with firm-fixed-price delivery orders (N00033-12-D-8000) to exercise a one-year option for the worldwide supply, delivery and services for shipboard chemical treatment; foam testing, supply and disposal; industrial gases; and refrigerants for all U.S. naval ships of Military Sealift Command (MSC) and any other vessel specifically identified by MSC.  Work will be performed worldwide and is expected to be completed November 2014.  If all options are exercised this effort will continue through November 2016.  Fiscal 2014 working capital contract funds in the amount of $9,202,490 are being obligated, and funds will 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-D-8000).

The Hana Group Inc., Honolulu, Hawaii, is being awarded a $6,803,449 modification to previously awarded cost-plus-fixed-fee contract (N00178-07-D-5082) to exercise option three for range and business/financial support services.  Work will be performed at Kauai, Hawaii, and work is expected to be completed Dec. 1. 2014.  If all options are exercised, work will be completed by Dec. 1, 2015.  This modification increases the value of the basic task order to a new total value of $27,096,766.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $633,150 will be obligated at the time of award, and funds will expire at the end of the current fiscal year.  This contract was competitively procured using the Navy Sea Port e-procurement portal, with four offers received in response to this solicitation.  The NAVSUP Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense Contract Services Inc.*, Leander, Texas, has been awarded a maximum $20,790,000 firm-fixed-price contract for non-personal services to perform the operation and maintenance for fuels service center and manage all programs and actions required to support the fuels management flight located on Edwards Air Force Base, Calif.  This contract is a competitive acquisition, and 14 offers were received.  Locations of performance are Texas and California with a Dec. 31, 2025 performance completion date.  This is a 12-year base contract with one four-year option period.  Using military service is Air Force.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-C-5402).

Dixie Chemical Company Inc.**, Houston, Texas, has been awarded a maximum $15,179,076 firm-fixed-price contract for production, storage, and distribution of various types of high density, synthetic hydrocarbon type propellants.  This contract is a competitive acquisition, and three offers were received.  Location of performance is Texas with a Nov. 30, 2018 performance completion date.  This is a five-year base contract with no option year periods.  Using military services are Navy, Air Force, federal civilian agencies and defense contractors.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, San Antonio, Texas, (SPE601-14-D-1502).

Bethel Industries, Inc.**, Jersey City, N.J., has been awarded a maximum $13,967,796 modification (P00014) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1015) with four one-year option periods for combat utility uniform trousers.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are New Jersey and Mississippi with a Dec. 4, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Short Bark Industries Inc.***, Vonore, Tenn., has been awarded a maximum $10,835,538 modification (P00009) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1005) with four one-year option periods for combat utility uniform blouses.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are Tennessee, Puerto Rico, and Mississippi with a Dec. 4, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Refinery Associates of Texas Inc.**, New Braunfels, Texas, has been awarded a maximum $8,435,714 fixed-price with economic-price-adjustment contract for fuel.  This contract is a competitive acquisition, and seventeen offers were received.  Locations of performance are Texas and United Arab Emirates with a Jan. 30, 2015 performance completion date.  This is a two-year base contract with no option year periods.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0453).

Kandor Manufacturing Inc.****, Arecibo, Puerto Rico, has been awarded a maximum $6,690,641 modification (P00009) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1014) with four one-year option periods for combat utility uniform blouses.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are Puerto Rico and Mississippi with a Dec. 4, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

The Boeing Co., St. Louis, Mo., has been awarded a $15,500,000 firm-fixed-price modification (P00021) to firm-fixed-price contract (FA8634-12-C-2651) for the procurement of disorientation recovery function capability on the F-15SA aircraft for the Royal Saudi Air Force.  Work will be performed in St. Louis, Mo., and will be completed by Feb. 2, 2015.  Foreign military sales funds for Saudi Arabia in the amount of $2,365,121 are being obligated at time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Honeywell International Inc., Clearwater, Fla., has been awarded a $9,997,263 cost-plus-fixed-fee contract for the Pendulous Integrating Gyroscopic Accelerometer (PIGA, a component on the Intercontinental Ballistic Missile).  Honeywell will repair PIGA float assemblies which is an ongoing repair effort.  This effort will produce 96 PIGA floats that will be reinserted within the PIGA float assembly repair line.  The PIGA float is an extremely complex, critical precision sub-assembly that is the heart of the PIGA instrument.  Work will be performed in Clearwater, Fla., and is expected to be completed by Nov. 30, 2015.  This award is the result of a sole-source acquisition.  Fiscal 2014 operations and maintenance funds in the amount of $8,234,569 are being obligated at time of award.  Air Force Nuclear Weapons Center/PZBF, Hill Air Force Base, Utah, is the contracting activity (FA8204-14-C-0002).

ARMY

General Dynamics Land Systems Inc., Sterling Heights, Mich., was awarded a $6,950,520 contract modification (P00025) for contract W56HZV-11-C-C002.  Modification is for an equitable adjustment resulting from the impact of a government stop-work order under the Ground Combat Vehicle Technology Development Phase contract.  Fiscal 2014 research, development, test and evaluation funds were obligated at the time of the award.  Estimated completion date is June 4, 2014.  Bids were solicited via the Internet with three received.  Work location is Sterling Heights, Mich.  Army Contracting Command (Tank and Automotive), Warren, Mich., is the contracting agency.

City of Monterey, Monterey, Calif., was awarded a $7,024,196 cost contract with options for base operations support services.  Fiscal 2014 operations and maintenance, Army funds in the amount of $3,780,100 were obligated at the time of the award.  Estimated completion date is Nov. 30, 2014.  One bid was solicited and one received.  Work location is Monterey, Calif.  Army Contracting Command, Fort Sam Houston, Texas, is the contracting agency (W9124J-14-D-0001).

TRANSPORTATION COMMAND

American Auto Logistics, Limited Partnership, Park Ridge, N.J., is being awarded a $69,000,000 delivery order modification 04 to previously awarded delivery order DAMT01-03-D-0184-0009 to provide Department of Defense-sponsored shipments of privately owned vehicles belonging to military service members and transportation of DOD-sponsored shipments of POVs for DOD civilian employees.  Work will be performed at multiple locations both within and outside of the continental U.S., through March 21, 2014.  Fiscal year 2014 Transportation Working Capital Funds of $69,000,000 are being obligated at the time of modification execution. The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill.

AAR Airlift Group, Inc., Palm Bay, Fla., is being awarded an indefinite delivery/indefinite quantity, fixed-price with economic price adjustment contract for dedicated fixed wing services in the Central Africa Region (Uganda, Central Africa Republic, the Democratic Republic of Congo, and South Sudan).  Performance is from Dec. 28, 2013 to Oct. 27, 2015.  Funds will be obligated on individual task orders and are Army operations & maintenance funds.  This contract was a competitive acquisition, and four proposals were received.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-14-D-R026).

*Veteran Owned Small Business
**Small Business
***Small InHubZone, Woman Owned Business
****Small Disadvantaged Business

Department of Defense Contracts Awarded


FOR RELEASE AT
5 p.m. ET
No. CR-015-13
November 26, 2013

CONTRACTS

NAVY

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $57,146,970 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to exercise an option for MissionCareTM maintenance services in support of the V-22’s inventory of AE1107C engines. The services being performed will include O-level supply support, Repair of Repairable engine components and whole engines, field service representatives, low power repairs, program management, various site support and delivery of all Contract Data Requirements Lists.  Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in February 2015.  Fiscal 2013 aircraft procurement, Air Force; fiscal 2014 research, development, test and evaluation, Navy; fiscal 2014 aircraft procurement, Navy; fiscal 2014 operations and maintenance, Navy; fiscal 2014 operations and maintenance, Navy Reserve; fiscal 2014 operations and maintenance, Navy overseas contingency operations; fiscal 2014 operations and maintenance, Special Operations Command; fiscal 2014 operations and maintenance, Air Force overseas contingency operations contract funds in the amount of $57,146,970 will be obligated on this award, $55,580,178 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

