Quantcast
Channel: Defense-Technology News
Viewing all 740 articles
Browse latest View live

DTN News - PICTURES OF THE DAY: IT'S THURSDAY

$
0
0
DTN News - PICTURES OF THE DAY: IT'S THURSDAY
Source: DTN News - - This article compiled by K. V. Seth from reliable sources Pictures of The Day
(NSI News Source Info) TORONTO, Canada - September 25, 2014IT'S THURSDAY

THURSDAY
THURSDAY
THURSDAY
THURSDAY


Have A Beautiful Thursday To All

DTN News Friends

*Link for This article compiled by K. V. Seth from reliable sources Pictures of The Day
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS















































DTN News: U.S. Department of Defense Contracts Dated September 25, 2014

$
0
0
DTN News: U.S. Department of Defense Contracts Dated September 25, 2014
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-185-14 September 25, 2014
(NSI News Source Info) TORONTO, Canada - September 25, 2014: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 25, 2014 are undermentioned;

CONTRACTS
 
ARMY
 
Garco Construction, Inc., Spokane, Washington, was awarded a $48,343,250 firm-fixed-price contract for a lower granite juvenile fish facility, phase 1a, a stand-alone construction project that daylights the juvenile fish transportation piping from the dam to the juvenile fish facility, currently below ground, to above ground. Work will be performed in Pomeroy, Washington, with an estimated completion date of March 1, 2017. Bids were solicited via the Internet, with three received. Fiscal 2014 other funds in the amount of $48,343,250 are being obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla District, Walla Walla, Washington, is the contracting activity (W912EF-14-C-0024).

Northrop Grumman Systems Corporation, Linthicum Heights, Maryland, was awarded $46,585,657 for a cost-plus-fixed-fee, indefinite-delivery/indefinite-quality contract for the procurement of system support functions. This includes product support management; engineering and software support; maintenance planning and management; and field service support. Work and funding will be determined with each order, with an estimated completion date of Sept. 24, 2017. Bids were solicited with one received. Army Contracting Command, Aberdeen Division C, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-14-D-0004).

Senate Builders & Construction Managers Inc., East Norriton, Pennsylvania, was awarded a $31,939,555 firm-fixed-price contract to construct an eastern Army National Guard aviation training site aircraft maintenance instructional facility. Work will be performed in Annville, Pennsylvania, with an estimated completion date of April 22, 2016. Bids were solicited via the Internet, with two received. Fiscal 2010 military construction funds in the amount of $31,939,555 are being obligated at the time of the award. Army National Guard Bureau - Pennsylvania, Annville, Pennsylvania, is the contracting activity (W912KC-14-C-0006).

Research and Engineering Development, LLC,* Lexington Park, Maryland, was awarded a $28,058,391 cost-plus-fixed-fee contract for research and development for an intelligence surveillance and reconnaissance framework for industrial sector collaboration. Work and funding will be determined with each order, with an estimated completion date of Sept. 25, 2019. Bids were solicited via the Internet, with one received. Army Contracting Command, Adelphi Division, Adelphi, Maryland, is the contracting activity (W911QX-14-D-0028).

Silicon Graphics Federal, LLC, Annapolis Junction, Maryland, was awarded a $27,340,000 modification (P0001) to firm-fixed-price contract W912DY-13-G-0025 to acquire balanced, commercially-available, production-grade, high-performance computing systems which contain an appropriate combination of processor, memory, disk input/output, interconnect, and operating system capabilities to conduct complex, tightly-coupled, large-scale, scientific calculations at the Engineer Research and Development Center’s Defense Super-Computing Resource Center. Fiscal 2014 other procurement (Army) funds in the amount of $27,340,000 were obligated at the time of the award. Estimated completion date is April 23, 2015. Work will be performed at Vicksburg, Mississippi. U.S. Army Corps of Engineers, Engineer Support Center, Huntsville, Alabama, is the contracting activity.

Cray, Seattle, Washington, was awarded a $26,840,000 modification (P0005) to firm-fixed-price contract W912DY-13-G-0022 to acquire balanced, commercially-available, production-grade, high-performance computing systems which contain an appropriate combination of processor, memory, disk input/output, interconnect, and operating system capabilities to conduct complex, tightly-coupled, large-scale, scientific calculations at the Army Research Laboratory’s Defense Super-Computing Resource Center. Fiscal 2014 other procurement (Army) funds in the amount of $26,840,000 were obligated at the time of the award. Estimated completion date is April 23, 2015. Work will be performed at Aberdeen Proving Ground, Maryland. U.S. Army Corps of Engineers, Engineer Support Center, Huntsville, Alabama, is the contracting activity.

Leidos, Inc., Reston, Virginia, was awarded a $13,848,212 modification (P00015) to cost-plus-fixed-fee contract W909MY-12-C-0046 to extend services for the Night Eagle counter-improvised explosive device detection system operating in Afghanistan. Services include logistics, hardware/software maintenance, flight operations, and the associated facility and system support. Fiscal 2014 operations and maintenance (Army) funds in the amount of $13,848,212 were obligated at the time of the award. Work will be performed in Afghanistan; United Arab Emirates; Germany; Reston, Virginia; Las Vegas, Nevada; San Diego, California; Santa Rosa, California; Silver Springs, Maryland; Princeton, New Jersey; and Bridgewater, Virginia, with an estimated completion date of Dec. 25, 2015. Army Contracting Command, Fort Belvoir Division, Alexandria, Virginia, is the contracting activity.

Elbit Fort Worth, Fort Worth, Texas, was awarded a $12,690,012 modification (P00010) to firm-fixed-price contract W58RGZ-12-C-0164 to exercise option one for Apache aviator integrated helmets, 300 each. Fiscal 2014 other funds in the amount of $10,041,601, and fiscal 2013 other funds in the amount of $3,400,000, were obligated at the time of the award. Estimated completion date is Sept. 30, 2016. Work will be performed at Fort Worth, Texas. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.

Norfolk Dredging Co., Chesapeake, Virginia, was awarded an $11,787,279 firm-fixed-price contract for maintenance dredging of the inland waterway Delaware River to Chesapeake Bay, Delaware and Maryland. Work will be performed in Maryland with an estimated completion date of Feb. 10, 2015. Fiscal 2014 operations and maintenance (Army) funds in the amount of $11,787,279 are being obligated at award. This was a competitive acquisition, and three offers were received. The U.S. Army Corps of Engineers – Philadelphia District, Pennsylvania is the contracting activity (W912BU-14-C-0033).

Honeywell International, Inc., Phoenix, Arizona, was awarded an $11,497,047 modification (P00018) to firm-fixed-price contract W56HZV-12-C-0344 for modification to the total integrated engine revitalization contract for hardware to meet the Anniston Army Depot production schedule and field repair site demand requirements. Fiscal 2014 other funds in the amount of $11,497,047 were obligated at the time of the award. Work will be performed in Phoenix, Arizona, with an estimated completion date of Dec. 31, 2015. Army Contracting Command, Tank and Automotive, Warren, Michigan, is the contracting activity.

S & E Services,* Edison, New Jersey, was awarded $11,087,000 for a firm-fixed-price contract for a full facility restoration of an organizational maintenance shop and area maintenance service activity facility, Fort Totten. Fiscal 2014 operations and maintenance (Army) funds in the amount of $11,087,000 were obligated at the time of the award. Work will be performed in Fort Totten, New York, with an estimated completion date of March 18, 2016. Bids were solicited via the Internet, with three received. U.S. Army Corps of Engineers, Louisville District, Louisville, Kentucky, is the contracting activity (W912QR-14-C-0039).

Brainscope Company, Inc.,* Bethesda, Maryland, was awarded $9,938,953 for a firm-fixed-price contract for research and development on the brain functions assessment of mild traumatic brain injury, from initial injury to rehabilitation and treatment. Fiscal 2013 research, development, test and evaluation (Army) funds in the amount of $6,108,300 were obligated at the time of the award. Work will be performed in Bethesda, Maryland, with an estimated completion date of Sept. 24, 2017. Bids were solicited via the Internet, with one received. Army Contracting Command, Natick Division, Natick, Massachusetts, is the contracting activity (W911QY-14-C-0098).

Robotic Research, LLC,* Gaithersburg, Maryland, was awarded $9,611,149 for a firm-fixed-price contract for design and development of mapping, investigating, navigation, and targeting using advanced robotics architecture and system technology. Fiscal 2014 research, development, test and evaluation (Army) funds in the amount of $290,657 were obligated at the time of the award. Work will be performed in Gaithersburg, Maryland, with an estimated completion date of Sept. 30, 2019. Bids were solicited with one received. Army Contracting Command, Picatinny Arsenal, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-14-C-0045).

Northrop Grumman, Huntsville, Alabama, was awarded a $9,286,000 modification (P00111) to cost-plus-incentive-fee contract W31P4Q-08-C-0418 to allow for continuation of effort under contract line item number 0006 under the Integrated Air and Missile Defense program for software and hardware components to highlight critical capabilities tied to objectives established by war-fighters. Fiscal 2014 research, development, test and evaluation funds in the amount of $9,286,000 were obligated at the time of the award. Estimated completion date is Sept. 25, 2014. Work will be performed at Huntsville, Alabama. Army Contracting Command, Redstone Arsenal (Missile), Redstone Arsenal, Alabama, is the contracting activity.

Lions Services, Charlotte, North Carolina, was awarded an $8,882,887 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with National Institute for the Blind in accordance with Federal Acquisition Regulations part 8 for improved H-Nape retention systems. Work and funding will be determined with each order, with an estimated completion date of Sept. 24, 2017. Bids were solicited with one received. Army Contracting Command, Aberdeen, Maryland is the contracting activity (W91CRB-14-D-0015).

Manufacturing Engineering Systems, Inc., Rockville, Maryland, was awarded an $8,683,871 modification (P00002) to firm-fixed-price contract W9124J-13-C-0032 to provide non-personal support services to assist Army continuing education systems with adult education. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,683,871 were obligated at the time of the award. Work will be performed in Fort Sam Houston, Texas, with an estimated completion date of Sept. 28, 2015. Army Contracting Command, Fort Sam Houston (Center), Fort Sam Houston, Texas, is the contracting activity.

Microsoft Corporation, Redmond, Washington, was awarded a $7,572,520 firm-fixed-price contract to provide non-personal Microsoft consulting services for various functions. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,572,520 were obligated at the time of the award. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of Sept. 27, 2015. Bids were solicited with one received. Army Contracting Command, Fort Huachuca, Arizona is the contracting activity (W91RUS-14-C-0035).


Gradient Technology,* Elk River, Minnesota, was awarded a $7,120,000 firm-fixed-price contract for demilitarization and disposal of 1,468,896 pounds of bulk explosive D. Work will be performed in Crane, Indiana, with an estimated completion date of Feb. 28, 2018. Bids were solicited via the Internet, with one received. Fiscal 2014 other funds in the amount of $7,120,000 are being obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-14-C-0074).

Seed Joint Venture,* Chicago, Illinois, was awarded a $7,110,338 modification (P00002) to firm-fixed-price contract W911SA-12-D-0014 to exercise option year two of an indefinite-delivery/indefinite-quantity contract that constructs range buildings and facilities at Fort McCoy, Wisconsin. Funding and performance locations will be determined with each order. Estimated completion date is Sept. 25, 2015. Army Contracting Command, Fort McCoy (North), Fort McCoy, Wisconsin, is the contracting activity.

Integrity Applications, Inc., Chantilly, Virginia, was awarded a $6,825,715 modification (P00007) to cost-plus-fixed-fee contract W911QX-13-C-0143 to advance the start of data collection and processing through the use of multi-sensor data aggregation, advanced exploitation, and data fusion. Fiscal 2014 research, development, test and evaluation (Army) funds in the amount of $5,110,335 were obligated at the time of the award. Work will be performed in Chantilly, Virginia, with an estimated completion date of June 18, 2016. Army Contracting Command, Adelphi Division, Adelphi, Maryland is the contracting activity.

Lobar Associates, Dillsburg, Pennsylvania, was awarded a $6,650,700 firm-fixed-price contract for construction of an Air National Guard combined communications, operations and training facility. Work will be performed in Annville, Pennsylvania, with an estimated completion date of Oct. 15, 2015. Bids were solicited via the Internet, with seven received. Fiscal 2014 military construction funds in the amount of $6,650,700 are being obligated at the time of the award. Army National Guard Bureau - Pennsylvania, Annville, Pennsylvania, is the contracting activity (W912KC-14-C-0008).

NAVY
 
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $331,408,457 cost-plus-fixed-fee modification to a previously awarded advance acquisition contract (N00019-13-C-0008) for the procurement of production non-recurring items, including special tooling, special test equipment items and software lab upgrades in support of F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Marine Corps, U.S. Air Force, U.S. Navy, international partners, and foreign military sales. Work will be performed in Fort Worth, Texas (32 percent); Nashua, New Hampshire (12 percent); Orlando, Florida (11 percent); El Segundo, California (11 percent); San Diego, California (10 percent); Cameri, Italy (6 percent); Palmdale, California (5 percent); Samlesbury, United Kingdom (3 percent); Irvine, California (2 percent); Baltimore, Maryland (2 percent); Cheltenham, United Kingdom (2 percent); East Aurora, New York (2 percent); and Marietta, Georgia (2 percent). Work is expected to be completed in December 2017. Fiscal 2014 aircraft procurement (Navy, Air Force, and Marine Corps), and international partner and foreign military sales funds in the amount of $331,408,457, are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Air Force ($112,965,518; 34 percent); U.S. Navy ($56,482,759; 17 percent); the U.S. Marine Corps ($56,482,759; 17 percent); international partners ($61,038,399; 19 percent); and foreign military sales ($44,439,022; 13 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority.

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $310,771,700 modification to previously awarded contract (N00024-14-C-2104) for additional design agent, planning yard, engineering and technical support for active nuclear submarines. The efforts provide for drawings and related technical data; design change documentation; logistics technical data; configuration management; hull, mechanical and electrical engineering; submarine safety design review; non-propulsion plant electrical system engineering; propulsion plant engineering; maintenance engineering; refit/availability technical support; on-site support; configuration change program design and installation support; configuration change program material support; submarine technical trade support; training and facility support; research, development, test and evaluation program support; research and development submarine/submersibles support; miscellaneous special studies; temporary alteration support; modernization of submarine/submersible systems/subsystems; and affordability/cost reduction technical support. Work will be performed in Groton, Connecticut (73 percent); Bangor, Washington (9 percent); Norfolk, Virginia (6 percent); Newport, Rhode Island (4 percent); Quonset, Rhode Island (3 percent); Kings Bay, Georgia (3 percent); and Pearl Harbor, Hawaii (2 percent), and is expected to be completed by September 2016. Fiscal 2014 other procurement (Navy); fiscal 2014 shipbuilding and conversion (Navy); and fiscal 2014 research, development, test and evaluation contract funds in the amount of $10,072,448 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Oshkosh Corp., Oshkosh, Wisconsin, is being awarded a maximum $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for six test assets, 495 modernized extended boom forklifts, 100 armored cabs and replacement parts. All work will be performed in Oshkosh, Wisconsin, and is expected to be completed in September 2019. Fiscal 2012 procurement (Marine Corps) funds in the amount of $4,988,101 will be obligated under delivery order 0001 at the time of award, and will expire at the end of the current fiscal year. Additional funds will be obligated on delivery orders as they are issued. This contract was competitively procured via the Federal Business Opportunities website, with four proposals received. The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-14-D-5011).

Korte Construction Co., St. Louis, Missouri, is being awarded a $48,341,795 firm-fixed-price contract for construction of a new 200 guest-room Navy Gateway Inns and Suites hotel at Naval Station Newport. This project also includes the construction of a parking area for 150 cars to be located on the adjacent Lawrence Field. This new facility shall be the Naval Station Newport Central Lodging facility, serving as the main check-in point for all base lodging. This building will also accommodate the majority of administrative, staff training, maintenance and guest services functions, including a commercial laundry facility. Work will be performed in Newport, Rhode Island, and is expected to be completed by October 2016. Fiscal 2014 non-appropriated funds contract funds in the amount of $48,341,795 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-5226).

CNMS, a joint venture, Honolulu, Hawaii, is being awarded $42,041,500 for firm-fixed-price task order HC03 under a previously awarded multiple award construction contract (N62742-10-D-1306) for design and repair of Headquarters Pacific Air Forces, Building 1102 at Joint Base Pearl Harbor-Hickam. The work to be performed provides for demolition, abatement, and replacement of aging mechanical, electrical, plumbing and communications infrastructure. It also includes construction of new architectural office layout, circulation hallways/egress paths, and restrooms fitted with new interior finishes, fixtures and equipment consistent with the approved building standards. In addition, new fire alarm and fire suppression systems will be installed along with automated access control and intrusion detection systems. The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $42,879,800. Work will be performed in Oahu, Hawaii, and is expected to be completed by October 2017. Fiscal 2014 operations and maintenance (Air Force and Navy) contract funds in the amount of $42,041,500 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Goodrich Corp., Jacksonville, Florida, is being awarded a $39,820,000 firm-fixed-price and cost type, indefinite-delivery/indefinite-quantity contract for manufacture of sonar dome rubber windows (SDRW), sonar composite domes (SCD), shipping installation fixtures, transportation installation fixtures, engineering and field services, inspection and repairs, and SCD production cell set-up and breakdown. SDRWs are bow-mounted equipment on all CG47 and DDG51 class ships. SCDs are keel-mounted equipment on FFG-7 class ships. Both the SDRW and the SCD provide an acoustically transparent housing for the sonar transducer array. Items purchased under this contract will provide the U.S. Navy and foreign military sales with replacement spares. This procurement combines purchases for the U.S. Navy (63 percent), and the governments of Japan (13 percent), Poland (8 percent), Taiwan (8 percent) and Spain (8 percent) under the foreign military sales program. Fiscal 2013 and 2014 shipbuilding and conversion (Navy), and fiscal 2014 other procurement (Navy) funding in the amount of $6,629,760, 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 FAR 6.302-1(a)(2) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-GP57).

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is being awarded a $37,667,818 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0074) to procure 241 advanced threat warning sensors in support of the AN/AAQ-24(V)25 Missile Warning System. Work will be performed in Rolling Meadows, Illinois (50 percent); Goleta, California (26 percent); Tulsa, Oklahoma (11 percent); Columbia, Maryland (3 percent); Saxonburg, Pennsylvania (2 percent); and various United States locations (8 percent), and is expected to be completed in October 2016. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $37,667,818 are being obligated at the time of this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $35,274,734 modification to previously awarded cost-plus-award-fee, incentive-fee contract (N00024-11-C-4408) for USS Pinckney (DDG 91) fiscal 2014 dry-docking selected restricted availability(DSRA). A DSRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by September 2015. Fiscal 2014 operations and maintenance (Navy), and working capital funds in the amount of $35,274,734, will be obligated at time of award. Funds in the amount of $32,021,113 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Clark Energy Group LLC, Arlington, Virginia, is being awarded a $27,921,049 firm-fixed-price energy savings performance contract for the Naval Air Station Patuxent River Webster Outlying Field. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, and incidental engineering and other items necessary to provide energy conservation measures (ECMs) at 71 buildings at Webster Outlying Field. Memorandum of Agreement was signed between NAVFAC Washington and Naval Air Warfare Center Aircraft Division supporting a 22.7 year partnership, implementing five ECMs and guaranteeing 452,144 MBTUs (one thousand British Thermal Units) total energy savings over the performance period. This effort will reduce the annual energy consumption by 38 percent at Webster Outlying Field, and 2 percent across the entire Naval Air Station Patuxent River installation. Work will be performed in St. Inigoes, Maryland, and is expected to be completed by June 2036. Fiscal 2014 operations and maintenance (Navy), fiscal 2014 Navy working capital funds, and fiscal 2015 operations and maintenance (Navy) (subject to availability) contract funds in the amount of $656,000, are obligated on this award as a one-time payment, of which $500,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 16 proposals received. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-14-F-0362).

Fluor Federal Solutions, LLC, Greenville, South Carolina, is being awarded a $27,209,971 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-07-D-0770) to exercise option three for base operations support services at Naval Air Station Pensacola, and the surrounding areas of Saufley Field, Corry Station, and Bronson Field. The work to be performed provides for all management, supervision, labor, equipment, materials, supplies, and tools necessary to perform facilities management, facilities investment, facility maintenance services (non-family housing), pest control, utility plant and distribution system operations and maintenance (chiller, electrical, gas, wastewater, steam and water), environmental services, centrally managed safety services, and base support vehicles and equipment. The total contract amount, after exercise of this option, will be $199,704,743. Work will be performed in Pensacola, Florida, and work is expected to be completed September 2015. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

The Boeing Co., Seattle, Washington, is being awarded a $26,696,492 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) to conduct retrofit services on the Data Storage Architecture Update in support of the Low Rate Initial Production Lot I, II, and III of the P-8A Multi-Mission Maritime aircraft. Work will be performed in Jacksonville, Florida, and is expected to be completed in September 2016. Fiscal 2012 aircraft procurement (Navy) funds in the amount of $9,828,138 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Maryland, is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $24,000,000 for firm-fixed-price delivery order 0092 against a previously issued Basic Ordering Agreement (N00019-12-G-0006) to upgrade the MV-22 Consolidated V-22 Electronics Maintenance Trainer, V-22 Sponson Part Task Trainer, V-22 Aircraft Maintenance Trainer, and Power Plants Training Article Trainers to the Block C configuration. The upgrades will maintain concurrency with production aircraft in support of the V-22 aircraft for the U.S. Navy. Work will be performed in Philadelphia, Pennsylvania (35 percent); Fort Worth, Texas (34 percent); St. Louis, Missouri (14 percent); Ozark, Alabama (11 percent); Jacksonville, North Carolina (5 percent); and Mesa, Arizona (1 percent), and is expected to be completed in December 2016. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $24,000,000 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, Maryland, is the contracting activity.

Appleton Marine Inc., Appleton, Wisconsin, is being awarded a $22,374,985 indefinite-delivery/indefinite-quantity contract, incorporating firm-fixed-price and cost-plus-fixed-fee line items, for the provision of slewing arm davits (SLADs) to be installed onboard various U.S. Navy vessels. SLADs are utilized on U.S. Navy vessels to raise and lower smaller watercraft to and from the ship’s deck. The SLADs procured by the subject contract are in accordance with Navy design specifications, with all davits being built to Navy drawings. This contract will provide materials, supplies, equipment, and services needed to manufacture, install and maintain SLADs for the fleet over the next five years. Work will be performed in Appleton, Wisconsin, and is expected to completed by October 2019. Fiscal 2014 operations and maintenance (Navy), and fiscal 2014 other procurement (Navy) funding in the amount of $2,180,000, will be obligated at time of award. Contract funds in the amount of $1,300,000 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pennsylvania, is the contracting activity (N65540-14-D-0021).

Global Technical Systems Inc.,* Virginia Beach, Virginia, is being awarded a $22,204,809 firm-fixed-price, cost-plus-fixed-fee and cost-only contract for production of the Battle Force Tactical Training (BFTT) hardware and associated engineering services. The BFTT T46D system is a rack-based console providing high fidelity Combat System Element training, encompassing individual watch-station training, within the lifelines unit-level training, integrated warfare commander training, strike group training and coalition/joint training. This contract will provide for the production, testing and delivery of BFTT T46D systems, spares and associated engineering services. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by September 2017. Fiscal 2014 other procurement (Navy) contract funds in the amount of $1,219,992 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with eight offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-5110).

General Dynamics, NASSCO Earl Industries, Portsmouth, Virginia, is being awarded a $14,478,332 modification to previously awarded contract N00024-11-C-4303 for USS Harry S Truman (CVN 75) fiscal 2015 planned incremental availability (PIA). The PIA consists of 82 work items consisting of repair/replace/preserve/install/clean in nature. This availability will accomplish seven ship alterations. Work will be performed in Norfolk, Virginia, and is expected to be completed by May 2015. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $13,217,414 will be obligated at time of award, and will expire at the end of the current fiscal year. The Norfolk Ship Support Activity, Norfolk, Virginia, is the contracting activity.

Huntington Ingalls Industries Inc., Newport News, Virginia, is being awarded $11,472,139 for modification 0001 under previously issued cost-plus-fixed-fee, level-of-effort Basic Ordering Agreement (N00024-14-G-4301) for Norfolk Naval Shipyard nuclear-related trade labor support for maintenance and repair availabilities on USS Albany (SSN 753) and USS Maryland (SSBN 738). This scope of work encompasses specific nuclear-related work repairs on specialized areas. This nuclear-related effort requires trade labor that is trained, qualified, and authorized to perform maintenance on secondary propulsion plant systems. These required maintenance activities are necessary to maintain full, unrestricted operation of these submarines. Work will be performed in Portsmouth, Virginia, and is expected to be completed by September 2015. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $11,472,139 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 Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $9,983,922 for firm-fixed-price delivery order 0026 against a previously issued Basic Ordering Agreement (N00019-12-G-0006) for upgrades to 13 Marine Corps MV-22 training devices to the MV-22 Block C-2.01 configuration. Work will be performed in New River, North Carolina (86 percent), and Miramar, California (14 percent), and is expected to be completed in September 2016. Fiscal 2013 aircraft procurement (Navy) funds in the amount of $9,983,922 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity.

Diversified Service Contracting Inc.,* Dunn, North Carolina, is being awarded a $9,896,047 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-11-D-3020) to exercise option three for base operating support at the Naval Air Station, Patuxent River. The work to be performed provides for all management supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include, but not limited to, providing janitorial services, grounds maintenance services, base support vehicles and equipment, street sweeping/snow removal services, and pest control services. The total contract amount after exercise of this option will be $35,830,508. Work will be performed in Patuxent River, Maryland, and work is expected to be completed September 2015. Fiscal 2015 operations and maintenance (Navy), and fiscal 2015 Navy working capital funds contract funds in the amount $8,855,246, are being obligated on this award and are subject to the availability of funds for next fiscal year. The Naval Facilities Engineering Command, Patuxent River, Maryland, is the contracting activity.

Foster Miller, Waltham, Massachusetts, is being awarded a $9,420,522 firm-fixed price, indefinite-delivery/indefinite-quantity contract for the Man Transportable Robotic System MK2 production, depot level repair parts, spares kits, approved accessories, consumable parts, reconditioning, conversion, engineering enhancements and configuration management. Work will be performed in Waltham, Massachusetts, and is expected to be completed by September 2017. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $252,186 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 in accordance with FAR 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-14-D-0026).

AIR FORCE

Riverside Research Institute, New York, New York, has been awarded a $40,000,000 cost-plus fixed-fee, indefinite-delivery/indefinite-quantity contract for research and development in antenna and electromagnetic technology. Contractor will conduct basic, applied and advanced research and development to advance antenna, electromagnetic and plasma physics technologies that contribute to Global Integrated ISR, air/space superiority, global precision attack, hypersonic and special operations. Work will be performed at Wright-Patterson Air Force Base and Riverside Research Institute in Dayton, Ohio, and is expected to be completed by Sept. 30, 2022. This award is the result of a competitive acquisition, with six offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $1,808,541 are being obligated for task order 00001, and $1,574,752 are being obligated for task order 00002, at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-1725).

CAE USA, Inc., Tampa, Florida, has been awarded a $29,286,411 modification (P00061) to previously awarded contract FA8223-10-C-0013 for support of the KC-135 aircrew training system. This modification exercises the fifth program year options to provide total acquisition and support for all KC-135 training devices to include upgrades and configuration management of current training systems hardware/software development, and on-site and on-call maintenance for aircrew training devices. Work will be performed at multiple locations primarily including Altus Air Force Base, Oklahoma; Fairchild Air Force Base, Washington; Grissom Air Reserve Base, Indiana; Hickam Air Force Base, Hawaii; Kadena Air Base, Japan; MacDill Air Force Base, Florida; March Air Force Base, California; McConnell Air Force Base, Kansas; Mildenhall Air Base, United Kingdom; Milwaukee Air National Guard Base, Wisconsin; Pease Air Force Base, New Hampshire; Scott Air Force Base, Illinois; and Seymour-Johnson Air Force Base, North Carolina, and is expected to be completed by Sept. 30, 2015. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8223-10-C-0013).

Harris Information Technology Services, Herndon, Virginia, has been awarded a $26,792,414 option (P00142) to previously awarded contract FA2550-08-C-8011. Contractor will provide operations, maintenance and logistics support of the Air Force Satellite Control Network antenna sites world-wide, as well as various communications, operations, software and related support services to the 50th Space Wing, Schriever Air Force Base, Colorado, at the 50th Space Wing's geographically separated units in the United States and foreign locations. Work will be performed at Schriever Air Force Base, Colorado; Ellison Onizuka Satellite Operations Facility and Vandenberg Tracking Station, Vandenberg Air Force Base, California; Diego Garcia Station, Diego Garcia, British Indian Ocean Territory; Guam Tracking Station, Andersen Air Force Base, Guam; Hawaii Tracking Station, Kaena Point, Hawaii; New Boston Air Force Station, New Hampshire; Eastern Vehicle Checkout Facility, Cape Canaveral Air Force Station, Florida; and Thule Tracking Station, Thule Air Base, Greenland work is expected to be completed by March 30, 2015. No funds are being obligated at the time of award. The 50th Contracting Squadron, Schriever Air Force Base, Colorado, is the contracting activity (FA2550-08-C-8011).


Portico Services, Manassas, Virginia, has been awarded an $18,644,270 firm-fixed-price contract for repair of powerhouse generators. Contractor will provide all labor, equipment, tools and materials necessary to replace four of the existing five generators of various sizes, and installing four 2420kW Prime Duty, low RPM generators modified/derated to run on JP-8 fuel. Work will be performed at Ascension Auxiliary Airfield, Ascension Island, and is expected to be completed by June 29, 2016. This award is the result of a sole-source, 8a Alaskan Native Corporation acquisition. Fiscal 2014 operations and maintenance funds in the amount of $18,644,270 will be obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-14-C-0086).

InDyne, Inc., Reston, Virginia, has been awarded a $16,734,098 option (P00527) to previously awarded contract F04684-03-C-0050. The contractor will provide operations and maintenance support services, training, command, control, communications, information and computer systems services, testing, modification and installation of communications, electronic and security systems at launch facilities, launch control centers and test facilities for the 30th Space Wing. Work will be performed at Vandenberg Air Force Base, California, and is expected to be completed by Dec. 31, 2014. Fiscal 2015 operations and maintenance funds in the amount of $5,578,032 are being obligated when available. The 30th Contracting Squadron, Vandenberg Air Force Base, California, is the contracting activity.

