On Eve of Government Shutdown, Pentagon Furloughs Workers and Hands $5 Billion to Weapons Contractors

October 4th, 2013 - by admin

Foreign Policy & Defense News & DOD Contract Document – 2013-10-04 12:15:42

http://www.ihs.com/products/janes/security/country-risk/assessments.aspx

Pentagon Spent $5 Billion on Weapons on Eve of Shutdown
Foreign Policy

(October 1, 2013) — The Pentagon pumped billions of dollars into contractors’ bank accounts on the eve of the US government’s shutdown that saw 400,000 Defense Department employees furloughed. All told, the Pentagon awarded 94 contracts yesterday evening on its annual end-of-the-fiscal-year spending spree, spending more than five billion dollars on everything from robot submarines to Finnish hand grenades and a radar base mounted on an offshore oil platform.

To put things in perspective, the Pentagon gave out only 14 contracts on September 3, the first workday of the month.


DoD to Award Contracts Throughout Shutdown, But Won’t Announce Them
Marcus Weisgerber / Defense News

WASHINGTON, DC (October 1, 2013) — The Pentagon will continue to award hundreds of millions of dollars in acquisition, services and other types of contracts despite a government-wide shutdown, but don;t expect to hear about them.

The US Defense Department will not publicly announce contracts during the shutdown, Lt. Cmdr. Nate Christensen, a Pentagon spokesman, wrote in an email.

But that should not stop the military services and defense agencies from signing pacts for equipment, supplies and other items.

The Pentagon will do “one big announcement” of the contracts awarded during this period when the shutdown ends, Christensen wrote.

So how is this possible? It is because the money being used to sign the deals was appropriated by Congress in prior years.

At the same time, the Pentagon is looking to widen the number of civilian employees allowed to work despite the first government-wide shutdown in 17 years, US Defense Secretary Chuck Hagel said.

Hagel, who is traveling in South Korea, said DoD lawyers are working “to see if there;s any margin here or widening in the interpretation of the law regarding exempt versus non-exempt civilians.”

About 400,000 civilian workers are facing furloughs until Congress passes a fiscal 2014 appropriation. Lawmakers in the Democrat-controlled Senate and the Republican-controlled House were unable to strike a budget deal before the fiscal year ended at midnight on Monday, causing a shutdown.

“Our lawyers believe that maybe we can expand the exempt status,” Hagel said. “We don;t know if that;s the case, but we are exploring that, so that we could cut back from the furloughs some of the civilians that had to leave.”

Most DoD civilian workers have already been furloughed six days this year, the result of the Pentagon cutting $37 billion from its 2013 budget due to sequestration.

“This is going to impact the future of a lot of our employees,” Hagel said. “I;ve had a number of senior civilian employees in DoD talk to me last few months about their futures. Their spouses are not happy. They have families.”

It is still not entirely clear which civilian employees will continue to work during the shutdown. For example, civilians supporting activities such as combat operations in Afghanistan are exempt. Also, some civilians at military headquarters were still in their offices Tuesday because their salaries are paid through working capital funds.

The funding in those accounts — which are typically used by DoD to pay for services — is likely leftover 2013 money, said Gordon Adams, a professor at American University and former White House budget official.

Congress passed, and President Barack Obama signed, into law on Monday a bill that pays active-duty military throughout the shutdown.

Andrew Tilghman contributed to this report.


US Government Contracts

DEFENSE LOGISTICS AGENCY
Pratt & Whitney, East Hartford, Conn., has been awarded a maximum $2,500,000,000 firm-fixed-price contract for various weapons systems spare parts. This contract is a sole-source acquisition. Location of performance is Connecticut with a Sept. 30, 2018 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 Aviation, Richmond, Va., (SPE4AX-13-D-9424).

BAE Systems Aerospace & Defense Group, Phoenix, Ariz., has been awarded a maximum $65,972,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for procurement of lightweight, advanced combat helmets. This contract was a competitive acquisition and five offers were received. This is a two-year base contract with no option year periods.

Locations of performance are Arizona and Pennsylvania with an Aug. 30, 2015 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-13-D-1071).

Thales Components Corp., Totowa, N.J., has been awarded a maximum $24,793,300 fixed-price, indefinite-delivery/indefinite-quantity contract for Milstar traveling wave tubes. This contract is a competitive acquisition and two offers were received. Locations of performance are New Jersey and France with a Sept. 29, 2018 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 through fiscal 2018 Air Force funds. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah, (SPRHA3-13-D-0001).

North American Manufacturing,* Scranton, Pa., has been awarded a maximum $19,061,250 fixed-price with economic-price-adjustment contract for the procurement of military cots. This contract is a competitive acquisition and one offer was received. Location of performance is Pennsylvania with a Sept. 29, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8ED-13-D-0001).

Air Liquide Industrial US LP, Houston, Texas, has been awarded a maximum $17,171,720 firm-fixed-price contract for liquid nitrogen. This contract is a competitive acquisition, and one offer was received. Locations of performance are Texas and Colorado with a Sept. 30, 2018 performance completion date. Using service are federal civilian agencies. Type of appropriation is fiscal 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy Aerospace Energy, San Antonio, Texas, (SPE601-13-D-1537).

Linde, LLC, Murray Hill, N.J., has been awarded a maximum $15,703,357 fixed-price with economic-price-adjustment contract for bulk helium. This contract is a competitive acquisition, and two offers were received. Locations of performance are New Jersey; Texas; Alabama; Pennsylvania; California; Ohio; Florida; Kansas; Washington; and North Carolina with a Sept. 30, 2015 performance completion date. Using military services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy Aerospace Energy, San Antonio, Texas, (SPE601-13-D-1534).

Airport Aviation Services., Inc.,* San Juan, Puerto Rico, has been awarded a maximum $15,374,732 fixed-price with economic-price-adjustment contract for jet fuel. This contract was a competitive acquisition and six offers were received. Location of performance is Puerto Rico with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-0115)

Tactical Medical Solutions (TMS) Inc.,* Anderson, S.C., has been awarded a maximum $13,075,872 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various medical and surgical supplies and equipment. This contract is a competitive acquisition, and three offers were received. Location of performance is South Carolina with a Sept. 29, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2014 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2D0-13-D-0009).