BAE Systems Electronics, Intelligence & Support/Electronic Solutions, Nashua, N.H., is being awarded a $28,167,428 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0010) to exercise an option for the procurement of  procure 262 AN/ALE-55 fiber optic towed decoys (FOTDs) and 70 electronic frequency converters (EFC).  The AN/ALE-55 FOTDs and EFCs are components of the integrated defensive electronic counter measures suite.  The AN/ALE-55 provides the capability to transmit complex electronic countermeasures techniques from an off-board transmitter.  Work will be performed in Nashua, N.H. (80.6 percent); Mountain View, Calif. (12 percent); and Chelmsford Essex, United Kingdom (7.4 percent), and is expected to be completed in November 2015.  Fiscal 2013 and 2014 aircraft procurement, Navy and fiscal 2014 procurement of ammunition, Marine Corps contract funds in the amount of $28,167,428, will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Atlantic NICC Joint Venture LLC*, Falls Church, Va., is being awarded a maximum amount $19,500,000 indefinite-delivery/indefinite-quantity job order contract for construction, alteration and repair of industrial, commercial, and utility projects to government facilities at various Department of Defense activities within Maryland, Virginia, and Washington, D.C.  The maximum dollar value, including the base period and four option years, is $97,500,000.  No task orders are being issued at this time.  Work will be performed in Patuxent River, Md. (31 percent), Dahlgren, Va. (30 percent), Indian Head, Md. (22 percent), and Annapolis, Md. (17 percent), with an expected completion date of November 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $50,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was originally competitively procured via the Navy Electronic Commerce Online website with 20 proposals received.  This contract action is a re-award as a result of corrective action taken due to a Government Accountability Office protest.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-14-D-0352).

Atlantic NICC Joint Venture LLC*, Falls Church, Va., is being awarded maximum amount $19,500,000 indefinite-delivery/indefinite-quantity job order contract for construction, alteration and repair of industrial, commercial, and utility projects to government facilities at various Department of Defense activities within Maryland, Virginia, and Washington, D.C.  The maximum dollar value, including the base period and four option years, is $97,500,000.  No task orders are being issued at this time.  Work will be performed in Naval Support Activity Washington, Washington, D.C. (30 percent), Regional Officer in Charge of Construction Quantico, Va. (27 percent), Naval Support Activity Bethesda, Md. (25 percent), and Joint Base Anacostia-Bolling, Washington, D.C. (18 percent), with an expected completion date of November 2014.  Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $50,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was originally competitively procured via the Navy Electronic Commerce Online website, with 21 offers received.  This contract action is a re-award as a result of corrective action taken due to a Government Accountability Office protest.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-14-D-0353).

BREMCOR Joint Venture, Arlington, Va., is being awarded an $18,922,837 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-06-D-4611) to exercise option seven for base operation support services at Naval Station Guantanamo Bay.  The work to be performed provides for base operation support services to include but not limited to:  port operations, base support vehicles and equipment, elevator maintenance, equipment maintenance, heating ventilation and air conditioning maintenance, environmental, pest control, janitorial services, transportation, fire alarms, and facility management.  Work also provides for service calls consisting of repairs of base facilities, transportation, janitorial, pest control, and fire alarm systems.  The total contract amount after exercise of this option will be $129,287,881.  Work will be performed in Guantanamo Bay, Cuba, and work is expected to be completed November 2014.  Fiscal 2014 operations and maintenance, Navy; fiscal 2014 Navy working capital funds; fiscal 2014 defense health fund; and fiscal 2014 Department of Defense schools contract funds in the amount of $7,099,162 are 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.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded an $18,064,906 modification to a previously awarded cost-plus-incentive-fee contract (N00019-09-D-0008) for additional joint performance based logistics support for the Marine Corps (MV-22), Air Force, and Special Forces Operations Command (CV-22) aircraft.  Work will be performed in Amarillo, Texas (50 percent); and Philadelphia, Pa. (50 percent), and is expected to be completed in January 2014.  Fiscal 2014 operations and maintenance, Air Force; fiscal 2014 operations and maintenance, Navy; fiscal 2014 operations and maintenance, Special Operations Command; fiscal 2014 aircraft procurement, Navy; fiscal 2013 aircraft procurement, Air Force; and fiscal 2013 Defense-wide procurement, Special Operations Command contract funds in the amount of $18,064,906 will be obligated at time of award, $14,658,487 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Motorola Solutions Inc., U.S. Federal Government Markets Division, Columbia, Md., is being awarded a $17,248,849 modification under a previously awarded firm-fixed-price contract (N39430-13-C-1220) to exercise option period one for global sustainment of enterprise land and mobile radio systems at 53 military installations worldwide.  The work to be performed provides for preventive and corrective maintenance to sustain the enterprise land and mobile radio system and associated equipment and Information Assurance Vulnerability Alert compliance/patch management.  This includes fixed, mobile and portable units, dispatching equipment and all associated equipment currently deployed as part of Naval Facilities Engineering Command’s enterprise land and mobile radio systems worldwide.  Responsibility of troubleshooting, removal, and replacing of the equipment for these units is also included as part of this requirement.  The total contract amount after exercise of this option will be $48,429,904.  Work will be performed at 53 military installations worldwide, and work is expected to be completed December 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $17,248,849 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

US Information Technologies, Chantilly, Va., is being awarded a $12,952,659 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-11-D-6505) with firm-fixed-price and/or firm-fixed-price level-of-effort task orders to exercise an option for support services for maintenance and development of Military Sealift Command’s Oracle based information systems.  Work will be performed in Washington, D.C., and is expected to be completed by December 2014.  Fiscal 2014 working capital contract funds in the amount of $12,952,659 are being obligated, and will not expire at the end of the current fiscal year.  The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-D-6505).

Insitu Inc., Bingen, Wash., is being awarded an $8,845,101 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0054) to exercise an option for the procurement of one Low Rate Initial Production II RQ-21A Blackjack Unmanned Aircraft System, to include air vehicles, ground control stations, launch and recovery equipment, and air vehicle support equipment.  Work will be performed in Bingen, Wash., and is expected to be completed in May 2014.  Fiscal 2013 procurement, Marine Corps contract funds in the amount of $8,845,101 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Ziehm Imaging Inc.*, Orlando, Fla., has been awarded a maximum $22,156,582 modification (P00008) exercising the third one-year option period on a one-year base contract (SPM2D1-11-D-8344) with seven one-year option periods for radiology systems, subsystems, and components.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Florida with a Nov. 29, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Raytheon Technical Services Company LLC, Sterling, Va., has been awarded a $13,267,175 modification (P00023) to an existing firm-fixed-price contract (FA7022-11-C-0010) for radar operations and maintenance services.  This modification provides for the exercise of option year three for a period of performance from Jan. 1, 2014 through Dec. 31, 2014.  The contract modification will ensure the availability of the COBRA DANE’s radar facility to collect 100 percent of the tasked data that passes through its field of view.  The necessary support shall be provided 24 hours per day, 365 days per year.  Work will performed at Eareckson Air Station, Shemya, Alaska, and is expected to be completed by Dec. 31, 2015.  Fiscal 2014 operations and maintenance funds will be incrementally funded January 2014, in the amount of $3,688,845.  The 21st Contracting Squadron, Peterson Air Force Base, Colo., is the contracting activity.

Ahntech Inc., San Diego Calif., has been awarded a $12,435,300 modification (P00008) to an existing firm-fixed-price contract (FA4890-13-C-0005) to continue to provide program support for Air Combat Command’s Primary Training Ranges Operations and Maintenance Services (PTR O&M), currently, but not limited to, PTR O&M support services.  The work under this program provides OM&S of range threat, scoring, and feedback systems.  The program also provides for target, road, grounds, and limited facility maintenance.  The contract modification is for the exercise of option year one services for the period of performance from Jan. 1, 2014 through Dec. 31, 2014.  Work will be performed at nine ACC Primary Training Ranges locations at Seymour Johnson Air Force Base , N.C., Shaw AFB, S.C., Moody AFB, Ga., Dyess AFB, Texas, Ellsworth AFB, S.D., Holloman AFB, N.M., Mountain Home AFB, Idaho and the Nevada Test and Training Range, and is expected to be completed by Dec. 31, 2014.  Fiscal 2014 operations and maintenance funds in the amount of $1,246,780 are being obligated at time of award.  ACC AMIC/PKCB, Newport News, Va., is the contracting activity.