Raytheon Missiles Systems, Tucson, Arizona, has been awarded a $15,057,012 modification (P00015) to previously awarded contract FA8675-12-C-0040 for the Advanced Electronic Protection Improvement program. Contractor will provide a schedule extension of the AEPI contract for design, development, integration, test and implementation of performance enhancements to the AIM-120C-7 missile. Work will be performed at Tucson, Arizona, and is expected to be completed by May 1, 2017. Fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $2,687,800 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Raytheon Co., Tucson, Arizona, has been awarded a $12,872,815 modification (P00030) to previously awarded contract FA8675-13-C-0003 for Advanced Medium-Range Air-to-Air Missile production lot 27. This contract is for Life-of-Type-Buy parts for AMRAAM contract line item number 6020 being produced under the basic contract. Work will be performed at Tucson, Arizona, and is expected to be completed by Sept. 22, 2015. This contract involves foreign military sales. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

NEXGEN Communications LLC, Dulles, Virginia, has been awarded a $10,740,878 cost-plus-fixed-fee contract for hardware and software. Contractor will develop application-specific integrated circuit and radio frequency integrated circuit technologies to support the radio frequency and signal processing requirements of the Defense Advanced Research Projects Agency’s Communications in Contested Environments program. Work will be performed at Dulles, Virginia; Mount Prospect, Illinois; and Tampa, Florida, and is expected to be completed by April 14, 2016. This award is the result of a competitive acquisition, with 29 offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $6,548,102 are being obligated at the time of award. Air Force Research Laboratory, Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-14-C-0214).

Exelis-Night Vision and Communications Solutions, Fort Wayne, Indiana, has been awarded a $10,344,841 supply contract for design updates, production and delivery of the Data Storage Service Life Extension Program for the Strategic Automated Command and Control System. Work will be performed at Fort Wayne, Indiana, and is expected to be completed by May 2, 2016. This award is the result of a sole-source acquisition. Fiscal 2012 other procurement funds in the amount of $10,344,841 are being obligated at the time of award. Air Force Nuclear Weapon Center, Hill Air Force Base, Utah, is the contracting activity (FA8204-14-C-0023).


Facilitec, Inc., St. Louis, Missouri, has been awarded an indefinite-delivery/indefinite-quantity contract, not-to-exceed $9,500,000, to provide panel systems and modular furniture for Headquarters Air Mobility Command facilities at Scott Air Force Base, Illinois. Work will be performed at Scott Air Force Base, Illinois, with an expected completion date of Sept. 22, 2018. Fiscal 2014 certified funds in the amount of $1,731,582 are being obligated at the time of award. This award was a competitive acquisition and four offers were received. The 375th Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity (FA4407-14-D-0022).

Northrop Grumman, El Segundo, California, has been awarded a $7,297,827 cost-type-fixed-fee contract for research and development of System of Systems Integration Technology and Experimentation-Technical Area 1. This contract provides for development and demonstration of System of Systems architectures. Work will be performed at El Segundo, California, with an expected completion date of Dec. 30, 2016. Fiscal 2014 research, development, test and evaluation funds in the amount of $2,350,355 are being obligated at the time of award. This contract was a competitive acquisition and 19 offers were received. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-C-7433).

DEFENSE COMMISSARY AGENCY

Hoar Construction, LLC, Birmingham, Alabama, is being awarded a $36,994,465.00 firm-fixed-price contract to construct a new commissary facility, renovate the Navy Exchange, and upgrade pharmacy joint projects at Naval Air Station Jacksonville, Florida. Work will be performed in Jacksonville, Florida, with an estimated completion date of October 2016. This was a competitive acquisition, and five offers were received. Fiscal 2014 defense commissary surcharge funds in the amount of $36,994,465 are being obligated at award. The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio-Lackland, Texas (HDEC03-14-C-0003).

DEFENSE LOGISTICS AGENCY

Gentex Corporation, Carbondale, Pennsylvania, has been awarded a maximum $11,346,457 firm-fixed-price, requirements type contract for the procurement of aircrew integrated helmet systems component parts. This contract was a competitive acquisition, and one offer was received. This is a one-year base contract with four one-year option periods. Location of performance is Pennsylvania, with a Sept. 30, 2015, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-14-D-1078).

MISSILE DEFENSE AGENCY
 
Lockheed Martin Corp., Missiles and Fire Control, Dallas, Texas, has been awarded an $11,090,210 firm-fixed-price modification (69) to existing contract HQ0147-12-G-9000 0001 for United Arab Emirates (UAE) Terminal High Altitude Area Defense (THAAD) foreign military sales spares. This modification provides for the delivery of single missile round transportation containers, peculiar support equipment, THAAD fire control and communication spares, and launcher spares. The modification brings the total cumulative face value of the contract to $349,712,958 from $338,622,748. Work will be performed at, Dallas, Texas; Lufkin, Texas; Ocala, Florida; and Camden, Arkansas, with an expected completion date of June 30, 2015. United Arab Emirates foreign military sales case funds in the amount of $11,090,210 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $7,807,861 cost-plus-fixed-fee modification to previously awarded contract number HQ0276-10-C-0003 for engineering and design support for the Aegis Ashore program. This modification brings the total cumulative face value of the contract to $355,535,835 from $347,727,974. Work will be performed at Moorestown, New Jersey, and Deveselu, Romania, with an expected completion date of Sept. 30, 2015. Fiscal 2014 and 2015 research, development, test and evaluation funds will be used to fund this effort. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

*Small business
*Link for This article compiled by K. V. Seth + U.S. DoD issued No. CR-185-14 September 25, 2014 
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS




DTN News - PICTURES OF THE DAY: WE MADE IT !!!! IT'S FRIDAY !!!!

$
0
0
DTN News - PICTURES OF THE DAY: WE MADE IT !!!!    IT'S FRIDAY !!!! 
Source: DTN News - - This article compiled by K. V. Seth from reliable sources Pictures of The Day
(NSI News Source Info) TORONTO, Canada - September 26, 2014WE MADE IT !!!!    IT'S FRIDAY !!!!

IT'S  FRIDAY
 FRIDAY
 FRIDAY
 FRIDAY
 FRIDAY


Have A Beautiful Friday To All
DTN News Friends 

*Link for This article compiled by K. V. Seth from reliable sources Pictures of The Day
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS














































DTN News: U.S. Department of Defense Contracts Dated September 26, 2014

$
0
0
DTN News: U.S. Department of Defense Contracts Dated September 26, 2014
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-186-14 September 26, 2014
(NSI News Source Info) TORONTO, Canada - September 26, 2014: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 26, 2014 are undermentioned;

CONTRACTS
 
ARMY

The Boeing Co., Philadelphia, Pennsylvania, was awarded a $499,144,082 cost-plus-fixed-fee contract for engineering logistical support services encompassing the technical, engineering, logistics, data analysis, technical data reproduction, supportability, and management requirements for pre-through post-production, sustainment, and fleet support for all H-47 helicopters variants, exercising delivery order 0001 at time of the award. Work location and funding will be determined with each order, with an estimated completion date of December 31, 2019. Bids were solicited via the internet with one received. Army Contracting Command, Redstone Arsenal (Aviation), Alabama, is the contracting activity (W58RGZ-14-D-0075).

American Systems Corp, Chantilly, Virginia (W91CRB-14-D-0023); Beshenich Muir Associates LLC,* Leavenworth, Kansas (W91CRB-14-D-0024); DIGIFLIGHT Inc,* Columbia, Maryland (W91CRB-14-D-0025); Dynamics Research Corporation, Andover, Massachusetts (W91CRB-14-D-0026); Geeks and Nerds Corp,* Huntsville, Alabama (W91CRB-14-D-0027); Joint Research and Development Inc,* Stafford, Virginia (W91CRB-14-D-0028); Logistics Systems Inc.,* Washington, District of Columbia (W91CRB-14-D-0029); Man-Machine Systems Assessment Inc,* El Paso, Texas (W91CRB-14-D-0030); Survice Engineering Company LLC, Belcamp, Maryland (W91CRB-14-D-0031); TASC Inc, Andover, Massachusetts (W91CRB-14-D-0032); and V.R.C. Corp,* Alexandria, Virginia (W91CRB-14-D-0033), will share a $444,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide test and evaluation support services that includes test and evaluation support, database and database management support, evaluation, analytical and verification support, methodologies, studies and analysis, scientific and technical, and test and safety management. Work locations and funding will be determined with each order. The estimated completion date is Sept. 25, 2019. Bids were solicited via the Internet, with 11 received. Army Contracting Command, Aberdeen Division D, Aberdeen Proving Ground, Maryland, is the contracting activity.

D & J Enterprises, Inc.,* Auburn, Alabama, was awarded a $240,000,000 firm-fixed-price contract for advanced contracting initiative debris management services for the United States and its territories. Work locations and funding will be determined with each order. Estimated completion date is Sept. 26, 2019. Bids were solicited via the Internet, with 16 received. U.S. Army Corps of Engineers- New Orleans District, New Orleans, Louisiana is the contracting activity.

CRAM Roofing Company, Inc,* San Antonio, Texas (W912QR-14-D-0031); Brazos Roofing International of South Dakota, Inc.,* Waco, Texas (W912QR-14-D-0032); JBlanco Enterprises, Inc.,* Sheridan, Colorado (W912QR-14-D-0033); Curtis-McKinley Roofing & Sheet Metal, Inc.,* Longview, Texas (W912QR-14-D-0034); Carroll’s Roofing and Construction, LLC,* Bartlett, Tennessee (W912-QR-14-D-0035); Global-Pacific Tech JV2,* Longview, Washington (W912QR-14-D-0036); RDT Alabama Roofing, LLC,* Florence, Alabama (W912QR-14-D-0037); and A-VET MGC II A Joint Venture LLC,* Warner Robins, Georgia, will share in a $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, design/build multiple award task order contract for building envelope and roof repair and replacement construction services in support of the U.S. Army Reserves national roofing initiative, Army Installation Command Management Command, and Air Force Reserve Command. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2019. Bids were solicited via the Internet, with 10 received. U.S. Army Corps of Engineers, Louisville District, Louisville, Kentucky, is the contracting activity.

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $153,654,146 firm-fixed-price contract for 53 M88A2 Heavy Equipment Recovery Combat Utility Lift Evacuation System vehicles, and three authorized stockage list spares. Work will be performed in York, Pennsylvania, with an estimated completion date of Dec. 31, 2016. One bid was solicited, with one offer received. Fiscal 2013 other procurement (Army) funds in the amount of $79,423,652, and fiscal 2014 other procurement (Army) funds in the amount of $74,230,495, are being obligated at the time of the award. Army Contracting Command, Tank and Automotive (Warren), Warren, Michigan, is the contracting activity (W56HZV-14-C-0298).

TT Government Solution, Inc., Basking Ridge, New Jersey, was awarded $48,500,000 for a cost-plus-fixed-fee contract for research performed under the cyber security collaborative research alliance. Work and funding will be determined with each order, with an estimated completion date of Sept. 25, 2019. Bids were solicited via the Internet, with 17 received. Army Contracting Command, Research Triangle Park Division, Research Triangle Park, North Carolina, is the contracting activity (W911NF-14-D-0006).

MD Helicopters, Inc., Mesa, Arizona, was awarded a $35,670,600 modification (P00019) to firm-fixed-price contract W58RGZ-11-C-0070 to exercise an option to provide 12 rotary wing primary trainer MD 530F aircraft for the Afghan military. Work will be performed in Mesa, Arizona, with an estimated completion date of Sept. 29, 2015. Foreign Military Sales funds in the amount of $35,670,600 were obligated at time of award. U.S. Army Contracting Command, Redstone Arsenal (Aviation), Alabama is the contracting agency. (Awarded Sept. 19, 2014)

Exelis Systems Corp., Colorado Springs, Colorado, was awarded a $27,986,531 modification (P00036) to a cost-plus-fixed-fee contract (W91RUS-12-C-0005) to exercise option year three for information technology support and services to support the mission of the 5th Signal Command. Fiscal 2014 and 2015 operations and maintenance (Army) funds in the amount of $27,986,531 will be obligated subject to the availability of funds. Work will be performed in Germany (80%), Romania (5%), Belgium (5%), Turkey (5%), and Israel (5%), with an estimated completion date of Sept. 30, 2016. Army Contracting Command, NetCom Branch, Fort Huachuca, Arizona, is the contracting activity.

Scitor Corporation, Reston, Virginia, was awarded a $25,063,344 cost-plus-fixed-fee contract to provide high-altitude light detection and ranging off-nadir experimentation that includes technology demonstrations and assessments for counter insurgency operations to meet the objectives to advance state of the art in high-altitude off-nadir data collections. Work will be performed in Djibouti, Africa (65 percent), and Baltimore, Maryland (35 percent), with an estimated completion date of Sept. 25, 2016. One bid was solicited, with one received. Fiscal 2014 research, development, test and evaluation funds in the amount of $16,150,000 are being obligated at the time of the award. Army Contracting Command, Research Triangle Park Division, Research Triangle Park, North Carolina, is the contracting activity (W911NF-14-C-0123).

TVAR Solutions, LLC, McLean, Virginia, was awarded a $20,990,000 firm-fixed-price contract for Army enterprise-wide Symantec business critical support and consulting services. Fiscal 2014 operations and maintenance (Army) funds in the amount of $20,780,000 were obligated at the time of the award. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Sept. 29, 2015. Bids were solicited via the Internet, with three received. Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity (W52P1J-14-C-0084).

Aeroject Rocketdyne, Camden, Arkansas, was awarded an $18,507,839 firm-fixed-price contract for 1,000 Stinger flight motors required to support the service life extension program of 850 Stinger Block 1 missiles at McAlester Army Ammunition Plant. These missiles will replace all Stinger missile components susceptible to degradation due to aging, to include the flight motor, providing a missile with a 10-year shelf life. These missiles are required to maintain the minimum basic load requirement of the Army. Work will be performed in Camden, Arkansas, with an estimated completion date of Dec. 31, 2016. One bid was solicited, with one received. Fiscal 2014 other funds in the amount of $18,507,839 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal (Missile), Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0090).

Ohopaki General Contracting & Mechanical,** Heavener, Oklahoma, was awarded a $15,000,000 firm-fixed-price contract for construction/design-build services for the Southwestern Division boundaries, primarily the Tulsa district. Work and funding will be determined with each order, with an estimated completion date of Sept. 26, 2019. Bids were solicited via the Internet, with nine received. U.S. Army Corps of Engineers, Tulsa District, Tulsa, Oklahoma, is the contracting activity (W912BV-14-D-0014).

Accenture Federal Services, LLC, Reston, Virginia, was awarded a $12,241,818 modification (D00355) to contract N00104-04-A-ZF12 for modification of the General Fund Enterprise Business System onsite support and change requests. Fiscal 2014 operations and maintenance (Army) funds in the amount of $12,241,818 were obligated at the time of the award. Estimated completion date is June 27, 2015. Work will be performed at Alexandria, Virginia. Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.

Phillips Hardy,* Boonville, Missouri, was awarded an $11,405,261 firm-fixed-price contract for the majority of the Cora Island work to include dredging, land-based earthwork operations, rock placement and modifications to dike structures. Fiscal 2014 other funds in the amount of $11,405,261 were obligated at the time of the award. Work will be performed in St. Charles, Missouri, with an estimated completion date of Dec. 31, 2016. Bids were solicited via the Internet, with one received. U.S. Army Corps of Engineers, Kansas City District, Kansas City, Missouri, is the contracting activity (W912DQ-14-C-1095).

Raytheon Integrated Defense Systems, Andover, Maryland, was awarded an $11,375,910 modification (P00003) to contract W31P4Q-14-C-0093 for procurement of additional engineering services for calendar year 2014 for the Phased Array Tracking Radar Intercept On Target. This adds additional work to an existing undefinitized contract action. Fiscal 2014 research, development, test and evaluation funds in the amount of $8,531,932 were obligated at the time of the award. Estimated completion date is January 31, 2015. Work will be performed at Andover (36.27 percent) and Tewksbury (63.73 percent), Maryland. Army Contracting Command, Redstone Arsenal - Missile, Alabama, is the contracting activity.

ARCADIS U.S., Inc., Highlands Ranch, Colorado, was awarded a $10,880,950 firm-fixed-price contract for procurement of environmental remediation activities at Joint Base McGuire-Dix-Lakehurst, New Jersey. The work provides for a full range of construction and engineering activities necessary for investigation, design, remedial action, remedial construction, and environmental remediation activities. Work will be performed at McGuire Air Force Base, with an estimated completion date of Sept. 26, 2014. Bids were solicited via the Internet, with five received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $10,880,950 are being obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa District, Tulsa, Oklahoma, is the contracting activity (W912BV-14-C-0030).

Elzly Technology Corporation,* Reston, Virginia, was awarded a $9,900,000 firm-fixed-price contract for corrosion engineering support to assist the Tank-Automotive and Armaments Command and the Tank Automotive Research, Development and Engineering Center in fulfilling the mission, which includes program planning, logistics, maintenance, inspection, testing, training, engineering, and research and development. Work and funding will be determined with each order, with an estimated completion date of Sept. 28, 2017. Bids were solicited via the Internet, with one received. Army Contracting Command, Tank and Automotive Warren, Warren, Michigan, is the contracting activity (W56HZV-14-D-0162).


Assistive and Rehabilitative Services, Austin, Texas, was awarded a $9,374,650 firm-fixed-price contract for full food service in two dining facilities at Fort Bliss, Texas. Work and funding will be determined with each order, with an estimated completion date of Sept. 26, 2019. Bids were solicited via the Internet, with three received. Army Contracting Command, Fort Bliss, Texas, is the contracting activity (W911SG-14-D-0445).

RAND Corp., Santa Monica, California, was awarded an $8,465,000 modification (P00106) to cost-plus-fixed-fee contract W74V8H-06-C-0001 for 20 add-on independent studies projects to the RAND Arroyo Federally Funded Research and Development Center, supported under this contract. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,465,000 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. Work will be performed at Santa Monica, California. Army Contracting Command, Aberdeen Division D, Aberdeen Proving Ground, Maryland, is the contracting activity.

Bristol Engineering Services, Corp.,* Anchorage, Alaska, was awarded an $8,328,075 firm-fixed-price contract for airfield lighting repair and upgrade to McChord Airfield, Joint Base Lewis-McChord. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,328,075 were obligated at the time of the award. Work will be performed in Joint Base Lewis-McChord, Washington, with an estimated completion date of Feb. 18, 2016. Bids were solicited via the Internet, with eight received. U.S. Army Corps of Engineers, Seattle District, Seattle, Washington is the contracting activity (W912DW-14-C-0027).

Entergion, Inc.,* Durham, North Carolina, was awarded a $7,780,433 cost-plus-fixed-fee contract for testing of a platelet-derived hemostatic agent in order to obtain a U.S. Food and Drug Administration, investigational new drug application. Fiscal 2013 research, development test and evaluation (Army) funds in the amount of $4,254,545 were obligated at the time of the award. Work will be performed in Durham, North Carolina, with an estimated completion date of Sept. 24, 2016. Bids were solicited via the Internet with one received. U.S. Army Medical Research Acquisition Activity Frederick, Maryland is the contracting activity (W81XWH-14-C-0138).

Cox Construction,* Vista, California was awarded a $7,314,623 modification (P00003) to contract W912LA-13-D-0003 to exercise options one, two, four, and five for single construction of the Maneuver Area Training and Equipment Site, Fort Irwin California. This is Fiscal 2013 Military Construction for the California Army National Guard. Fiscal 2010 military construction funds in the amount of $7,314,623 were obligated at the time of the award. Estimated completion date is Dec 15, 2015. National Guard Bureau, San Luis Obispo, California is the contracting activity.

McKinsey & Company, Inc., Washington, District of Columbia, was awarded $7,305,753 for a firm-fixed-price contract for ammunition industrial base strategic analysis in support of the Office of the Project Director for Joint Services. Fiscal 2014 operations and maintenance in the amount of $5,922,301 and fiscal 2014 other funds in the amount of $1,383, 452 were obligated at the time of the award. Work will be performed in Washington, District of Columbia, with an estimated completion date of Sept. 26, 2015. One bid was solicited with one received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-14-F-0034).

Unisys, Reston, Virginia, was awarded a $6,990,335 firm-fixed-price contract for Army Enterprise Service desk support. Work will be performed in Reston, Virginia, with an estimated completion date of March 25, 2019. Fiscal 2014 operations and maintenance (Army) funds in the amount of $6,831,036 were obligated at the time of the award. Bids were solicited via the Internet, with seven received. Army Contracting Command, Rock Island, Arsenal, Rock Island, Illinois, is the contracting activity (W52P1J-14-F-0042).

CACI Enerprise Solutions, Inc., Chantilly, Virginia, was awarded $6,959,213 firm-fixed-price contract for pre-planned product improvement and transition support for the defense medical logistics enterprise solutions suite of applications. Fiscal 201 and 2014 operations and maintenance and research, development, test and evaluations (Army) funds in the amount of 6,931,451 were obligated at the time of the award. Work will be performed in Fort Detrick, Maryland, with an estimated completion date of Sept. 29, 2015. Bids were solicited with one received. U.S. Army Medical Research Acquisition Frederick, Maryland is the contracting activity (W81XWH-14-F-0207).

International Biometric Group, LLC, McLean, Virginia, was awarded a $6,910,930 cost-plus-fixed-fee contract for research and development of software modules, interfaces, and data repositories that currently do not exist, in order to develop component virtual lab, also known as a Systems Integration Lab, that will be able to process and storage data in a non-proprietary architecture that will serve as the software baseline for future research, development, testing and evaluation of biometric and forensic technologies. Work will be performed in Aberdeen, Maryland, with an estimated completion date of Sept. 26, 2016. Bids were solicited via the Internet, with one received. Fiscal 2014 research, development, test and evaluation funds in the amount of $515,295 and $250,000, and fiscal 2013 research, development, test and evaluation funds in the amount of $300,000 are being obligated at the time of the award. Army Contracting Command, Aberdeen Division D, Fort Monmouth, New Jersey, is the contracting activity (W56KGU-14-C-0004). (Awarded Sept. 25, 2014)

AIR FORCE

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $413,158,693 definitization (P00239) to previously awarded undefinitized contract FA8625-11-C-6597. The contract is for advance procurement funding action and subsuming the advance procurement effort into full production efforts for the purchase of one HC-130J aircraft and six MC-130J aircraft. Work will be performed at Marietta, Georgia, and is expected to be completed by Nov. 30, 2015. Fiscal 2012 and 2013 aircraft procurement funds in the amount of $413,158,693 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Exelis, Inc., Clifton, New Jersey, has been awarded a $71,498,000 cost-plus-fixed-fee, firm-fixed-price contract. The contractor will provide Countermeasures System Operational Flight Program software deficiency analysis, block cycle software support, enhanced maintenance test set software support, original equipment manufacturer system sustaining engineering services and maintainability and reliability system line replaceable unit-10 final redesign. Work will be performed at Clifton, New Jersey; Robins Air Force Base, Georgia; Wright-Patterson Air Force Base, Ohio; and Hurlburt Field, Florida, and is expected to be completed by Sept. 27, 2018. This award is the result of a sole-source acquisition. Fiscal 2014 consolidated sustainment activity group working capital funds in the amount of $25,620,885 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-14-D-0002).

Alion Science and Technology Corp, McLean, Virginia, has been awarded a $49,966,859 delivery order (0085) to previously awarded contract FA4600-06-D-0003 for advanced processes for persistent communications. Contractor will develop solutions to help protect the systems from environmental, chemical, and biological hazards in theater. Work will be performed at Rome, New York, and is expected to be completed by Dec. 29, 2016. Fiscal 2013 research, development, test and evaluation funds in the amount of $1,137,762 are being obligated at the time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity (FA4600-06-D-0003).

ARCTEC Alaska, Joint Venture, Joint Base Elmendorf-Richardson, Alaska, has been awarded a $38,414,724 firm-fixed price contract for operation and maintenance of the Alaska Radar System. Contractor will provide operation and maintenance of 15 geographically separated long range radar sites, three remote radio sites, maintenance of the Regional Air Operations Center and Maintenance Control and Communications Center within Alaska. Work will be performed at Joint Base Elmendorf-Richardson and other locations throughout Alaska, and is expected to be completed by Sept. 30, 2016. This award is the result of a sole-source acquisition. Fiscal year 2014 operations and maintenance funds in the amount of $38,414,724 are being obligated at the time of award. The 766 Specialized Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity (FA5215-14-C-0018).

The Boeing Co., Wichita, Kansas, has been awarded a $26,608,670 task order (0047) to previously awarded contract FA8106-06-D-0001 for programmed depot maintenance and modifications on the E-4B platform. Work will be performed at San Antonio, Texas, and is expected to be completed by May 15, 2015. This award is the result of a sole-source acquisition. Fiscal 2014 operations and maintenance, and aircraft procurement funds in the amount of $26,806,449, are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

FlightSafety Services Corp., Centennial, Colorado, has been awarded a $20,385,469 modification (QP02C3) to previously awarded contract F33657-01-D-2078 QP02 for support of the KC-10 Aircrew Training Systems. This modification exercises the eighth program year option contract line item numbers to provide total acquisition and support for all KC-10 training devices. This includes Operation and Training System Support Center, training management system support, on-site contractor logistics support, obsolescence and technology insertion, and student instruction. Work will be performed at Travis Air Force Base, California, and McGuire Air Force Base, New Jersey, and is expected to be completed by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds in the amount of $20,385,469 will be obligated when they become available. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

L-3 Communications Corp., Arlington, Texas, has been awarded a $16,018,203 modification (P00112) to previously awarded contract FA8621-09-C-6292. Contractor will provide Distributed Mission Operations Mission Package 12/13/14 standards and several sustaining updates to the F-16 Mission Training Center. Work will be performed at Arlington, Texas, and is expected to be completed by Feb. 29, 2016. Fiscal 2014 operations and maintenance funds in the amount of $16,018,203 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Parker Hannifin Corp., Irvine, California, has been awarded an estimated $13,619,978 firm-fixed-price requirements contract for C-5 aircraft sustainment. Contractor will provide overhaul of the left- and right-hand Dewar assemblies. The Dewar assemblies are part of the Fire Suppression System and provide a means of maintaining a low oxygen concentration in the vapor space of the airplane fuel tank, and of detecting and suppressing fires in certain occupied and unoccupied areas of the airplane. Work will be performed at Irvine, California, and is expected to be completed by Dec. 31, 2019. This award is the result of a sole-source acquisition. Fiscal 2014 working capital funds in the amount of $2,194,190 are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-14-D-0006).

Raytheon Company Missile Systems, Tucson, Arizona, has been awarded an $11,026,125 modification (P00002) to previously awarded contract FA8682-14-C-0004 for GPS-Aided Inertial Navigation System II Phase III. Work will be performed at Tucson, Arizona, and is expected to be completed by Sept. 30, 2015. Fiscal year 2012 and 2014 procurement funds in the amount of $11,026,125 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Zodiac Data Systems Inc., Alpharetta, Georgia, has been awarded a $9,900,000 indefinite-delivery/indefinite-quantity contract for sustainment of the current Airborne Data Recorder fleet. This includes spare recorders, spare parts, repair and upgrade of existing data recorders. Contractor will provide spare parts, technical support, repair services, and upgrade support to the existing airborne data recorder fleet. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Sept. 26, 2019. This award is the result of a sole-source acquisition. Fiscal 2014 research, development, test and evaluation funds in the amount of $137,391 are being obligated for task order 0001 at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2487-14-D-0106).


L3 Communications Corp., Arlington, Texas, has been awarded a $6,850,000 modification (P00020) to previously awarded contract FA8621-13-C-6323 for Predator Mission Aircrew Training Systems development activities and acquisition of upgrades to the existing PMATS baseline, which provides for sensor operator training improvements and the integration of a new maritime operations training area. Work will be performed at Arlington, Texas, and Creech Air Force Base, Nevada, with an expected completion date of Nov. 30, 2015. Fiscal 2013, 2014 and 2015 (when available) research, development, test and evaluation funds in the amount of $1,591,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $6,819,823 delivery order (0264) on the previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, sole-source contract HC1047-05-D-4000 for Air National Guard Developmental Engineering for Integrated Sensors. This contract provides for generation of threat system modeling and simulation roadmaps; engineering studies to identify investment alternatives; and generation of system roadmaps with investment strategies. Work will be performed at Atlanta, Georgia, with an expected completion date of Dec. 6, 2015. Fiscal 2014 research, development, test and evaluation funds in the amount of $400,000 are being obligated at the time of award. The Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, has been awarded a $6,622,838 modification (0003) to previously awarded contract FA8519-13-D-0003 for sustainment of the Common Organizational Level Tester. Work will be performed at Orlando, Florida, with an expected completion date of Sept. 29, 2015. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

NAVY

Jacobs Technology, Fort Walton Beach, Florida, is being awarded a $171,559,893 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N68936-10-D-0034) for services in support of the Naval Air Warfare Center Weapons Division’s Combat Environment Simulation Division. Services to be provided include the development and acquisition of new range systems, integration of various range systems, and the upgrade and modernization of existing range systems. The estimated level of effort for this modification is 1,060 man-years. Work will be performed at NAWCWD China Lake, California (85 percent), and NAWCWD Point Mugu, California (15 percent), and is expected to be completed in May 2015. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

L-3 Communications Systems Field Support, Vertex Aerospace, LLC, Madison, Mississippi, is being awarded a $51,763,774 modification to a previously awarded indefinite-delivery/ indefinite-quantity requirements contract (N00019-11-D-0010) to exercise an option for aircraft maintenance and logistical life cycle support for 53 C-12 aircraft. Work will be performed in Winnepeg, Canada (34 percent); San Angelo, Texas (34 percent); Corpus Christi, Texas (12 percent); and various locations within and outside of the continental United States (20 percent) work is expected to be completed in September 2015. Funds will not be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activities.