Woodward Inc., Rockford, Ill., has been awarded a maximum $12,880,000 firm-fixed-price contract for main fuel control. This contract is a sole-source acquisition. Location of performance is Illinois with a June 25, 2016 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Air Force funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., (SPRTA1-13-D-0031).

Sterlingwear of Boston, Inc.,** East Boston, Mass., has been awarded a maximum $9,005,933 firm-fixed-price contract for field jackets for the Afghanistan National Police. This contract is a competitive acquisition, and two offers were received. Location of performance is Massachusetts and Afghanistan with an April 21, 2014 performance completion date. Type of appropriation is fiscal year 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-13-D-1076).

NAVY
Lockheed Martin Mission Systems and Training, Syracuse, N.Y., is being awarded a $95,727,501 modification to a previously awarded contract (N00024-07-C-5201) for definitization of the Navy;s fiscal 2012 AN/SQQ-89A(V)15 Surface Ship Undersea Warfare System production requirements and exercise of fiscal 2013 production options. The AN/SQQ-89A(V)15 is a surface ship combat system with the capabilities to search, detect, classify, localize and track undersea contacts; and to engage and evade submarines, mine-like small objects, and torpedo threats.

Work will be performed in Lemont Furnace, Pa. (56 percent), Syracuse, N.Y. (23 percent), Clearwater, Fla. (14 percent), and Owego, N.Y. (7 percent), and is expected to be completed by December 2015. Fiscal 2010, 2011, 2012, 2013 shipbuilding and conversion, Navy; Fiscal 2012 and 2013 other procurement, Navy funding in the amount of $54,497,343 will be obligated at the time of the award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Nova Shimmick, a Joint Venture, Napa, Calif., is being awarded a $66,377,631 firm-fixed-price contract for replacement of the Fuel Pier at Naval Base Point Loma. The work to be performed provides for a new double-deck steel pile supported T-shaped fueling pier, located in deeper water outboard of the existing structure.

The work includes provisions for all services, labor, materials and equipment necessary for the construction of a new concrete double deck fueling pier and mooring dolphins. The work also includes demolition of the existing fuel pier, dredging, relocation of marine mammal’s facilities, and collateral equipment.

Option items include landside ground improvements, adding restroom facility on the pier, and dredging at Pier 5000. Work will be performed in San Diego, Calif., and is expected to be completed by October 2017. Fiscal 2013 military construction, Defense Logistics Agency contract funds in the amount of $66,377,631 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 seven proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-13-C-4215).

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $64,982,586 modification to a previously awarded indefinite-delivery, requirements contract (N00019-08-D-0014) to exercise an option for additional logistics services and materials for organizational, intermediate, and depot level maintenance required to support 36 T-45A and 168 T-45C aircraft based at Naval Air Station (NAS) Meridian, Miss.; NAS Kingsville, Texas; NAS Pensacola, Fla., and Patuxent River, MD. This requirement also includes the organizational level maintenance for the engine.

Work will be performed in Kingsville, Texas (57 percent); Meridian, Miss. (36 percent); Pensacola, Fla. (6 percent); and Patuxent River (1 percent), and is expected to be completed in March 2014. Contract funds will not be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Mission Systems and Training, Liverpool, N.Y., was awarded a $44,723,015 fixed-price-incentive, firm-fixed-price, and cost-plus-fixed-fee contract on Sept. 26, 2013, for the production and support of TB-37/U Multi Function Towed Arrays (MFTA) for the AN/SQQ-89A(V)15 Antisubmarine Warfare Combat Systems. The TB-37/U MFTA is the next generation passive and active sonar receiver. It affords several enhancements to the AN/SQR-19 Tactical Towed Array System allowing greater coverage, increased capability/reliability, and reduced obsolescence. The TB-37/U MFTA significantly contributes to the capability of surface ships to detect, localize and prosecute undersea threats and is a critical sensor to a combat systems suite.

This contract includes options which, if exercised, would bring the cumulative value of this contract to $199,123,412. Work will be performed in Syracuse, N.Y. (60 percent), and Millersville, Md. (40 percent), and is expected to be complete by April 2015. Fiscal 2013 other procurement, Navy funding in the amount of $28,206,413 was obligated at the time of the 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 two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-6292).

Nammo Talley, Mesa, Ariz., was awarded a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract on Sept. 26, 2013, for the purchase of scalable offensive hand grenades in support of U.S. Special Operations Command. The scalable offensive hand grenade allows users to choose the level of blast needed for the situation.

Work will be performed in Vihtavuori, Finland, and is expected to be completed by September 2018. Fiscal 2012 DoD research, development, test and evaluation funding in the amount of $419,786 was obligated at the time of the 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 offers received. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-13-D-JR26).

EJB Facilities Services, Arlington, Va., is being awarded a $39,019,110 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N44255-05-D-5103) to extend option award 7 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, but is not limited to, all management and administration, visual services, security, housing, facilities support (excluding grounds and janitorial services), pavement clearance, utilities, base support vehicles and equipment, and environmental services to provide base operations support services.

The total contract amount after exercise of this modification will be $537,520,789. 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), and work is expected to be completed January 2014.

Subject to availability of funds — fiscal 2014 operation and maintenance, Navy; fiscal 2014 Navy Working Capital funds; Fiscal 2014 Defense Health Program funds; and Fiscal 2014 Non-Appropriated funds contract funds in the amount of $14,522,841 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

Triton Marine Construction Corp., Bremerton, Wash., is being awarded a $35,484,250 firm-fixed-price contract for repairs to Pier 4 and Wharves 4A and 4B at the Philadelphia Naval Business Center Annex. The work to be performed provides repairs to the 90 year old Pier 4 and Wharves 4A and 4B marine structures which have reached the end of their service life. Replacing a significant portion of the pier deck, piles and structural elements will enable the pier to accommodate carriers and other vessels that Naval Inactive Ships Maintenance Office is required to berth.