Odyssey Systems Consulting Group Ltd., Wakefield, Mass., was awarded an $8,456,784 modification (P00008) on an existing cost-plus-fixed-fee, cost-reimbursable contract (FA8721-13-C-0022) for professional acquisition support services.  This contract modification provides for the exercise of an option for an additional six months of professional acquisition support services under the basic contract.  Work will be performed at Hanscom Air Force Base, Mass., and is expected to be completed by April 17, 2014.  This modification provides professional acquisition support services in support of Space C2 Surveillance Division and the Theater Battle Control Division of classified foreign military sales.  FMS support account for approximately 14 percent of the stated modification.  Fiscal 2013 operations and maintenance, research and development, procurement and foreign military sales funds in the amount of $65,000 were obligated at time of award.  Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM is the contracting activity.   (Awarded Sept. 3, 2013)

Bering Sea Environmental LLC, Anchorage Alaska, will be awarded a $6,762,241 modification (P00039) to an existing firm-fixed-price contract (FA4890-11-C-0004) to continue to provide program support for Air Combat Command’s (ACC), Air Combat Training System Operations and Maintenance Support Services (ACTS O&M), currently, but not limited to, ACTS O&M support services.  The work under ACTS includes all maintenance and repairs on ACTS pods and debriefing stations, transports and loading of pods onto the aircrafts and preparing data cartridges both before and after missions.  The contract modification is for the exercise of option year three services for the period of performance from Jan. 1, 2014 through Dec. 31, 2014.  Work will be performed at Eglin Air Force Base, Fla., Langley AFB, Va., Seymour Johnson, N.C., Shaw AFB, S.C., Barksdale AFB, La., Mountain Home AFB, Idaho, as well as outside of the continental United States funded sites at Lakenheath Air Base, United Kingdom, Spangdahlem AB, Germany, and Aviano AB, Italy, and is expected to be completed by Dec. 31, 2014.  This contract includes unclassified foreign military sales (1.8 percent ) for the Royal Singapore Air Force.  Fiscal 2014 operations and maintenance funds in the amount of $1,144,627 are being obligated at time of award.  ACC AMIC/PKCB, Newport News, Va., is the contracting activity.

*Small Business

Department of Defense Contracts Awarded


FOR RELEASE AT
5 p.m. ET
No. CR-014-13
November 25, 2013

CONTRACTS

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply Inc.*, Virginia Beach, Va., (SPM8E3-14-D-0001); Noble Supply & Logistics**, Rockland, Mass., (SPM8E3-14-D-0002); and Theodore Wille Intertrade, Switzerland, (SPM8E3-14-D-0003) have been awarded a maximum $260,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance, repair and operations supplies for the Central Command area of responsibility.  This is a two-year base contract with two 18-month option periods.  This contract is a competitive acquisition, and 18 offers were received.  Locations of performance are Virginia, Massachusetts, and Switzerland, with a Nov. 25, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Patterson Dental Supply Inc., Saint Paul, Minn., has been awarded a maximum $14,607,354 modification (P00009) exercising the fourth one-year option period on a one-year base contract (SPM2DE-10-D-7447) with four one-year option periods for distribution of a wide range of general dental supplies.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Minnesota with a Dec. 13, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

Kings Bay Support Services, LLC, Baton Rouge, La., is being awarded a $37,741,080 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-11-D-7578) to exercise option two for base operations support services at Naval Submarine Base Kings Bay.  The work to be performed provides for base operations support services including public safety, harbor security, security operations, supply, personnel support, facilities support, facility management/facility investment, other (swimming pools), pavement clearance, utilities, chiller, electrical, wastewater, steam, water, telecommunications, compressed air, base support vehicles and equipment, environmental, and vertical transportation equipment.  The total contract amount after exercise of this option will be $109,668,695.  Work will be performed in Kings Bay, Ga. (99 percent) and Shellman Bluff, Ga. (1 percent), and work is expected to be completed November 2014.  Fiscal 2014 operation and maintenance, Navy; fiscal 2014 Navy working capital funds; fiscal 2014 Defense Health Program funds; and fiscal 2014 family housing operation and maintenance, Navy contract funds in the amount of $3,140,101 are 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.

The Boeing Co., St. Louis, Mo., is being awarded a $37,338,608 modification to a delivery order 007302 issued previously against a basic ordering agreement (N00019-11-G-0001) for the procurement of retrofit kits in support of the F/A-18E/F and EA-18G Trailing Edge Flap engineering change proposal redesign, including 48 Trailing Edge Flap Redesign kits, 48 left hand units and 48 right hand units.  Work will be performed in St. Louis, Mo., and is expected to be completed in July 2017.  Fiscal 2014 aircraft procurement, Navy contract funds in the amount $37,338,608 will be obligated at time of award; none of which expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $15,940,631 modification to previously awarded contract (N00024-13-C-5403) for engineering and technical support services for the standard missile program.  Work will be performed in Tucson, Ariz. (82.8 percent); Andover, Mass. (12.4 percent); Huntsville, Ala. (3.8 percent), and Camden, Ark. (1 percent), and is expected to be completed by November 2014.  Fiscal 2012 weapons procurement, Navy contract funds in the amount of $9,590,000 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.

CACI Inc. – Federal, Chantilly, Va., is being awarded $8,436,370 for modification P00009 to previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract (N00189-12-D-Z001) to provide functional, technical professional, analytical, and administrative support services to NAVSUP in support of the Navy’s Enterprise Resource Planning (ERP) system.  Taskings will include:  sustainment support, working on Engineering Change Proposals, business process improvement evaluations, testing, and deployment of the Navy ERP Single Supply Solution release, and other Navy ERP initiatives.  Services provided will include: participation on functional teams within the NAVSUP Enterprise Business Office, Navy ERP program, Navy, and Department of Defense; assisting the Navy in resolving issues pertaining to Navy ERP, as well as, cross service, and existing Navy business processes by providing functional expertise in Navy business processes; technical and functional architecture support; training development and execution support.  Work will be performed in Mechanicsburg, Pa. (60 percent); Philadelphia, Pa. (15 percent); Norfolk, Va. (15 percent); and San Diego, Calif. (10 percent), and is expected to be completed by Nov. 30, 2014.  With the exercise of this option, the total value of the contract is increased from $27,104,747 to $35,541,117.  No funding will be obligated with the exercise of the option.  No funds will expire before the end of the current fiscal year.  The requirement was competitively procured through full and open competition and solicited via the Navy Electronic Commerce on Line website, with two offers received in response to this solicitation.  The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

Raytheon Integrated Defense Systems, Largo Fla., is being awarded a $7,097,447 modification to previously awarded contract (N00024-13-C-5212) to exercise options for Cooperative Engagement Capability (CEC) engineering services.  CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies.  Work will be performed in St. Petersburg, Fla., and is expected to be completed by September 2014.  Fiscal 2013 Army research, development, test and evaluation; fiscal 2013 research, development, test and evaluation; fiscal 2014 operations and maintenance, Navy; fiscal 2012 other procurement, Navy; and fiscal 2005, 2009, 2012 and 2013 shipbuilding and conversion, Navy funding in the amount of $1,984,786 will be obligated at time of award.  Contract funds in the amount of $371,638 funds will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

ARMY

Y-Tech Services Inc.*, Alaska was awarded a $15,625,895 multi-year, cost-plus-fixed-fee contract for aviation maintenance services in support of the Aviation Flight Test Directorate at the Redstone Test Center.  This is a base year with a four one-year options contract.  Fiscal 2014 research, development, test and evaluation funds in the amount of $23,460 were obligated at the time of the award.  Estimated completion date is Jan. 31, 2019.  Bids were solicited via the Internet with seven received.  Work location will be Redstone Arsenal, Ala.  Army Contracting Command, Redstone Arsenal (Aviation) Ala., is the contracting agency (W58RGZ-14-C-0007).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded a $28,200,000 cost-plus-incentive-fee contract for Phase II of the Engineering Change Proposal Upgrade program.  Technical upgrades to be performed include improved automotive and electrical power generation, chassis upgrades and improved in vehicle network capabilities.  Fiscal 2014 research, development, test and evaluation funds were obligated at the time of the award.  Estimated completion date is Nov. 26, 2018.  Bids were solicited via the Internet with one received.  Work location will be Sterling Heights, Mich.  Army Contracting Command (Tank and Automotive) Warren, Mich., is the contracting agency (W56HZV-14C-B019).