MS2-Belonger Corp. LLC,* Wauwatosa, Wisconsin (N40083-14-D-3231); Accel-Pacific Joint Venture,* Chicago, Illinois (N40083-14-D-3232); Doyon Management Services LLC,* Canton, Ohio (N40083-14-D-3233); K and T Joint Venture LLC,* Milwaukee, Wisconsin (N40083-14-D-3234); Northstar Contracting, Inc.,* Cleveland, Ohio (N40083-14-D-3235); and PPW Builders and J and S Construction Co. JV LLP,* Cleveland, Ohio (N40083-14-D-3236), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build construction contract for construction projects, located primarily within the Naval Facilities Engineering Command (NAVFAC) Midwest area of responsibility (AOR). The maximum dollar value, including the base period and five option years for all six contracts combined, is $50,000,000. The work to be performed provides for, but is not limited to, new construction, renovation, alteration, demolition and repair work by design-build of commercial and institutional facilities, administrative and industrial facilities, housing facilities, child care centers, lodges, recreational/fitness centers, retail complexes, warehouses, offices, community centers, medical facilities, operational airfield facilities, hangars, armories, fire stations, auditoriums, religious facilities and manufacturing facilities. MS2-Belonger Corp. LLC is being awarded task order 0001 at $2,729,308 for the design and repair of the Marine Corps Reserve Center Building 3200 at Great Lakes Naval Station, Great Lakes, Illinois. Work for this task order is expected to be completed by March 2015. All work on this contract will be performed primarily within the NAVFAC Midwest AOR which includes Illinois (88 percent), Michigan (2 percent), Ohio (2 percent), Indiana (2 percent), Iowa (2 percent), Wisconsin (2 percent) and Missouri (2 percent). The term of the contract is not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $25,000 are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 15 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Midwest, Great Lakes, Illinois, is the contracting activity.

Archer Western Construction, LLC, Tampa, Florida, is being awarded a $42,400,000 firm-fixed-price contract for airfield and lighting repairs at Naval Air Station Jacksonville. The work to be performed provides for correction of mission-critical airfield asphalt pavement deficiencies of primary Runway 10/28 and Taxiway Alpha, and to restore/modernize the aged and deteriorated airfield lighting system. The contract also contains one unexercised option, which if exercised, will increase cumulative contract value to $51,900,000. Work will be performed in Jacksonville, Florida, and is expected to be completed by May 2016. Fiscal 2014 operations and maintenance (Navy), and fiscal 2010, 2014 and 2015 military construction (Navy) contract funds in the amount of $42,400,000, are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-C-1261).

Raytheon Integrated Defense Systems, St. Petersburg, Florida, is being awarded a $38,287,642 modification to a previously awarded contract (N00024-13-C-5212) to exercise options for Cooperative Engagement Capability (CEC) design agent and 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. This contract combines purchases for the U.S. Navy (91 percent) and the government of Australia (9 percent) under the Foreign Military Sales program. Work will be performed in St. Petersburg, Florida, and is expected to be completed by September 2015. Fiscal 2014 research, development, test and evaluation; foreign military sales; fiscal 2012, 2013 and 2014 other procurement (Navy); fiscal 2009 and 2014 shipbuilding and conversion, (Navy); and fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $9,379,210, will be obligated at time of award. Funds in the amount of $772,153 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

American Petroleum Tankers, LLC, New York, New York, is being awarded a $36,515,000 modification under a previously awarded firm-fixed-price contract (N00033-07-C-5416) to exercise an 11-month option period for the worldwide charter of two U.S.-flagged, Jones Act tankers. The tankers will be employed in worldwide cargo delivery to support the Defense Logistics Agency-Energy. Work for this option period will be performed at sea worldwide, and is expected to be completed by August 2015. Working capital contract funds in the amount of $36,515,000 are obligated for fiscal 2015, subject to availability of funds. Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-07-C-5416).

Thornhill Research, Inc., Toronto, Ontario, is being awarded a $36,365,985 modification to a previously awarded firm-fixed-priced, indefinite-delivery/indefinite-quantity contract (M67854-13-D-5003) to exercise an option for the Portable Patient Transport Life Support System. This modification brings the total cumulative face value of the contract to $49,577,625. Work will be performed in Toronto, Ontario, and is expected to be completed in September 2015. No funds are being obligated at the time of award, and funds will not expire this fiscal year. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Omega Aerial Refueling Services, Inc.,* Alexandria, Virginia, is being awarded a $31,251,920 modification to a previously awarded indefinite-delivery/ indefinite-quantity contract (N00019-13-D-0010) to exercise option for contractor-owned and -operated aircraft services in support of the Contracted Air Services Program. The CAS Program provides aerial refueling services for U.S. Navy, other Department of Defense and government agencies, and foreign military sales aircraft. Work will be performed at Victorville, California (50 percent), and Norfolk, Virginia (50 percent), and is expected to be completed by September 2015. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $18,889,146 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, Maryland, is the contracting activity.

RQ Construction, LLC, Carlsbad, California, is being awarded $24,290,000 for firm-fixed-price task order 0015 under a previously awarded multiple award construction contract (N62473-10-D-5409) for design and construction of Special Operations Forces Indoor Dynamic Shooting Range Facility at Naval Base Coronado. The facility will be constructed as two buildings. The indoor dynamic shooting range will be a one-story facility to accommodate dynamic shooting training. The administrative building will be a one-story facility. Work will be performed in San Diego, California, and is expected to be completed by October 2016. Fiscal 2013 military construction (Defense Agency) contract funds in the amount of $24,290,000 are obligated on this award and will not expire at the end of the current fiscal year. Eight proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

BTP Systems LLC., Ludlow, Massachusetts, is being awarded a $23,244,682 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract to provide technical repair and engineering support services that includes evaluations, repairs and replacement of failed components for the Submarine High Data Rate Antenna System and the Antenna Pedestal Group. The SubHDR system provides high capacity communications to submarines. The SubHDR antennas are highly technologically complex units and are the most complex piece of the SubHDR System. Work will be performed in Newport, Rhode Island (70 percent), and Ludlow, Massachusetts (30 percent), and is expected to be completed in August 2017. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $5,708,232 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 one proposal received. The Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity (N66604-14-D-3072).

AAI Corp., Hunt Valley, Maryland, is being awarded an $18,527,849 indefinite-delivery/indefinite-quantity contract for the acquisition of Trainers Simulator/Stimulator System hardware components in support of the Battle Force Tactical Training (BFTT) program. This contract will enable the Combat Direction Systems Activity, Dam Neck, to establish orders to satisfy recurring requirements for the acquisition of hardware components through which BFTT interfaces to the ships’ radar, providing simulated combat training. Work will be performed in Hunt Valley, Maryland, and is expected to be completed by August 2018. Fiscal 2014 other procurement (Navy), and fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $3,855,223, will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. Reference FAR 6.302-1. The Naval Surface Warfare Center, Dahlgren, Virginia, is the contracting activity (N00178-14-D-3005).

Raytheon Co., McKinney, Texas, is being awarded an $18,348,948 firm-fixed-price modification to previously awarded Basic Ordering Agreement (N00164-12-G-JQ66) for 12 Multi-Spectral Targeting Systems (AN/AAS-54) and spare parts for the Air Force C-130 program. The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high-altitude target acquisition, tracking, range-finding, and laser designation, and for all tri-service and NATO laser-guided munitions. Work will be performed in McKinney, Texas, and is expected to be completed by September 2016. Fiscal 2012 and 2013 aircraft procurement (Air Force) contract funds in the amount of $18,348,948 will be obligated at time of award. Funds in the amount of $7,668,439 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

Bath Iron Works Corp., Bath, Maine, is being awarded an $18,063,788 modification to previously awarded Basic Ordering Agreement (N00024-12-G-4330) for the accomplishment of fleet maintenance sustainment support for fiscal 2015. Work will be performed in San Diego, California, and is expected to be completed by March 2015. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $18,063,788 will be obligated at time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Manson Construction Co., Seattle, Washington, is being awarded a $16,667,800 firm-fixed-price contract for repairs to the shore protection system at Joint Expeditionary Base Little Creek-Fort Story. The work to be performed provides for the re-nourishment of the beach berm along the Fort Story Chesapeake Bay and Atlantic Ocean waterfront at Joint Expeditionary Base Little Creek-Fort Story. Re-nourishment material is readily available in the offshore borrow areas adjacent to the project area. These areas include the Thimble Shoal Channel and the Atlantic Ocean Channel. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by March 2015. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $16,667,800 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-8164).

Stauder Consulting, Inc.,* St. Peters, Missouri, is being awarded a $16,597,866 indefinite- delivery/indefinite-quantity contract for the preparation, production, and delivery of 170 AV-8B Airborne Variable Message Format Terminals (AVT) in support of the AV-8B Harrier fleet. This contract provides for delivery of a first time article unit, acceptance test, product support, and delivery of the AVT units. Work will be performed in St. Peters, Missouri, and is expected to be completed in June 2020. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $11,578,778 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-14-D-0024).

Raytheon Co., Tucson, Arizona, is being awarded a $15,500,000 modification to a previously awarded contract (N00024-13-C-5406) to procure spares for the Land-based Phalanx Weapon System configuration of the MK15 Phalanx Close-In Weapon System. The Phalanx CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses. The CIWS is an integral element of the Fleet Defense In-Depth concept and the Ship Self-Defense Program. Operating either autonomously or integrated with a combat system, it is an automatic terminal defense weapon system designed to detect, track, engage, and destroy anti-ship missile threats penetrating outer defense envelopes. Work will be performed in Williston, Vermont (23.4 percent); Louisville, Kentucky (16.9 percent); Andover, Massachusetts (11.6 percent); Grand Rapids, Michigan (6.2 percent); Phoenix, Arizona (4.5 percent); Tucson, Arizona (3 percent); and other locations under 1 percent (34.4 percent), and is expected to be completed by February 2017. Fiscal 2013 and 2014 other procurement (Army), and fiscal 2014 operations and maintenance (Army) contract funds in the amount of $15,500,000, will be obligated at time of award. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,233,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

John C. Grimberg Co. Inc., Rockville, Maryland, is being awarded $13,100,000 for firm-fixed-price task order 0010 under a previously awarded multiple award construction contract (N40080-10-D-0492) for energy repairs at the U. S. Naval Academy. The work to be performed provides for a ground-loop heat pump system to fully heat, condition, and ventilate Building 181, Halligan Hall, in its entirety. The ground-loop heat pump system will replace the existing steam service, and existing heating, ventilation and air conditioning (HVAC) equipment. The existing HVAC equipment is, in most cases, not energy efficient; it is at the end of its useful service life; requires a large amount of recurring and costly maintenance; and does not comply with current codes. Existing systems will be replaced by ceiling mounted, or console water source heat pumps, in conjunction with a dedicated outside air system. This project will also include window restoration of all windows in Halligan Hall. Work will be performed in Annapolis, Maryland, and is expected to be completed by August 2018. Fiscal 2014 restoration modernization - energy contract funds in the amount of $13,100,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity.


Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $12,068,000 modification under previously awarded Basic Ordering Agreement (N00024-13-G-5413) for fiscal 2014 NATO Seasparrow Surface Missile Systems (NSSMS) MK 57 MOD 13 and Guided Missile Launching System (GMLS) MK 29 MOD 4/5. Work will be performed in Portsmouth, Rhode Island, and is expected to be completed by July 2016. Fiscal 2014 other procurement (Navy) contract funds in the amount of $12,069,000 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, District of Columbia, is the contracting activity.

Oshkosh Defense LLC, Oshkosh Wisconsin, is being awarded $11,198,820 for delivery order 0020 on a previously awarded firm-fixed-price, indefinite-quantity/indefinite-delivery contract (M67854-13-D-0228) to support the Logistics Vehicle System Replacement. Contractor will provide armor kits, emergency egress windows, tractor clevis pins, and armored integrated product support. All work will be performed in Oshkosh, Wisconsin, and is expected to be completed by September 2015. Fiscal 2012 procurement (Marine Corps) overseas contingency operations funds in the amount of $11,198,820 are obligated on this delivery order and will expire at the end of the current fiscal year. This delivery order is issued against a sole-source contract in accordance with 10 U.S.C. 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Ocean Ships, Inc., Houston, Texas, is being awarded a $10,461,769 modification for the previously awarded firm-fixed-price contract (N00033-13-C-3333) to exercise the second option period of this contract for the operation and maintenance of two Mobile Landing Platform ships, USNS Montford Point and USNS John Glenn. These ships support the Military Sealift Command’s prepositioning fleet by transferring rolling stock and other cargos in-stream with other ships via ramp connections, as well as landing and deploying air-cushion non-displacement craft by means of inclined decks. Work will be performed worldwide, and work is expected to be completed by Sept. 30, 2015. Pacific Fleet reimbursable contract funds in the amount of $10,461,769 are subject to the availability of fiscal 2015 funds and will not expire at the end of the current fiscal year. Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-13-C-3333).

BAE Systems Ship Repair San Francisco, Inc., San Francisco, California, is being awarded a $9,592,537 firm-fixed-price contract for a 55-calendar day regular overhaul and dry-docking availability of USNS Henry J. Kaiser (T-AO 187). Work will include port main engine overhaul; docking, undocking; underwater hull cleaning and painting; cargo tank preservation; and rudder bearing replacement. The Kaiser’s primary mission is to provide fuel to U.S. Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers. This contract includes four options, which, if exercised, would bring the total contract value to $11,428,040. Work will be performed in San Francisco, California, and is expected to be completed by December 2014. Working capital contract funds in the amount of $11,428,040 are subject to the availability of fiscal 2015 funds and will expire at the end of fiscal 2015. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting (N32205-14-C-1007).

Guam Pacific International, LLC,* Barrigada, Guam, is being awarded $9,241,558 for firm-fixed-price task order 0010 under a previously awarded multiple award construction contract (N40192-10-D-2800) to repair 18 high explosive magazines at Naval Magazine, Naval Base Guam. Repairs are intended to restore the magazines to fully functional efficient status, requiring no further repair and minimal maintenance. In addition, the scope of work includes, but is not limited to site work; structural and related repair; replacement of ventilation system, doors, and frames; and grounding and lightning protection repair by replacement. Work will be performed in Santa Rita, Guam, and is expected to be completed by December 2015. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $9,241,558 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

BAE Systems Technology and Services Inc., Rockville, Maryland, is being awarded $9,210,228 for modification P00008 under previously awarded firm-fixed-price contract N00604-13-C-3003 for the operation and maintenance of Navy communication, electronic, and computer systems. Work will be performed at Oahu, Hawaii (94 percent), and Geraldton, Australia (6 percent), and work is expected to be completed by May 31, 2015. Subject to the availability of funds, fiscal 2015 operations and maintenance (Navy) funds in the amount of $9,210,227 will be obligated at the time of award, and these funds will not expire before the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online and the Federal Business Opportunities websites, with one offer received in response to this solicitation. The Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

Hydroid Inc., Pocasset, Massachusetts, is being awarded an $8,270,607 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00174-14-D-0001) for additional engineering services and technical expertise for the development, testing, and installation of pre-planned product improvements for the MK 18 Family of Systems Unmanned Underwater Vehicle. MK 18 FOS UUV systems provides Navy expeditionary forces with very shallow water and shallow water mine countermeasures and underwater object localization tools. The UUV systems protect the members of all services and the public who could be subject to danger from undetected/unidentified underwater threat objects in coastal and confined waters, both foreign and domestic. Work will be performed in Pocasset, Massachusetts, and is expected to be completed by November 2018. Funding will not be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

NAVMAR Applied Sciences Corp.,* Warminster, Pennsylvania, is being awarded $8,180,100 for cost-plus-fixed-fee delivery order 0002 against a previously issued Basic Ordering Agreement (N68335-11-G-0040) for work associated with a Phase II Small Business Innovation Research effort under Topics N08-023 Precision High Altitude Sonobuoy Emplacement, N92-170 LADAR Identification Demonstration, and AF083-006 Low-Cost Intelligence, Surveillance and Reconnaissance, Unmanned Aerial Vehicle. This order provides for the development, test, and evaluation of advanced intelligence, surveillance, and reconnaissance sensors, as well as enhanced surveillance capabilities to the deployed warfighter that can be integrated into existing naval platforms to support U.S. Special Operations Command activities. Work will be performed in Lexington Park, Maryland (50 percent); Washington, District of Columbia (20 percent); Avon Park, Florida (10 percent); Yuma, Arizona (10 percent); Warminster, Pennsylvania (5 percent); and Ponca City, Oklahoma (5 percent), and is expected to be completed in September 2016. Fiscal 2014 research, development, test and evaluation, and fiscal 2014 operations and maintenance (Defense Wide) funds in the amount of $85,996, will be obligated at time of award, $14,409 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Maersk Line, Ltd., Norfolk, Virginia, is being awarded an $8,060,171 modification for the fixed- price portion of a previously awarded contract (N00033-11-C-3115) to exercise the fourth one-year option period for the operation and maintenance of one ship. The ship supports the U. S. Marine Corps Maritime Prepositioning Force worldwide. Work will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2015. Transportation working capital contract funds in the amount of $8,060,171 are currently obligated in fiscal 2015, and will not expire at the end of the current fiscal year. Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-11-C-3115).

Thales Defense & Security, Inc., Clarksburg, Maryland, is being awarded $7,713,300 for firm-fixed-price delivery order 7007 against previously awarded Basic Ordering Agreement N0038313G003F for the repair coverage of six items for the Airborne Low Frequency Sonar system for the H-60 helicopter. Work will be performed in Brest, France (62 percent); Clarksburg, Maryland (26 percent); and Johnstown, Pennsylvania (12 percent), and work is expected to be completed by Jan. 31, 2016. Fiscal 2014 Navy working capital funds in the amount of $7,713,300 will be obligated at the time of award, and will not expire before the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received in response to this solicitation, in accordance with 10 U.S. C 2304 (c)(1). NAVSUP Weapon Systems Support, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $7,347,032 for delivery order 1510 against a previously issued Basic Ordering Agreement (N00019-11-G-0001) for non-recurring engineering associated with the design, development, and testing of four prototype Service Life Extension Program kits for the T-45 aircraft, including the technical data package required for installation. Work will be performed in St. Louis, Missouri (51 percent); Brough, East Riding of Yorkshire, United Kingdom (34 percent); and Seattle, Washington (15 percent), and is expected to be completed in September 2015. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $7,347,032 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, Maryland, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Sudbury, Massachusetts, is being awarded a $7,179,850 modification to previously awarded contract N00024-14-C-5315 to exercise options for engineering services in support of the Air and Missile Defense Radar (S-Band). Engineering services in support of the AMDR-S system will include: research, development, testing, and evaluation efforts in support of technology insertion, excursion studies, and design upgrades; and engineering support services to the government for suite and combat system integration. Work will be performed in Sudbury, Massachusetts, and is expected to be completed by September 2015. Fiscal 2014 research, development, test and evaluation contract funds in the amount of $1,750,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Lockheed Martin Corp., Owego, New York, has been awarded a maximum $10,030,304 firm-fixed-price contract for aircraft countermeasure receivers. This contract was a sole-source acquisition. This is a two-year base contract with no option periods. Location of performance is New York, with a Nov. 30, 2016, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2015 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-14-C-0134).

WASHINGTON HEADQUARTERS SERVICES

360 Patriot, Fairfax Station, Virginia, (HQ0034-14-D-0021) and AFMS Response, Mechanicsburg, Pennsylvania, (HQ0034-14-D-0023), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for financial, program management, and general administrative services to support the Washington Headquarters Services Acquisition Directorate. The aggregate not-to-exceed amount for this IDIQ is $45,000,000. The two companies will have the opportunity to bid on individual task orders as they are issued. Funding and performance location will be determined with each order. Work will be performed in the WHS area of responsibility, with an expected completion date of Sept. 25, 2019. Fiscal 2014 operations and maintenance funds in the amount of $10,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via FedBizOpps, with 63 proposals received. Washington Headquarters Services, Arlington, Virginia is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

Seneca Telecommunications, LLC, Salamanca, New York, was awarded a $10,465,593 contract modification (P00010) to HC1028-13-C-0039 to exercise option year one for Security Cooperation Enterprise Solution Program Management & Advisory Services. Work will be performed in Arlington, Virginia, and Salamanca, New York with an estimated completion date of Sept. 27, 2015. This contract is incrementally funded with fiscal 2014 Foreign Military Sales Administration Funds in the amount of $3,279,732 being obligated at award. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity.


*Small business
**Service-disabled, veteran-owned
*Link for This article compiled by K. V. Seth + U.S. DoD issued No. CR-186-14 September 26, 2014 
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS




DTN News - PICTURES OF THE DAY: IT'S SATURDAY !!!!

$
0
0
DTN News - PICTURES OF THE DAY: IT'S  SATURDAY !!!!
Source: DTN News - - This article compiled by K. V. Seth from reliable sources Pictures of The Day
(NSI News Source Info) TORONTO, Canada - September 26, 2014IT'S  SATURDAY !!!! 

SATURDAY
SATURDAY
 SATURDAY
 SATURDAY


Have A Beautiful Saturday To All
DTN News Friends

*Link for This article compiled by K. V. Seth from reliable sources Pictures of The Day
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS














































DTN News - PICTURES OF THE DAY: IT'S SUNDAY !!!!

$
0
0
DTN News - PICTURES OF THE DAY: IT'S  SUNDAY !!!! 
Source: DTN News - - This article compiled by K. V. Seth from reliable sources Pictures of The Day
(NSI News Source Info) TORONTO, Canada - September 27, 2014IT'S  SUNDAY !!!! 
SUNDAY
SUNDAY
 SUNDAY
 SUNDAY


Have A Beautiful Sunday To All

DTN News Friends

*Link for This article compiled by K. V. Seth from reliable sources Pictures of The Day
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS














































DTN News - DTN TURKEY: Kurds Flee Into Turkey in Their Thousands To Escape Isis Offensive: Call For Aid And US Air Strike

$
0
0
DTN News - DTN TURKEY: Kurds Flee Into Turkey in Their Thousands To Escape Isis Offensive: Call For Aid And US Air Strike
Source: DTN News - - This article compiled by K. V. Seth from reliable sources DTN Turkey ‏@DTNTurkey .... http://bit.ly/1mwMm62 
(NSI News Source Info) TORONTO, Canada - September 29, 2014: Kurds flee into Turkey in their thousands to escape Isis offensive: Call for aid and US air strike... 
http://bit.ly/1mwMm62    (DTN Turkey) 



Kurds flee into Turkey in their thousands to escape Isis offensive


*Link for This article compiled by K. V. Seth from reliable sources DTN Turkey ‏@DTNTurkey http://bit.ly/1mwMm62 
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS














































DTN News: U.S. Department of Defense Contracts Dated September 29, 2014

$
0
0
DTN News: U.S. Department of Defense Contracts Dated September 29, 2014
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-187-14 September 29, 2014
(NSI News Source Info) TORONTO, Canada - September 29, 2014: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 29, 2014 are undermentioned;

CONTRACTS
 
WASHINGTON HEADQUARTERS SERVICES
 
Halfaker and Associates, LLC, Arlington, Virginia (HQ0034-14-D-0024); Credence Management Solutions, Herndon, Virginia (HQ0034-14-D-0025); ByteCubed, LLC, Alexandria, Virginia (HQ0034-14-D-0026); and Strategic Operational Solutions, Inc., Vienna, Virginia (HQ0034-14-D-0027), are each being awarded a hybrid cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide support for the Office of Small Business Programs to develop market research tools and small business workforce development curricula. The aggregate not-to-exceed amount for this contract is $325,000,000. The four companies will have the opportunity to bid on individual task orders as they are issued. Performance location will be determined with each order and the expected completion date is Sept. 30, 2019. No funds will be obligated at time of award; funds will be obligated on individual task orders. This contract was competitively procured via the Federal Business Opportunities website, with eight proposals received. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.
NAVY

DRS Laurel Technologies, Johnstown, Pennsylvania, is being awarded a $171,065,633 fixed-price-incentive, cost-plus-incentive fee, cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for the development, integration and production of Technology Insertion Hardware. TIH is the latest generation of display, processor, and network requirements for combat control and sonar systems for U.S. Navy submarines. Equipment will provide modernization and upgrade of systems currently installed on SSN 688i, SSBN, SSGN, Seawolf, Virginia class, and Ohio Replacement submarines, as well as installation of initial systems for new construction Virginia class submarines. This contract includes an option, which, if exercised, would bring the cumulative value of the contract to an estimated $384,340,759. The option combines purchases for the U.S. Navy (94.2 percent), and the government of Australia (5.8 percent), under the Foreign Military Sales program. Work will be performed in Johnstown, Pennsylvania (92 percent); Burnsville, Minnesota (7 percent); and Manassas, Virginia (1 percent), and is expected to be completed by September 2019. Fiscal 2014 other procurement (Navy) funds in the amount of $350,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Undersea Warfare Center Division Keyport, Keyport, Washington, is the contracting activity (N00253-14-D-0004).

Facility Support Services, LLC,* Richmond, Virginia (N40085-14-D-8180); Rand Enterprises, Inc.,* Newport News, Virginia (N40085-14-D-8181); Vista Construction, LLC,* Norfolk, Virginia (N40085-14-D-8182); Syncon, LLC,* Chesapeake, Virginia (N40085-14-D-8183); and Tazewell Homeland JV, LLC,* Norfolk, Virginia (N40085-14-D-8184), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build contract for construction projects located within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads area of responsibility (AOR), primarily for facilities within Norfolk Naval Shipyard and the Naval Medical Center in Portsmouth, Virginia. The maximum dollar value including the base period and four option years for all five contracts combined is $95,000,000. The work to be performed provides for, but is not limited to, new construction, renovation, alteration, repairs, site improvement, general construction, electrical, fire protection, mechanical and other associated work on warehouses, training facilities, operational facilities (such as berthing piers and medical facilities), personnel support and service facilities, utilities, housing facilities, and demolition of existing structures and facilities. Tazewell Homeland JV, LLC is being awarded task order 0001 at $496,800 for construction of a one-story toilet facility at Pier 3, Building 1734 at Norfolk Naval Shipyard in Portsmouth, Virginia. Work for this task order is expected to be completed by July 2015. The term of the contract is not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2011 military construction (Navy) contract funds in the amount of $516,800 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 21 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Wu and Associates, Inc.,* Cherry Hill, New Jersey (N40085-14-D-5245); A&D General Contracting Inc.,* Santee, California (N40085-14-D-5246); Benaka Inc.,* New Brunswick, New Jersey (N40085-14-D-5247); Kisan-Pike,* Rochester, New York (N40085-14-D-5248); Nutmeg Companies Inc.,* Norwich, Connecticut (N40085-14-D-5249); and Upstate Construction Services, Inc.,* East Syracuse, New York (N40085-14-D-5250), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northeast area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $95,000,000. The work to be performed provides for new construction, renovations, alteration or repair to various facility types including, but not limited, to institutional facilities, administrative and industrial facilities, housing facilities, child care centers, lodges, recreational/fitness centers, retail complexes, warehouses, offices, community centers, medical facilities, operational airfield facilities, hangars, armories, fire stations, auditoriums, religious facilities and manufacturing facilities. Wu and Associates is being awarded task order 0001 at $7,587,000 for the construction of Whole Center Repairs work at Naval Operations Support Center, Buffalo, New York. Work for this task order is expected to be completed by January 2016. All work on this contract will be performed primarily in the NAVFAC Northeast AOR which includes Maine (40 percent); Connecticut (30 percent); Pennsylvania (10 percent); Massachusetts (5 percent); New Jersey (5 percent); New York (5 percent); Delaware (1 percent); New Hampshire (1 percent); Rhode Island (1 percent); and Vermont (1 percent). Work may also be performed in the remainder of the NAVFAC Atlantic AOR (1 percent). The term of the contract is not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $7,612,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 21 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
Manu Kai, LLC, Honolulu, Hawaii, is being awarded $74,269,130 for modification P00045 under a previously awarded fixed-price-award-fee, indefinite-quantity provision and cost-plus-award-fee, indefinite-quantity provision contract (N00604-09-D-0001), to exercise the sixth option period for range operations support and base operations support services. Work will be performed at the Pacific Missile Range Facility, Kauai, Hawaii, and work for this effort is expected to be completed Sept. 30, 2015. If all options are exercised, work will continue until Sept. 30, 2018. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $43,064,556 will be obligated at the time of award, subject to availability of funds, and will not expire at the end of this current fiscal year. Funds in the amount of $31,204,574 will be obligated as individual task orders as they are issued. The Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

Northrop Grumman Systems Corp., Sunnyvale, California, is awarded $60,109,750 for modification P00008 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-14-C-0011) for Trident II (D5) Underwater Launcher System and Advanced Launcher Development Program support. This modification provides for the exercise of options for ongoing support for the Trident deployed SSBN and the SSGN underwater launcher subsystem, engineering refueling overhaul shipyard support, and United Kingdom launcher trainer support. Work will be performed at Sunnyvale, California (77.52 percent); Kings Bay, Georgia (11.48 percent); Bangor, Washington (9.82 percent); and Camarillo, California (1.18 percent), with an expected completion date of Sept. 30, 2018. Fiscal 2014 research, development, test and evaluation contract funds in the amount of $3,801,000, and United Kingdom contract funds in the amount of $1,893,673, are being obligated on this award. Subject to the availability of funding, fiscal 2015 operations and maintenance (Navy) funds in the amount of $26,343,699, and fiscal 2015 research, development, test and evaluation contract funds in the amount of $28,071,378, are being obligated on this award. Contract funds in the amount of $26,343,699 will expire at the end of fiscal 2015. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-14-C-0011).
The Boeing Co., Seattle, Washington, is being awarded a $43,283,263 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for integrated logistics and contractor services in support of the P-8A Poseidon Multi-mission Maritime Aircraft. Work will be performed in Seattle, Washington (58 percent); Jacksonville, Florida (12 percent); Valencia, California (6 percent); Linthicum, Maryland (5 percent); Greenlawn, New York (3 percent); and various locations within the United States (16 percent), and is expected to be completed in April 2017. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $43,283,263 will be obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Interstate Electronics Corp., Anaheim, California, is being awarded a $38,723,168 cost-plus-fixed-fee, cost-plus-incentive-fee modification P00006 to a previously awarded contract (N00030-14-C-0006) for flight test instrumentation management and support, follow-on Commanders Evaluation Test mission operations and data acquisition, data recording subsystem operational support, engineered refueling overhaul support, Evolved Expendable Launch Vehicle flight test operations support, and strategic weapon system training. Work will be performed in Anaheim, California (77 percent); Cape Canaveral, Florida (18 percent); Washington, District of Columbia (2 percent); Norfolk, Virginia (1 percent); Bremerton, Washington (1 percent); Bangor, Washington (0.5 percent); and Kings Bay, Georgia (0.5 percent), with an expected completion date of March 31, 2016. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $34,947,143; fiscal 2015 United Kingdom funds in the amount of $3,392,800; and fiscal 2015 missile procurement (Air Force) funds in the amount of $383,225, are being obligated on this award, subject to the availability of funds. None of the funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

American Petroleum Tankers, LLC, New York, New York, is being awarded $36,515,000 for the exercise of an 11-month option period under a previously awarded firm-fixed-price contract (N00033-07-C-5416) for the worldwide charter of two U.S.-flagged, Jones Act tankers. The tankers will be employed in worldwide cargo delivery to support the Defense Logistics Agency-Energy. Work for this option period will be performed at sea worldwide, and is expected to be completed by August 2015. Subject to availability of funds, working capital contract funds in the amount of $36,515,000 are being obligated for fiscal 2015. Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-07-C-5416).