Work will be performed in Philadelphia, Pa., and is expected to be completed by November 2015. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $35,484,250 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 eight proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va. is the contracting activity (N40085-13-C-3512).

Ocean Ships, Inc., Houston, Texas, is being awarded a $32,383,461 modification under a previously awarded contract (N00033-09-C-3200) for the operation and maintenance of eight Watson-class large, medium-speed, roll-on/roll-off ships. This modification extends the contract for a period not to exceed six months, in accordance with FAR 52.217-8. The ships are employed in the worldwide prepositioning of government-owned cargo, including hazardous materials such as explosives and ammunition, and vehicular, bulk and general cargoes.

Work will be performed at sea worldwide and is expected to be completed by March 31, 2014. Subject to availability, Working Capital Funds in the amount of $32,383,461 are obligated for fiscal 2014, and will not expire at the end of that fiscal year. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-09-C-3200).

Raytheon Co., McKinney, Texas, is being awarded a $29,531,677 firm-fixed-price contract for the design, manufacture, and installation of test equipment, associated testing, and training to standup an organic depot maintenance facility to support the AN/APY-10 Radar.

This contract contains options, which if exercised, will have an aggregate total of $39,054,123. Work will be performed at the Fleet Readiness Center South East, Jacksonville, Fla., and work is expected to be completed by March 31, 2016. Fiscal 2011 and 2013 aircraft procurement funds in the amount of $29,531,677 will be obligated at the time of award. Fiscal 2011 funds in the amount of $22,145,157 will expire at the end of the current fiscal year. This procurement was solicited on a sole source basis in accordance 10 U.S.C. 2304(c)(1). The Naval Supply Systems Command Fleet Logistics Center, Jacksonville, Fla., is the contracting activity (N68836-13-C-0071).

Hensel Phelps Construction Co., Irvine, Calif., is being awarded $25,693,160 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N62473-10-D-5405) for design and construction of a Weapons Surveillance Test Laboratory and Calibration Laboratory at Naval Weapons Station Seal Beach.

The work to be performed provides for construction of a low rise Weapons Surveillance and Test Laboratory and Calibration Laboratory that contains environmentally controlled laboratories and shops, technical office space, conference rooms, library, vault and a high bay warehouse. Specific labs include the following: anechoic chamber, electrical test lab, explosive test cells, vibration testing, altitude chamber, temperature chamber, humidity chamber, salt spray chamber, microscopy, metallurgy lab, x-ray machines and a dark room.

This project also demolishes Building 112 (superstructure only and fill in basement) and Building 126 (superstructure, slab and grade beams). The task order also contains a planned modification, which if issued, will increase the cumulative task order value to $27,885,160. Work will be performed in Irvine, Calif., and is expected to be completed by April 2016. Fiscal 2013 military construction, Navy contract funds in the amount of $25,693,160 are obligated on this award and will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Lockheed Martin Missiles and Fire Control, Orlando, Fla., is being awarded a $23,171,609 cost-plus-fixed-fee modification to a previously awarded contract (N00024-13-D-5250) for Undersea Warfare (USW) Product Support across USW Systems. This contract modification includes options which, if exercised, would bring the cumulative value of this contract to $49,791,479.

This contract combines purchases for the U.S. Navy (97.4 percent) and the government of Japan (2.6 percent) under the Foreign Military Sales (FMS) program. Work will be performed in Norfolk, Va. (56 percent); Pearl Harbor, Hawaii (22 percent); San Diego, Calif. (8 percent); Mayport, Fla. (8 percent); Bath, Maine (3 percent); and Pascagoula, Miss. (3 percent); and is expected to be completed by November 2013. Fiscal 2013 other procurement, Navy; Fiscal 2010, 2011 and 2013 shipbuilding and conversion, Navy; Fiscal 2013 operations and maintenance, Navy and Fiscal 2013 research, development, test and evaluation funding in the amount of $7,315,173 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, DC, is the contracting activity.

Phoenix International Holdings, Inc., Largo, Md., is being awarded an $18,132,000 cost-plus-award-fee modification to previously awarded contract (N00024-06-C-4204), to continue services to manage, maintain, mobilize and operate the Submarine Rescue Diving and Recompression System (SRDRS) including associated facilities and equipment. SRDRS is a highly portable and mobile submarine rescue and recompression system capable of transferring personnel from a disabled submarine, under pressure, from depths up to 2,000 feet.

The contractor is tasked to operate and maintain the SRDRS and be capable of carrying out an end-to-end rescue operation and maintaining a high level of readiness for a worldwide deployment on a 24-hour-per-day, 7-day-per-week basis. Work will be performed in San Diego, Calif. (90 percent) and Largo, Md. (10 percent), and is expected to be completed by July 2014. Fiscal 2013 operations and maintenance, Navy and Fiscal 2013 other procurement, Navy funding in the amount of $5,237,751 will be obligated at the time of the award. Contract funds in the amount of $5,237,751 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems Land & Armaments, L.P, Santa Clara, Calif., is being awarded $15,361,368 for firm-fixed-price delivery order 0018 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-09-D-5026) for the procurement of 1,573 Marine Corps transparent armor gun shields (MCTAGS), 3,346 battery-powered motorized traversing units (BPMTU), 4,009 turret soft covers, and technical manual updates.

The MCTAGS will address gunner protection requirements for multiple vehicle platforms, providing crew protection from blast, fragmentation, and small arms fire while in the turret. The BPMTU is a mechanism that allows MCTAGS traversing to be controlled via a joystick and motor drive. The turret soft covers provide overhead environmental protection and prevents grenades from entering the host vehicle through the turret hatch.