*Small Business

**Woman Owned Small Business

Department of Defense Contracts Awarded


FOR RELEASE AT
5 p.m. ET
No. CR-013-13
November 22, 2013

CONTRACTS

DEFENSE LOGISTICS AGENCY

BAE Systems Aerospace, Phoenix, Ariz., has been awarded a maximum $11,093,991 modification (P00102) exercising the first one-year option period on a one-year base contract (SPM8EH-13-D-0002) with four one-year option periods for life preservers and component parts.  This is a firm-fixed-price with economic-price contract.  Location of performance is Arizona with a Dec. 5, 2014 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Patriot Industries Inc.*, Monticello, Ky., has been awarded a maximum $9,262,151 firm-fixed-price contract for modular lightweight load carrying equipment.  This contract is a competitive acquisition and ten offers were received.  Location of performance is Kentucky with a Nov. 30, 2014 performance completion date.  This is a one-year base contract with two one-year option periods.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-14-D-1002).

AIR FORCE

Lockheed Martin Corp., Sunnyvale, Calif., has been awarded a $105,083,207 modification (P00057) to an existing cost-plus-award-fee contract (FA8808-10-C-0002) to provide MILSATCOM Orbital Operations and Logistics Sustainment Support functions to support the operations and sustainment of Milstar and the Defense Satellite Communications System.  This modification exercises the fourth option year.  Work will be performed in Sunnyvale,
Calif., and is expected to be completed by Nov. 30, 2014.  Fiscal 2014 operations and maintenance funds in the amount of $17,500,000 are being obligated at time of award.  Space and Missile Systems Center/PKJ, Peterson Air Force Base, Colorado Springs, Colo., is the contracting activity.

Jacobs Technology Inc., Lincoln, Mass., has been awarded a $12,800,149 cost-plus-fixed-fee modification (P00013) on an existing contract (FA8721-13-C-00008) to continue providing disciplined systems/specialty engineering and technical/Information Assurance services, support, and products using established government, contractor, and industry processes. This contract provides a broad array of classified cryptographic and information assurance (IA) systems, equipment, services and support across different DoD agencies, U.S. military departments and various foreign military sales customers.  A good portion of the contract supports developing, acquiring, modernizing, testing, fielding, sustaining and disposing of COMSEC systems, sustaining SIGINT equipment, providing key management, providing information assurance services, and providing cryptographic/IA logistical and field support services.  In addition, the contract also supports the Defense Enterprise Accounting and Management System program.  Work will be performed at Lincoln, Mass., and is expected to be completed by May 19, 2014.  Fiscal 2013 research and development and procurement funds and fiscal 2014 research and development, procurement and operations and maintenance funds in the amount of $2,342,754 will be obligated at time of award.  Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Mass., is the contracting activity.

ARMY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $46,867,800 firm-fixed-price contract to convert 26 UH-60M Black Hawk aircraft to Taiwan Army and Taiwan National Airborne Service Corps configurations.  Estimated completion date is Aug. 30, 2016.  Fiscal 2014 other procurement funds were obligated at the time of the award.  One bid was solicited and one received.  Work location is Stratford, Conn.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity (W58RGZ-12-C-0008).

Weeks Marine Inc., Covington, La., was awarded a $21,253,000 firm-fixed-price contract for pipeline dredging of the Bayport Flare and Houston Ship Channel, Redfish to Beacon 78, Chambers County, Texas.  Dredging consists of 742,000 cubic yards for Bayport Flare Sections 1 and 2; and 3,989,000 cubic yards for Houston Ship Channel Sections 4 through 14.  Fiscal 2014 operations and maintenance, Army funds in the amount of $17,306,000 were obligated at the time of the award.  Estimated completion date is Dec. 3, 2014.  Bids were solicited via the Internet with two received.  Work location will be Anahuac, Texas.  Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-14-C-0001).

Hamp’s Construction LLC, New Orleans, La. was awarded an $11,658,930 firm-fixed-price contract for clearing and grubbing the existing levee, including debris disposal, demolition of the flood wall and cutting sheet piles.  Hamp’s will also remove abandoned pipelines, remove and replace existing riprap armament, furnish borrow pit preparation, construct a levee enlargement, and surface same, realign and surface access ramps, install deep soil mixing material for ground improvement including soil and excavation disposal, and seeding, fertilizing and mulching, and other related work.  Estimated completion date is Aug. 29, 2014.  Fiscal 2014 other procurement funds were obligated at the time of the award.  Bids were solicited via the Internet with six received.  Work location is Buras, La.  Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-14-C-0009).

Northrop Grumman Systems Corp., Aerospace Systems, Redondo Beach, Calif., was awarded an $8,192,012 cost-plus-fixed-fee contract for a protected Military Satellite Communications design for affordability risk reduction demonstration.  This is proposed against Army Research Laboratory broad agency announcement.  Estimated completion date is Jan. 21, 2015.  Fiscal 2014 research, development, test and evaluation funds were obligated at the time of the award.  Bids were sent out via the Internet with an indeterminate number received.  Work location is Redondo Beach, Calif.  Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-14-C-0004).

Shavers-Whittle Construction LLC, Mandeville, La., was awarded an $8,112,606 firm-fixed-price contract for the Southeast Louisiana Urban Flood Control Project, Soniat Canal, Jefferson Parish, La.  Estimated completion date is Aug. 5, 2015.  Fiscal 2014 other procurement funds were obligated at the time of the award.  Bids were solicited via the Internet with eight received.  Work location will be New Orleans, La.  Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-14-C-0010).

SOS International, Reston, Va. was awarded a $7,299,684 modification (P00009) to firm-fixed-price contract W52P1J-11-C-0058 which will execute option year two for public affairs operations in support of U.S. Forces – Afghanistan.  Estimated completion date is Nov. 26, 2014.  Fiscal 2014 operations and maintenance, Army funds were obligated at the time of the award.  Bids were solicited via the Internet with four received.  Work location will be Afghanistan.  Army Contracting Command, Rock Island, Ill., is the contracting activity (52P1J-11-C-0058).

Black River Constructors Joint Venture, La Crosse, Wis., was awarded a $7,299,000 firm-fixed-price contract for The Grand Encampment Island Unloading Project to remove dredged and other materials from the Mississippi River’s Grand Encampment Island, Pool 4, Buffalo County, Wis.  Estimated completion date is Nov. 15, 2015.  Fiscal 2014 other procurement funds were obligated at the time of the award.  Bids were solicited via the Internet with two received. Work location will be Alma, Wis. Army Corps of Engineers, St. Paul, Minn., is the contracting activity (W912ES-14-C-0002)

NAVY

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $33,023,240 cost-plus-fixed-fee modification to delivery order 0044 previously issued against a basic ordering agreement (N00019-12-G-0006) in support of the V-22.  This modified order provides for engineering and technical support for the V-22 flight control system and on-aircraft avionics software; flight test planning and coordination of changed avionics and flight control configuration; upgrade planning of avionics and flight controls, including performance of qualification testing and integration testing on software products.  Work will be performed at Ridley Park, Pa. (90 percent) and Fort Worth, Texas (10 percent), and is expected to be completed in December 2015.  Fiscal 2013 aircraft procurement, Navy; fiscal 2013 aircraft procurement, Air Force; fiscal 2014 operations and maintenance, Air Force; and fiscal 2014 operations and maintenance, Navy contract funds in the amount of $33,023,240 will be obligated at time of award, of which $7,907,796 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded a $17,000,000 modification to previously awarded contract (N00024-10-C-5126) to exercise fiscal 2014 options for deferred mission systems equipment for DDG 1001.  Work will be performed in Portsmouth, R.I. (48 percent), Minneapolis, Minn. (41 percent), and Moorestown, N.J. (11 percent), and is expected to be completed by April 2017.  Fiscal 2014 shipbuilding and conversion, Navy funds in the amount of $17,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Fla., is being awarded $13,297,674 for cost-plus-fixed-fee order 0015 under a previously awarded basic ordering agreement (N00164-11-G-JQ97) for the procurement of eight redesigned Turret Electronic Unit prototypes and related data items for the Target Sight Systems AN/AAQ-30(A).  This acquisition is for the AN/AAQ-30 Target Sight Systems (TSS) that is to be integrated into the AH-1Z Cobra Attack Helicopter.  This integration is part of the U.S. Marine Corps H-1 Upgrades Program for the remanufacture of legacy aircraft with state of the art designs incorporated into the existing fleet of AH-1W’s, converting them to AH-1Z.  The TSS provides target identification and tracking, passive targeting for integrated weapons, including Hellfire missiles, and a laser designation capability supporting friendly laser-guided weapons.  Work will be performed in Orlando, Fla., and is expected to be completed by April 2016.  Fiscal 2013 aircraft procurement Navy contract funds in the amount of $13,297,674 will be obligated at time of award, and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1), as set forth in FAR 6.203-1(b)(1)(ii) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