General Dynamics National Steel and Shipbuilding Co., San Diego, California, is being awarded a $36,185,301 modification to previously awarded cost-plus-award-fee contract (N00024-13-C-4404) for USS Boxer (LHD 4) fiscal 2014 phased maintenance availability (PMA). A PMA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by December 2014. Fiscal 2014 operations and maintenance (Navy) and Navy working capital funds in the amount of $36,185,301 will be obligated at the time of award. Contract funds in the amount of $36,185,301 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

BAE Systems Land & Armaments L.P., Armament Systems Division, Louisville, Kentucky, is being awarded a $28,697,931 firm-fixed-price contract for the fiscal 2014 production of the MK 38 Machine Gun System (MGS). This contract fulfills specified requirements and technical performance requirements for the MK38 MOD2 25mm MGS Ordnance Alteration and provides additional spare parts. This contract combines purchases for the U.S. government (95.83 percent), and the government of Israel (4.17 percent), under the Foreign Military Sales program. Work will be performed in Hafia, Israel (68 percent), and Louisville, Kentucky (32 percent), and is expected to be completed by April 2016. Fiscal 2014 weapons procurement (Navy and U.S. Coast Guard), National Guard and Reserve Equipment Appropriation, and foreign military sales contract funds in the amount of $28,697,931 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 FAR 6.302-1(a)(2) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-14-C-0015).

RQ/Filanc JV I, Carlsbad, California, is being awarded $21,459,903 for firm-fixed-price task order 0009 under a previously awarded multiple award construction contract (N62473-10-D-5414) for replacement of waste drain pipes in Building 1 at Naval Medical Center San Diego. The existing waste pipes are clogged, corroded, and damaged, making this replacement necessary. The work will address deficiencies, requirements, and modifications necessary to provide reliable service, and meet current and future hospital needs. Piping with significant deterioration and corrosion will be replaced. Pipe sections found to be in good or fair condition will be cleaned. Above ground piping sections that are found to have inadequate pipe slope will be adjusted. Work will be performed in San Diego, California, and is expected to be completed by October 2018. Fiscal 2014 operations and maintenance (Defense Health Program) contract funds in the amount of $21,459,903 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Wolf Creek Federal Services, Inc.,* Anchorage, Alaska, is being awarded a $21,005,191 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N44255-13-D-8008) to exercise option one for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for all management and administration, bachelor housing services, integrated solid waste management services, pavement clearance services, utilities maintenance and operations services to include electrical, gas, wastewater, steam, and water; base support vehicles and equipment, crane services, and environmental services to provide base operations support. After award of this option, the total cumulative contract value will be $41,896,091. Work will be performed at various installations in the NAVFAC Northwest AOR, but primarily at Naval Air Station Whidbey Island and Naval Station Everett, and work is expected to be completed September 2015. No funds will be obligated at the time of award. Fiscal 2015 operations and maintenance (Navy), fiscal 2015 Navy working capital funds, and fiscal 2015 Defense Health Program funds in the amount of $12,027,374 for recurring work, will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

RQ Construction, LLC, Carlsbad, California, is being awarded a $20,995,000 firm-fixed-price contract for design and construction of the Tactical Operations Center (TOC) and Mobile Tactical Operations Center, P-8A at Naval Air Station Whidbey Island. The work provides for design and construction of a new low rise TOC facility, and renovation and conversion of the Tactical Support Center (B2771) to a new Mobile Tactical Operations Center. The TOC facility will include the commander, patrol and Reconnaissance Wing 10 headquarters. The project also includes the demolition of an existing building to construct the TOC. The facilities will contain classified spaces, and demolition with hazardous waste disposal may be required. The contract also contains two unexercised options, which, if exercised, would increase cumulative contract value to $23,055,000. Work will be performed in Oak Harbor, Washington, and is expected to be completed by September 2017. Fiscal 2010 and fiscal 2014 military construction, (Navy) contract funds in the amount of $20,995,000 are obligated on this award, of which $3,122,369 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-14-C-5006).

RQ Construction, LLC, Carlsbad, California, is being awarded a $15,680,000 firm-fixed-price task order 0017 under a previously awarded multiple award construction contract (N62473-10-D-5409) for seismic rehabilitation, Phase 1, of Building 1 at Naval Medical Center San Diego. This is the first project of the multiyear Naval Medical Center San Diego Seismic Damper Program to improve the seismic performance, building safety, survivability, and seismic code compliance of the hospital and related essential facilities. The main hospital will be seismically upgraded by the installation with seismic dampers at various damper locations. Work will be performed in San Diego, California, and is expected to be completed by July 2017. Fiscal 2014 operations and maintenance (Defense Health Program) contract funds in the amount of $15,680,000 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

AAR Airlift Group, Inc., Palm Bay, Florida, is being awarded a $15,332,330 modification under a previously awarded firm-fixed-price contract (N00033-11-C-1003) to exercise a 12-month option for the provision of ship-based and shore-based vertical replenishment and other rotary-wing logistic services. These include search and rescue support; medical evacuations; passenger transfers; internal cargo movement; and dynamic interface testing in support of Commander, Naval Air Forces Command. AAR Airlift Group, Inc., will provide helicopters, personnel, support equipment, and all supplies necessary to perform flight operations in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility. Work will be performed in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility, and is expected to be completed by September 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of 15,332,330 are being obligated and are subject to availability of fiscal 2015 funding. Funds will expire at the end of fiscal 2015. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-11-C-1003).

Burns & McDonnell, Kansas City, Missouri, is being awarded a maximum amount $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for multidiscipline architect-engineering services in support of projects primarily in Connecticut and Rhode Island. The work to be performed provides for multiple disciplines or single disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, fire protection, and interior design. Task order 0001 is being awarded at $173,489 for architect-engineering design services for building 440, technical training facility (Perry Hall), Navy Leadership Ethics Center Administration building repairs at Newport, Rhode Island. Work for this task order is expected to be completed by March 2015. The term of the contract is not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $173,489 are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received. The NAVFAC, Mid-Atlantic Northeast, Integrated Product Team, Norfolk, Virginia, is the contracting activity (N40085-14-D-5227).

3PSC, LLC, Norfolk, Virginia, is being issued a $14,915,581 modification under a previously awarded firm-fixed-price contract (N00033-09-C-2504) to exercise a 182-day option for the operation and maintenance of five U.S. Navy oceanographic survey ships (T-AGS). Work will be performed at sea worldwide, and is expected to be completed by March 2015. Working capital funds in the amount of $14,915,581 are obligated for fiscal 2015 (subject to availability of funds), and will not expire at the end of fiscal 2015. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $13,664,382 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0001) for the procurement of unique, common, and similar spare parts for Lot 14 Block I and Block II of AIM-9X missiles in support of the U.S. Navy, U.S. Air Force, and the governments of Saudi Arabia, Oman, Korea, Kuwait, Morocco, Malaysia, Turkey, Finland, Switzerland, Poland, and Denmark. Work will be performed in Tucson, Arizona, and is expected to be completed in February 2016. Fiscal 2014 weapons procurement (Navy) and fiscal 2013 and 2014 missile procurement (Air Force), as well as foreign military sales funds in the amount of $13,664,382, are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($8,419,523; 61.62 percent); the U.S. Navy ($3,730,324; 27.30 percent); and the governments of Saudi Arabia ($404,762; 2.96 percent); Oman ($311,377; 2.28 percent); Korea ($305,031; 2.23 percent); Kuwait $111,282; 0.82 percent); Morocco ($95,772; 0.70 percent); Malaysia ($93,405; 0.68 percent); Turkey ($71,263; 0.52 percent); Finland ($41,228; 0.30 percent); Switzerland ($32,612; 0.24 percent); Poland ($29,241; 0.21 percent); and Denmark ($18,562; 0.14 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland; is the contracting activity.

Marvin Engineering Co., Inc., Inglewood, California, is being awarded $12,816,113 for firm-fixed-price delivery order 0011 against a previously issued Basic Ordering Agreement (N00019-11-G-0009) for the upgrade and overhaul of 626 LAU-127 Missile Launchers. Work will be performed in Inglewood, California, and is expected to be completed in September 2018. Fiscal 2014 aircraft procurement (Navy) and fiscal 2014operations and maintenance (Navy) funds in the amount of $12,816,113, are being obligated at time of award, $6,021,617 of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Airtec, Inc., California, Maryland, is being awarded a $12,485,799 indefinite-delivery/ indefinite-quantity contract to provide operations, maintenance, and developmental test and evaluation services on a contractor-owned/contractor-operated Bombardier DHC-8/200 multi-sensor aircraft in support of the U.S. Army Southern Command’s flight missions. Work will be performed in Bogota, Columbia, and is expected to be completed in June 2015. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,405,169 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was non-competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Warfare Center, Lakehurst, New Jersey, is the contracting activity (N68335-14-D-0030).

NAVMAR Applied Sciences Corp.,* Warminster, Pennsylvania, is being awarded $12,296,784 for delivery order 0015 against a previously issued Basic Ordering Agreement (N68335-10-G-0026) for work associated with a Phase III Small Business Innovation Research effort under Topics N92-170: Laser Radar Laser Detection and Ranging Identification Demonstration; N94-178: Air-Deployable Expendable Multi-Parameter Environmental Probe; and AF083-006: Low Cost Intelligence, Surveillance and Reconnaissance, Unmanned Aerial Vehicle (UAV). Efforts include the assessment, procurement, and deployment of intelligence, surveillance, and reconnaissance systems, communication systems, unmanned systems, noise reduction technology, improved aircraft aerodynamics to include increased lift and decreased drag, unmanned air vehicle weatherization, improved endurance, support of at sea Navy operations and related support hardware. Work will be performed in Yuma, Arizona (30 percent); Patuxent River, Maryland (20 percent); Afghanistan (20 percent); China Lake, California (15 percent); and Point Mugu, California (15 percent), and is expected to be completed in September 2015. Fiscal 2014 operations and maintenance (Army) funds in the amount of $253,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

DRS Intelligence, Communication & Avionic Solutions LLC, Dayton, Ohio, is being awarded a $12,005,974 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of joint tactical terminal - receivers (JTT-R), JTT-R production engineering test set racks; fixtures and tooling. The JTT-R is an ultra-high frequency receiver that provides near real-time over the horizon threat data for situational awareness and assessment, threat avoidance, targeting, mission planning and communications. This procurement combines purchases for the U.S. Navy (91 percent), and the government of Australia (9 percent), under the Foreign Military Sales program. Work will be performed in Johnstown, Pennsylvania (85 percent), and Dayton, Ohio (15 percent), and is expected to be completed by October 2015. Fiscal 2013 and 2014 aircraft procurement (Navy) and FMS contract funds in the amount of $11,698,383, will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. Reference FAR 6.302-1. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-WS72).

The Boeing Co., Seattle, Washington, is being awarded an $11,757,200 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for training specific data storage architecture updates and upgrades in support of the P-8A Poseidon Multi-mission Maritime Aircraft, to include hardware, software, and integration. Work will be performed in Dallas, Texas (35 percent); the Naval Air Station (NAS) Jacksonville, Florida (30 percent); NAS Whidbey Island, Washington (30 percent); and St. Louis, Missouri (5 percent), and is expected to be completed in December 2015. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $11,757,200 will be obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity.

Insitu Inc., Bingen, Washington, is being awarded $10,976,866 for firm-fixed-price delivery order 0007 against a previously issued Basic Ordering Agreement (N68335-11-G-0009) for the procurement of one ScanEagle System that consists of nine ScanEagle Electro-Optics and three ScanEagle Infra-red Unmanned Air Vehicles for the government of Yemen under the Foreign Military Sales program. This order also provides for one 12-month/3,600 flight-hour sustainment package with acceptance testing, spares, technical manuals, and training; a site activation team; field service representative; and force rotection. Work will be performed in Bingen, Washington (50 percent), and Sanaa, Yemen (50 percent), and is expected to be completed in September 2015. Foreign military sales funds in the amount of $10,976,866 are being obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

R.A. Burch, Ramona, California, is being awarded $10,638,758 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62473-10-D-5410) for repair of jet engine shop building 170 at Naval Air Station Lemoore. Repairs include exterior and interior, plumbing system, repair by replacement of the heating ventilating, and air conditioning system, repair and upgrade of fire protection and fire alarm systems, resurface roofing system, repair and improvements to electrical distribution system, and asbestos abatement. Structural repairs include reconfiguring non-load bearing walls in the restroom and office areas. Repairs to the building exterior enclosure include repair, insulate and repainting the exterior metal siding; replacement of the existing overhead roll-up doors and personnel doors, repairs to the building entrance, and cracked concrete masonry unit walls. The task order also contains one unexercised option, which, if exercised, would increase cumulative task order value to $13,253,158. Work will be performed in Lemoore, California, and is expected to be completed by April 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $10,638,758 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Acadia Engineers and Constructors,* Newmarket, New Hampshire, is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for design and engineering services in support of energy and sustainable design projects primarily in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Public Works Department Maine area of responsibility (AOR). The work to be performed provides for engineering, design and construction inspection services for projects involving waterfront facilities. Task order 0001 is being awarded at $2,331,000 for design of industrial control systems for several buildings at the Portsmouth Naval Shipyard, Kittery, Maine. Work for this task order is expected to be completed by July 2015. All work on this contract will be performed within the NAVFAC Mid-Atlantic Public Works Department Maine AOR which includes Maine (70 percent); New Hampshire (5 percent); Vermont (5 percent); Massachusetts (5 percent); Connecticut (5 percent); Rhode Island (4 percent); and New York (5 percent). Work may also be performed in the remainder of the United States (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $2,331,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 12 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-D-0022).

Pegasus Medical Concepts, Inc.,* Mission Viejo, California, is being awarded a maximum amount $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide labor, equipment, and materials to furnish, install, and label high density shelving for various Navy Medicine Medical Treatment Facilities, both inside and outside the continental United States locations. The term of the contract is not to exceed 60 months with an expected completion date of Sept. 30, 2019. Fiscal 2014 operations and maintenance funds in the amount of $1,249,040 will be obligated at the time of award under the base and initial task orders, and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website as a 100 percent small business set-aside; three offers were received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-14-D-5064).

Raytheon Missile Systems, Tucson, Arizona, is being awarded an $8,936,000 modification to a previously awarded contract (N00024-13-C-5402) for depot level maintenance facility provision item ordered spares. This modification provides for the procurement of provision item ordered spares to support SM 2 and SM 6 depot level maintenance. Work will be performed in Tucson, Arizona (37 percent); Andover, Massachusetts (22 percent); Joplin, Missouri (21 percent); Minneapolis, Minnesota (9 percent); Bohemia, New York (3 percent); Syracuse, New York (2 percent); Amityville, New York (2 percent); and other locations less than 1 percent (4 percent), and is expected to be completed by November 2015. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $8,936,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

NAVMAR Applied Sciences Corp.,* Warminster, Pennsylvania, is being awarded $8,597,356 for delivery order 0001 against a previously issued Basic Ordering Agreement (N68335-14-G-0040) for work associated with a Phase III Small Business Innovation Research effort under topics N08-023: Precision High Altitude Sonobuoy Emplacement; N94-178: Air-Deployable Expendable Multi-Parameter Environmental Probe; and AF083-006: Low Cost Intelligence, Surveillance and Reconnaissance, Unmanned Aerial Vehicle. Efforts are associated with the advancements in command, control, communications, computer, intelligence, surveillance, and reconnaissance technologies to enhance communication techniques between the sensors and/or platforms and interfaces; analyze the fusion and exploitation of multi-source sensor data; and develop any other technique to advance capabilities. This work will be performed in Yuma, Arizona (30 percent); Patuxent River, Maryland (30 percent); Warminster, Pennsylvania (20 percent); and Washington, District of Columbia (20 percent), and is expected to be completed in September 2016. Fiscal 2014 operations and maintenance (Army) and research, development, test and evaluation (Navy and Defense-wide) funds in the amount of $828,899 will be obligated at the time of award, $766,139 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Drace Anderson, JV,* Gulfport, Mississippi, is being awarded an $8,245,085 firm-fixed-price contract for repairs and renovations of “A” School Bachelor Enlisted Quarters 315 at Naval Construction Battalion Center Gulfport. The work to be performed provides for interior and exterior repairs and renovation, which includes insulation, windows, roof, vents, exhausts, flashing, and replacement of the heating, ventilation, and air conditioning system, boilers and chiller. Exterior work includes replacement of windows, resealing of exterior joints, concrete repair, minor drainage work, and exterior cleaning and painting. Interior work includes room reconfiguration, replacement of finishes, replacement of tub/showers with shower surrounds, reconfiguration of handrails/guardrails, replacement and refinishing of doors, new interior signage, and new toilet accessories. Work will be performed in Gulfport, Mississippi, and is expected to be completed by March 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $8,245,085 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-C-0768).

Raytheon Missile Systems, Tucson, Arizona, is being awarded an $8,023,289 modification to a previously awarded contract (N00024 13 C-5407) for 18 SM-2 Block IIIA All-Up-Rounds for DDG 1000 class ships. Work will be performed in Tucson, Arizona (53 percent); Andover, Massachusetts (24 percent); Mountain View, California (8 percent); Camden, Arkansas (9 percent); San Diego, California (3 percent); Hudson, New Hampshire (2 percent); and Chandler, Arizona (1 percent), and is expected to be completed by November 2016. Fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $8,023,289 will be obligated at time of award. Contract funds in the amount of $2,239,838 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Erickson Helicopters, Inc., McMinnville, Oregon, is being issued a $7,004,248 modification under a previously awarded firm-fixed-price contract (N00033-13-C-8000) to exercise a 12-month option for the provision of ship-based and shore-rebased vertical replenishment and other rotary-wing logistic services. Services include search and rescue support; medical evacuations; passenger transfers; internal cargo movement; and dynamic interface testing in support of commander, Naval Air Forces Command. Erickson Helicopters, Inc., will provide one detachment comprised of two helicopters, personnel, support equipment, and all supplies necessary to perform flight operations in the U.S. 2nd Fleet, U.S. 5th Fleet, and U.S. 6th Fleet areas of responsibility. Work will be performed in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility, and is expected to be completed by September 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $7,004,248 are being obligated and are subject to availability of fiscal 2015 funds. Funds will expire at the end of fiscal 2015. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-13-C-8000).

Reyes Construction, Inc., Pomona, California, is being awarded $6,830,311 for firm-fixed-price task order 0013 under a previously awarded multiple award construction contract (N62473-10-D-5417) to replace the sewer lines at the Marine Corps Recruit Depot, San Diego. The work to be performed provides for demolition of the existing lines, and new sewer lines and manholes in various areas around the depot. This project will improve the reliability and reduce the maintenance of the sewage collection system. The work also includes backfilling, grading, and compacting the areas affected, and repair all landscaping, roads, and sidewalks damaged during construction. Work will be performed in San Diego, California, and is expected to be completed by April 2016. Fiscal 2014 operations and maintenance (Marine Corps) contract funds in the amount of $6,830,311 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Insitu, Inc., Bingen, Washington, is being awarded $6,757,764 for firm-fixed-price delivery order 0006 against a previously issued Basic Ordering Agreement (N68335-11-G-0009) for the procurement of one ScanEagle System for the government of the Czech Republic under the Foreign Military Sales program. The system consists of seven ScanEagle electro-optics, and three ScanEagle infra-red unmanned air systems. Work will be performed at Bingen, Washington (50 percent), and Afghanistan (50 percent), and is expected to be completed in September 2015. Foreign military sales funds in the amount of $6,757,764 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Sauer Inc., Jacksonville, Florida, is being awarded $6,670,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N40080-10-D-0490) for repair of the Naval History and Heritage Command, Buildings 44, 57, and 108 at the Washington Navy Yard. The work to be performed provides for required interior rearrangements and restoration of the facilities to allow for effective use of existing space and to bring the buildings into compliance with Architectural Barriers Act accessibility code, and fire and safety codes. Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $6,670,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

BURR-MZT Joint Venture,* San Clemente, California, is being awarded $6,623,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N44255-13-D-8012) to perform energy efficiency measures in 11 buildings at Naval Base Kitsap and Jackson Park. The work to be performed provides for all labor, materials, equipment and associated costs for energy conservation measures. Work will be performed in Bremerton, Washington, and is expected to be completed by May 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $6,623,000 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Bremerton, Washington, is the contracting activity.

ARMY

University of Southern California, Los Angeles, was awarded a $141,000,000 cost contract with options, for research and development and other activities within the approved modeling and simulation core competencies in the areas of training, education, operations, health and other arenas where the research, technologies, and methodologies may be applied. Funding and work location will be determined with each order, with an estimated completion date of Sept. 28, 2017. One bid was solicited, with one received. Army Contracting Command, Research Triangle Park Division, Research Triangle Park, North Carolina, is the contracting activity (W911NF-14-D-0005).
 
Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $93,250,000 not-to-exceed, undefinitized contract action (P00171) to a firm-fixed-price, multiyear contract, for eight uniquely configured UH-60M Black Hawk aircraft and other support equipment and services for Mexico’s secretary of national defense. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 7, 2015; this contract falls under the Foreign Military Sales program. One bid was solicited and one received. Fiscal 2010 other procurement funds are being obligated at the time of the award. With all modifications, the cumulative total of this contract is $7,035,259,311. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-12-C-0008).

Oshkosh Defense, LLC, Oshkosh, Wisconsin, was awarded an $84,810,000 modification (P00034) to firm-fixed-price contract W56HZV-09-D-0159 to extend the expiration date of the contract from Sept. 30, 2014 to Sept. 30, 2015. According to the program manager for the medium tactical vehicle family, there are three known vehicle requirements and several known system technical support requirements that will be procured during the extension. Fiscal 2015 other procurement funds will be determined with each order. Work will be performed in Oshkosh, Wisconsin. Army Contracting Command, Tank and Automotive (Warren), Warren, Michigan, is the contracting activity.

Meltech Corporation, Inc., * Landover, Maryland (W912DR-14-D-0021); Arriba Corporation,* Norfolk, Virginia (W912DR-14-D-0024); Herman/JCG CO JV,* San Diego, California (W912DR-14-D-0023); and Olgoonik Management Services, Inc.,* (W912DR-14-D-0022), will share an awarded small business, multiple award, task order, order-dependent contract for $49,900,000 for design, build and design-bid-build construction projects. Work and funding will be determined with each order, with an estimated completion date of Sept. 30, 2015. Bids were solicited via the Internet, with 44 received. U.S. Army Corps of Engineers, Baltimore District, Baltimore, Maryland, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut is being awarded a $48,800,000 cost-plus-fixed-fee contract to provide specialized engineering analysis test and technical services (SEATTS) for the Aviation Applied Technology Directorate. Work location and funding will be determined with each order, with an estimated completion date of Sept. 24, 2017. Bids were solicited via the Internet, with one received. Army Contracting Command – Aviation Applied Technology Directorate, Fort Eustis, Virginia is the contracting activity (W911W6-14-D-0002).

Woodward, Inc., Loves Park, Illinois, was awarded a $47,235,265 firm-fixed-price, multiyear contract for the UH60 helicopter T700 common fuel control, with an estimated completion date of Sept. 30, 2019. Funding and work location will be determined with each order. One bid was solicited, with one received. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-D-0148).

Lockheed-Martin Integrated Systems, Inc., Bethesda, Maryland, was awarded a $44,037,055 cost-plus-fixed-fee contract with options for Next Generation Technical Services III. This includes the management and technical support to advance high performance computing services. Work will be performed at Wright-Patterson Air Force Base, Ohio; Aberdeen Proving Ground, Maryland; Stennis Space Center Mississippi; Vicksburg Mississippi; Lorton, Virginia; and Bethesda, Maryland, with an estimated completion date of May 19, 2015. One bid was solicited, with one received. Fiscal 2013 and 2014 other procurement (Army) funds ($5,247,000); fiscal 2014 operations and maintenance (Army) funds ($135,528); and fiscal 2013 and 2014 research, development, test and evaluation funds ($26,736,044), are being obligated at the time of the award. U.S. Army Corps of Engineers, Engineer Support Center Huntsville, Huntsville, Alabama, is the contracting activity (W912DY-14-F-0423).

Alliant Techsystems Operations, LLC, Plymouth, Minnesota is being awarded a $36,778,430 firm-fixed-price, requirements contract for M230-30MM automatic guns and 32 spare parts in support of the Apache helicopter. Work location and funding will be determined with each order. The estimated completion date is Sept. 28, 2017. Army Contracting Command – Tank and Automotive, Warren, Michigan is the contracting activity (W56HZV-14-D-0148).

TSAY/Ferguson-Williams, LLC, San Juan Pueblo, New Mexico, was awarded a $25,457,793 modification (P00122) to contract W9124M-09-C-0002 for operations, maintenance, and support services at Fort Stewart, Georgia (72 percent), and Hunter Army Airfield, Georgia (28 percent). Fiscal 2015 operations and maintenance (Army) funds in the amount of $1,519,283 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. Army Contracting Command, Fort Stewart is the contracting activity.

General Dynamics-Ordnance and Tactical Systems, Williston, Vermont, was awarded a $18,750,489 modification (P00001) to contract W31P4Q-14-C-0154 to exercise a fiscal 2014 option for the fiscal 14-18 Hydra-70 Rocket System, which includes M151 high explosive Rockets, M255A1 rockets and M274 smoke signal practice rockets. Fiscal 2014 other procurement funds in the amount of $3,992,285 were obligated at the time of the award. Estimated completion date is Sept. 28, 2019. Work will be performed in Williston, Vermont, and Camden, Arkansas. Army Contracting Command, Redstone Arsenal (Missile), Redstone Arsenal, Alabama, is the contracting activity.

Orcon-Carothers JV2,* Taylor, Mississippi, was awarded an $18,046,650 firm-fixed-price contract, with options, for historical building renovation at Fort Leavenworth, Kansas. Fiscal 2014 operations and maintenance (Army) funds in the amount of $18,046,650 were obligated at the time of the award. Work will be performed in Fort Leavenworth, Kansas, with an estimated completion date of Aug. 16, 2017. Bids were solicited via the Internet, with eight received. U.S. Army Corps of Engineers, Kansas City District, Kansas City, Missouri, is the contracting activity (W912DQ-14-C-4026).

Kirkland Construction RLLP, Rye, Colorado, was awarded a $17,434,335 firm-fixed-price contract, with options, for the Rio Grande Floodway, San Acacia Phase I and II levee construction, Socorro County, New Mexico. Work includes the removal of existing and construction of new levee and soil bank approximately 3.4 miles in length. Work will be performed in Alamogordo, New Mexico with an estimated completion date of Dec. 1, 2015. Bids were solicited via the Internet, with nine received. Fiscal 2014 other procurement funds in the amount of $17,434,335 are being obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque District, Albuquerque, New Mexico, is the contracting activity (W912PP-14-C-0039).

HP Enterprise Services, LLC, Herndon, Virginia, was awarded $14,770,140 for a firm-fixed-price contract to support and maintain an information technology infrastructure library. Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,770,140 were obligated at the time of the award. Work will be performed in Falls Church, Virginia, with an estimated completion date of May 15, 2015. Bids were solicited with one received. U.S. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-14-F-0211).

E.P. Doyle & Son LLC,* Wheaton, Illinois, was awarded a $14,507,220 firm-fixed-price contract for Permanent Barrier I building, to include installing the associated electrical and mechanical equipment, wiring, electrical duct banks, walkways and parking lots/drives at the Chicago Sanitary and Ship Canal, Romeoville, Illinois. Estimated completion date of the work in Romeoville, Illinois, is Jan. 31, 2016. Bids were solicited via the Internet, with three received. Fiscal 2014 other procurement funds in the amount of $14,507,220 are being obligated at the time of the award. U.S. Army Corps of Engineers, Chicago District, Chicago, Illinois, is the contracting activity (W912P6-14-C-0022).

North Star Magnus Pacific JV,* Yuba City, California, was awarded a $12,661,832 firm-fixed-price contract, with options, for the construction of zoned earthen embankment dikes, at the California Institution for Women in Chino. Work will be performed in Chino, California, with an estimated completion date of Oct. 24, 2015. Bids were solicited via the Internet, with eight received. Fiscal 2014 other procurement funds in the amount of $12,661,832 are being obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles District, Los Angeles, California, is the contracting activity (W912PL-14-C-0025).

R.E. Staite Engineering, Inc.,* San Diego, California, was awarded a $12,297,600 firm-fixed-price contract for maintenance dredging the Redwood City Harbor Channel up to 600,000 cubic yards of dredged material. It is estimated the base period will run through Nov. 30, 2014; with the exercise of options, a second performance period will begin June 1, 2015. Work will be performed at Redwood City, California. Fiscal 2014 operations and maintenance (Army) funds in the amount of $12,297,600 were obligated at the time of the award. Bids were solicited via the Internet, with two received. U.S. Army Corps of Engineers, San Francisco District, San Francisco, California, is the contracting activity (W912P7-14-C-0014).

Computer Science Corp., Rockville, Maryland, was awarded a $12,149,019 firm-fixed-price, sole-source bridge contract for operations, maintenance, and support of a Department of Defense centralized data repository that records information about beneficiaries’ prescriptions filled worldwide, as well as other pharmaceutical data for the Military Health System. Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,149,019 were obligated at the time of the award. Work will be performed in Falls Church, Virginia, with an estimated completion date of May 30, 2015. One bids was solicited, with one received. U.S. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-14-F-0216).

Unissant, Inc., Reston, Virginia is being awarded an $11,992,354 firm-fixed-price contract for engineering fixes and systems upgrades to Armed Forces Health Longitudinal Technology Application (AHLTA) and the Composite Health Care System (CHCS). Work will be performed in Reston, Virginia (50%) and Falls Church, Virginia (50%), with an estimated completion date of Sept. 29, 2015. Bids were solicited via the Internet, with one received. Fiscal 2014 operations and maintenance funds in the amount of $11,992,354 are being obligated at award. U.S. Army Medical Research Acquisition Activity, Frederick, Maryland is the contracting activity (W81XWH-14-F-0238).