Work will be performed in York, Penn. (83 percent) and Louisville, Ky. (17 percent) and is expected to be completed by June 2015. Fiscal 2011 procurement Marine Corps Oversees Contingency Operations in the amount of $15,361,368 will be obligated at the time of award and expire at the end of the current fiscal year. The previously awarded contract was not competitively procured under the statutory authority 10 U.S.C. 2304(c)(1) as implemented by the FAR 6.302-1 — Only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Computer Sciences Corp., San Diego, Calif., is being awarded a definitized contract action for a bridge contract modification (P00008) in the amount of an additional $14,601,231 under a previously awarded cost-plus-fixed-fee bridge contract (M00264-13-C-0004). The bridge contract is for information technology services to support the Technology Services Organization;s (TSO) requirements and its role as an enterprise business systems integrator for the Marine Corps. This organization constitutes the requiring activity for the contract.

Services required are in support of highly complex government designed and owned Marine Corps business systems that have no parallel in other sectors of the government or private industry. Software engineering design, programming, testing, and integration to be performed under this contract will involve tasking that is so integrally related that it requires personnel with highly developed experiences with the specific systems supported by the TSO and outlined below. The TSO supports a number of business mission areas across the Marine Corps, including the Deputy Commandant Program and Resources, Deputy Commandant Manpower and Reserve Affairs, and the Deputy Commandant Installation and Logistics.

Work will be performed in Kansas City, Mo. (95 percent) and Indianapolis, Ind. (5 percent), and is expected to be completed by August 2014. Fiscal 2013 operations and maintenance, Marine Corps contract funds in the amount of $34,849,206 will be obligated at the time of award, and will expire at the end of the current fiscal year. The Regional Contracting Office, National Capital Region, Quantico, Va., is the contracting activity.

RQ Construction Co., Inc., Carlsbad, Calif., is being awarded $13,986,000 for firm-fixed-price task order 0014 under a previously awarded multiple award construction contract (N62473-10-D-5409) for renovation of three barracks, Buildings 320, 321, and 322 at Naval Amphibious Base, Coronado. The work to be performed provides for the repair and repainting of wall and ceiling finishes, replace floor finishes, replace restroom casework, replace windows, replace wall mounted packaged terminal air conditioning unit, replace all bathroom fixtures, and soil stabilization, seismic upgrade and structural repairs.

Work will be performed in Coronado, Calif., and is expected to be completed by October 2015. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $13,986,000 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, Calif., is the contracting activity.

Colonna;s Shipyard, Inc.*, Norfolk, Va., is being awarded a $13,619,216 firm-fixed-price contract for Docking Phased Maintenance Availability to include drydocking, hull plating replacement, propulsion engine removal and habitability onboard USS Shamal (PC 13). Work will be performed in Norfolk, Va., and is expected to be completed by August 2014. Fiscal 2013 operations and maintenance, Navy funding in the amount of $13,619,216 will be obligated at the time of the award. Contract funds in the amount of $13,619,216 will expire at the end of the current fiscal year.

This contract was competitively procured with 14 proposals solicited and five offers received via Navy Electronic Commerce Online. Southeast Regional Maintenance Center, Mayport, Florida, is the contracting activity (N40027-13-C-0024).

Cubic Defense Applications, Inc., San Diego, Calif., is being awarded a $12,575,953 firm-fixed-price contract for the procurement of weapon instrumentation that will integrate into the Instrumented – Tactical Engagement Simulation System, Increment II (I-TESS II) baseline capabilities. The I-TESS II system is used in military operations in urban terrain facilities and non-live fire maneuver ranges located at various Marine Corps bases and installations.

This effort will support the design, development, integration, ruggedized prototype, testing and effectiveness evaluation of squad immersive training environment specific capability enhancements to the I-TESS II training system. These enhancements address current training proficiency and readiness gaps at the squad-level and will be used to support both direct force-on-force and force-on-target tactical engagement training.

Work will be performed in San Diego, Calif., and is expected to be completed by Sept. 30, 2017. Fiscal 2012 and 2013 research, development, test and evaluation and Fiscal 2011 procurement Marine Corps contract funds in the amount of $5,211,583 will be obligated at time of award. Contract funds in the amount of $2,322,805 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-13-C-7802).

W.F. Magann Corp., Portsmouth, Va., is being awarded a $12,275,675 firm-fixed-price contract for the construction of the Drydock 1 caisson replacement at Norfolk Naval Shipyard. The new caisson will be a reversible, ship-type, floating caisson, and this structure will include side keels/stems, similar to the existing caisson in overall geometry. Incidental crack and spall repairs will be required along the existing outer caisson seat, requiring underwater repair methods.

Work will be performed in Portsmouth, Va., and is expected to be completed by October 2015. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $12,275,675 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with one proposal received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-13-C-7745).

A&D GC, Inc.*, Santee, Calif., is being awarded $11,398,000 for firm-fixed-price task order 0012 under a previously awarded multiple award construction contract (N62473-09-D-1658) for construction of an E-2D Aircrew Training Facility at Naval Base Ventura County. The work to be performed provides for full-design and construction of a single-story operational training facility with a high bay area for the E-2D Advanced Hawkeye aircraft. The facility will house an Operational Flight Trainer Simulator, Weapon Systems Trainer and Combat Information Center simulator. The project includes Sensitive Compartmented Information Facility debrief spaces, classrooms, auditorium, administrative spaces and required support spaces.

This project also includes pile foundation, sewer lift station, fire pump room, raised flooring system, exterior doors adequate to allow installation and maintenance of high bay trainer, secret internet protocol routing network, non-secure internet routing network, uninterrupted power supply, electronic security system and controlled access system. The task order also contains one planned modification, which if exercised would increase cumulative task order value to $12,146,275.

Work will be performed in Point Mugu, Calif., and is expected to be completed by June 2014. Fiscal 2012 military construction, Navy contract funds in the amount of $11,398,000 are 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, Southwest, San Diego, Calif., is the contracting activity.

Job Options Inc., San Diego, Calif., is being awarded a $9,997,362 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-07-D-5001) to exercise option one for custodial services at Naval Medical Center and various branch medical clinics/dental clinics in Metro San Diego. The total contract amount after exercise of this option will be $138,445,000.