MISSILE DEFENSE AGENCY

Kearfott Corp., Little Falls, N.J., is being awarded an $18,700,000 cost-plus-fixed-fee contract to design, develop, assemble and test high fidelity inertial measurement units (IMU) that meet or exceed the requirements of MDA-STD-005 for the Missile Defense Agency Advanced Technology Risk Reduction.  Options work will also include qualification testing, highly accelerated life test/high accelerated stress screening and service life tests, and delivery of one set of IMU test station equipment.  The work will be performed in Little Falls, N.J.  The performance period is from November 2013 through September 2018.  This contract was competitively procured via publication on the Federal Business Opportunities website with 112 proposals received.  Fiscal 2014 research, development, test, and evaluation funds in the amount of $700,000 are being obligated on this award.  The Missile Defense Agency, Redstone Arsenal, Ala., is the contracting activity (HQ0147-14-C-0002).

*Small Business

Department of Defense Contract Awarded


FOR RELEASE AT
5 p.m. ET
No. CR-002-13
November 06, 2013

CONTRACTS

AIR FORCE

DRS-Sustainment Systems, Inc., St. Louis, Mo., has been awarded a $391,100,000 (estimated) hybrid firm-fixed-price, fixed-price-incentive-firm-target, cost-reimbursable-no fee (travel only), requirements-type “D” contract for the Tunner 60K Aircraft Cargo Loader Performance-Based-Logistics (PBL) program.  This requirement is for Level 3 PBL support for 318 Tunner aircraft cargo loaders at over 80 worldwide locations.  The Level 3 PBL availability metric ensures maximum cargo velocity support is provided to Air Mobility Command.  There are six elements of support that comprise this requirement:  material management (MM) parts, MM infrastructure, program engineering support, overhaul, unscheduled depot level maintenance and modifications.  Work will be performed at West Plains, Mo., and is expected to be completed by July 31, 2024.  This award is the result of a competitive acquisition.  Unlimited offers were solicited, and two offers were received.  Fiscal 2014 working capital funds, centralized asset management, Air Force Reserve Command and Air National Guard funds will be obligated being obligated upon availability.  This is not a multiyear contract.  Air Force Life Cycle Management Center/WNKBBA, Robins Air Force Base, Ga., is the contracting activity (FA8519-14-D-0001).

General Electric Co., GE Global Research, Niskayuna N.Y., has been awarded a not-to-exceed $19,970,000, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide research and development pertaining to the development and implementation of condition-based maintenance plus structural integrity.  The contractor will develop and demonstrate a probabilistic, risk-based, flight-by-flight individual aircraft tracking (IAT) framework to replace the baseline deterministic IAT framework currently used for legacy aircraft.  The program will identify key uncertainty drivers and promising areas for future research and will assess the feasibility of the approach for application to legacy fleets.  Deliverables will include technical reports and may include hardware and software.  Work will be performed at Niskayuna, N.Y., and Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Feb. 1, 2020.  The award is a result of a competitive acquisition.  Unlimited offers were solicited and four offers were received.  Fiscal 2013 research and development funds in the amount of $654,932 are being obligated at time of award.  This is not a multiyear contract.  Air Force Research Laboratory/RQKPD, Wright-Patterson Air Force Base, Ohio, is the contracting activity  (FA8650-14-D-2443).

ARMY

Oshkosh Corp., Oshkosh, Wis., was awarded a $74,086,915 modification (000717) to firm-fixed-price contract W56HZV-09-D-0159.  The contract adds 246 medium tactical vehicles (FMTV), and applicable federal retail excise tax to the contract.  Work location is Oshkosh, Wis., with an estimated completion date of Dec. 31, 2014.  Fiscal 2013 procurement funds in the amount of $19,851,017 are being obligated at the time of the award.  Bids were solicited via the Internet with three received.  Army Contracting Command (Tank and Automotive), Warren, Mich., is the contracting agency.

Fidelity Technologies Corp., Reading, Pa., was awarded a $23,562,700 modification (P00008) to firm-fixed-price contract W56HZV-13-C-0052.  The contract awards options for armor kits for the Heavy Mobility Tactical Truck A4, Palletized Load System A1, Heavy Mobility Tactical Truck A4 Tanker Armor Module Kit and the M915A5.  Work location is Reading, Pa., with an  estimated completion date of May 25, 2014.  Fiscal 2013 procurement funds in the amount of $8,763,071 are being obligated at the time of the award.  Bids were solicited via the internet with nine received.  Army Contracting Command (Tank and Automotive), Warren, Mich., is the contracting agency.

ISO Group, West Melbourne, Fla., was awarded a $7,635,520 firm-fixed-price, foreign military sales contract for providing M60 spare parts to the Sultanate of Oman.  Work location is West Melbourne, Fla., with an estimated completion date of June 30, 2014.  Fiscal 2013 procurement funds in the amount of $7,635,520 are being obligated at the time of the award.  Bids were solicited via the internet with one received.  Army Contracting Command (Tank and Automotive), Warren, Mich., is the contracting agency (W56HZV-14-C-0028).

NAVY

Heil Trailer International, Gatesville, Texas, is being awarded $9,721,600 for firm-fixed-price delivery order 0014 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-10-D-5069).  This delivery order is for the purchase of 70 Flatrack Refueling Capability (FRC) Full Rate Production units.  The FRC is a self-contained and transportable fueling system.  The FRC fuels tactical vehicles, stationary equipment, and dispense and remove fuel from fixed and rotary wing aircraft.  The primary mission for the FRC will be to distribute fuel in the Marine Air-Ground Task Force Expeditionary and combat environment.  Work and production will be performed in Gatesville, Texas, and work is expected to be completed by March 31, 2015.  The contract was competitively procured via the Federal Business Opportunities website.  Fiscal 2013 procurement, Marine Corps contract funds in the amount of $9,721,600 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Northrop Grumman Systems Corp., Charlottesville, Va., is being awarded an $8,917,999 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance based contract with provisions for firm-fixed-price orders,  The contract is for the procurement of engineering and technical services consisting of parts procurement, repair, field, and marine repair services, software, and engineering support for the AN/WSN-7/7A Ring Laser Gyro Navigation (RLGN) systems, AN/WSN-7B Ring Laser Gyrocompass (RLGN), Integrated Bridge System (IBS)/Voice Management System and Navigation and Search Radar Systems.  This contract includes options which, if exercised, would bring the cumulative value (ceiling) of the contract to an estimated $27,526,385.  This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling.  Work will be performed in Charlottesville, Va., (85 percent); Charleston, S.C., (10 percent); and other locations outside the continental United States (5 percent).  Work is expected to be completed by October 2014.  If all options are exercised, work could continue until October 2016.  Fiscal 2012 shipbuilding and conversion, Navy contract funds in the amount of $240,359 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-14-D-2813).