Kallidus Technologies,* Inc., Lowell, Massachusetts, was awarded a $10,730,975 firm-fixed-price contract for renovation and construction of a Building 4554 at Fort Meade, Maryland. Fiscal 2014 operations and maintenance (Army) funds in the amount of $10,730,975 were obligated at the time of the award. Work will be performed in Fort Meade, Maryland, with an estimated completion date of April 7, 2016. Bids were solicited via the Internet, with eight received. U.S. Army Corps of Engineers, Baltimore District, Baltimore, Maryland, is the contracting activity (W912DR-14-C-0039).

Oklahoma Department of Rehabilitation Services, Oklahoma City, Oklahoma, was awarded a $10,450,049 modification (P00035) to a firm-fixed-price, indefinite-delivery contract (W9124J-09-D-0003) for a six-month extension for three full food service dining facilities, one dining facility attendant, troop issue subsistence activity, and full food service mobilization. Work and funding will be determined with each order, with an estimated completion date of March 31, 2015. Army Contracting Command, Fort Sill, Oklahoma is the contracting activity.

Humanetics Innovative Solutions, Inc., Plymouth, Michigan, was awarded a $9,999,647 firm-fixed-price contract for anthropomorphic test devices, parts, calibration, repair and development. Work location and funding will be determined with each order, with an estimated completion date of Sept. 30, 2017. Bids were solicited via the Internet, with one received. Army Contracting Command, Adelphi Division, Adelphi, Maryland, is the contracting activity (W911QX-14-D-0005).

KRSW Joint Venture,* Boise, Idaho, was awarded a $9,584,404 modification (P00001) to exercise optional items 46 to 76 on firm-fixed-price contract W912DW-14-C-0022 to repair primary Taxiway A at Mountain Home Air Force Base, Idaho. Fiscal 2014 operations and maintenance (Army) funds in the amount of $9,584,404 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. U.S. Army Corps of Engineers, Seattle District, Seattle, Washington is the contracting activity.

Alakai Defense Systems, Inc.,* Largo, Florida, was awarded a $8,734,134 cost-plus-fixed-fee contract, with options, for Check Point Explosives Detection Systems-2 (CPEDS-2) upgrades for detecting bulk home-made explosives and precursors in the field. Work will be performed in Largo, Florida, with an estimated completion date of Sept. 28, 2015. One bid was solicited, with one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,734,134 are being obligated at the time of the award. Army Contracting Command, Research Triangle Park Division, Research Triangle Park, North Carolina, is the contracting activity (W911NF-14-C-0156).

ASI Constructors, Inc.*, Pueblo West, Colorado, was awarded an $8,222,350 firm-fixed-price, design-build construction contract for safety upgrades and repairs to three reservoir dams at Quantico Marine Corps Base, Virginia: Lunga, Breckinridge and Greys. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,222,350 were obligated at the time of the award. Work will be performed in Prince William, Virginia, with an estimated completion date of Sept. 28, 2016. Bids were solicited via the Internet, with three bids received. U.S. Army Corps of Engineers, Norfolk District, Norfolk, Virginia, is the contracting activity (W91236-14-C-0047).

Eastern General Contractors, Inc.,* Springfield, Massachusetts, was awarded an $8,190,000 firm-fixed-price contract for renovation of visiting Airman Quarters, Building 5101 at Westover Air Reserve Base, Massachusetts. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,190,000 were obligated at the time of the award. Work will be performed in Chicopee, Massachusetts, with an estimated completion date of Jan. 31, 2016. Bids were solicited via the Internet, with nine received. U.S. Army Corps of Engineers, Louisville District, Louisville, Kentucky, is the contracting activity (W912QR-14-C-0047).

Eastern General Contractors, Inc.,* Springfield, Massachusetts, was awarded $8,148,000 for a firm-fixed-price contract for renovation of visiting Airman Quarters, Building 5102 at Westover Air Reserve Base, Massachusetts. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,148,000 were obligated at the time of the award. Work will be performed in Chicopee, Massachusetts, with an estimated completion date of Jan. 31, 2016. Bids were solicited via the Internet, with seven received. U.S. Army Corps of Engineers, Louisville District, Louisville, Kentucky is the contracting activity (W912QR-14-C-0048).

BANC3 Inc., Princeton, New Jersey, was awarded an $8,138,707 incrementally-funded, cost-plus-fixed-fee contract with options for engineering, software architectures, system engineering, and business operations support to command, power and integration - SETA Small Business Set Aside Effort Directorate. Work will be performed in Princeton, New Jersey, with an estimated completion date of Sept. 28, 2017. Bids were solicited via the Internet, with five received. Fiscal 2014 research, development, test and evaluation funds in the amount of $8,138,707 are being obligated at the time of the award. Army Contracting Command, Aberdeen Division B, Fort Monmouth, New Jersey, is the contracting activity (W56KGU-14-C-0067).

Ultimate Concrete LLC, El Paso, Texas, was awarded a $7,198,294 firm-fixed-price contract, with options, for the McKinley Channel Phase VII, construction of a 4,800-foot long concrete channel with vertical walls. The contract calls for the base year and first option to be awarded. Work will be performed in Alamogordo, New Mexico, with an estimated completion date of Sept. 28, 2015. Bids were solicited via the Internet, with six received. Fiscal 2014 other procurement funds in the amount of $7,198,294 are being obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque District, Albuquerque, New Mexico, is the contracting activity (W912PP-14-C-0040).

Carahsoft Technology Corp., Reston, Virginia, was awarded a $7,135,539 modification (BA91) to firm-fixed-price contract N00104-13-A-ZF46 to acquire Enterprise Information Technology Resource Management and Pre-production Research Environment Program software tools and maintenance in support of U.S. Army Information Technology Agency (USAITA). Fiscal 2014 operations and maintenance (Army) funds of $3,147,539, and fiscal 2014 other procurement (Army) funds of $3,988,000, were obligated at the time of the award. Estimated completion date is Sept. 28, 2017. Work will be performed in Reston, Virginia. Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.

Northrop Grumman Systems Corp., McLean, Virginia, was awarded a $6,918,615 firm-fixed-price contract, with options, to continue to modify the Defense Occupational and Environmental Health Readiness System-Industrial Hygiene (DOEHRS-IH) application in support of resolving system change requests and system incident reports. In addition, the contract asks the contractor to resolve Fortify Findings; upgrade the commercial off-the-shelf WebLogic product; migrate Oracle Discoverer reports to Business Objects Transactional Ad Hoc Reports; and expand the Environmental Health Surveillance Registry (EHSR). The base and all options will be exercised at the time of the initial award. Work will be performed in McLean, Virginia, with an estimated completion date of Sept. 29, 2015. One bid was solicited, with one received. Fiscal 2014 operations and maintenance (Army) funds of $5,976,559, and fiscal 2014 research, development, test and evaluation funds of $942,056 are being obligated at the time of the award. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-14-F-0182).

AIR FORCE

United Launch Services LLC, Littleton, Colorado, has been awarded a $126,966,232 firm-fixed-price modification (P00055) to previously awarded contract FA8811-13-C-0003 to exercise an option for backlog transportation and order launch vehicle production services. Contractor will execute a requirement for the fiscal 2014 launch vehicle configuration of one Air Force Atlas V531 and the exercise of an option for backlog transportation. Work will be performed at Centennial, Colorado, and Cape Canaveral Air Force Station, Florida, and is expected to be completed by Aug. 15, 2015. Fiscal 2013 and 2014 missile procurement funds in the amount of $126,966,232 are being obligated at the time of award. Space and Missile Systems, Los Angeles Air Force Base, California, is the contracting activity.

Williams International Co., LLC, Walled Lake, Michigan, has been awarded a $45,000,000 indefinite-delivery/ indefinite-quantity contract for Versatile Affordable Advanced Turbine Engines III and beyond. Contractor will develop technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo-propulsion affordability over the year 2000 state-of-the-art technology. Work will be performed at Walled Lake, Michigan, and Ogden, Utah, and is expected to be completed by Sept. 29, 2022. This award is the result of a competitive acquisition, with 34 offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $154,532 are being obligated at the time of award on the first task order. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-2406).

University of Dayton Research Institute, Dayton, Ohio, has been awarded a $42,000,000 indefinite-delivery/indefinite-quantity contract for advanced behavior and life prediction of aerospace materials program. Contractor will meet specific research objectives, advancing state-of-the-art materials performance assessment and prediction capability by developing more efficient and comprehensive methods across modeling, simulation and experimental domains through primarily on-site research efforts. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Oct. 15, 2021. This award is the result of a competitive acquisition with one offer received. Fiscal 2014 research, development, test and evaluation funds in the amount of $385,362 are obligated on the initial task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-5205).

Total Quality Systems, Inc., Roy, Utah, has been awarded a $35,937,998 indefinite-delivery/indefinite-quantity contract for the Contingency Acquisition Support Model. Contractor will provide joint service software development program for the model that allows users to generate a procurement-ready requirements package in a contingency environment. Work will be performed at Roy, Utah, and is expected to be completed by Sept. 25, 2019. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8770-14-D-0545).

GE Aviation Systems, LLC, doing business as: Dowty Propellers, Sterling, Virginia, has been awarded a $20,577,894 firm-fixed-price contract for C-130J propellers and spare parts. Contractor will provide 42 P/N 697039001 propellers and associated spare parts. Work will be performed at Gloucester, United Kingdom, and is expected to be completed by May 31, 2015. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Foreign military sales funds and fiscal 2012, 2013 and 2014 aircraft procurement funds in the amount of $20,577,894 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (SPE4A1-14-G-0009-RJ03).

Ohio Aerospace Institute, Brook Park, Ohio, has been awarded a $20,000,000 indefinite-delivery/ indefinite-quantity contact for Versatile Affordable Advanced Turbine Engines III and beyond. Contractor will provide develop technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo-propulsion affordability over the year 2000 state-of-the-art technology. Work will be performed at Brook Park, Ohio, and is expected to be completed by Sept. 29, 2022. This award is the result of a competitive acquisition, with 34 offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $200,000 for task order 0001, and $400,000 for task order 0002, are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-2410)

Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $16,988,225 delivery order (0275) to previously awarded contract HC1047-05-D-4000 for Advanced Automated Tactical Communications aircraft and electronic warfare system engineering and test. Contractor will provide identification, generation, evaluation, test and documentation of modernization solutions to address modernization requirements for aircraft, sensors and support systems. Work will be performed at Atlanta, Georgia, and is expected to be completed by Dec. 6, 2015. Fiscal 2014 working capital funds in the amount of $10,552,460 are being obligated at the time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, has been awarded an $11,028,030 modification (P00052) to previously awarded contract FA8223-11-C-0001 for C-130 Aircrew Training System Electronic Control Loading System/Aerodynamic Model Update. Contractor will procure, install, integrate, test and document a replacement for the existing Electronic Control Loading due to obsolescence of the existing system. They will also replace the existing aero-model with a government-furnished property enhanced aero-model from the Aircrew Training and Rehearsal Support program. Work will be performed at Little Rock Air Force Base, Arkansas, and Dobbins Air Force Base, Georgia, and is expected to be completed by June 30, 2017. Fiscal 2014 operations and maintenance funds in the amount of $11,028,030 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8223-11-C-0001).

C.W. Roberts Contracting, Inc., Tallahassee, Florida, has been awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for paving. Contractor will furnish all plant, materials, labor, equipment, and all operations required. The work may consist of resurfacing, full depth reconstruction, and new full depth construction of bituminous concrete and portland cement concrete pavements to include airfield pavements, roadways, parking lots, and sidewalks. It may also include coldplaning of bituminous concrete pavement, construction of curb return widenings, new construction of bituminous concrete ramp-downs, crack repair in bituminous concrete pavement, and new construction of concrete foundation walls and footings. It may also include other requirements as written in the contract. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Sept. 28, 2015. This award is the result of a competitive acquisition, with four offers received. Fiscal 2014 operations and maintenance funds in the amount of $25,503 are being obligated at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2823-14-D-4008).

The Boeing Co., St. Louis, Missouri, has been awarded an $8,632,927 cost-plus-fixed-fee contract for research and development for system of systems integration technology and experimentation-technical area 1. Contractor will develop and demonstrate system of systems architectures. Work will be performed at St. Louis, Missouri, and is expected to be completed by Dec. 30, 2016. This award is the result of a competitive acquisition, with 19 offers received. Fiscal 2014 research and development funds in the amount of $3,605,155 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-C-7432).

EDO/Exelis, Inc., North Amityville, New York, has been awarded an $8,104,935 cost-plus-fixed-fee, firm-fixed-price contract for AN/ALQ-161A sustaining engineering services and preprocessor flight software deficiency analysis. Work will be performed at North Amityville, New York, and is expected to be completed by Sept. 28, 2015. This award is the result of a sole-source acquisition. Fiscal 2014 operations and maintenance funds in the amount of $8,104,935 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-14-C-0019).

University of Southern California, Los Angeles, California, has been awarded a $7,685,884 cost- reimbursement contract for software. Contractor will develop a mission-driven, domain-specific indexing and search system that will harvest and harmonize heterogeneous and obfuscated data to extract key elements of knowledge. Work will be performed at Los Angeles, California, and is expected to be completed by Sept. 28, 2017. This award is the result of a competitive acquisition, with 43 offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $350,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-14-C-0240).

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $6,568,120 modification (P00277) to previously awarded contract FA8625-11-C-6597 to integrate system and Mission Computer (MC) software changes into the HC/MC Increment 2 aircraft. Work will be performed at Marietta, Georgia, and is expected to be complete by March 31, 2017. Fiscal 2013 research, development, test and evaluation and procurement funds in the amount of $6,568,120 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-11-C-6597).


DEFENSE LOGISTICS AGENCY
 
ReEnergy Black River LLC, Latham, New York, has been awarded a maximum $288,918,210 firm-fixed-price contract for the provisioning, production, purchase and delivery of electricity. This contract was a competitive acquisition, and two offers were received. This is a 20-year base contract with no option periods. Location of performance is New York with a Sept. 30, 2034 performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-8003).

Rockwell Collins, Inc., Cedar Rapids, Iowa, has been awarded a maximum $151,296,000 firm-fixed-price contract for helicopter display units. This contract was a competitive acquisition, and one offer was received. This is a two-year base contract with no option periods. Location of performance is Iowa with a Dec. 31, 2016 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-14-D-0060).

Noble Supply & Logistics,** Rockland, Massachusetts, has been awarded a maximum $57,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for prime vendor maintenance, repair, and operations tailored logistics support for the Africa region, zone 2. This contract was a competitive acquisition, and 10 offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Massachusetts with a Sept. 28, 2019 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 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-14-D-0002).

Atlantic Diving Supply, Inc.,* Virginia Beach, Virginia, has been awarded a maximum $48,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for prime vendor maintenance, repair, and operations tailored logistics support for the Africa region, zone 1. This contract was a competitive acquisition, and eight offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Virginia with a Sept. 28, 2019 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 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-14-D-0003).

Abbott Laboratories Inc. Point of Care Division, Abbott Park, Illinois, has been awarded a maximum $48,800,000 fixed-price with economic-price-adjustment contract for various medical test equipment and accessories. This contract was a competitive acquisition, and 48 offers were received. This is a five-year base contract with no option periods. Location of performance is Illinois, with a Sept. 28, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, 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, Pennsylvania (SPM2DH-14-D-0013).

Impact Instrumentation Inc.,* West Caldwell, New Jersey, has been awarded a maximum $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for airworthy suction apparatus. This contract was a competitive acquisition, and one offer was received. This is a five-year base contract with no option periods. Location of performance is New Jersey, with a Sept. 28, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 war-stopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-14-D-0011).

Aurora Industries, LLC,* Camuy, Puerto Rico, has been awarded a maximum $11,533,632 modification (P0004) exercising the first option year on a one-year base contract (SPE1C1-14-D-1068), with three one-year option periods. This is a firm-fixed-price contract for flame resistant combat coats and trousers. Location of performance is Puerto Rico, with a Sept. 15, 2015, performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Standard Safety Equipment,* McHenry, Illinois, has been awarded a maximum $7,542,000 firm-fixed-price contract for waterproof clothing bags. This contract was a competitive acquisition, and four offers were received. This is a one-year base contract with two one-year option periods. Location of performance is Illinois, with a Sept. 30, 2015, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-14-D-1082).

CORRECTION: The contract announced on Sept. 23, 2014, for US Foods, Inc., La Mirada, California (SPE300-14-D-3043), for $10,200,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support, was announced with an incorrect award date and dollar amount. The correct dollar amount is $10,650,000, and the correct award date is Sept. 29, 2014.

CORRECTION: The contract announced on Sept. 23, 2014, for Sysco Hampton Roads, Suffolk, Virginia (SPE300-15-D-3100), for $7,500,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support, was announced with an incorrect award date and dollar amount. The correct dollar amount is $7,950,000, and the correct award date is Sept. 29, 2014.

JOINT IMPROVISED EXPLOSIVE DEVICE DEFEAT ORGANIZATION

Landmark Technologies, Inc., Vienna, Virginia, is being awarded a $12,467,465 time-and-materials contract for J9 Operations Research System Analysis support services. The J-9 ORSA will provide rapidly deployable ORSA expertise in all aspects of counter-improvised explosive device operations to support U.S. forces within and outside of the continental United States. Landmark Technologies, Inc., will perform support services at the primary location in Reston, Virginia, and overseas locations. If all options are exercised, work is expected to be completed by October 2017. Fiscal 2014 overseas contingency operations funds in the amount of $4,000,000 are being obligated at award. This contract was competitively procured, with 10 bids received. The contracting activity is the Joint IED Defeat Organization Contract Operations, Arlington Virginia (HQ0682-14-C-0006).

DEFENSE HEALTH AGENCY
 
SeKON Enterprises, Inc.,* Herndon, Virginia, was awarded an $12,433,560 cost-plus-fixed-fee contract, with options, to provide engineering, cyber security, and configuration management support services to the program executive officer, Defense Healthcare Management Systems. The total potential contract value, including the one-year base period and four one-year option periods is $75,603,463. This contract provides services including enterprise and solutions architecture, configuration management, cyber security, synthetic test data, process and software tool support, technical support for government-approved laboratories, and generalized engineering and technical services supporting programs to modernize the Electronic Health Record System and acquire a Health Information Exchange capability for seamless sharing of standardized health care data between the Department of Defense and the Department of Veterans Affairs. Work will be performed in Rosslyn, Virginia, with an expected completion date of Sept. 29, 2015. Fiscal 2014 operations and maintenance funds in the amount of $1,772,446 and fiscal 2013 research, development, test and evaluation funds in the amount of $9,609,934 were obligated at time of award. This contract was a competitive acquisition under the National Institutes of Health Information Technology Acquisition and Assessment Center's CIO-SP3 Small Business government-wide acquisition contract, and four offers were received. The Defense Health Agency, Falls Church, Virginia, is the contracting activity (HT0011-14-F-0030).
 
Longview International*, Reston, Virginia has been awarded a maximum $8,291,746 modification (P0006) exercising the first option period on a one year base contract (HT0011-13-F-0039) with three one year options for software design, development and testing to support emerging requirements in the DMLSS, DCAM and JMAR applications to meet information assurance and the establishment of new data exchanges/services. Location of performance is at the Joint Medical Logistics Functional Development Center at Fort Detrick, Maryland with a Sept. 29, 2017 completion date. Fiscal 2014 operations and maintenance funds in the amount of $8,291,746 are being obligated at award. The contracting activity is the Defense Health Agency, COD-FC, Falls Church, Virginia.

MISSILE DEFENSE AGENCY
 
Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $8,067,824 modification (P00154) to previously awarded contract number HQ0276-10-C-0001 for fiscal 2015 Baseline 4.0.2 additional ship installation. This modification brings the total cumulative face value of the contract to $2,010,610,363 from $2,002,542,539. Work will be performed at Moorestown, New Jersey, with an expected completion date of March 27, 2016. Fiscal 2014 and 2015 research, development, test and evaluation funds will be used to incrementally fund this effort. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.
 
DEFENSE INFORMATION SYSTEMS AGENCY
 
Nisga’a Data Systems, LLC., Herndon, Virginia, was awarded a $17,891,203 firm-fixed-price contract for Video Teleconferencing Refresh Project for Washington Headquarters Services Enterprise Information Technology Services Division. This is an 8(a) direct award. Work will be performed at Arlington and Alexandria Virginia. Fiscal 2014 operations and maintenance, procurement and Defense Wide Capital funding in the amount of $17,891,203 will be obligated at time of the award. The period of performance is 30 days after contract award for delivery and 365 days for installation completion. Estimated completion date is Sept. 29, 2015. The original solicitation was issued pursuant to 15 U.S.C. 637(a) as a non-competitive 8(a) set-aside IAW FAR 19.808-1 Sole Source. The Defense Information Technology Contracting Organization, Scott AFB, Illinois, is the contracting activity (HC1028-14-C-0033).
 
*Small business
**Woman-owned small business
*Link for This article compiled by K. V. Seth + U.S. DoD issued No. CR-187-14 September 29, 2014 
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS






DTN News - PICTURES OF THE DAY: IT'S TUESDAY !!!!

$
0
0
DTN News - PICTURES OF THE DAY: IT'S  TUESDAY !!!! 
Source: DTN News - - This article compiled by K. V. Seth from reliable sources Pictures of The Day
(NSI News Source Info) TORONTO, Canada - September 29, 2014: IT'S TUESDAY !!!! 

IT'S TUESDAY

TUESDAY
TUESDAY
TUESDAY
TUESDAY


Have a Great Tuesday To All

    DTN News Friends

*Link for This article compiled by K. V. Seth from reliable sources Pictures of The Day
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS














































DTN News: U.S. Department of Defense Contracts Dated September 30, 2014

$
0
0
DTN News: U.S. Department of Defense Contracts Dated September 30, 2014
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-188-14 September 30, 2014
(NSI News Source Info) TORONTO, Canada - September 30, 2014: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 30, 2014 are undermentioned;

CONTRACTS
 
DEFENSE LOGISTICS AGENCY
 
U.S. Foods Raleigh Division, Zebulon, North Carolina, has been awarded a maximum $325,000,000 fixed-price with economic-price-adjustment contract for full line food and beverage items. This contract was a competitive acquisition and three offers were received. This is a two-year base contract, with one one-year option and one two-year option period. Location of performance is North Carolina, with a Sept. 29, 2016, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3045).
 
DHS Systems, Orangeburg, New York, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery contract for various types of commercial cold weather shelters and associated components. This contract was a competitive acquisition, and 20 offers were received.
This is a one-year base contract, with three one-year option periods. Locations of performance are New York and Alabama, with a Dec. 30, 2015, 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, Pennsylvania (SPE1C1-14-D-1080).
 
Old North Utility Services, Inc., Santa Ana, California, has been awarded a maximum $193,513,320 modification (P00152) on a 50-year base contract (SP0600-07-C-8258) for final price redetermination of privatization of the water distribution and wastewater collection systems, and provides an adjusted monthly utility service charge for the period of March 2013 through February 2016. Locations of performance are California and North Carolina, with a Feb. 28, 2058, performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 through fiscal 2058 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
 
Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $54,947,505 firm-fixed-price contract for control display units. This contract was a competitive acquisition, and one offer was received. This is a two-year base contract with no option periods. Location of performance is Iowa, with a Dec. 31, 2016, performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-14-D-0054).
 
Shamrock Foods Company, Commerce City, Colorado, has been awarded a maximum $44,655,915 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support. This contract was a competitive acquisition, and three offers were received. This is a two-year base contract, with one two-year option period. Location of performance is Colorado, with an Oct. 29, 2016, performance completion date. Using military services are Army, 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, Pennsylvania (SPE300-14-D-3041).
 
Tennier Industries Inc.,* Boca Raton, Florida, has been awarded a maximum $22,977,600 firm-fixed-price contract for parkas and trousers. This is a total set-aside acquisition. This is a one-year base contract, with two one-year option periods. Locations of performance are Florida, Tennessee and Kentucky, with an Oct. 31, 2015, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 and fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPM1C1-13-D-1029).
U.S. Foodservice Inc., Las Vegas, Nevada, has been awarded a maximum $17,108,775 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support. This contract was a competitive acquisition and three offers were received. This is a 22-month base contract, with one one-year option and one two-year option periods. Location of performance is Nevada, with a Sept. 3, 2016, performance completion date. Using military services are Army, Air Force, and Department of Energy. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3037).
 
American Water Operations & Maintenance Inc., Voorhees, New Jersey, has been awarded a maximum $13,491,321 modification (P00005) on a 50-year base contract (SP0600-14-C-8290) for operation and maintenance of the water distribution system and wastewater collection system at Hill Air Force Base. Locations of performance are New Jersey and Utah, with a January 2064 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2014 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
 
Jay Moulding Corporation,* Cohoes, New York, has been awarded a maximum $9,675,500 firm-fixed-price contract for retro lantern kits. This contract was a competitive acquisition and two offers were received. This is a two-year base contract, with three one-year option periods. Location of performance is New York, with a Sept. 22, 2016, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E7-14-D-0004).
 
Keystone Aviation LLC, doing business as TAC Air, Salt Lake City, Utah, has been awarded a maximum $6,817,012 fixed-price with economic-price-adjustment contract for Jet A fuel. This contract was a competitive acquisition and 34 offers were received. This is a 42-month base contract, with no option periods. Location of performance is Utah, with an April 30, 2018, 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 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0046).
 
NAVY
 
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $246,613,000 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0004) to develop, test, and certify two Drag Chute Systems for the Low Rate Initial Production Lot VII F-35 Lightning II Joint Strike Fighter aircraft. Work will be performed in Fort Worth, Texas (70 percent), and Edwards Air Force Base, Edwards, California (30 percent), and is expected to be completed in July 2019. International partner funds in the amount of $90,000,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
 
Scientific Research Corp., Atlanta, Georgia, is being awarded a $75,621,478 indefinite-delivery/indefinite-quantity, hybrid, cost-plus-fixed-fee, cost-firm-fixed-price contract (N00039-14-D-0016) for the procurement of Program Executive Office Command Control Communications Computers and Intelligence (PEO C4I) – Carrier and Air Integration Program Office Program Manager Warfare and Ship Integration Program Office Program Manager Warfare –Testing, Integration and Installation (CTII) support services. CTII is used to standardize PEO C4I’s platform engineering, integration, testing and installation processes for new construction shipboard platforms. Work will be performed in Charleston, South Carolina (50 percent); Norfolk, Virginia (20 percent); Mobile, Alabama (10 percent); San Diego, California (10 percent); and Jackson, Mississippi (10 percent). Work is expected to be completed in September 2019. No contract funds will be obligated at the time of award. Fiscal 2014 ship construction (Navy) funds will be obligated on individual task orders issued. Funds will not expire at the end of the current fiscal year. This contract was competitively procured as a full and open solicitation via the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-14-D-0016).
 
Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $53,595,257 modification to a previously awarded contract (N00024-13-C-5111) for development and test of the Japan Aegis Modernization baseline computer programs and equipment. This modification provides for efforts to support the upgrade of Japanese Maritime Self-Defense Force Atago Class Ships (DDGs 177 and 178) from Baseline 7 Phase 1R to Advanced Capability Build 12 with Technology Insertion 12 technology and capability. This contract supports foreign military sales to Japan (100 percent). Work will be performed in Moorestown, New Jersey (65 percent), and Chelmsford, Massachusetts (35 percent), and is expected to be completed by March 2017. Foreign military sales contract funds in the amount of $53,595,257 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, District of Columbia, is the contracting activity.
Chugach Federal Solutions,* Anchorage, Alaska, is being awarded a $51,953,332 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N44255-14-D-9000) to exercise option one for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for all management and administration, visual services, security, fire and emergency, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities, base support vehicles and equipment, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $52,053,332. Work will be performed at various installations in the NAVFAC Northwest AOR, including, but not limited to, Washington (95 percent), Alaska (1 percent), Idaho (1 percent), Montana (1 percent), Oregon (1 percent), and Wyoming (1 percent). This option period is from October 2014 to September 2015. No funds will be obligated at time of award with no funds expiring. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.
 
KBR Services, Inc., Houston, Texas, is being awarded a maximum amount $50,000,000 indefinite-delivery/indefinite-quantity job order construction contract for construction projects located in Djibouti, Africa, areas managed by Naval Facilities Engineering Command (NAVFAC) Europe Africa Southwest Asia (EURAFSWA). The work to be performed provides for renovations, repairs, maintenance, replacement, alterations, demolition, and NAVFAC Construction Category II, III and IV tasks for Department of Defense activities in the Djibouti, Africa, area. No task orders are being issued at this time. Work will be performed in Djibouti, Africa. The term of the contract is not to exceed 60 months with an expected completion date of September 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $50,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with 14 proposals received. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity (N33191-14-D-1200).
EMCOR Government Services, Inc., Arlington, Virginia, is being awarded a $38,572,543 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-10-D-0464) to exercise option four for regional base operating support services at various government facilities within a 100-mile radius of the Washington Navy Yard. The work to be performed provides for regional base operating support services, including but not limited to, facility investment, pest control, grounds maintenance, fire protection, janitorial, refuse collection, and snow removal. The total contract amount after exercise of this option will be $183,527,939. Work will be performed in Washington, District of Columbia (54 percent); Suitland, Maryland (17 percent); Quantico, Virginia (nine percent); Fort Washington, Maryland (six percent); Charlottesville, Virginia (five percent); Bethesda, Maryland (four percent); Arlington, Virginia (three percent); Indian Head, Maryland (one percent); and Dahlgren, Virginia (one percent). Work for this option period is expected to be completed September 2015. Fiscal 2015 operations and maintenance (Navy and Marine Corp); fiscal 2015 working capital funds (Defense); and fiscal 2015 Defense health program contract funds in the amount of $30,291,374, are being obligated on this award and are subject to the availability of funds for next fiscal year. No funds will expire at the end of this fiscal year. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.
 
AAI Corp., Hunt Valley, Maryland, is being awarded a $33,893,014 cost-plus-incentive-fee contract for the purchase of the Unmanned Influence Sweep System. The UISS is one of the systems which will allow the Littoral Combat Ship to perform its mine warfare sweep mission. UISS will target acoustic, magnetic, and magnetic/acoustic combination mine types only. The UISS program will satisfy the U.S. Navy’s need for a rapid, wide-area coverage mine clearance capability, required to neutralize magnetic/acoustic influence mines. UISS seeks to provide a high area coverage rate in a small, lightweight package with minimal impact on the host platform. This contract includes options which, if exercised, would bring the cumulative value of this contract to $118,129,603. Work will be performed in Hunt Valley, Maryland (72 percent); Slidell, Louisiana (24 percent); Hauppauge, New York (2 percent); Columbia, Maryland (1 percent); and Lemont Furnace, Pennsylvania (1 percent), and is expected to be completed by March 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $4,750,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-6322).
 