Work will be performed in San Diego, Calif., and work is expected to be completed September 2014. Subject to availability of funds — Fiscal 2014 and operation and maintenance, Navy and Fiscal 2014 Defense Health Program contract funds in the amount of $9,997,362 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Diversified Service Contracting Inc.*, Dunn, N.C., is being awarded an $8,645,899 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-11-D-3020) to exercise option two for base operating support services 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 services vehicles and equipment, street sweeping, snow removal services, and pest control services.

The total contract amount after exercise of this option will be $26,161,752. Work will be performed in Patuxent River, Md., and work is expected to be completed September 2014. Subject to availability of funds: Fiscal 2014 operation and maintenance Navy and Fiscal 2014 Navy Working Capital funds in the amount of $7,993,943 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington D.C., is the contracting activity.

Kaydon Corp., Kaydon Bearings Division, Muskegon, Mich., is being awarded an $8,460,098 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the evaluation, repair/refurbishment and new manufacture of AN/SPS-49, AN/SPS-48E and MK-82 bull gears for the AN/SPS-49, AN/SPS-48E, and MK-82 air search radar systems.

Work will be performed in Muskegon, Mich., and is expected to be completed by September 2018. Fiscal 2013 operations and maintenance, Navy funding in the amount of $180,001 will be obligated at time of award. Contract funds in the amount of $180,001 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-GR42).

I.E. Pacific, Inc.*, San Diego, Calif., is being awarded $8,077,000 for firm-fixed-price task order 0039 under a previously awarded multiple award construction contract (N62473-09-D-1617) for the renovation of two Bachelor Enlisted Quarters at Naval Base Coronado. Each BEQ contains 32 units, for a total of 64 units. This project will repair all the interior spaces including apartment units, lounges, support rooms and corridors as well as the central support building. The buildings were constructed in the 1970;s and are each four stories tall. Each floor consists of eight quarters, a janitor;s closet, community lounge, a bulk storage room, a community laundry room and a gear storage room. The project will also renovate the landscape and exterior of the buildings.

Work will be performed in Coronado, Calif., and is expected to be completed by April 2015. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $8,077,000 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, Calif., is the contracting activity.

Soltek Pacific Construction Co., Inc., San Diego, Calif., is being awarded $7,894,300 firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N62473-10-D-5411) for restoration and modernization of the existing spaces of the General Surgery, Building 3, at Naval Medical Center San Diego. The task order also contains one planned modification, which if exercised would increase cumulative task order value to $7,943,550.

Work will be performed in San Diego, Calif., and is expected to be completed by October 2015. Fiscal 2013 operation and maintenance, Defense Health Program contract funds in the amount of $7,894,300 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, Calif., is the contracting activity.

BAE Systems San Diego Ship Repair, Inc., San Diego, Calif., was awarded a $7,799,275 modification to previously awarded cost-plus-award-fee contract (N00024-11-C-4408) on Sept. 26, 2013, for the USS Higgins (DDG 76) FY14 Selected Restricted Availability (SRA). This contract modification is part of the Multi-Ship Multi-Option program. A SRA 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 $10,353,692.

Work will be performed in San Diego, Calif., and is expected to be completed by April 2014. Fiscal 2013 operations and maintenance, Navy and Fiscal 2013 other procurement, Navy funds in the amount of $7,799,275 were obligated at time of award. Contract funds in the amount of $7,782,207 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

A&D GC, Inc.*, Santee, Calif., is being awarded $7,514,000 for firm-fixed-price task order 0010 under a previously awarded multiple award construction contract (N62473-09-D-1658) for construction and repair of Building 237, King Hall Auditorium, at Naval Support Activity Monterey. Work to be performed provides for necessary repair by replacement of the following systems and items: civil systems for concrete, waterproofing, and ramp access; structural systems for concrete spalling and cracking; architectural systems for roofing, drainage, fall protection, guardrail, windows, ceiling tiles, carpet, paint, and window shades; mechanical systems for ductwork, air handlers, heating, ventilation, and air conditioning (HVAC) motor control center (MCC), direct digital controls, and variable air volume system, domestic water lines, and sump pumps; electrical systems for primary and secondary wiring, electrical panels and MCC, switchgear, transformer, receptacles, conduit, lighting and controls, and outside lighting fixtures; fire protection systems for emergency lighting and signage, fire emergency door, new fire alarm system, mass notification system, and additional sprinklers, replace the aging HVAC infrastructure serving the data center in building 700 and to remove and replace economizer dampers and controls for all the air handling units in building 702.

Work will be performed in Monterey, Calif., and is expected to be completed by March 2015. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $7,514,000 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, Calif., is the contracting activity.

G-W Management, LLC*, Rockville, Md., is being awarded $7,385,000 for firm-fixed-price task order 0027 under a previously awarded multiple award construction contract (N40080-10-D-0498) for repairs to the Scott Natatorium building at the United States Naval Academy Complex. The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $8,379,000.

Work will be performed in Annapolis, Md., and is expected to be completed by May 2015. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $7,385,000 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, Washington, Public Works Department, Annapolis, Md., is the contracting activity.

Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., was awarded a not-to-exceed $7,203,307 modification to previously awarded contract (N00024-05-C-5346) on Sept 27, 2013, for production of the hardware changes to the Dual Band Radar (DBR) and Common Array Power System, required to implement the DBR power system interface modifications to CVN 78.

Work will be performed in Andover, Mass., (75 percent), and Sudbury, Mass., (25 percent) and is expected to be completed by March 2015. Fiscal 2011 shipbuilding and conversion, Navy funds in the amount of $3,601,653 were obligated at the time of the award. Contract funds will not expire at the end of this fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

R.E. Staite Engineering Inc., San Diego, Calif., is being awarded $6,863,494 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-12-D-0247) for maintenance dredging of Mole Pier and Pier 8 at Naval Base San Diego. The work to be performed provides for the design and construction for the maintenance dredging of Mole Pier and Pier 8. The project will provide maintenance dredging to areas surrounding Pier 8, in order to re-establish the minimum required harbor depths needed for access by the ships and crafts that use these facilities.