General Electric Co., Lynn, Mass., is being awarded an $8,048,888 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) to procure long lead material for the F414-GE-400 engines in support of the F/A-18E/F/G aircraft.  Work will be performed in Lynn, Mass. (59 percent); Hooksett, N.H. (18 percent); Rutland, Vt. (12 percent); and Madisonville, Ky. (11 percent), and is expected to be completed in October 2015.  Fiscal 2013 aircraft procurement, Navy, advanced procurement funding in the amount of $8,048,888 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Huntington Ingalls Inc., Newport News, Va., is being awarded a $7,319,933 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2101) for planning and design yard functions for standard Navy valves in support of nuclear-powered submarines.  Work will be performed in Newport News, Va., and is expected to be completed by September 2014.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $7,319,933 are being obligated at 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.

DEFENSE LOGISTICS AGENCY

API, LLC, Comerio, Puerto Rico, has been awarded a maximum $32,859,542 modification (P00011) exercising the second one-year option period on a one-year base contract (SPM1C1-12-D-1006) with three one-year option periods for duffel bags.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Puerto Rico with a Nov. 8, 2014, performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

CORRECTION:  The contract (SPM300-14-D-3735) to Pacific Unlimited Inc., originally announced on Nov. 4, 2013, was not awarded.

Department of Defense Contracts Awarded


FOR RELEASE AT
5 p.m. ET
No. 770-13
November 04, 2013

DEFENSE LOGISTICS AGENCY

Pacific Unlimited Inc., Barrigada, Guam, has been awarded a maximum $262,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support. This is a sixty-four month base contract with no option periods. This contract is a competitive acquisition, and three offers were received. Location of performance is Guam with a March 3, 2019 performance completion date. Using military services are Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3735).

Labatt Food Service, San Antonio, Texas, has been awarded a maximum $18,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor full line food distribution. This is a one-year base contract. This contract is a sole-source acquisition. Location of performance is Texas with a Nov. 8, 2014, performance completion date. Using military services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3715).

Government Services Corp.,* Moscow, Idaho, has been awarded a maximum $13,830,840 fixed-price with economic-price-adjustment contract for winter grade ultra-low sulfur diesel. This is a two-year base contract with no option periods. This contract is a competitive acquisition, and four offers were received. Location of performance is Idaho with an Oct., 31, 2016 performance completion date. Using military service is Army. Type of appropriation is fiscal year 2014 through fiscal year 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8501).

NAVY

BAE Systems Information and Electronic Systems Integration Inc. – Electronic Solutions, Wayne, N.J., is being awarded a $48,000,000 modification with cost-plus-incentive-fee pricing under a previously awarded indefinite-delivery/indefinite-quantity contract (N00039-10-D-0060) for systems engineering and integration of the Multifunctional Information Distribution System Low Volume Terminals (MIDS-LVTs). Corresponding delivery order 0015 shall procure MIDS-LVT Block Upgrade 2 software and test equipment on behalf of the United States, France, Italy, Germany and Spain. Work will be performed in Wayne, N.J., and is expected to be completed by March 2017. Fiscal 2013 research, development, test and evaluation contract funds in the amount of $1,651,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-4 International Agreement, 10 U.S.C. 2304(c)(4). The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

ViaSat, Carlsbad, Calif., is being awarded a $39,182,647 modification with cost-plus-incentive-fee pricing under a previously awarded indefinite-delivery/indefinite-quantity contract (N00039-10-D-0032) for Block Upgrade 2 (BU2) development and retrofits. The existing contract is for Multifunctional Information Distribution System-Low Volume Terminal (MIDS-LVT) production and engineering services. Corresponding delivery order 0035 shall procure MIDS-LVT BU2 design and development on behalf of the United States. Work will be performed in Carlsbad, Calif., and is expected to be completed by Dec. 31, 2016. Fiscal 2013 research, development, test and evaluation contract funds in the amount of $1,318,017 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements and 10 U.S.C. 2304(c)(1). Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

Data Link Solutions LLC, Cedar Rapids, Iowa, is being awarded a $32,874,867 contract modification with cost-plus-incentive-fee pricing under a previously indefinite-delivery/indefinite-quantity contract (N00039-10-D-0031) for Block Upgrade 2 (BU2) development and retrofits of Multifunctional Information Distribution System-Low Volume Terminal (MIDS-LVT) production and engineering services. Corresponding delivery order 0043 shall procure MIDS-LVT BU2 design and development on behalf of the United States. Work will be performed in Wayne, N.J. (50 percent), and Cedar Rapids, Iowa (50 percent), and is expected to be completed by Dec. 31, 2016. Fiscal 2013 research, development, test and evaluation contract funds in the amount of $1,500,000 will be obligated at the time of award, and these funds will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1 and 10 U.S.C. 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded an $18,195,519 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2100) for reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy’s moored training ships. The contractor will furnish, fabricate, or acquire such materials, supplies and services as may be necessary to perform the functions of the planning yard for reactor plants and associated portions of the propulsion plants for nuclear powered submarines. Work will be performed in Groton, Conn. (95 percent), and Charleston, S.C. (5 percent), and is expected to be completed by September 2014. Fiscal 2014 operations and maintenance, Navy funds in the amount of $17,964,812 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) – only one or limited number of sources and no other suppliers will satisfy the requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Thales Communication Inc., Clarksburg, Md., is being awarded $8,815,933 for firm-fixed-price delivery order 7002 against previously awarded contract (N00383-13-G-003F) for the repair of six items for the airborne low frequency sonar system for the H-60 helicopter. Work will be performed at Clarksburg, Md. (28 percent); Brest, France (54 percent); and Johnstown, Pa. (18 percent), and work is expected to be completed Nov. 1, 2015. Fiscal 2014 Navy working capital funds in the amount of $6,611,949 will be obligated at the time of award, and will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). NAVSUP Weapon Systems Support, Contracting Department, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $6,539,431 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) electronic radios and ancillary equipment for a variety of aircraft. Equipment being procured includes 63 MT-6567/ARC, four RT-1990(C)/ARC, and 70 RT-1990(C)/ARC. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in October 2014. Fiscal 2013 aircraft procurement Navy contract funds in the amount of $6,539,431 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

ARMY

Navistar Defense LLC, Lisle, Ill., was awarded a $7,260,077 cost-plus-fixed-fee contract for engineering, logistic and travel support for the acquisition of the contract data requirements list and program and logistics support management for the Mine Resistant Ambush Protected MaxxPro M1235A3 Dash with MaxxPro Survivability Upgrade (MSU). The contractor shall include MSU content as well as variation in vehicle content for both the objective gunner protection kit and common remotely operated weapon system. Work will be performed in Lisle, Ill., with an expected completion date of December 2014. Fiscal 2013 procurement funds in the amount of $7,260,077 are being obligated at the time of the award. One bid was solicited and one received. Army Contracting Command, Tank and Automotive, Warren, Mich., is the contracting agency (W56HZV-10-C-0011).

Department of Defense Contracts Awarded


FOR RELEASE AT
5 p.m. ET
No. 773-13
November 05, 2013

CONTRACTS

NAVY

Bechtel Marine Propulsion Corp., San Francisco, Calif., is being awarded a $7,069,265,220 modification to previously awarded contract (N00024-08-C-2103) for naval nuclear propulsion work at the Bettis & Knolls Atomic Power Laboratories. Work will be performed in Schenectady, N.Y. (58 percent), Pittsburgh, Pa. (32 percent), and Idaho Falls, Idaho (10 percent). Fiscal 2014 operations and maintenance, Navy and fiscal 2014 other procurement, Navy contract funds in the amount of $82,893,000 will be obligated at time of award. If fully funded, contract funds in the amount of $484,680,000 will expire at the end of the fiscal year. No completion date or additional information is provided on naval nuclear propulsion program contracts. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DRS C3 & Aviation Co., Gaithersburg, Md., is being awarded a $50,892,583 modification to a previously awarded firm-fixed-priced contract (N00019-11-C-0011) to exercise an option for logistics services in support of the E-6B Mercury program, including the procurement and repair of operational, depot and Military Standard Requisitioning and Issue Procedures spares and associated shipping and data. Work will be performed at Tinker Air Force Base (AFB), Okla. (70 percent); Offutt AFB, Neb. (10 percent); Travis AFB, Calif. (10 percent); and Patuxent River, Md. (10 percent); and is expected to be completed in November 2014. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $13,325,899 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