Cutting Edge Concrete Services, Inc.,* Oro Grande, California, is being awarded a $27,707,750 firm-fixed-price contract for repair of taxiway shoulders and lights at Travis Air Force Base. The work to be performed provides for reconstruction of concrete panels and asphalt shoulders on all taxiways on the northwest side of Runway 03L-21R, as well as replacement of all edge lights within the reconstructed taxiway shoulders. The existing taxiway fillets will be demolished, and reconstructed with Portland cement concrete pavement. The taxiway shoulders will be constructed of hot mix asphalt pavement. The electrical work for the project will consist of new taxiway edge lights and runway/taxiway signs. Additionally, a duct bank will be constructed that extends from the south edge of the 200 Ramp, between Taxiway N and Runway 03L-21R. The work also includes environmental soil mitigation in conjunction with grading and embankment work, in order to accommodate the reconstructed pavement. Work will be performed in Fairfield, California, and is expected to be completed by September 2015. Fiscal 2014 operations and maintenance (Air Force) contract funds in the amount of $27,707,750 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-14-C-1006).
 
BAE Systems San Diego Ship Repair, San Diego, California, was awarded a $25,488,392 modification to a previously awarded cost-plus-award-fee/incentive-fee contract (N00024-11-C-4400) for USS Lake Erie (CG 70) fiscal 2014 extended dry-docking selected restricted availability. An extended dry-docking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. This modification includes options which, if exercised, would bring the cumulative value to $25,800,502. Work will be performed in San Diego, California, and is expected to be completed by June 2015. Fiscal 2014 operations and maintenance (Navy), and fiscal 2014 other procurement (Navy) funding in the amount of $25,488,392, were obligated at the time of award. Contract funds in the amount of $25,481,257 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. (Awarded Sept. 29, 2014).
 
Northrop Grumman, Annapolis, Maryland, is being awarded an $18,970,332 delivery order under a previously awarded contract (N61331-10-D-0009) for the procurement of field upgradeable kits and fleet support for conversion of the AN/AQS-24A systems to the AN/AQS-24B configuration in support of the Airborne Mine Countermeasure Systems Program. Work will be performed in Annapolis, Maryland, and is expected to be completed by March 2016. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $18,970,332 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity.
 
ACE Engineering, Inc.,* La Verne, California, is being awarded a maximum amount $20,000,000 indefinite-delivery/indefinite-quantity contract for installation and repair of asphalt and concrete pavement at Naval Air Station Pensacola, Naval Air Station Whiting Field, Naval Support Activity Panama City, Naval outlying fields located in Florida and Alabama, and Naval Operations Support Center Tallahassee. The paving work includes, but is not limited to, streets, parking lots, and sidewalks, and bridge or airfield requirements. Task order 0001 is being awarded at $65,131 for repair of ditch G at Naval Air Station Whiting Field, and $96,124 for mill and overlay asphalt near the ball fields at Naval Air Station Pensacola. Work for this task order is expected to be completed by January 2015. All work on this contract will be performed primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR) which includes Florida (70 percent) and Alabama (25 percent). Work may also be performed in the remainder of the NAVFAC Southeast AOR (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $161,255 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-C-0761).
 
John C. Grimberg Co., Inc., Rockville, Maryland, is being awarded $17,295,000 for firm-fixed-price task order 0011 under a previously awarded multiple award construction contract (N40080-10-D-0492) for facade repair and fenestration replacement for Buildings 9 and 10, and precast repairs to Buildings 3 and 5, at Walter Reed National Military Medical Center. The facade repairs will maintain a controlled climate inside the buildings and preservation of the thermal and moisture integrity of the buildings. Work will be performed in Bethesda, Maryland, and is expected to be completed by April 2017. Fiscal 2014 Defense health program contract funds in the amount of $17,295,000 are being obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.
 
Hensel Phelps-Granite-Traylor Pacific JV, San Jose, California, is being awarded $15,137,000 for firm-fixed-price task order HC01 under a previously awarded multiple award construction contract (N62742-10-D-1310) for design and repair of building 26A at Joint Base Pearl Harbor-Hickam. The work to be performed provides for upgrades of the overall structure to comply with current code requirements such as replacement of roofing and sheathing; existing ferrous water and sanitary piping; existing ventilation fans; electrical switchgear and panel boards; lighting; fire alarm system; fire suppression; and installation of a fire sprinkler system. Work also includes renovation of restrooms to comply with Architecture Barriers Act requirements; demolition; repair of cracks and spalls in exterior concrete masonry unit walls; strengthening of the exterior unreinforced masonry walls; interior/exterior painting; removal of abandoned air handling units; existing carbon dioxide fire extinguishing system; abandoned telephone and communications wiring; and all hazardous material required to perform the repair work. Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $15,137,000 are being obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
 
AES Group, Inc.,* Parker, Colorado (N40083-14-D-3237); O’Neill Contractors Inc.,* Des Plaines, Illinois (N40083-14-D-3238); and OPCON, Inc.,* Carol Stream, Illinois (N40083-14-D-3239), are each being awarded an indefinite-delivery/indefinite-quantity regional roofing multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Midwest area of responsibility (AOR). The maximum dollar value, including the base period and five option years for all three contracts combined, is $15,000,000. The work to be performed provides for, but is not limited to, furnishing all labor, transportation, material, equipment, design services and perform all operations in connection with the following: new construction, renovation, alteration, repair and design/build capability within the NAVFAC Midwest AOR. AES Group, Inc. is being awarded task order 0001 at $724,440 for the design and repair of roofs on Building 2B and 1912 at Great Lakes Naval Station, Great Lakes, Illinois. Work for this task order is expected to be completed by May 2015. All work on this contract will be performed primarily within the NAVFAC Midwest AOR which includes Illinois (88 percent), Michigan (2 percent), Ohio (2 percent), Indiana (2 percent), Iowa (2 percent), Wisconsin (2 percent), and Missouri (2 percent). The term of the contract is not to exceed 60 months, with an expected completion date of May 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $734,440 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 four proposals received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Midwest, Great Lakes, Illinois, is the contracting activity.
 
Allied Pacific Builders, Inc.,* Honolulu, Hawaii, is being awarded a $14,083,358 firm-fixed-price contract for the design and construction of an Aviation Simulator Training Facility at Marine Corps Base Hawaii. The work to be performed provides for an aviation simulator training facility, two simulator pads, and renovation of an existing flight simulator facility. The contract also contains four unexercised options, which, if exercised, would increase cumulative contract value to $15,813,490. Work will be performed in Kaneohe Bay, Hawaii, and is expected to be completed by December 2016. Fiscal 2010 and 2014 military construction (Navy) contract funds in the amount of $14,083,358 are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with eight proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1300).
The Boeing Co., Huntington Beach, California, is awarded a maximum value $13,997,592 cost-plus-fixed-fee, cost-plus-incentive-fee contract to provide the Trident II (D5) Navigation Subsystem with component production and technical support services of the Electro-statically Supported Gyro Navigator, test equipment and software modernization, and repair of ESGN, for the United States and United Kingdom. Work will be performed in: Huntington Beach, California (57 percent); Carson, California (26 percent); and Heath, Ohio (17 percent), with an expected completion date of June 30, 2017. Fiscal 2013 other procurement (Navy) contract funds in the amount of $637,000; fiscal 2014 other procurement (Navy) contract funds in the amount of $7,175,653; United Kingdom funds in the amount of $1,570,779; and fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $4,614,160, are being obligated at the time of contract award. Contract funds in the amount of $4,614,160 will expire at the end of the fiscal 2014. This contract was sole-source acquisition in accordance with Justification and Approval, 15,676 dated April 7, 2014. The Navy’s Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-14-C-0025).
 
K.O.O. Construction, Inc.*, West Sacramento, California, is being awarded $12,489,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-09-D-1655) for design and construction of a Close Quarters Combat and Dynamic Shooting Facility at Camp Michael Monsoor. The Close Quarters Combat facility for Naval Special Warfare Center and Naval Special Warfare Group One is a two-story facility designed to accommodate live-fire training. There will be a baffled rifle range and four pistol ranges. The task order also contains one planned modification, which if issued, would increase cumulative task order value to $13,938,000. Work will be performed in Pine Valley, California, and is expected to be completed by September 2016. Fiscal 2013 military construction (Defense Agency) contract funds in the amount of $12,489,000 are being obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
 
Tyco Electronics Subsea Communications LLC, Eatontown, New Jersey, is being awarded a $12,310,100 firm-fixed-price contract for submarine cable for the Navy. The work to be performed provides for delivery of 1,550 kilometers of SL-17 submarine fiber-optic cable. The cable is used by Navy programs to connect deep ocean measurement instruments to shore monitoring stations. The Navy has primarily used commercial cable product manufactured by the Contractor for deep ocean measurement systems. The cable will be designed to interface with existing Navy seafloor instruments. Work will be performed in Eatontown, New Jersey, and is expected to be completed by July 2015. Fiscal 2014 other procurement (Navy) contract funds in the amount of $12,310,100 are being obligated on this award and will expire at the end of the current fiscal year. This contract was a sole-source award pursuant to FAR 6.302-1(a)(2) via the Navy Electronic Commerce Online website, with one proposal received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-14-C-1481).
 
Science Applications International Corp., McLean, Virginia, is being awarded a $12,244,245 cost-plus-fixed fee contract for Mine Warfare and Environmental Decision Aids Library (MEDAL) in support of the Mine Warfare Program Office, under Program Executive Office, Littoral Combat Ships. The MEDAL system provides mine warfare situational awareness, mission planning/evaluation, and asset management software to support existing and emerging mine warfare missions, users, and systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $49,209,613. Work will be performed in McLean, Virginia (80 percent); San Diego, California (14 percent); Bay St. Louis, Mississippi (5 percent); Edmond, Oklahoma (0.5 percent); and Norfolk, Virginia (0.5 percent), and is expected to be completed by September 2015. Fiscal 2014 research, development, test and evaluation; and fiscal 2012 and 2014 other procurement (Navy) funding in the amount of $3,583,224 will be obligated at the time of award. Fiscal 2012 other procurement (Navy) funds in the amount of $257,893 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-6301).
 
Harper Construction Co., Inc., San Diego, California, is being awarded $11,652,082 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-10-D-5403) for bachelor enlisted quarters modernization of Building 856 at Naval Air Station Lemoore. The work to be performed provides for a Bachelor Enlisted Quarters renovation and modernization of Barracks 12 and 13. This project will repair and replace aged, damaged, and deteriorated facility components; add improvements that will bring these facilities up to current national life safety, accessibility, building code, and bachelor housing standards; and increase their useful life as quality residential facilities. The task order also contains one unexercised option, which, if exercised, would increase cumulative task order value to $13,272,551. Work will be performed in Lemoore, California, and is expected to be completed by April 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $11,652,082 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
 
Raytheon Missile Systems, Tucson, Arizona, is being awarded a $10,626,443 modification to a previously awarded firm-fixed-price contract (N00024-13-C-5409) for fiscal 2014 Evolved Seasparrow Missile (ESSM) spares. This contract combines purchases for the United States (94.75 percent), and the governments of the United Arab Emirates (2.77 percent), and Japan (2.48 percent), under the Foreign Military Sales program. Work will be performed in Grand Rapids, Michigan (16 percent); Mississauga, Ontario (14 percent); Canton, New York (13 percent); Elmadag, Turkey (11 percent); McKinney, Texas (8 percent); Ottobrunn, Germany (7 percent); Koropi Attica, Greece (7 percent); Raufoss, Norway (6 percent); Tucson, Arizona (5 percent); Salem, New Hampshire (4 percent); Cincinnati, Ohio (3 percent); Melville, New York (2 percent); Brockton, Massachusetts (1 percent); Andover, Massachusetts (1 percent); Greensboro, North Carolina (1 percent); and Richmond, Virginia (1 percent), and is expected to be completed by October 2016. Fiscal 2014 other procurement (Navy); fiscal 2014 weapons procurement (Navy); foreign military sales and fiscal 2014 operations and maintenance (Navy) funding in the amount of $9,530,419, is being obligated at time of award. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $75,592 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
 
Charles Stark Draper Laboratories, Inc., Cambridge, Massachusetts, is being awarded a $10,180,016 cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide specialized tactical engineering services to develop and evaluate concepts to improve test equipment availability, reliability and maintainability in support of existing Trident II (D-5) weapon systems; test and evaluate MK6 MOD 1 engineering development units and preproduction units systems to verify performance and to generate and validate documentation to support flight tests, qualification, and support production activities; perform research in the application of technologies to support Trident (D-5) guidance and reentry systems; and provide specialized technical knowledge and support for hypersonic guidance, navigation and control applications utilizing an integrated avionics computer and global positioning system. Work will be performed primarily in Cambridge, Massachusetts, with an expected completion date of Sept. 30, 2017. The maximum dollar value, including the base period and one option year, is $47,384,292. Fiscal 2014 weapons procurement (Navy) in the amount of $10,180,016 is being obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S.C. 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-14-C-0054).
 
Melco-EJS Joint Venture 1, LLC,* Camilla, Georgia, is being awarded a maximum amount $9,750,000 indefinite-delivery/indefinite-quantity contract with for concrete paving, asphaltic concrete paving, and incidental related work at Marine Corps Logistics Base Albany. No task orders are being issued at this time. Work will be performed in Albany, Georgia. The term of the contract is not to exceed 60 months with an expected completion date of September 2019. Fiscal 2014 operations and maintenance (Marine Corps) contract funds in the amount of $1,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-D-1763).
 
Nova R M F, Napa, California, is being awarded $9,363,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-12-D-0245) for maintenance dredging of piers at Naval Amphibious Base Coronado. The work to be performed provides for maintenance dredging of surrounding piers in order to re-establish the minimum required harbor depths needed for access by the naval vessels that use these facilities. Sediment sampling and testing will be done prior to dredging operations to confirm method of disposal. Work will be performed in San Diego, California, and is expected to be completed by March 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $9,363,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
 
Magnum Inc.,* Warminster, Pennsylvania, is being awarded a $9,345,000 firm-fixed-price contract for energy conservation projects including Direct Digital Controls, Retro-Commissioning, and Building Envelope at Naval Support Activity Philadelphia. The work to be performed provides for energy conservation projects in various buildings. The work includes replacement of asbestos metal wall panels, exterior windows, minor electrical work and submission of documents to the Pennsylvania State Historic Preservation Office. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $9,345,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-5234).
 
Manson Construction, Co., Seattle, Washington, is being awarded $8,749,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N44255-14-D-9004) for the replacement of a fuel pier breakwater at Naval Air Station Whidbey Island. The work to be performed provides for demolishing the finger pier, constructing a fuel pier breakwater, and dredging the navigational access channel. Work will be performed in Oak Harbor, Washington, and is expected to be completed by April 2016. Fiscal 2014 military construction (Defense) contract funds in the amount of $8,749,000 are being obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.
 
Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded $8,692,133 for cost-plus-fixed-fee delivery order 0032 against a previously issued Basic Ordering Agreement (N00019-11-G-0018) for integration of one Operational Flight Program for the Required Navigation Performance for Area Navigation software upgrade program for the MH-53E Type Model Series aircraft. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2017. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $8,692,133 are being obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Patricia I. Romero, Inc. doing business as Pacific West Builders,* National City, California, is being awarded $7,550,386 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N62473-14-D-0038) to repair Bachelor Enlisted Quarters 62433 at the Marine Corps Base, Camp Pendleton. The work to be performed provides for repair and restoration to a habitable quality of life residence. The work includes, but is not limited to, analysis and updates to bring the building up to current seismic requirements; removal and disposal of hazardous materials including asbestos, lead, and mold; and replacement of damaged doors, windows, ceilings, and other building structures. Areas affected by repairs shall be in compliance with anti-terrorism/force protection, fire suppression, seismic, accessibility, and leadership in energy and environmental design requirements. Work will be performed in Oceanside, California, and is expected to be completed by April 2016. Fiscal 2014 operations and maintenance (Marine Corps) contract funds in the amount of $7,550,386 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
 
Metson Marine Services, Inc., Ventura, California, is being awarded $7,032,974 for firm-fixed price modification P00032 to a delivery order under previously awarded contract (N68836-13-C-0042) to exercise option year one for the maintenance, operations, logistics support, vessel maintenance, vessel operation, equipment operation, repair, vessel modifications, dock master services, asset inventory management and oil spill response capability for port operations at Joint Base Pearl Harbor-Hickam, Hawaii. If all options are exercised, the total value of this contract will be $35,342,586. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by Sept. 30, 2015. If all options are exercised, work will continue until Sept. 30, 2018. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $632,551 will be obligated at the time of award subject to the availability of funds. Funds will not expire before the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two offers received in response to this solicitation. The Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.
 
Lockheed Martin Mission Systems and Training, Owego, New York, is being awarded $6,861,233 for delivery order 4007 against a previously issued Basic Ordering Agreement (N00019-14-G-0019) for non-recurring engineering efforts for the integration of the Digital Rocket Launcher capabilities updates into the MH-60R and MH-60S avionics software. Work will be performed in Owego, New York (95 percent), and Patuxent River, Maryland (5 percent), and is expected to be completed in July 2016. Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $2,600,000 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, Maryland, is the contracting activity.
 
Mark Dunning Industries,* Dothan, Alabama, is being awarded a $6,837,585 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-11-D-7577) to exercise option three for base operations support services at Naval Submarine Base, Kings Bay. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform grounds maintenance and landscaping, integrated solid waste management, custodial and pest control services. The total contract amount after exercise of this option will be $26,845,307. Work will be performed in Kings Bay, Georgia, and work is expected to be completed September 2015. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

3M Co., St. Paul, Minnesota, is being awarded a $6,827,651firm-fixed-price commercial contract for the procurement of the annual renewal of maintenance and support for the 3M Care Innovation license software product suite with support for Oracle Tuxedo middleware, Medicomp MEDCIN software Data Files and Data Support, and Healthcare Data Dictionary Terminology Consulting Services. The contract includes options which, if exercised, would bring the cumulative value of the contract to $35,477,576. Work will be performed in St. Paul, Minnesota, and work is expected to be completed by September 2016. If all options are exercised, work could continue until September 2020. Subject to availability – operations and maintenance funds in the amount of $6,827,651 are obligated for fiscal year 2015 and will expire at the end of that fiscal year. This contract was awarded using other than full and open competition in accordance with 10 U.S.C. 2304(c)(1). Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-15-C-1001).

DEFENSE HEALTH AGENCY
 
CliniComp, Intl., San Diego, California, was awarded a $29,922,368 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide Essentris sustainment, requirements, supplies, and services to the program executive officer, Defense Healthcare Management Systems. This contract provides services for operational support and sustainment for 57 existing Military Treatment Facilities (MTFs) with Clinical Information System Essentris products. Services include software and hardware sustainment, technical and customer support, proactive automated system monitoring and alerting, repair service, replacement parts, software updates, and configuration assistance. Work will be performed at 57 U.S. and overseas MTFs, with an estimated completion date of Sept. 30 2015. Fiscal 2014 operations and maintenance funds in the amount of $21,807,072 are being obligated at time of award on the first task order. This contract was a sole-source acquisition. The Defense Health Agency, Falls Church, Virginia is the contracting activity (HT0011-14-D-0001).
 
AIR FORCE
 
Lockheed Martin Corp., Orlando, Florida, has been awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract for Joint Air to Surface Standoff Missile production support. Contractor will provide JASSM system upgrades, integration, sustainment, management and logistical support. Work will be performed at Orlando, Florida, and is expected to be completed by Sept. 29, 2019. This award is the result of sole-source acquisition. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-14-D-0029).
 
L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $67,318,000 modification (P00088) to previously awarded contract FA8106-09-C-0001 for T-1A contract logistics support of the T-1A fleet. Contractor will provide contractor-operated and maintained supply, over and above, on-equipment maintenance, data and field service representatives. Work will be performed at Madison, Mississippi, and is expected to be completed by Oct. 1, 2015. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
 
The Boeing Co., Oklahoma City, Oklahoma, has been awarded an estimated $50,000,000 cost-plus-fixed-fee, firm-fixed-price contract for multiplatform engineering support services for the B-1, C-17, F-15, E-3, KC-135 and AGM-8 6 aircraft. Work will be performed at Oklahoma City, Oklahoma, and is expected to be completed by Sept. 29, 2014. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-14-D-0014).
 
Northrop Grumman Systems Corp., Linthicum, Maryland (FA8650-14-D-1731); Georgia Tech Research Institute, Atlanta, Georgia (FA8650-14-D-1732); Leidos, Reston, Virginia (FA8650-14-D-1733); Dynetics, Inc., Huntsville, Alabama (FA8650-14-D-1734); Berrie Hill Research Corp., Dayton, Ohio (FA8650-14-D-1735); MacAulay Brown Inc., Dayton, Ohio (FA8650-14-D-1736); and Riverside Research Institute, New York, New York (FA8650-14-D-1737), have been awarded a $47,000,000 indefinite-delivery/indefinite-quantity contract for research and development for the Advanced Novel Spectrum Warfare Environment Research program. Contractor will research, design, test, and transition resilient, adaptive spectrum warfare technologies and techniques to enable mission assured warfighting capabilities in contested and denied environments consistent with A2/AD scenarios. Work will be performed at locations specified in individual task orders and is expected to be completed by Sept. 30, 2021. This award is the result of a competitive acquisition, with eight offers received. Fiscal 2014 research and development funds in the amount of $50,000 for each of the companies ($350,000 total) are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
 
AAI Corp., doing business as Textron, Hunt Valley, Maryland, has been awarded a $43,600,034 firm-fixed-price requirements type contract. Contractor will provide manufacture and delivery of a best estimated quantity of 50 each AN/USM-670A Joint Service Electronic Combat System Tester; 13 each Laboratory JSECST; 410 each AN/USM-670A Retrofit Kits; and 20 Laboratory JSECST Retrofit Kits. The retrofit kits will bring currently fielded AN/USM-670 JSECST and Laboratory JSECST up to the AN/USM-670A configuration. Work will be performed at Hunt Valley, Maryland, and is expected to be completed by Sept. 30, 2018. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8532-14-D-0004).
 
Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $44,184,746.00 modification (P00029) to previously awarded contract FA8810-13-C-0017 for the fiscal 2014 studies and systems modifications for Space Based Infrared System (SBIRS). Contractor will provide support of the SBIRS contractor logistics support and legacy sustainment baseline
system. Work will be performed at Boulder, Colorado; Sunnyvale, California; Azusa, California; Buckley Air Force Base, Colorado; and Schriever Air Force Base, Colorado, and is expected to be completed by Sept. 30, 2015. Fiscal 2014 missile procurement funds in the amount of $21,055,601 are being obligated at the time of award. Air Force Space and Missile Systems Center Infrared Space Systems Directorate Contracting Division, El Segundo, California, is the contracting activity (FA8810-13-C-0017).
General Atomics Aeronautical Systems, Inc., Poway, California, has been awarded a $38,907,316 cost-plus-fixed-fee, firm-fixed-price order (00057) under basic ordering agreement contract FA8620-10-G-3038 for 62 ground data terminals, 50 MQ-9 C-Bands diplexer kits, spares and support equipment. Work will be performed at Poway, California, and is expected to be completed by May 30, 2017. This award is the result of a sole-source acquisition. Fiscal 2012 aircraft procurement funds in the amount of $22,240,405; fiscal 2013 aircraft procurement funds in the amount of $12,195,942, and fiscal 2014 research, development, test and evaluation funds in the amount of $1,450,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
 
Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $37,438,157 modification (P00031) to previously awarded contract FA8810-13-C-0002 for Space Based Infrared System (SBIRS) contractor logistics support and legacy sustainment baseline system. Contractor will provide studies directed in response to deficiencies, failures or evolving requirements; changes in external user data needs or interfaces or changes in technology. Work will be performed at Colorado Springs, Colorado; Boulder, Colorado; and Greely, Colorado, and is expected to be completed by Sept. 30, 2016. Fiscal 2013 operations and maintenance funds in the amount of $37,438,157 are being obligated at the time of award. Space and Missile System Center, Los Angeles Air Force Base, California, is the contracting activity.
 
Boeing Co., Seattle, Washington, has been awarded a $34,000,000 firm-fixed-price contract for engineering services for air launched cruise missiles. The contractor will provide system integration lab support, customer special request and other services per the contract. Work will be performed at Seattle, Washington and is expected to be complete by Sept. 29, 2017. This award is the result of a sole-source acquisition. Fiscal year 2014 operations and maintenance funds in the amount of $1,300,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8128-14-D-0001).
Northrop Grumman Systems Corp., San Diego, California, has been awarded a $33,872,569 modification (P00045) to previously awarded contract FA8620-10-C-4000 for International Maritime Satellite/Communication Security upgrade retrofit to the entire U.S. Air Force Global Hawk air vehicle fleet, ground systems and spares. Work will be performed at Palmdale, California, and is expected to be completed by Dec. 31, 2016. Fiscal 2012 aircraft procurement funds in the amount of $33,872,569 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
 
Georgia Tech Applied Research Corp., Atlanta, GA, has been awarded a $25,000,000 delivery order (0277) to previously awarded contract HC1047-05-D-4000 for Communications Electronics Command, Software Engineering Center, Army Reprogramming Analysis Team multispectral sensor research and development. Contractor will establish a framework to conduct threat analysis, mission software development, modeling and simulations, validating and support of electronic warfare systems across multiple sensor spectrums. Work will be performed at Atlanta, Georgia, and is expected to be completed by Dec. 6, 2015. Fiscal 2014 Army operations and maintenance funds in the amount of $494,071 are being obligated at the time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

Leidos, Inc., Reston, Virginia, has been awarded an $18,999,757 cost-plus-fixed-fee contract for sensor analysis, integration and test (SAIT). Contractor will provide the operational and technical analysis to Air Force Research Laboratories to aide in determining which sensor technology concepts offer the optimal performance in realistic Air Force missions. The SAIT program will assess and understand requirements, perform operational analysis, perform technical analysis, assess advanced technologies, collaborate on ground and flight demonstrations/tests and explore sensor system integration. Analyses will be examined in context with ongoing Air Force Research Laboratories programs and may also include other Air Force programs as they relate to sensor systems, space sensor programs, multi-intelligence related programs, ISR and Homeland Defense. Work will be performed at Beavercreek, Ohio, and is expected to be completed by Sept. 30, 2020. This award is the result of a competitive acquisition, with five offers received. Fiscal 2014 research, development, test and evaluation; operations and maintenance; and other research and development and operations and maintenance funds in the amount of $70,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-C-1716).

Alion Science and Technology Corp., McLean, Virginia, has been awarded a $15,214,159 delivery order (0074) to previously awarded contract FA4600-06-D-0003 for advanced processes for persistent communications. Contractor will develop solutions to help protect the systems from environmental, chemical and biological hazards in theater. Work will be performed at Warner Robins Air Force Base, Georgia, and is expected to be completed by Dec. 29, 2016. Fiscal 2013 operations and maintenance funds in the amount of $904,000 are being obligated at the time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity (FA4600-06-D-0003).

Telephonics Corp., Farmingdale, New York, has been awarded a $14,845,476 firm-fixed price, cost-reimbursement contract for Mark XII/A All-Mode Interrogator Systems. Contractor will provide all materials and labor in order to manufacture and install 13 Mark XII/A All-Mode Identification Friend or Foe (IFF) Interrogator Systems for Sweden's Long Range Air Defense Chain. It also includes seven Mark XII/A All-Mode IFF Interrogator Systems for Swedish Navy's Visby Class Corvettes in accordance with Department of Defense Air Traffic Control Radar Beacon System Identification Friend or Foe, Mark XII/XIIA System (AIMS) Standards. Work will be performed at Farmingdale, New York, and is expected to be completed by July 31, 2017. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8501-14-C-0033).

General Atomics - Aeronautical Systems, Inc., Poway, California, has been awarded a $13,630,641 fixed-price-incentive firm and cost-plus-incentive-fee order (00053) under basic ordering agreement contract FA8620-10-G-3038 for Blue Box High Definition hardware and development. Work will be performed at Poway, California, and is expected to be completed by April 1, 2016. This award is the result of a sole-source acquisition. Fiscal 2012 aircraft procurement and fiscal 2014 research, development, test and evaluation funds in the amount of $7,165,070.98 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.


Exelis, Inc., Colorado Springs, Colorado, has been awarded a $10,460,027 modification (P00535) to previously awarded contract F19628-02-C-0010 for the Ground-Based Electro-Optical Deep Space Surveillance (System) Modular Precision Absolute Control System Project. Contractor will provide a Modular Precision Angular Control System prototype, three refurbished mounts and spare motors. Work will be performed at Yoder, Colorado, and is expected to be completed by Dec. 21, 2015. Fiscal 2014 operations and maintenance funds in the amount of $10,460,027 are being obligated at the time of award. Space and Missile Center, Peterson Air Force Base, Colorado, is the contracting activity (F19628-02-C-0010).

URS Federal Support Services Inc., Germantown, Maryland, has been awarded a $10,000,000 modification (P00237) to exercise the option for logistics support of the RC-26B aircraft utilized by the Air National Guard. Contractor will provide maintenance, repair, and all other support functions. Work will be performed at Montgomery, Alabama; Jacksonville, Florida; Ellington Field, Texas; Tucson, Arizona; Meridian, Mississippi; Fresno, California; Clarksburg, West Virginia; Kirtland Air Force Base, New Mexico; Hancock Field, New York; Fairchild AFB, Washington; Madison, Wisconsin, and is expected to be complete by Sept. 30, 2015. Fiscal year 2015 operations and maintenance funds in the amount of $1,500,000 will be obligated when they become available. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-07-C-0004).

Boeing Aerospace Operations, Oklahoma City, Oklahoma, has been awarded a $9,774,956 modification (P00204) to previously awarded contract FA8106-07-C-0001 for design and development of an E-4B low frequency transmit system through system requirements review. Contractor will provide engineering services to finalize defined and derived system requirements. Work will be performed at Oklahoma City, Oklahoma, and is expected to be completed by April 30, 2015. Fiscal 2014 research, development, test and evaluation funds in the amount of $4,724,124 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

The McKenna Principals, Inc., Woodbridge, Virginia, has been awarded a $9,448,830 cost-plus fixed-fee contract for software development. This contract provides for development, testing, and demonstration of software and architecture for the Department of Homeland Security. Work will be performed at Woodbridge, Virginia, and Washington, District of Columbia,with an expected completion date of Sept. 30, 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $3,295,750 are being obligated at the time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-14-C-0210).