Work will be performed in San Diego, Calif., and is expected to be completed by April 2015. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $6,863,494 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

G-W Management Services, LLC*, Rockville, Md., is being awarded $6,854,000 for firm-fixed-price task order 0029 under a previously awarded multiple award construction contract (N40080-10-D-0498) for the renovation of the Security Battalion Headquarters and G-6 communications repair in building 2043 at the Marine Corps Base, Quantico.

Work will be performed in Quantico, Va., and is expected to be completed by May 2015. Fiscal 2013 operation and maintenance, Marine Corps and fiscal 2012 other procurement, Marine Corps contract funds in the amount of $6,854,000 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, Washington, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Mission Systems and Sensors, Manassas, Va., is being awarded a not to exceed $6,638,440 delivery order 1114 against previously awarded Basic Ordering Agreement contract (N00104-10-G-A109) for the repair of parts used in the AN/UYQ-70 advanced display system and the Navy’s current generation of the of Commercial-Off-The-Shelf display and processor systems for tactical and command, control, communications, computers intelligence applications for target acquisition and tracking, weapons control, theater air defense, anti-submarine warfare, battle group communication and airborne surveillance and control.

Work will be performed at 20 Lockheed Martin repair locations throughout the United States (90 percent), and Virginia Beach, Va. (10 percent). Work is expected to be completed by Oct., 2014. Fiscal 2013 Navy Working Capital funds in the amount $3,252,835, will be obligated at the time of award and will not expire before the end of the current fiscal year. The Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-10-G-A109).

AIR FORCE
Exelis Systems Inc. IS-Systems Engineering and Sustainment Integrator (SENSOR), Colorado Springs, Colo., has been awarded a $55,109,387 cost-plus-incentive-fee modification (P00447) for a cost-plus-award-fee contract (F19628-02-C-0010) SENSOR fiscal 2014 system sustainment project.

The contract includes product line management, system engineering, system repairs, acquisition, repair and qualification of spare parts; PMis, radome maintenance, supply management, plans, roadmaps & sustainability assessments, PMRs, reports, vendor maintenance agreements/software licenses, LSR brochures; requirements definition, analysis and modeling /software modeling/risk reduction; software integration lab operations/maintenance, mission assurance, configuration/data management, technical order management, proposal development, engineering studies and analysis, system performance metrics collection, and obsolescence/sustainability analysis reports.

Work will be performed at Colorado Springs, Colo., and is expected to be completed by Sept. 30, 2014. Fiscal 2013 operations and maintenance funds in the amount of $19,035,875 will be obligated at time of award. Air Force Lifecycle Management Center/HBQK, Peterson Air Force Base, Colo., is the contract activity.

General Atomics Aeronautical Systems, Inc., Poway, Calif., has been awarded a not-to-exceed $49,813,377 undefinitized contract action (DO 0112) under a previously existing cost-plus-fixed-fee contract (FA8620-10-G-3038) for France;s MQ-9 Reaper urgent request program. Work will be performed in Poway, Calif., and is expected to be completed by July 15, 2015. This award is the result of a sole-source acquisition. This contract action is 100 percent foreign military sales for France. Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio is the contracting activity.

, Sunnyvale, Calif., has been awarded a $48,600,000 contract for the flight operations support (FOS) and factories support in Fiscal 2014. Lockheed Martin will provide ongoing sustainment of Highly Elliptical Orbit (HEO) and Geosynchronous Elliptical Orbit (GEO) on-orbit assets. This sustainment is provided by the use of FOS in SBIRS Auxiliary Support Center and SBIRS Payload On-Orbit Test Sustainment. This includes ongoing sustainment of the flight software and databases, labs infrastructure, and performance trending of the payload.

Work will be performed at Sunnyvale, Calif., and is expected to be completed by Sept. 30, 2014. This award is a result of a sole-source acquisition. Fiscal 2014 funds operations and maintenance funds will be obligated when they become available. Infrared Space Systems Contracts Division, Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-95-C-0017).

Alion Science and Technology Corp., McLean, Va., has been awarded a $46,931,841 delivery order (0061) on the AMMTIAC cost-plus-fixed-fee contract (FA4600-06-D-0003) for advanced processes for emerging systems. This delivery order is the result of an award on an existing indefinite-delivery/indefinite quantity contract. The overall objective of this contract action is to advance materials and manufacturing and testing technology for next-generation components and systems for the sponsors.

The work will be performed at Burr Ridge, Ill, and is expected to be complete by Sept. 29, 2016. Fiscal 2013 Air Force operations and maintenance funds in the amount of $219,802 will be obligated at time of award. The Enterprise Sourcing /PKS, Offutt Air Force Base, Neb., is the contracting activity.

Exelis Systems Inc. IS-Systems Engineering and Sustainment Integrator (SENSOR), Colorado Springs, Colo., has been awarded a $20,688,985 cost-plus-incentive-fee modification (P00459) for a cost-plus-award-fee contract (F19628-02-C-00459) SENSOR fiscal 2013 Upgraded Solid State Module project. The contract modification is for first article delivery for the four USSM types: Array Module, Antenna Group Driver, Sidclobe Canceller/Blanker, and Subarray Group Driver. Work will be performed at Colorado Springs, Colo., and is expected to be completed by Sept. 30, 2015. Fiscal 2013 Operations and Maintenance funds in the amount of $8,534,373 will be obligated at time of award. Air Force Lifecycle Management Center/HBQK, Peterson Air Force Base, Colo., is the contract activity.

Lockheed Martin Space Systems Co., Sunnyvale, Calif. has been awarded a $16,530,842 modification (P00010) on a previously existing fixed-price-incentive-fee/cost-plus-incentive-fee contract (FA8810-13-C-0002) for a sustainment support study and system modifications for the contractor logistics support and Combined Task Force efforts. These efforts are required for continued support for operations, maintenance, and sustainment for the operational Space-Based-Infrared System ground systems assets.