LPI Technical Services*, Chesapeake, Va. (N50054-14-D-1401); East Coast Repair & Fabrication LLC*, Norfolk, Va. (N50054-14-D-1402); Q.E.D. Systems Inc.*, Virginia Beach, Va. (N50054-14-D-1403); Epsilon Systems Solutions Inc.*, Portsmouth, Va. (N50054-14-D-1404); and Tecnico Corp.*, Chesapeake, Va. (N50054-14-D-1405), are each being awarded a $34,000,000 fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for depot-level repairs to U.S. Navy ships and submarines. This contract will cover a full range of depot level repairs and alterations, troubleshooting, maintenance, installation and removal of main and auxiliary, hull, mechanical and electrical equipment and systems onboard U.S. Navy or other military vessels including submarines. Work will be primarily performed in the Hampton Roads area of Virginia and is expected to be completed by November 2014. Each contractor will receive $68,000 at time of award. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $340,000 will be obligated at the time of 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 eight offers received. The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Phoenix Air Group Inc., Cartersville, Ga., is being awarded a $23,153,136 firm-fixed-price and cost-reimbursable indefinite-delivery/indefinite-quantity contract for contractor owned and operated aircraft for fleet training in support of the commander, Naval Air Forces, various Department of Defense (DoD) and non-DoD agencies, and foreign military sales customers, including fleet integrated training contracted air services and electronic warfare aircraft for training. These aircraft will be utilized for training shipboard, and aircraft weapon system operators and aircrew, tactics and procedures to counter potential enemy electronic warfare threats. Work will be performed in Cartersville, Ga., (40 percent) and various locations inside and outside the United States (60 percent), and is expected to be completed in November 2018. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $2,524,948 are being obligated on this award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c). The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-14-D-0005).

Northrop Grumman Systems Corp., Herndon, Va., is being awarded an $18,533,888 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0096) to exercise an option to build, install and test modifications to the Multi-Role Tactical Common Data Link Ku Line-of-Sight and Ka satellite communications systems for incorporation into the E6-B aircraft. In addition, this modification provides systems integration laboratory and aircraft development and operational test support. Work will be performed in Greenville, Texas, (50 percent), Patuxent River, Md. (35 percent), and San Diego, Calif. (15 percent), and is expected to be completed in November 2015. Fiscal 2014 aircraft procurement, Navy contract funds in the amount of $18,533,888 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $13,740,115 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0019) for the procurement of aircraft armament equipment for F/A-18E/F and EA-18G aircraft. This effort will procure 270 station control units, 13 aerial refueling stores (ARS) air probes, 13 ARS fuel probes, 26 ARS suspension lugs, 168 chaff dispenser cover, 26 ALE-50 dispenser, 26 ALE-50 protector, 26 ALE-50 chassis, 26 ALE-67 mounting bases, 26 mounting retainers, and 12 centerline feed-thru plates. Work will be performed in St. Louis, Mo., and is expected to be completed in August 2015. Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $13,740,115 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Corp., Owego, N.Y., is being awarded $10,458,900 for firm-fixed-price delivery order 4092 against a previously issued basic ordering agreement (N00019-09-G-0005) for non-recurring engineering efforts for development and testing of the system configuration 15 series modifications to the MH-60R VHF Omni-directional Range/Instrument Landing System, crash data recorder, and ABS-B Out for the Government of Australia under the Foreign Military Sales (FMS) Program. Work will be performed in Owego, N.Y., and is expected to be completed in February 2016. FMS funds in the amount of $10,458,900 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded an $8,339,331 fixed-price-incentive, cost-plus-incentive-fee, and cost-plus-fixed-fee modification (PZ0001) to a previously awarded un-priced letter contract (N00030-13-C-0100) for new procurement of Trident II (D5) missile production, D5 life extension development and production, and D5 deployed systems support. This modification includes unexercised option items, which if exercised, will bring the contract value to $803,235,443. Work will be performed in Sunnyvale, Calif. (34.31 percent); Brigham City, Utah (21.55 percent); St. Mary’s, Ga. (9.49 percent); Cape Canaveral, Fla. (5.59 percent); Silverdale, Wash. (5.25 percent); Pittsfield, Mass. (3.23 percent); Kingsport, Tenn. (2.81 percent); Gainesville, Va. (2.09 percent); El Segundo, Calif. (1.84 percent); Clearwater, Fla. (1.74 percent); Lancaster, Pa. (1.67 percent); Inglewood, Calif. (1.57 percent); Camarillo, Calif. (0.75 percent); Santa Fe Springs, Calif. (0.62 percent); Oakridge, Tenn. (0.57 percent); Arlington, Wash. (0.5 percent); St. Charles, Mo. (0.36 percent); Joplin, Mo. (0.36 percent); Defew, N.Y. (0.34 percent); Hollister, Calif. (0.33 percent); Diamond Springs, Calif. (0.33 percent); Santa Ana, Calif. (0.28 percent); Miamisburg, Ohio (0.27 percent); Bethel, Conn. (0.24 percent); Orlando, Fla. (0.24 percent); Colorado Springs, Colo. (0.22 percent); Torrance, Calif. (0.20 percent); Wenatchee, Wash. (0.19 percent); Santa Clara, Calif. (0.14 percent); Englewood, Colo. (0.14 percent); San Diego, Calif. (0.12 percent); San Jose, Calif. (0.12 percent); Santa Cruz, Calif. (0.12 percent); Simi Valley, Calif. (0.11 percent); Simsbury, Conn. (0.10 percent); and other various locations of less than 0.10 percent each (2.21 percent), and work is expected to be completed December 2014. If options are exercised, all work will continue to November 2018. No funds are being obligated on this award. Subject to availability of funds, fiscal 2014 weapons procurement, Navy contract funds in the amount of $673,355,582; fiscal 2014 operations and maintenance, Navy contract funds in the amount of $60,783,102; fiscal 2014 United Kingdom contract funds in the amount of $35,699,318; fiscal 2014 research, development, test and evaluation contract funds in the amount of $23,070,034; and fiscal 2014 other procurement, Navy contract funds in the amount of $6,491,243 will be used. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $60,783,102 will expire at the end of the fiscal year. Strategic Systems Programs, Washington, D.C., is the contracting activity.

AIR FORCE

Federal Networked Systems LLC., Ashburn, Va., (FA8732-14-D-0001); Dell Federal Systems L.P., Round Rock, Texas (FA8732-14-D-0002); Harris IT Services Corp., Dulles,Va. (FA8732-14-D-0003); Sterling Computers Corp., Norfolk Neb., (FA8732-14-D-0004); Force 3 Inc., Denver, Colo. (FA8732-14-D-0005); PCMall Inc., Chantilly, Va., (FA8732-14-D-0006); Insight Public Sector Inc., Chantilly Va., (FA8732-14-D-0007); Presidio Networked Solutions Inc., Greenbelt Md., (FA8732-14-D-0008);and FCN Inc., Rockville Md., (FA8732-14-D-0009) have all been awarded a firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity (ID/IQ) contract with a maximum potential value of $6,900,000,000 for Network Centric Solutions-2 (NETCENTS-2) Netcentric Products. This contract vehicle is mandatory for the purchase of Netcentric products for Air Force customers. This contract vehicle will provide for commercially available off-the-shelf products to support the Internet Protocol Network and will include the following categories of Netcentric products and associated support worldwide: networking equipment, servers/storage, peripherals, multimedia, software (not included on other enterprise licenses), and identity management/biometric hardware and associated software. Because this is an ID/IQ, the location of performance is not known at this time and will be cited on individual delivery orders. Generally, work will be performed at Air Force facilities. The period of performance is six years. The ordering period is a three year basic period with three one-year option periods. This was a competitive acquisition. Offers were originally solicited electronically through Federal Business Oppotunities and 26 offers were received. An obligation of $2,500 will be issued to each of the awardees utilizing fiscal 2013 operations and maintenance funds. This is not a multiyear contract. The Air Force originally awarded eight ID/IQ contracts under NETCENTS-2 Netcentric products on April 19, 2013, and awarded eight additional contracts on Aug. 26, 2013. The Air Force received nine protests as a result of the August 26, 2013, awards. On Sept. 30, 2013, the Air Force advised the General Accountability Office that in response to the protests, the Air Force would take corrective action by awarding a contract to all offerors in the competitive range. The contract awards to the contractors listed above completes that action. This makes a total of 25 contract awards. The contract ceiling for NETCENTS-2 Netcentric products is the same at $6,900,000,000 for each of the 25 contracts. NETCENTS-2 Netcentric products is one of a set of five categories of contract capabilities spanning Netcentric products, network operations and infrastructure solutions, applications services, enterprise integration and service management, and information technology professional services all included under the broader NETCENTS-2 program. Air Force Life Cycle Management Center/HICK, Maxwell Air Force Base-Gunter Annex, Ala., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Raytheon Company Space and Airborne Systems, El Segundo, Calif., has been awarded a maximum $42,765,853 firm-fixed-price contract against a basic ordering agreement for various radio parts and equipment. This contract is a sole source acquisition. Location of performance is California with a March 2016 performance completion date. Using military services are Navy and the Government of Australia. Type of appropriation is fiscal 2014 through fiscal 2016 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-11-G-003X-5004).