Webb Electric Co., Pensacola, Florida, has been awarded a $9,220,349 firm-fixed-price contract to repair airfield lighting system and to add/repair airfield lighting vault. This contract provides for expanding the existing lighting vault building and update the existing lighting vault by replacing the existing regulators and generator with new ones. The existing pad mounted transformers will be replaced with new ones and the electrical service to the existing lighting vault will be replaced with a new 480Y/277 volt three-phase four-wire service; all the new regulators will operate with an input voltage of 480 volts. The existing regulators must remain in operation until the new ones are installed. Project also consists of upgrading the existing airfield wiring and testing of the existing regulators for Polychlorinated Biphenyl (PCB). Work will be performed at Grand Forks Air Force Base, North Dakota, with an expected completion date of Sept. 30, 2015. This award is the result of a competitive acquisition, with four offers received. Fiscal 2014 operations and maintenance funds in the amount of $9,220,349 are being obligated at the time of award. The 319th Contracting Flight, Grand Forks Air Force Base, North Dakota, is the contracting activity (FA4659-14-C-C011).

STS Systems Integration, San Antonio, Texas, has been awarded a $9,000,000 firm-fixed price, single award, indefinite-delivery/indefinite-quantity contract for fiber optic and cable infrastructure support. This contract provides for infrastructure support for the installation, which includes upgrading, rerouting, terminating, testing and removal of computer and communication infrastructure. Work will be performed at Wright-Patterson Air Force Base, Ohio, with an expected completion date of Sept. 30, 2019. This contract was a sole-source acquisition. Fiscal 2014 operations and maintenance funds in the amount of $88,293 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8601-14-D-7002).

Doss Aviation, Inc., Colorado Springs, Colorado, has been awarded an $8,362,436 modification (P00227) to previously awarded contract FA8106-07-C-0003 for Academy Contract Logistics Support of the U.S. Air Force Academy aircraft fleet. Contractor will provide aircraft maintenance, contractor operated and maintained base support, tow services, modifications, over and above, and firm-fixed-price actions. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Oct. 1, 2015. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Gulfstream Aerospace Corp., Savannah, Georgia, has been awarded a $7,134,947 delivery order (0006) to previously awarded contract FA8106-13-D-0002 for overhaul of C-20 engines. Work will be performed at Lachine, Quebec, with an expected completion date of Jan. 31, 2015. Fiscal 2014 Navy operations and maintenance funds in the amount of $7,134,947 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Sapper Construction, LLC, Omaha, Nebraska, has been awarded a $6,987,000 firm-fixed-price contract for repair of Taxiway Mike South P1 at Offutt Air Force Base, Nebraska. This contract provides for repair by replacement of the Portland cement concrete pavement on Taxiway Mike south from the runway hold line through Taxiway Juliet 2 and Taxiway Charlie to the Foxtrot apron, in accordance with the specifications and drawing sheets for project number SGBP 12-0014. Work will be performed at Offutt Air Force Base, Nebraska, with an expected completion date of July 31, 2015. Fiscal 2014 operations and maintenance funds in the amount of $6,987,000 are being obligated at time of award. This contract was a competitive acquisition and two offers were received. The 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity (FA4600-14-C-0017).

ARMY
 
Raytheon/Lockheed Martin Javelin, Joint Venture, Tucson, Arizona, was awarded a $84,278,759 modification (P00011) to foreign military sales contract W31P4Q-13-C-0129 (Qatar, Jordan, New Zealand) for a not-to-exceed undefinitized contract action for the purchase of a total of 534 Javelin Block 1 Missiles and 14 Javelin Command Launch Unit retrofits for the U.S. Army, U.S. Marine Corps and foreign military sales customers Jordan and Qatar. Fiscal 2010, 2012, 2013 and 2014 other procurement funds in the amount of $62,372,597 were obligated at the time of the award. Estimated completion date is Sept. 30, 2023. Work will be performed in Tucson, Arizona. Army Contracting Command, Redstone Arsenal (Missile), Redstone Arsenal, Alabama is the contracting activity.

JAMCO Ventures*, LLC, San Antonio, Texas, (W9126G-14-D-0068); PentaCon*, LLC, Catoosa, Oklahoma, (W9126G-14-D-0069); SGS*, LLC, Oklahoma City, Oklahoma, (W9126G-14-D-0070); and Raass Brothers, Inc.*, Provo, Utah, (W9126G-14-D-0071) have been awarded a $63,960,000 indefinite-delivery/indefinite-quantity contract for construction services for the U.S. Army Corps of Engineers Southwestern Division (SWD) and other southwestern Fort Worth and SWD customers on a limited nationwide basis. Funding and work location will be determined with each order, with an estimated completion date of Sept. 29, 2019. Bids were solicited via the Internet with 31 received. U.S. Army Corps of Engineers – Fort Worth District, Fort Worth, Texas is the contracting activity.

Integration Technologies Group,* Falls Church, Virginia, was awarded $48,946,859 modification (2A10) to firm-fixed-price contract W91QUZ-06-D-0005 for building and renovation of a modernized digital classroom. Fiscal 2014 operations and maintenance (Army) funds in the amount of $48,946,859 were obligated at the time of the award. Work will be performed in Fort Eustis, Virginia, with an estimated completion date of Sept. 29, 2015. Army Contracting Command, Fort Eustis, Virginia, is the contracting activity.

Raytheon Technical Services Company, Indianapolis, Indiana, was awarded a $48,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for technical and system integration and software maintenance in support of PM Air Warrior. Work and funding will be determined with each order, with an estimated completion date of Sept. 28, 2019. Bids were solicited, with one received. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-D-0158).

Cebco Construction, Inc., * Lillington, North Carolina, was awarded a $ 45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, single award task order contract for roofing at Fort Bragg, North Carolina, with an estimated completion date of Sept. 29, 2019. Bids were solicited via the Internet, with seven received. Funding will be determined with each order. U.S. Army Corps of Engineers, Savannah District, Savannah, Georgia, is the contracting activity (W912HN-14-D-0020).

J. Kokolakis Contracting, Inc, Jersey City, New Jersey, was awarded a $42,770,720 firm-fixed-price contract for construction of a new marine terminal at Caven Point, New Jersey. Fiscal 2014 other funds in the amount of $42,770,720 were obligated at the time of the award. Work will be performed in Jersey City, New Jersey, with an estimated completion date of Sept. 29, 2016. Bids were solicited via the Internet, with three received. U.S. Army Corps of Engineers, New York District, New York, New York is the contracting activity (W912DS-14-C-0029).

Mason & Hanger Group, Lexington, Kentucky (W912HN-14-D-0017); exp Federal, Chicago, Illinois (W912HN-14-D-0018); and AECOM Services Inc., Roanoke, Virginia (W912HN-14-D-0019), were awarded a $42,000,000 firm-fixed-price contract, with options, for miscellaneous architect/engineering services and general designs. Contractors will share award amount. Funding and work location will be determined with each order, with an estimated completion date of Sept. 29, 2019. Bids were solicited via the Internet, with 50 received. U.S. Army Corps of Engineers, Savannah District, Savannah, Georgia, is the contracting activity

Watts Constructors LLC, Honolulu, Hawaii, was awarded a $32,275,000 firm-fixed-price contract for construction of an Army aviation support facility. Work will be performed in Kapolei, Hawaii, with an estimated completion date of Sept. 19, 2016. Bids were solicited via the Internet, with seven received. Fiscal 2013 military construction funds in the amount of $32,275,000 are being obligated at the time of the award. National Guard Bureau – Hawaii, Honolulu, Hawaii, is the contracting activity (W912J6-14-C-0003).

General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida was awarded a $25,165,031 modification (P00007) to contract W31P4Q-13-C-0231 to exercise option one to acquire calendar year 2015 services for the demilitarization and disposal of Multiple Launch Rocket Systems M26 (H104) rocket pod containers, rockets, and components. Fiscal 2014 other
procurement (Army) funds in the amount of $25,165,031 were obligated at the time of the award. Estimated completion date is Dec. 31, 2015. Work will be performed at Carthage, Missouri, and St. Petersburg, Florida. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Herman/JCG CoJoint Venture,* San Diego, California, was awarded a $23,562,676 firm-fixed-price contract for renovation of the Old Guard Barracks (Building 247), Joint Base Myer-Henderson Hall, Virginia, with an estimated completion date of Dec. 27, 2016. Bids were solicited via the Internet, with seven received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $23,562,676 are being obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-14-C-0037).

American Mechanical, Inc.,*, Fairbanks, Alaska was awarded a $22,329,309 firm-fixed-price contract with options for the repair and renovation of Building 660, Fort Greely, Alaska. Work will be performed in Fairbanks, Alaska with an estimated completion date of Oct. 14, 2016. Bids were solicited via the internet with six received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $22,329,309 are being obligated at the time of the award. U.S. Army Corps of Engineers, Elmendorf, AFB, Alaska is the contracting activity (W911KB-14-C-0034).

ACC Construction Company, Augusta, Georgia, was awarded a $22,129,201 firm-fixed-price contract for construction of an Army Reserve Center at Fort Bragg. Fiscal 2010 military construction (Army) funds in the amount of $22,129,201 were obligated at the time of the award. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of Sept. 30, 2016. Bids were solicited via the Internet, with six received. U.S. Army Corps of Engineers, Louisville District, Louisville, Kentucky, is the contracting activity (W912QR-14-C-0054).

John C. Grimberg, Co., Inc., Rockville, Maryland, was awarded a $17,110,000 firm-fixed-price contract for renovation and repair, Building C, Fort Meade, Maryland, with an estimated completion date of Jan. 12, 2017. Bids were solicited via the Internet, with three received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $17,110,000 subject to availability are being obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-14-C-0034).

Bara Infoware, Inc.*, Ontario, California, was awarded a $16,186,704 firm-fixed-price contract for construction of the total U.S. Army School System Training Center at Fort Hunter Liggett. Fiscal 2013 and 2014 military construction, and fiscal 2014 operations and maintenance (Army) funds in the amount of $16,186,704, were obligated at the time of the award. Work will be performed in Fort Hunter Liggett, California, with an estimated completion date of May 12, 2016. Bids were solicited via the Internet, with four received. U.S. Army Corps of Engineers, Louisville District, Louisville, Kentucky, is the contracting activity (W912QR-14-C-0053).

Performance Systems, Inc.*, Waipahu, Hawaii, was awarded an $11,572,670 firm-fixed-price contract to make repairs to Building 1492 at Schofield Barracks. Fiscal 2014 operations and maintenance (Army) funds in the amount of $11,572,670 were obligated at the time of the award. Work will be performed in Schofield Barracks, Hawaii, with an estimated completion date of Nov. 30, 2016. Bids were solicited via the Internet, with seven received. U.S. Army Corps of Engineers, Honolulu District, Fort Shafter, Hawaii, is the contracting activity (W9128A-14-C-0021).

General Atomics Aeronautical Systems, Inc., Poway, California, was awarded an $11,117,672 modification (P00085) to cost-plus-fixed-fee contract W58RGZ-12-C-0075 for engines and support logistics for the Gray Eagle Unmanned Aircraft System. Fiscal 2014 operations and maintenance (Army) funds in the amount of $11,117,672 were obligated at the time of the award. Estimated completion date is May 7, 2015. Work will be performed in Poway, California. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.

Jacobs Engineering Group, Inc., Arlington, Virginia, was awarded a $10,000,000 firm-fixed-price, indefinite-quantity contract for planning, design, and construction in support of the Department of Defense Education Activity program. Work and funding will be determined with each order, with an estimated completion date of Sept. 29, 2018. Bids were solicited via the Internet, with 33 received. U.S. Army Corps of Engineers, Norfolk District, Norfolk, Virginia, is the contracting activity (W91236-14-D-0047).

Dark Mountain Innovations LLC,* Haymarket, Virginia (W912QR-14-D-0039); Health Facility Solutions Co.,* San Antonio, Texas (W912QR-14-D-0040); and Vernadero Group Inc.,* Phoenix, Arizona (W912QR-14-D-0041), were awarded a $9,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for professional services for the U.S. Army Reserve Command, Army Reserve Installation Management Directorate; and Army Reserve Division, for various military programs within the United States and Puerto Rico. Funding and work location will be determined with each order, with an estimated completion date of Sept. 27, 2019. Bids were solicited via the Internet, with 10 received. U.S. Army Corps of Engineers, Louisville District, Louisville, Kentucky, is the contracting activity.

Nanotherapeutics, Inc.,* Alachua, Florida was awarded a $9,647,917 modification (P00018 ) to contract W911QY-13-C-0010 for Medical Countermeasures (MCM) Advanced Development and Manufacturing (ADM) capability for rapid development of countermeasures against chemical, biological, radiological, and nuclear attacks and outbreaks of naturally occurring and genetically engineered infectious diseases. Fiscal 2014 research, development, testing, and evaluation funds in the amount of $9,647,917were obligated at the time of the award. Estimated completion date is March 19, 2015. Work will be performed in Alachua, Florida. Army
Contracting Command, Natick, Massachusetts is the contracting activity. (Awarded Sept. 28, 2014).

Eastern Construction & Electric Inc., * Wrightstown, New Jersey, was awarded a $9,223,007 contract for construction of a multi-purpose machine gun range. Work will be performed at Camp Santiago Joint Maneuver Training Center, Salinas, and Puerto Rico with an estimated completion date of July 15, 2015. Thirty-one bids were solicited, with one received. Fiscal 2011 military construction funds in the amount of $9,223,007 are being obligated at the time of the award. National Guard Bureau – Puerto Rico, Puerto Rico is the contracting activity (W912LR-14-C-0004).

Raytheon Company Missile Systems, Tucson, Arizona, was awarded an $8,881,587 modification (P00019) to firm-fixed-price contract W31P4Q-12-C-0265 to acquire Tube Launched Optically Tracked Wireless Guided missiles for the U.S Army, U.S. Marine Corps, Saudi Arabia (Land Forces), Thailand and Lebanon. Fiscal 2013 and 2014 other procurement (Army) funds of $3,172,400, and fiscal 2010 other funds of $5,709,187, were obligated at the time of the award. Estimated completion date is July 31, 2016. Work will be performed at Tucson, Arizona. Army Contracting Command, Redstone Arsenal (Missile), Redstone Arsenal, Alabama, is the contracting activity.

Eastern Construction & Electric Inc.,* Wrightstown, New Jersey, was awarded an $8,637,488 firm-fixed-price, multiyear contract, with options, for construction of a new bulk storage transfer pump house that includes 3-600 GPM transfer pumps, 3,600 GPM receipt filter separators with by-pass capability, modern control system and emergency generator back up power at Joint Base McGuire-Dix-Lakehurst. Work will be performed in Wrightstown, New Jersey, with an estimated completion date of April 30, 2016. Bids were solicited via the Internet, with three received. Fiscal 2014 military construction funds in the amount of $8,637,488 are being obligated at the time of the award. U.S. Army Corps of Engineers, New York District, New York, New York, is the contracting activity (W912DS-14-C-0030).

Staite Engineering, Inc.*, San Diego, California, was awarded a $7,793,600 firm-fixed-price contract for dredging the Richmond Inner Harbor Channel. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,793,600 were obligated at the time of the award. Work will be performed in Richmond, California, with an estimated completion date of Jan. 29, 2015. Bids were solicited via the Internet, with three received. U.S. Army Corps of Engineers, San Francisco District, San Francisco, California, is the contracting activity (W912P7-14-C-0015).

Pick Electric*, Inc., Spokane, Washington, was awarded a $6,537,098 firm-fixed-price contract for the Libby Dam and Powerhouse electrical distribution equipment replacement. Work will be performed in Libby, Montana with an estimated completion date of Sept. 29, 2015. Fiscal 2014 other funds in the amount of $2,924,010 are being obligated at award. Bids were solicited via the Internet, with five offers received. U.S. Army Corps of Engineers – Seattle District, Seattle, Washington is the contracting activity (W912DW-14-C-0030).

U.S. TRANSPORTATION COMMAND
 
Three companies are being awarded fixed-price option year modifications to previously awarded indefinite-delivery/indefinite-quantity contracts for regional domestic ocean and intermodal distribution services. They are: Matson Navigation Company, Inc., Oakland, California, an estimated $28,657,471 modification (P00023) to contract HTC711-12-D-W006, bringing the total cumulative face value of the contract to $55,950,300 from $27,292,829; Sea Star Line, LLC, Jacksonville, Florida, an estimated $7,710,078 modification (P00002) to contract HTC711-12-D-W011, bringing the total cumulative face value of the contract to $15,053,009 from $7,342,931; and Totem Ocean Trailer Express, Federal Way, Washington, an estimated $16,192,822 modification (P00002) to contract HTC711-12D-W012, bringing the total cumulative face value of the contract to $31,614,557 from $15,421,735. Work will be performed domestically as specified on each individual order, with an expected completion date of Nov. 30, 2015. Type of appropriation is fiscal 2015 and fiscal 2016 transportation working capital funds to be obligated on individual task orders. The U. S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Vane Line Bunkering, Inc., Baltimore, Maryland, has been awarded a $24,525,123 modification (P00005) to previously awarded contract HTC711-13-C-W015, exercising the second option year for transportation of bulk jet fuel and marine diesel fuel by barge. This is a fixed-price contract. The modification brings the total cumulative face value of the contract to $58,088,232 from $33,563,109. Work will be performed at ports and points along the inland waterways and East Coast locations in the Atlantic Region, with an expected completion date of Sept. 30, 2015. Fiscal 2015 defense working capital funds in the amount of $24,525,123 are being obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The U. S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

JAR Assets, Inc., Mandeville, Louisiana, has been awarded a $10,822,800 modification (P00017) to previously awarded contract HTC711-11-C-W001, exercising the fourth option year for dedicated fuel transportation service by tug and barge. This is a fixed-price contract. The modification brings the total cumulative face value of the contract to $40,235,792 from $29,412,992. Work will be performed at ports and points along the inland waterways and East Coast locations in the Atlantic Region, with an expected completion date of Sept. 30, 2015. Fiscal 2015 defense working capital funds in the amount of $10,822,800 are being obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The U. S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small business
*Link for This article compiled by K. V. Seth + U.S. DoD issued No. CR-188-14 September 30, 2014 
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS





DTN News: U.S. Department of Defense Contracts Dated October 1, 2014

$
0
0
DTN News: U.S. Department of Defense Contracts Dated October 1, 2014
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-189-14 October 1, 2014
(NSI News Source Info) TORONTO, Canada - October 1, 2014: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued October 1, 2014 are undermentioned;

CONTRACTS
 
U.S. TRANSPORTATION COMMAND
 
Three teams and six individual airlines have been awarded nine indefinite-delivery/indefinite-quantity, fixed-price with economic price adjustment contracts for international airlift services. The three teams are: Federal Express Charter Programs Team Arrangement, Memphis, Tennessee, which includes: American Airlines, Inc., Fort Worth, Texas; Atlas Air, Inc., Purchase, New York; Delta Air Lines, Inc., Atlanta, Georgia; FedEx Charters, Memphis, Tennessee; Polar Air Cargo Worldwide, Inc., Purchase, New York; and US Airways, Inc., Phoenix, Arizona (HTC711-15-D-CC01). Miami Air International, Inc. doing business as Miami Air Team, Miami, Florida, which includes: Miami Air International, Inc.,* Miami, Florida, and MN Airlines, LLC, doing business as Sun Country Airlines,* Mendota Heights, Minnesota (HTC711-15-D-CC02). Patriot Team, Tulsa, Oklahoma, which includes: ABX Air,* Wilmington, Ohio; Air Transportation International, Inc.,* Wilmington, Ohio; JetBlue Airways Corporation, Long Island City, New York; Kalitta Air, LLC,* Ypsilanti, Michigan; Northern Air Cargo, Inc., Anchorage, Alaska; Omni Air International, Inc.,* Tulsa, Oklahoma; Sky Lease I, Inc.,* Greensboro, North Carolina; Southern Air, Inc.,* Norwalk, Connecticut; United Airlines, Inc., Elk Grove Village, Illinois; and United Parcel Service Co., Louisville, Kentucky (HTC711-15-D-CC03). Individual airlines are: Allegiant Air, LLC, Las Vegas, Nevada (HTC711-15-D-CC04); Hawaiian Airlines, Inc., Honolulu, Hawaii (HTC711-15-D-CC05); Lynden Air Cargo, LLC, Anchorage, Alaska (HTC711-15-D-CC06); National Air Cargo Group, Inc., doing business as National Airlines,* Orlando, Florida (HTC711-15-D-CC07); Southwest Airlines Co., Dallas, Texas (HTC711-15-D-CC08); and Alaska Airlines, Inc., Seattle, Washington (HTC711-15-D-CC09). The total cumulative face value of the program is $441,000,000. Work will be performed at worldwide locations as specified on each individual task order, with an expected completion date of Sept. 30, 2015. Type of appropriation is fiscal 2015 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
 
Twenty companies have each been awarded a contract modification exercising option period one on the indefinite-delivery/indefinite quantity, fixed-price contracts for domestic charter airlift services. They are: United Airlines, Inc., Elk Grove Village, Illinois (HTC711-14-D-CC05); MN Airlines, LLC, doing business as Sun Country Airlines,* Mendota Heights, Minnesota (HTC711-14-D-CC06); Allegiant Air, LLC, Las Vegas, Nevada (HTC711-14-D-CC07); Sierra Pacific Airlines, Inc.,* Tucson, Arizona (HTC711-14-D-CC08); Southwest Airlines Co., Dallas, Texas (HTC711-14-D-CC09); Miami Air International, Inc.,* Miami, Florida (HTC711-14-D-CC10); National Air Cargo Group, doing business as National Airlines, Orlando,* Florida (HTC711-14-D-CC11); Omni Air International, Inc.,* Tulsa, Oklahoma (HTC711-14-D-CC12); Atlas Air, Inc., Purchase, New York (HTC711-14-D-CC13); Delta Air Lines, Inc., Atlanta, Georgia (HTC711-14-D-CC14); Lynden Air Cargo, LLC, Anchorage, Alaska (HTC711-14-D-CC15); Northern Air Cargo, Inc., Anchorage, Alaska (HTC711-14-D-CC16); Tatonduk Outfitters Ltd, doing business as Everts Air Cargo,* Fairbanks, Alaska (HTC711-14-D-CC17); United Parcel Service Co., Louisville, Kentucky (HTC711-14-D-CC18); Federal Express Corporation, Memphis, Tennessee (HTC711-14-D-CC19); Flightworks, Inc.,* Kennesaw, Georgia (HTC711-14-D-CC20); Kalitta Charters, LLC,* Ypsilanti, Michigan (HTC711-14-D-CC21); Phoenix Air Group, Inc.,* Cartersville, Georgia (HTC711-14-D-CC22); Berry Aviation, Inc.,* San Marcos, Texas (HTC711-14-D-CC23); and East Coast Flight Services, Inc.,* Easton, Maryland (HTC711-14-D-CC24). The total cumulative face value of the program is $104,065,064. Work will be performed in the United States, Canada, and Puerto Rico, as specified on each individual order, with an expected completion date of Sept. 30, 2015. Type of appropriation is fiscal 2015 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
Paragon Technology Group, Inc., Shiloh, Illinois, is being awarded a $10,718,398 labor hour modification (P00030) to previously awarded task order (HTC711-12-F-D015) to fund option period two for program management office support for U.S. Transportation Command. The modification brings the total cumulative face value of the contract to $31,652,282 from $20,933,884. This contract modification will provide for support and integration across all disciplines within acquisition program management in support of assigned acquisition programs and services acquisitions. The disciplines include, but are not limited to: program control, resource management, requirements management, configuration management, test and evaluation, systems engineering, security engineering, program management support, risk management, information technology administrative support, acquisition support, and integration of all the disciplines. Work will be performed at Scott Air Force Base, Illinois, with an expected completion date of Sept. 30, 2015. Fiscal 2015 transportation working capital fund operating, fiscal 2015 transportation working capital fund, fiscal 2015 non-IT operating, fiscal 2015 Defense Health program operating, and fiscal 2015 Air Force operations and maintenance funding in the amount of $10,718,398, will be obligated at the time of the modification. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Harris IT Services Corporation, Dulles, Virginia, has been awarded a $10,230,116 (estimated) fixed-price, labor hour, and cost task order modification (34) to previously awarded contract W91QUZ-07-D-0001-6S02 to exercise option period three for customer services support: service delivery. This modification brings the total cumulative face value of the contract to $35,562,332 (estimated) from $25,332,216. This contract action will provide continued support for selected command, control, communications, and computer systems, and support functions to include exercise and contingency operations support, Web support, test center support, network infrastructure engineering and support, command and control and business systems support, application support, and information protection and event analysis support. Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016. Fiscal 2015 transportation working capital fund operating, fiscal 2015 Air Force operations and maintenance, fiscal 2015 Defense Health program funds and fiscal 2015 Office of the Secretary of Defense operations and maintenance funds in the amount of $10,230,116 (estimated), are being obligated at time of award. Contract funds will expire at the end of fiscal 2015. The U. S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
 
Agile Defense, Inc.,* Fairfax, Virginia, is being awarded a $9,851,570 fixed-price, labor hour, and cost task order modification (P00038) to previously awarded contract HTC711-11-F-D051 to exercise option period three. The modification brings the total cumulative face value of the task order to $40,077,398 from $30,225,828. This modification provides for continued support for Corporate Services Support: service support help desk and desktop customer support; audio-visual/video teleconference support; hardware management and maintenance; special command, control, communications and computer systems (C4) support; and information assurance information protection support. The contract contains tasks for the contractor to provide non-personal services for the Military Surface Deployment and Distribution Command and U.S. Transportation Command help desk and desk top customer support; senior management support; telephone support services; IA policy and certification and accreditation; and lifecycle support for C4 infrastructure. Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2015. Fiscal 2015 transportation working capital fund operating, and fiscal 2015 transportation working capital funds in the amount of $9,851,570, are being obligated at time of award. Contract funds will expire at the end of fiscal 2015. The U. S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
 
Northrop Grumman, Herndon, Virginia is being awarded a $9,436,628 modification (P00024) to previously awarded contract (HTC711-12-F-D048) to exercise the first option period on a one-year base contract, with two one-year option periods, for the Joint Distribution Process Analysis Center. This is a fixed-price contract that provides support for the JDPAC for work for the global deployment and distribution network and infrastructure assessments, analytically driven operational courses of action, joint capability analysis to inform programmatic decisions, systems integration and data management, Joint Deployment Distribution Enterprise analysis/global distribution performance assessment, and future transformation analysis. The modification brings the total cumulative face value of the contract to $26,705,250 from $17,268,622. Work will be performed at Scott Air Force Base, Illinois, with an expected completion date of Sept. 30, 2015. Fiscal 2015 transportation working capital funds, Distribution Process Owner, Agile Transportation for the 21st Century funds, and Defense-wide appropriations operations and maintenance funds in the amount of $9,436,628, will be obligated at time of award. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
 
Leidos, Inc., McLean, Virginia, is being awarded a $7,567,134 cost-plus-award-fee task order modification (41) for a six-month extension to previously awarded contract task order (HC1028-08-D-2025-6S01). The modification brings the total cumulative face value of the contract to $58,309,029 from $50,741,895. The extension will provide business process management services in support of U.S. Transportation Command’s Agile Transportation for the 21st Century (AT21) program. Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed March 31, 2015. Fiscal 2015 Transportation Working Capital Funds in the amount of $4,919,142, fiscal 2015 transportation working capital funds operations funds in the amount of $1,199,340; fiscal 2014 and 2015 research, development test and evaluation funds in the amount of $698,000; and fiscal 2015 non-IT operations funds in the amount of $750,652, are expected to be obligated at time of award. Contract funds will expire at the end of fiscal 2015. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
 
Tapestry Solutions Inc., San Diego, California, is being awarded a $7,213,653 fixed-price, labor hour, and cost contract modification (P00007) to previously awarded contract HTC711-13-C-D006 to exercise option period one. The modification brings the total cumulative face value of the contract to $15,641,997 from $8,428,344. This contract award will provide continued support for the Integrated Computerized Deployment System (ICODES): Contract level and project management support, ICODES sustainment, configuration management support, information assurance support and help-desk support service. The contract contains tasks for the contractor to provide non-personal services for the Military Surface Deployment and Distribution Command and U.S. Transportation Command. Work will be performed at San Diego, California, and Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2015. Fiscal 2015 transportation working capital fund operating funds in the amount of $7,213,653 are being obligated at time of award. Contract funds will expire at the end of fiscal 2015. The U. S. Transportation Command, Directorate of Acquisition Scott Air Force Base, Illinois, is the contracting activity.

AIR FORCE
 
Northrop Grumman Systems Corp., San Diego, California, has been awarded a $306,133,056 definitive contract for Global Hawk contractor logistic services and sustainment III. Contractor will provide contractor logistics support of the Global Hawk fielded weapon system, to include providing material and services for planning, operations and maintenance support. Work will be performed at San Diego, California, and is expected to be completed by Sept. 30, 2015. This award is the result of a sole-source acquisition. Fiscal 2014 operations and maintenance funds in the amount of $73,496,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8528-15-C-0003).
 
DynCorp International, LLC, Fort Worth, Texas, has been awarded a $42,527,352 modification to exercise an option (A00085) to a previously awarded contract (FA3002-09-C-0024) for aircraft maintenance services. Contractor will provide T-6, T-38 Unit Pilot Training and T-38 Introduction to Fighter Fundamentals aircraft maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2016. Fiscal 2015 operations and maintenance funds in the amount of $3,543,945 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity. 
 
Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $32,978,097 cost-plus-fixed-fee modification (P00301) to previously awarded contract FA8625-07-C-6471 for C-5 Reliability Enhancement and Re-engining Program Lot 6. Work will be performed at Marietta, Georgia, and is expected to be complete by Jan. 10, 2017. Fiscal year 2012 aircraft procurement funds in the amount of $9,893,429 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity. (Awarded Sept. 30, 2014).
 
Defense Support Services LLC, Marlton, New Jersey, has been awarded a $19,420,540 modification to exercise an option (A00082) to previously awarded contract FA3002-09-C-0003 for civil engineering services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2018. Fiscal 2015 operations and maintenance funds in the amount of $1,652,643 are being obligated at the time of award. 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity (FA3002-09-C-0003).
 