Work will be performed primarily in Boulder, Colo., and at Buckley Air Force Base, Colo., and is expected to be complete by Sept. 30, 2015. Fiscal 2013 operations and maintenance funds in the amount of $16,530,842 are being obligated at time of award. Infrared Space Systems Contracts Division, Space and Missile Center, Los Angeles Air Force Base, Calif., is the contracting activity.

Alion Science and Technology Corp., McLean, Va., has been awarded a $14,952,780 delivery order (0060) on the AMMTIAC cost-plus-fixed-fee contract (FA4600-06-D-0003) for tactical airlift materials, manufacturing and testing engineering system design and development program for Army and other Department of Defense ground vehicles. This delivery order is the result of an award on an existing indefinite-delivery/indefinite quantity contract.

The overall objective of this program is to provide the technical expertise for materials, manufacturing, and testing to solve technical challenges that occur during a ground vehicle’s life cycle: initial development and on-going performance improvement. The work will be performed at Burr Ridge, Ill, and is expected to be complete by Sept. 28, 2016. Fiscal 2013 and Fiscal 2014 Army research, development, test and evaluation funds in the amount of $2,968,020 will be obligated upon availability of funds. The Enterprise Sourcing /PKS, Offutt Air Force Base, Neb., is the contracting activity.

General Atomics Aeronautical Systems, Inc., Poway, Calif., has been awarded a not-to-exceed $14,179,227 undefinitized contract action delivery order (0111) for a previously existing contract (FA8620-10-G-3038) for Italy;s Contractor Logistics Support Phase IV program. Work will be performed in Poway, Calif., and is expected to be completed by Sept. 30, 2014. This award is the result of a sole-source acquisition. This requirement is 100 percent foreign military sales for the government of Italy. Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio is the contracting activity.

CAE USA, Inc., Training Services, Tampa, Fla., has been awarded a $13,269,057 modification (P00041) on previously existing contract (FA8223-10-C-0013) for support of the KC-135 Aircrew Training Systems Boom Operator Weapon System Trainer (BOWST), operations and maintenance and operational flight trainer along with BOWST database maintenance. Work will be performed at Altus Air Force Base (AFB), Okla., McConnell AFB, Kan.; Fairchild AFB, Wash.; Scott AFB, Ill.; MacDill AFB, Fla.; March Air Reserve Base (ARB), Calif.; Seymour-Johnson AFB, N.C.; and Grissom ARB, Ind., and is expected to be completed by Sept. 30, 2020. Fiscal 2014 funds operations and maintenance funds will be obligated when they become available. Air Force Life Cycle Management Center, Wright-Patterson AFB Ohio, is the contracting activity.

L-3 Communications Vertex Aerospace LLC, Madison Miss., has been awarded an $11,094,779 modification (P00043) to exercise option four of the existing contract (FA3002-10-C-0001) for helicopter maintenance. Work will be performed at Kirtland Air Force Base (AFB), N.M., and is expected to be completed by Sept. 30, 2014. Fiscal 2014 operations and maintenance funds will be obligated when they become available. The Air Force Nuclear Weapons Center, Directorate of Contracting, Specialized Branch, Kirtland AFB, N.M., is the contracting activity.

Exelis Systems Inc. IS-Systems Engineering and Sustainment Integrator (SENSOR), Colorado Springs, Colo., has been awarded a $9,984,977 cost-plus-incentive-fee modification (P00464) for a cost-plus-award-fee contract (F19628-02-C-0010) SENSOR fiscal 2013 GEODSS Hardware Version Release project. The contract modification is for first article delivery for the fiscal 2013 GEODSS hardware version release that will correct, fix, or modify current capabilities, but it will also maintain the current capability of GEODSS to perform all of its current mission functions after implementation of the capabilities.

Work will be performed at Colorado Springs, Colo., and is expected to be completed by Sept. 29, 2015. Fiscal 2013 operations and maintenance funds in the amount of $9,984,978 will be obligated at time of
award. Air Force Lifecycle Management Center/HBQK, Peterson Air Force Base, Colo., is the contract activity.

Faith Enterprises Inc., Colorado Springs, Colo., has been awarded a $9,958,370 firm-fixed-price contract for repair of Cadet Gym Phase 6. Contractor must renovate and update the Cadet Gym to include numerous building renovations in response to current Air Force physical education requirements and personal fitness training programs. Old racquetball and squash courts will be renovated, and structural floors added, to provide spaces for the Triathlon Club, weightlifting support space, Cross fit training space, and a television studio. The weightlifting space will be renovated and updated for current program requirements. Existing gym space will be renovated to accommodate gymnastics and support spaces, including retractable seating and space for various gymnastics equipment for competitions.

Also included in these renovations are men’s and women’s restrooms, lockers, and showers for the gymnastics programs. An elevated platform will be added for gymnastics that includes an in-ground trampoline with several recessed foam pits to accommodate gymnastics competitions. Existing offices will be renovated and reconfigured to provide additional office space, conference rooms, and support spaces for coaching staff requirements. Work will be performed at the U.S. Air Force Academy, Colo., and is expected to be complete by Sept. 30, 2014. This award is the result of a competitive acquisition and solicited electronically via FedBizOpps, and three offers were received. Fiscal 2013 operations and maintenance funds in the amount of $9,958,370 are being obligated at time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colo., is the contracting activity (FA7000-13-C-0036).

URS Federal Support Services Inc., Germantown, Md., Colo., has been awarded a $9,527,000 modification (P00204) on a previously existing firm-fixed-price contract (FA8106-07-C-0004) to exercise option year seven for contract logistics support for the RC-26B aircraft used by the Air National Guard. Work will be performed at Germantown, Md., and is expected to be complete by Sept. 30, 2014. Fiscal 2014 operations and maintenance funds will be obligated when they become available. Air Force Life Cycle Management Center/WLKLC, Tinker Air Force Base, Okla., is the contracting activity.