ARMY

URS Group Inc., Mobile, Ala. was awarded a $13,000,000 firm-fixed-price, indefinite-delivery contract for architect-engineering services for the Army Corps of Engineers, Mobile District, to support the Air Force KC-46C aircraft beddown in the continental United States. Estimated completion date is Nov. 14, 2018. Work location and funding will be determined with each order. Bids were solicited via the internet with 57 received. Army Corps of Engineers, Mobile, Ala., is the contracting agency (W91278-14-D-003).

*Small Business

Department of Defense Contracts Awarded


CONTRACTS

 

WASHINGTON HEADQUARTERS SERVICES

Institute for Defense Analysis, Alexandria, Va., is being awarded a maximum $888,757,811 five year indefinite-delivery/indefinite-quantity contract for research and analysis to the Office of the Secretary of Defense, the joint staff, combatant commands, defense agencies, joint program offices, and other users as specified in the sponsoring agreement between OSD and IDA under the Federally Funded Research and Development Center (FFRDC) contract. Work will be performed primarily in Alexandria, Va. This contract was not competitively processed because it was obtained under the FFRDC program. The estimated completion date is Sept. 30, 2018. Washington Headquarters Services, Washington, D.C., is the contracting activity (HQ0034-14-D-0001).

 

U.S. TRANSPORTATION COMMAND

AAR Airlift Group Inc., Palm Bay, Fla., is being awarded modification 32 to task order 0001, and modification 23 to task order 0002 totaling $151,582,265 to previously awarded contract HTC711-10-D-R026 to exercise option year four for rotary wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan, and is expected to be completed by Oct. 31, 2014. Funds are being obligated on monthly task order modifications. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

Columbia Helicopters Inc., Aurora, Ore., is being awarded modification 23 to task order 0002, and modification 18 to task order 0003 totaling $87,697,701 to previously awarded contract HTC711-11-D-R021 to exercise option year three for rotary wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan, and is expected to be completed by Oct. 31, 2014. Funds are being obligated on monthly task order modifications. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

Construction Helicopters Inc., Howell, Mich., is being awarded a $33,602,864 modification 18 to previously awarded task order 0002 under contract HTC711-11-D-R022 to exercise option year three for rotary wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan, andis expected to be completed by Oct. 31, 2014. Funds are being obligated on monthly task order modifications. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

 

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, Calif., has been awarded a not-to-exceed $27,607,349 undefinitized contract action delivery order (0113) for an existing basic ordering agreement (FA8620-10-G-3038) for France’s MQ-9 UAS Contractor Logistics Support Phase I program. Work will be performed in Poway, Calif., and is expected to be completed by Oct. 31, 2014. This award is the result of a sole-source acquisition. This requirement is 100 percent foreign military sales for the Government of France. Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Cubic Defense Applications Inc., San Diego, Calif., has been awarded a 24,999,949 firm-fixed-price contract for foreign military sales P5Combat Training System (P5CTS), combined hardware buy. Contractor will provide (P5CTS) hardware to provide an instrumented training capability that increases, maintains, and assesses combat proficiency in the following mission areas: counter air, close air support, strategic attack, air interdiction, and electronic combat. Work will be performed at San Diego, Calif., and Fort Walton Beach, Fla., and is expected to be complete by July 20, 2015. This award is a result of a sole-source acquisition. This award is for the governments of Singapore, Morocco, Oman and Saudi Arabia under the FMS program. Air Force Life Cycle Management Center/EBYK, Eglin Air Force Base, Fla., is the contracting activity (FA8678-14-C-0046).

L3 Communications Corp., Systems Field Support, Madison Miss., has been awarded an estimated $22,049,546 modification (P00025) to exercise option year three of the firm-fixed-price and cost-reimbursement contract (FA8106-11-D-0002) for C-12 contractor logistics support. Work will be performed worldwide at 19 sites to support C-12 aircraft for Pacific Air Forces, Air Force Material Command, Defense Intelligence Agency and Defense Security Cooperation Agency, consisting of maintenance, repair and support functions. The work is expected to be performed for one year, until Oct. 31, 2014. Funding is 85% fiscal 2014 operations and maintenance, aircraft procurement and research and development funds, and 15% foreign military sales funds. Air Force Life Cycle Management Center/WLKLC, Tinker Air Force Base, Okla., is the contracting activity.

 

ARMY

Truetech, Inc., Riverhead, N.Y., was awarded a $17,912,955 firm-fixed-price, indefinite-delivery/indefinite-quantity, multi-year contract for the procurement of M8 chemical paper and M9 chemical paper. The M8 chemical paper is used to detect the presence of liquid chemical agents while M9 chemical paper is used by ground forces and is placed on personnel and equipment to identify the presence of liquid chemical agent aerosols. Work location and funding will be determined by each order, with an estimated completion date of Nov. 1, 2018. Bids were solicited via the Internet with one received. Army Contracting Command, Warren, Mich., is the contracting agency (W56HZV-14-D-0011).

Nauset Construction Corp., Needham, Mass., was awarded a $20,521,858 firm-fixed-price contract to construct a new Unit Training Equipment Site and demolish the old facility and controlled humidity shelter in two separate phases for the Massachusetts National Guard. Work location is Buzzards’ Bay, Mass., with an estimated completion date of Sept. 17, 2015. Fiscal 2013 military construction funds in the amount of $20,521,858 are being obligated on award. Bids were solicited via the Internet with seven received. The National Guard Bureau Milford, Mass., is the contracting agency (W912SV-13-C-0007).

Leo Daly, Atlanta, Ga., (W912DY-14-D-0009); HDR, Charlotte, N.C., (W912DY-14-D-0010); and Ewing Cole, Philadelphia, Pa., (W912DY-14-D-0011) were awarded a $25,000,000 firm-fixed-price, multiple-award contract to provide continued architect-engineer design services in support of the Medical Repair and Renewal program. Work location and funding will be determined by each order, with an estimated completion date of Oct. 31, 2014. Bids were solicited via the Internet, with 36 received. Army Corps of Engineers, Huntsville, Ala. is the contracting agency.

 

NAVY

PAE Applied Technologies LLC, Fort Worth, Texas, is being awarded a $23,246,532 modification to previously awarded cost-plus-fixed-fee level of effort contract (N00421-13-C-0007) to exercise an option for range engineering, operations and maintenance services in support of the Naval Air Warfare Center Aircraft Divisions’ Atlantic Test Range and Atlantic Targets and Marine Operations Division. The estimated level of effort is 270,215 man-hours. Work will be performed in Patuxent River, Md., and is expected to be completed in February 2014. Navy working capital funds in the amount of $5,984,310 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 Aircraft Division, Patuxent River, Md., is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

Labatt Food Service, San Antonio, Texas, has been awarded a maximum $18,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor full line food distribution. This is a one-year base contract. This contract is a sole-source acquisition. Location of performance is Texas with a Nov. 8, 2014 performance completion date. Using military services are Army, Air Force, 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., (SPM300-14-D-3715).

* Small business