L3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $12,336,919 modification to exercise option A00053 to previously awarded contract FA3002-11-C-0001 for trainer maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and Naval Air Station Pensacola, Florida, and is expected to be completed by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds in the amount of $1,028,076 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.
 
PKL Services Inc., Poway, California, has been awarded a $10,674,189 modification (P00019) to previously awarded contract FA4879-12-C-2004 for Republic of Singapore aircraft maintenance and operation services. Contractor will provide personnel, supervision and services necessary to maintain Republic of Singapore Air Force C-15SG and U.S. Air Force F-15E aircraft based with the 366th Maintenance Group at Mountain Home Air Force Base, Idaho. Work will be performed at Mountain Home Air Force Base, Idaho, and is expected to be completed by Sept. 30, 2017. This contract is 100-percent foreign military sales. The 366th Contracting Squadron, Mountain Home Air Force Base, Idaho, is the contracting activity (FA4879-12-C-2004).
 
NAVY
 
B.L. Harbert International, LLC, Birmingham, Alabama, is being awarded an $18,387,380 firm-fixed-price contract for construction of unaccompanied housing at Camp Lemonnier, Djibouti. The proposed new construction will contain 65 units, each housing up to four persons, with a total capacity of 260 persons. The building and site design will be austere in design and comply with the most current Camp Lemonnier master plan and installation appearance plan. Work will be performed in Djibouti, Africa, and is expected to be completed by May 2016. Fiscal 2014 military construction (Navy) contract funds in the amount of $18,387,380 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 25 proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-C-5000).
 
BAE Systems Technology Solutions & Services, Inc., Rockville, Maryland, is being awarded a $17,295,249 cost-plus-fixed-fee contract to provide services for ongoing supply support and to provide assistance to Strategic Systems Programs (SSP) as it migrates many SSP-unique supply processes and automated systems to a standard Navy system using the Navy Enterprise Resource Planning application. This contract contains options, which if exercised, will bring the contract value to a maximum dollar value of $71,775,446. Work will be performed primarily in St. Mary’s, Georgia (49.6 percent); Mechanicsburg, Pennsylvania (29.4 percent); Rockville, Maryland (16.3 percent); Silverdale, Washington (2.1 percent); Portsmouth, Virginia (1 percent); Fairfax, Virginia (1 percent); and Bridgewater, Virginia (0.6 percent), with an expected completion date of Sept. 30, 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $13,956,088; fiscal 2015 United Kingdom funds in the amount of $3,045,690; and fiscal 2015 research, development, test and evaluation (Navy) contract funds in the amount of $293,471, are being obligated subject to the availability of funds. Contract funds in the amount of $13,956,088 will expire at the end of fiscal 2015. This contract was a sole-source acquisition in accordance with 10 U.S.C. 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-15-C-0007).
 
TOTE Services, Inc., Jacksonville, Florida, was awarded a $7,065,332 modification under a previously awarded firm-fixed-price contract (N00033-12-C-2500) to exercise a one-year option for the operation and maintenance of the Sea-Based X-Band Radar Platform (SBX-1). The vessel is operated for the Missile Defense Agency to provide limited test support services and is a contingency component of the Ground Based Mid-Course Defense element of the Ballistic Missile Defense System for the U.S. Strategic Command. The vessel may also be used for other government missions as directed or placed in a reduced operating status. Work will be performed in the Pacific Ocean operating area, and is expected to be completed by September 2015. Fiscal 2015 Navy working capital funds in the amount of $7,065,332 are obligated on award, and will not expire at the end of fiscal 2015. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-12-C-2500). (Awarded Sept. 30, 2014)
ARMY
 
MD Helicopters, Inc., Mesa, Arizona was awarded a not to exceed $44,200,000 firm-fixed-price, foreign military sales (Afghanistan) undefinitized contract action for the integration, testing, procurement, modification and installation of a weapon system onto the seventeen MD 530F aircraft. Work will be performed in Mesa, Arizona with an estimated completion date of Sept. 29, 2015. One bid was solicited with one received. Fiscal 2014 other procurement funds in the amount of $21,658,000 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity (W58RGZ-14-C-0081).

DEFENSE LOGISTICS AGENCY

Merchants Foodservice, Jackson, Mississippi, has been awarded a maximum $210,000,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a competitive acquisition and two offers were received. This is a two-year base contract with one two-year option period. Location of performance is Mississippi with a Nov. 12, 2016 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard 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, Pennsylvania (SPE300-14-D-3046). (Awarded Sept. 30, 2014).
 
Thunder Cat Technology LLC.,* Reston, Virginia, has been awarded a maximum $16,241,856 firm-fixed-price contract for virtual desk top infrastructure servers and storage. This contract was a competitive acquisition and one offer was received. This is a one-year base contract with no option periods. Locations of performance are Virginia and Pennsylvania with a Sep. 29, 2015 performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal year 2014 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Contracting Services, Philadelphia, Pennsylvania (SP4701-14-F-0328). (Awarded Sept. 30, 2014).

Chugach Information Technology, Inc.,* Anchorage, Alaska, has been awarded a maximum $13,682,761 firm-fixed-price, cost-plus-incentive-fee contract for telecommunications and network equipment, infrastructure design, engineering, installation, testing and post installation support. This contract was a sole-source acquisition. This is a one-year base contract with no option periods. Locations of performance are Alaska, Virginia, Pennsylvania, and Ohio with a Sep. 29, 2015 performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal year 2014 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Contracting Services, Philadelphia, Pennsylvania (SP4701-14-C-0079). (Awarded Sept. 30, 2014).
 
DEFENSE INFORMATION SYSTEMS AGENCY
 
Sprint Federal Operations, LLC, Reston, Virginia, was awarded a $10,083,660 firm-fixed-price contract for continued operation and maintenance of fiber telecommunications in Europe previously obtained under a 25-year Indefeasible Right of Use. Performance will be in various locations within Europe, with an estimated completion date of Sept. 30, 2015. Fiscal 2015 defense working capital funds in the amount of $10,083,660 are being obligated at the time of the award. The solicitation was issued on basis of other than full and open competition pursuant to 10 U.S.C. 2304(c)(1), only one responsible source, and no other type of supplies or services would satisfy agency requirements. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-15-C-4000).

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY (DoDEA)
The Prophet Corp.*, Owatonna, Minnesota, (HEVAS6-D-0021); Effective Communication Strategies*, LLC, Alexandria, Virginia, (HEVAS6-D-0022); Smartbudgets USA*, LLC, Silver Spring, Maryland, (HEVAS6-D-0024); and Team Sports Planet*, Inc. Philadelphia, Pennsylvania (HEVAS6-D-0020) were awarded a multiple-award, estimated not-to-exceed $7,500,000 contract to provide Physical Education (PE) equipment in support of PE programs (Pre Kindergarten - 12th grades) located at DoDEA/Domestic Dependent Elementary and Secondary School (DDESS) locations within the continental United States, Puerto Rico, Guantanamo Bay Cuba, Europe, and Asian Pacific. These are supply contracts to be performed at the contractor's facility, with an estimated completion date of Sept. 23, 2019. The requirement was competitively solicited as a 100% small business set-aside through Federal Business Opportunities with 4 proposals received. Fiscal 2015 operations and maintenance funds in the amount of $54,059 will be obligated at the time of award with each contractor receiving a portion of the awarded amount. The DDESS Procurement Office, Peachtree City, Georgia, is the contracting activity.

*Small business
*Link for This article compiled by K. V. Seth + U.S. DoD issued No. CR-189-14 October 1, 2014 
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS





DTN News - PICTURES OF THE DAY: IT'S THURSDAY !!!!

$
0
0
DTN News - PICTURES OF THE DAY: IT'S THURSDAY !!!!
Source: DTN News - - This article compiled by K. V. Seth from reliable sources Pictures of The Day
(NSI News Source Info) TORONTO, Canada - October 2, 2014IT'S THURSDAY !!!!

IT'S THURSDAY !!!!

THURSDAY
THURSDAY
THURSDAY
THURSDAY

Have a Great Thursday To All

    DTN News Friends


*Link for This article compiled by K. V. Seth from reliable sources Pictures of The Day
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS














































DTN News: U.S. Department of Defense Contracts Dated October 2, 2014

$
0
0
DTN News: U.S. Department of Defense Contracts Dated October 2, 2014
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-190-14 October 2, 2014
(NSI News Source Info) TORONTO, Canada - October 2, 2014: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued October 2, 2014 are undermentioned;

CONTRACTS
 
AIR FORCE

DynCorp Int., LLC, Fort Worth, Texas, has been awarded an $80,280,849 modification (P00258) to exercise the option to previously awarded contract FA4890-08-C-0004. Contractor will provide for receipt, inventory, accountability, maintenance, repair, periodic inspection and test, serviceability, marking, storage, security, shipping, and reporting of War Reserve Materials (WRM) resources. Work will be performed at Shaw Air Force Base, South Carolina; Langley Air Force Base, Virginia, and at various locations in theater, and is expected to be completed by Sept. 30, 2015. Fiscal 2015 overseas contingency funds in the amount of $79,925,456 are being obligated at the time of award. Acquisition Management and Integration Center, Newport News, Virginia, is the contracting activity.

ARMY

CORRECTION: The contract awarded on Oct 1, 2014 to MD Helicopters is revised to show the contract number as W58RGZ-15-C-0002.

NAVY

Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $6,540,730 modification to a previously awarded contract (N00024-10-C-5126) for fiscal 2015 class services engineering efforts in support of the Zumwalt Class Destroyer Program. The purpose of this modification is to provide class services engineering efforts supporting the DDG 1000 Class Mission Systems Equipment (MSE). These efforts include MSE design and analysis, engineering and life cycle supportability, architecture and design studies, concept of operations, crewing, mission and requirements analyses, interoperability, mission support services, and test & evaluation. Work will be performed in Portsmouth, Rhode Island (48 percent), Tewksbury, Massachusetts (26 percent), and Sudbury, Massachusetts (26 percent), and is expected to be completed by September 2015. Fiscal 2014 research, development, test and evaluation contract funds in the amount of $1,099,990 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, District of Columbia, is the contracting activity.

CORRECTION: The contract awarded on Sept. 30, 2014, to Harper Construction Co., Inc., San Diego, California, for $11,652,082, is revised to show the contract number as N62473-10-D-5406.
*Link for This article compiled by K. V. Seth + U.S. DoD issued No. CR-190-14 October 2, 2014 
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS





DTN News - PICTURES OF THE DAY: IT'S FRIDAY !!!!

$
0
0
DTN News - PICTURES OF THE DAY: IT'S FRIDAY !!!!
Source: DTN News - - This article compiled by K. V. Seth from reliable sources Pictures of The Day
(NSI News Source Info) TORONTO, Canada - October 3, 2014: IT'S FRIDAY !!!!

IT'S FRIDAY !!!!

FRIDAY
FRIDAY
FRIDAY
FRIDAY


Have a Great Friday To All

    DTN News Friends

*Link for This article compiled by K. V. Seth from reliable sources Pictures of The Day
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS














































DTN News - Israel TODAY: Israel To Buy Second Batch of US F-35 Fighters

$
0
0
DTN News - Israel TODAY:  Israel To Buy Second Batch of US F-35 Fighters
Source: DTN News - - This article compiled by K. V. Seth from reliable sources AFP
(NSI News Source Info) KOTTAKKAL, Kerala India - October 28, 2014:  Israel and the United States have agreed the sale of a second batch of Lockheed Martin F-35 stealth fighters to the Jewish state, Israeli media reported Tuesday.

Haaretz newspaper said the deal, concluded by US Defence Secretary Chuck Hagel and his Israeli counterpart, Moshe Yaalon, was for "at least 20" of the planes.

The Israeli defence ministry did not immediately respond to AFP's request for confirmation.

The Jerusalem Post said Israel signed a $2.75 billion (2.17 billion euro) deal in 2012 to buy a squadron of 19 F-35s from Lockheed Martin and received Pentagon approval to purchase an additional 75.

Both papers said delivery of the initial order should start by the end of 2016 and be completed by 2018.

The first planes of the second squadron should start arriving in 2019, they said.

The Post said that the two defence ministers finalised the new purchase "in recent days."

The men met last week in Washington to a backdrop of fresh tensions between the two allies over Israeli criticism of US foreign policy, Israeli announcements of settlement expansion and remarks by US Secretary of State John Kerry linking the growth of militant Islam to Israel's decades-long conflict with the Palestinians.

Israeli company Elbit Systems is taking part in the manufacture of hi-tech helmets for F-35 pilots and state-owned Israel Military Industries manufactures aircraft parts.

The planes, which comes in conventional, vertical takeoff and aircraft carrier versions, have been hit by production delays and cost overruns.


Designed to replace fighters in the US Air Force, Navy and Marines and supported by a consortium of eight countries, the programme is the most expensive in US military history with a price tag of $395.7 billion.

*Link for This article compiled by K. V. Seth from reliable sources AFP
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS















































DTN News: U.S. Department of Defense Contracts Dated October 28, 2014

$
0
0
DTN News: U.S. Department of Defense Contracts Dated October 28, 2014
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-207-14 October 28, 2014
(NSI News Source Info) TORONTO, Canada - October 28, 2014: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued October 28, 2014 are undermentioned;

CONTRACTS
 
NAVY
 
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $391,607,952 cost-plus-incentive-fee contract to provide recurring sustainment support for delivered air systems for the F-35 Lightning II program including, but not limited to: ground maintenance activities; action request resolution; depot activation activities; Automatic Logistics Information System operations and maintenance; reliability, maintainability and health management implementation and support; supply chain management; and activities to provide and support pilot and maintainer initial training for the U.S Air Force, U.S. Marine Corps, U.S. Navy, and international partners. Work will be performed at Fort Worth, Texas (35 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed by Nov. 30, 2015. Fiscal 2014 and 2015 aircraft procurement (Air Force, Navy and Marine Corps) funds, and international partner funds in the amount of $360,313,730, are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured according to FAR 6.302-1. The Naval Air System Command, Patuxent River, Maryland is the contract activity (N00019-15-C-0031).
 
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $220,748,611 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0070). This modification provides for the System Development and Demonstration Phase I Increment 2, to continue support of F-35A Conventional Take Off and Landing (CTOL) air system for the government of Israel under the foreign military sales program. This modification includes the development and demonstration of the hardware and software for the Israel F-35A CTOL air system. Work will be performed at Fort Worth, Texas, and is expected to be completed in March 2019. Foreign military sales funds in the amount of $77,777,441 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, Maryland, is the contracting activity.
 
Rockwell Collins, Inc., Government Systems, Cedar Rapids, Iowa, is being awarded a $101,069,955 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of AN/ARC-210 electronic protection radio equipment in support of domestic and foreign military sales (FMS) aircraft. This contract consists of a maximum of 1,160 radios inclusive of potential FMS sales: 920 associated ancillary equipment; five training sessions; 15 FMS Have Quick software media downloads; 140 associated FMS license and royalty fees; 500 FMS standard commercial warranties; 250 receiver-transmitter conversions; 10 failure analyses; and one lot for data. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2015. Contract funds will not be obligated at the time of award. This contract was not was not competitively procured pursuant to FAR 6.302-1 The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity (N00019-15-D-5501).
 
Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $7,848,850 modification to a previously awarded contract (N00024-10-C-5126) to exercise options for integration, production and life cycle support planning and management services in support of the DDG 1000 program. Work will be performed in Portsmouth, Rhode Island (80 percent), and in Bath, Maine (20 percent), and is expected to be completed by December 2015. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $1,666,921 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
 
U.S. TRANSPORTATION COMMAND
 
Twenty-four transportation carriers have each been awarded indefinite-delivery/indefinite-quantity, fixed-price with economic price adjustment contracts for transportation protective services. The transportation carriers are: TNI (USA), Inc., doing business as AATCO, Duenweg, Missouri (HTC711-15-D-R002); Ace Doran Hauling Rigging Co, Inc., Cincinnati, Ohio (HTC711-15-D-R003); AAT Carriers, Inc.,* Chattanooga, Tennessee (HTC711-15-D-R004); Baggett Transportation Co.,* Birmingham, Alabama (HTC711-15-D-R005); Bennett Motor Express, Inc., McDonough, Georgia (HTC711-15-D-R006); T. F. Boyle Transportation, Inc.,* Billerica, Massachusetts (HTC711-15-D-R007); Chalich Trucking, Inc.,* Ramsey, Minnesota (HTC711-15-D-R008); Cole Motorsports, Inc.,* Douglasville, Georgia (HTC711-15-D-R009); FedEx Custom Critical, Uniontown, Ohio (HTC711-15-D-R010); Green Valley Transportation Co.,* Tracy California (HTC711-15-D-R011); Landstar Inway, Inc., Jacksonville, Florida (HTC711-15-D-R012); Landstar Express America, Inc., Jacksonville, Florida (HTC711-15-D-R013); Landstar Ranger, Inc., Jacksonville, Florida (HTC711-15-D-R014); McCollisters Transportation Systems Inc., Burlington, New Jersey (HTC711-15-D-R015); Mercer Transportation Co., Louisville, Kentucky (HTC711-15-D-R016); Martin Logistics,* Canton, Ohio (HTC711-15-D-R017); NEI Transport LLC., Duenweg, Missouri (HTC711-15-D-R018); Northern Neck Transfer, Inc.,* King George, Virginia (HTC711-15-D-R019); Prestera Trucking Co.,* South Point, Ohio (HTC711-15-D-R020); PTS Worldwide Inc.,* Somonauk, Illinois (HTC711-15-D-R021); Panther II Transportation, Inc., Seville, Ohio (HTC711-15-D-R022); R and R Trucking, Inc., Duenweg, Missouri (HTC711-15-D-R023); Secured Land Transport, Glendale, Arizona (HTC711-15-D-R024); and Bedrock, doing business as Tri-State Motor Transit, Joplin, Missouri (HTC711-15-D-R025). The total cumulative face value of the program is $205,971,494. Work will be performed throughout the continental United States, Alaska and Canada, with an expected completion date of Oct. 27, 2015. Type of appropriation is fiscal 2015 transportation working capital funds to be obligated by individual military services, Defense Logistics Agency, and government agency transportation officers/ordering officers. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

AIR FORCE
 
Raytheon Technical Services Co., LLC, Indianapolis, Indiana, has been awarded a $35,000,000 indefinite-delivery/indefinite-quantity contract for Joint Miniature Munitions Bomb Rack Unit (JMM BRU) aircraft integration and lifecycle technical support. Contractor will provide aircraft integration and life cycle technical support throughout the technology development and engineering, manufacturing and development (EMD); and EMD F-15 flight test and production phases. Work will be performed at Indianapolis, Indiana, and is expected to be completed by Aug. 31, 2021. This award is the result of a sole-source acquisition. Fiscal 2014 Navy research, development, test and evaluation funds in the amount of $634,398 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-15-D-0054).
 
Credence Management Solutions, LLC, Herndon, Virginia, has been awarded a $29,852,448 cost-reimbursable contract for advisory and assistance services (A&AS) for the Battle Management Directorate - Distributed Common Ground System. Contractor will provide A&AS support for all the weapon systems, platforms, cells, and capabilities managed by the C21SR Division in support of Air Force Life Cycle Management Center Battle Management. Work will be performed predominantly at Robins Air Force Base, Georgia, and will have some additional performance at Hanscom Air Force Base, Massachusetts, and Langley Air Force Base, Virginia, and is expected to be completed by Dec. 5, 2019. This award is the result of a competitive acquisition solicited as a Fair Opportunities Notice to Pool 3 awardees of the General Services Administration One Acquisition Solution for Integrated Services Small Business indefinite-delivery/indefinite-quantity contract, with 14 offers received. Fiscal year 2015 operations and maintenance funds in the amount of $50,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8622-15-F-8100).
 
Boeing Co., Defense Space and Security division, Kent, Washington, has been awarded a not to exceed $25,640,000 firm-fixed-price, fixed-price-incentive-fee, cost-plus-fixed-fee for the Japan Airborne Warning and Control System (AWACS) mission control unit design and production program to upgrade four E-767 aircraft and three ground support facilities. Contractor will provide procurement of mission computing, electronic support easures, traffic alert and collision avoidance system, interrogator friend or foe transponder, next generation IFF, automatic identification system, and data link upgrades. Work will be performed at Kent, Washington, and is expected to be completed by Feb. 28, 2015. The contract is 100percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0003).
 
*Small business
*Link for This article compiled by K. V. Seth + U.S. DoD issued No. CR-207-14 October 28, 2014 
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS





DTN News - DEFENSE NEWS: US DoD Awarded $ 391 Million Contract To Lockheed Martin Support For Delivered Air Systems Related To The F-35 Lightning II Program

$
0
0
DTN News - DEFENSE NEWS: US DoD Awarded $ 391 Million Contract To Lockheed Martin Support For Delivered Air Systems Related To The F-35 Lightning II Program 
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-207-14 October 28, 2014
(NSI News Source Info) KOTTAKKAL, Kerala India - October 28, 2014: Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $391,607,952 cost-plus-incentive-fee contract to provide recurring sustainment support for delivered air systems for the F-35 Lightning II program including, but not limited to: ground maintenance activities; action request resolution; depot activation activities; Automatic Logistics Information System operations and maintenance; reliability, maintainability and health management implementation and support; supply chain management; and activities to provide and support pilot and maintainer initial training for the U.S Air Force, U.S. Marine Corps, U.S. Navy, and international partners. 

Work will be performed at Fort Worth, Texas (35 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed by Nov. 30, 2015. Fiscal 2014 and 2015 aircraft procurement (Air Force, Navy and Marine Corps) funds, and international partner funds in the amount of $360,313,730, are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured according to FAR 6.302-1. The Naval Air System Command, Patuxent River, Maryland is the contract activity (N00019-15-C-0031).

*Link for This article compiled by K. V. Seth - DTN News + U.S. DoD issued No. CR-207-14 October 28, 2014
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS
















































DTN News - DEFENSE NEWS: US DoD Awarded $ 220 Million Contract To Lockheed Martin For Support of Conventional Take Off And Landing (CTOL) For Israeli F-35A

$
0
0
DTN News - DEFENSE NEWS: US DoD Awarded $ 220 Million Contract To Lockheed Martin For Support of Conventional Take Off And Landing (CTOL) For Israeli F-35A
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-207-14 October 28, 2014
(NSI News Source Info) KOTTAKKAL, Kerala India - October 28, 2014: Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $220,748,611 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0070). 

This modification provides for the System Development and Demonstration Phase I Increment 2, to continue support of F-35A Conventional Take Off and Landing (CTOL) air system for the government of Israel under the foreign military sales program. 

This modification includes the development and demonstration of the hardware and software for the Israel F-35A CTOL air system. 

Work will be performed at Fort Worth, Texas, and is expected to be completed in March 2019. Foreign military sales funds in the amount of $77,777,441 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, Maryland, is the contracting activity.

*Link for This article compiled by K. V. Seth - DTN News + U.S. DoD issued No. CR-207-14 October 28, 2014
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS
















































DTN News - DEFENSE NEWS: Boeing Delivers 300th CH-47F Chinook To U.S. Army Ahead of Schedule

$
0
0
DTN News - DEFENSE NEWS:  Boeing Delivers 300th CH-47F Chinook To U.S. Army Ahead of Schedule
Source: DTN News - - This article compiled by K. V. Seth from reliable sources Boeing
(NSI News Source Info) KOTTAKKAL, Kerala India - October 29, 2014 (RIDLEY PARK, Pa.,) – Boeing [NYSE: BA] this month delivered to the U.S. Army, 75 days ahead of schedule, the 300th CH-47F Chinook helicopter.


“This marks another benchmark for the CH-47F program,” said Lt. Col. Michael Hauenstein, the Army’s CH-47F product manager, Office of the Project Manager, Cargo Helicopters. “More importantly, we have met this benchmark ahead of schedule, within cost, and produced an aircraft that performs as required worldwide. We wouldn't have been able to achieve this if it wasn't for the partnership of the entire Chinook community.”  
The CH-47F has a modernized airframe, Common Avionics Architecture System (CAAS) cockpit that improves crew situational awareness and the Digital Automatic Flight Control System (DAFCS), which offers enhanced flight-control capabilities for the multitude of conditions in which the helicopter is used.
“The Chinook provides a lifeline to soldiers,” said Steve Parker, Boeing vice president, Cargo Helicopters & H-47 program manager. “There are soldiers alive today because of the dedication of this team.”  
Since the completion of the first CH-47F Chinook in 2006, 18 U.S. Army and National Guard units have been trained and equipped with the aircraft.  
“The efficiency we have demonstrated is keeping the Chinook a highly relevant U.S. Army asset today and into the future,” said Parker.
A unit of The Boeing Company, Boeing Defense, Space & Security is one of the world's largest defense, space and security businesses specializing in innovative and capabilities-driven customer solutions, and the world’s largest and most versatile manufacturer of military aircraft. Headquartered in St. Louis, Boeing Defense, Space & Security is a $33 billion business with 56,000 employees worldwide. Follow us on Twitter: @BoeingDefense.

*Link for This article compiled by K. V. Seth from reliable sources Boeing
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS














































DTN News: U.S. Department of Defense Contracts Dated October 29, 2014

$
0
0
DTN News: U.S. Department of Defense Contracts Dated October 29, 2014
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-208-14 October 29, 2014
(NSI News Source Info) TORONTO, Canada - October 29, 2014: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued October 29, 2014 are undermentioned;

CONTRACTS
 
NAVY

L-3 Communications Integrated Systems, Waco, Texas, is being awarded a $102,888,983 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-11-D-0017) to exercise an option for services in support of the P-3, EP-3 and NP-3 Sustainment Modification and Installation program. This effort includes planned maintenance interval, structural replacement and fabrication efforts pertaining to special structural inspection kits, center wing assemblies, zone five kits, and outer wing installations and refurbishments. Work will be performed in Waco, Texas, and is expected to be completed in May 2016. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $2,296,236 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, Maryland, is the contracting activity.
 
Electric Boat Corp., Groton, Connecticut, is being awarded an $83,797,108 cost-plus-fixed-fee modification to a previously awarded contract (N00024-13-C-2128) to manufacture tactical missile tubes to support the manufacture of the Common Missile Compartment for the Ohio Class Replacement program. This contract combines purchases for the U.S. Navy (30 percent), and the government of the United Kingdom (70 percent), under the foreign military sales program. Work will be performed in Quonset Point, Rhode Island, and is expected to be completed by July 2017. Foreign military sales and fiscal 2015 research, development, test and evaluation contract funds in the amount of $60,057,032 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, District of Columbia, is the contracting activity.
 
Lockheed Martin Mission Systems and Training, Owego, New York, is being awarded $24,022,053 for cost-plus-fixed-fee delivery order 4008 against a previously issued Basic Ordering Agreement (N00019-14-G-0019) for non-recurring engineering efforts for unique development, testing, validation and verification, and retrofit modifications to the MH-60R aircraft mission avionics systems for the government of Australia under the foreign military sales program. Work will be performed in Owego, New York, and is expected to be completed in September 2017. Foreign military sales funds in the amount of $24,022,053 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, Maryland, is the contracting activity.
 
Austin Brockenbrough & Assoc., LLP,* Richmond, Virginia, is being awarded a maximum amount $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for new construction, repair and renovation of petroleum, oil and lubricant systems and support facilities in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work also provides for preparation of design-build request for proposals, fully designed plans and specifications; preparation of reports, evaluations, studies or analyses; integrity assessments; spill management; cost estimates; life cycle cost analysis; economic analysis; planning and programming documents; post construction award services and related support services. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to, California (87 percent), Arizona (5 percent), Nevada (5 percent), Colorado (1 percent), New Mexico (1 percent) and Utah (1 percent). The term of the contract is not to exceed 60 months, with an expected completion date of October 2019. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-D-2401).
 
DEFENSE LOGISTICS AGENCY
 
KPMG LLP, McLean, Virginia, has been awarded a maximum $48,083,705 firm-fixed-price contract for audit readiness management, personnel, and documentation services. This contract was a competitive acquisition, and six offers were received. This is a one-year base contract, with no option periods. Location of performance is Virginia, with an Oct. 27, 2015, performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Virginia (SP4703-11-A-0017-0051).
UTC Aerospace Systems, Troy, Ohio, has been awarded a maximum $22,270,112 firm-fixed-price contract for main wheel and brake assemblies. This contract was a competitive acquisition and two offers were received. This is a four-year base contract, with one one-year option period. Location of performance is Ohio, with a Sept. 30, 2018, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA1-15-C-0002).
 
St. Michael's Inc.,* Woodbridge, Virginia, has been awarded a maximum $14,322,936 firm-fixed-price contract for audit readiness management, personnel, and documentation services. This contract was a competitive acquisition and six offers were received. This is a one-year base contract, with no option periods. Location of performance is Virginia, with an Oct. 27, 2015, performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Virginia (SP4703-11-A-0001-0015).
 
ARMY
 
ATK Launch Systems, Corinne, Utah, was awarded a $16,753,366 firm-fixed-price contract, with options, for procurement of the LUU-19B/B Infrared Illuminating Flare. The flares provide infrared illumination of a target area for night vision capable forces. Work will be performed in Corinne, Utah, with an estimated completion date of Sept. 2, 2016. Bids were solicited via the Internet, with one offer received. Fiscal 2014 other procurement funds in the amount of $16,753,366 are being obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity (W52P1J-15-C-0003).
 
Nebraska Game & Parks Commission, Lincoln, Nebraska, was awarded a $9,000,000 firm-fixed-price contract for integrated science support in Nebraska of the Missouri River Recovery Program for Pallid Sturgeon, which includes threatened and endangered species recovery work. Estimated completion date of work is Oct. 29, 2019. Bids were solicited via the Internet, with one offer received. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Omaha District, Omaha, Nebraska, is the contracting activity (W9128F-15-D-0011).
 
DEFENSE HUMAN RESOURCES ACTIVITY
 
Inspiritec Inc., Philadelphia, Pennsylvania, has been awarded a $14,147,857 modification (P00008) to H98210-13-C-0001 to exercise option period three for consolidated call center support services for the Defense Manpower Data Center. Work will be performed in Seaside, California; Alexandria, Virginia and Fort Knox, Kentucky with an estimated completion date of May 31, 2015. Fiscal 2015 operations and maintenance funds are being obligated at award. The Defense Human Resources Activity, Alexandria, Virginia is the contracting activity.

*Small business
*Link for This article compiled by K. V. Seth + U.S. DoD issued No. CR-208-14 October 29, 2014 
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS





Viewing all 740 articles
Browse latest View live