Schafer Corp., Chelmsford, Mass., has been awarded an $8,449,974 modification (P00022) on a previously existing contract (FA7022-11-C-0009) for particle analysis services. The contract modification provides for the exercise of the third contract option period subject to the availability of funds for the purpose of nuclear test ban treaty verification for the Air Force Technical Applications Center. Work will be performed at Sunol, Calif., and is expected to be completed by Sept. 30, 2014. Fiscal 2014 Operations and Maintenance funds will be obligated when they become available. Air Force Intelligence Surveillance Reconnaissance Agency/ A7KR, Patrick Air Force Base, Fla., is the contracting activity.

McCrone Associates Inc., Westmont, Ill., has been awarded an $8,000,000 modification (P000014) for a previously existing contract (FA7022-12-C-0006) for non-personal services to process and analyze particle samples for the purpose of nuclear test ban treaty verification for the Air Force Technical Applications Center Nuclear directorate. The contract modification provides for the exercise of the second contract option period subject to the availability of funds. Work will be performed at Westmont, Ill., and is expected to be completed by Sept. 30, 2014. Air Force Intelligence Surveillance Reconnaissance Agency/A7KR, Patrick Air Force Base, Fla., is the contracting activity.

The Boeing Co., St. Louis, Mo., has been awarded an estimated $7,200,000 modification (P00006) for two years of the basic period of performance on an existing firm-fixed-price contract (FA8119-12-D-0013) for KC-135 fan ducts. Work will be performed at San Antonio, Texas, and work is expected to be completed by August 2017. This is a sole-source acquisition. No money is being obligated at time of award; a delivery order will be issued immediately after award and will obligate $4,900,000. Air Force Sustainment Center/PZABC, Tinker Air Force Base, Okla., is the contracting activity.

Johns Hopkins University Applied Physics Laboratory, Laurel, Md., has been awarded a $6,765,425 cost-plus-fixed-fee contract for developmental software. The purpose of this acquisition is to design, develop, test and demonstrate advanced net-centric, multi-INT exploitation and fusion capabilities that are capable of exploiting real-time operational signals intelligence and imagery intelligence to improve situational awareness and enable event recognition. Work will be performed at Laurel, Md., and is expected to be complete by March 30, 2015. This award is the result of a competitive acquisition via an open Broad Agency Announcement BAA-RIK-12-04; offers were solicited electronically and multiple offers were received. Fiscal 2012 research and development funds in the amount of $2,200,000 are being obligated at time of award. The Air Force Research Laboratory/RIKF, Rome N.Y., is the contracting activity (FA8750-13-C-0220).

ARMY
AMEC Environment & Infrastructure, Inc., Plymouth Meeting, Pa. (W912DY-13-D-0070); AMERESCO, Inc., Framingham, Mass. (W912DY-13-D-0071); BALFOUR BEATTY ENERGY SOLUTIONS, Fairfax, Va. (W912DY-13-D-0072); CH2M HILL CONSTRUCTORS, INC., Englewood, Colo. (W912DY-13-D-0073); EATON CORPORATION, Raleigh, N.C. (W912DY-13-D-0074); ECC Energy Conservation, LLC (ECC-EC), Burlingame, Calif. (W912DY-13-D-0075); PERINI MANAGEMENT SERVICES INC., Framingham, Mass. (W912DY-13-D-0076); SAIC, McLean, Va. (W912DY-13-D-0077); SHAW ENVIRONMENTAL & INFRASTRUCTURE, INC., Knoxville, Tenn. (W912DY-13-D-0078); URS GROUP, INC., Washington, D.C. (W912DY-13-D-0079); WESTON SOLUTIONS, INC., West Chester, Pa. (W912DY-13-D-0080) were awarded a $600,000,000 non-multi-year, no option, firm-fixed price contract. The primary purpose of this contract is to assist the Department of Defense in support of energy conservation and development of alternative energy projects. Funding and performance locations will be determined with each order. The contract was solicited via the Web with 46 bids received. The U.S. Army Corps of Engineers – Engineer Support Center, Huntsville, Ala., is the contracting activity.

Federal Prisons Industries, Washington, D.C., was awarded a $246,699,217 non-multi-year, no option, firm-fixed-price contract. This five-year requirements contract is to procure Interceptor Body Armor Outer Tactical Vests for various foreign military sales customers to be awarded on individual delivery orders. Funding and performance location will be determined with each order. The contract had one bid solicited and one bid received. The U.S. Army Contracting Command – Aberdeen Division, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-D-0028).

The Boeing Company, Mesa, Ariz., was awarded a $64,784,278 firm-fixed-price, option-eligible, non-multi-year contract for material and labor for various systems and components for the Apache-D helicopter. Performance location will be Mesa, Ariz., with funding from fiscal 2013 other authority funds. This is a non-competitive acquisition with one bid received. The U.S. Army Contracting Command — Redstone Arsenal, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0025).

River City Construction, LLC, East Peoria, Ill., was awarded a $56,098,000 non-multi-year, firm-fixed-price contract with options. The contract is for construction of a new Defense Information Systems Agency facility. Funding is from fiscal year 2013 military construction appropriation. The performance location is Scott Air Force Base, Ill. The contract was solicited via the Web with six bids received. The U.S. Army Corps of Engineers — Louisville District, Louisville, Ky., is the contracting activity (W912QR-13-C-0032).

Altus Architectural Studios, Inc.*, Omaha, Neb., (W912DY-13-D-0118); Global Engineering Solutions, Inc.*, Rockville, Md., (W912DY-13-D-0119); NIKA Technologies, Inc.*, Rockville, Md., (W912DY-13-D-0120); Leo A Daly Company, Atlanta, Ga., (W912DY-13-D-0121); NBBJ + SSOE LLC, Seattle, Wash., (W912DY-13-D-0122); Rogers, Lovelock & Fritz, Inc., Orlando, Fla., (W912DY-13-D-0123); RTKL/SSR, Dallas, Texas, (W912DY-13-D-0124); Sherlock, Smith & Adams/Page Southerland Page Joint Venture, Montgomery, Ala., (9W912DY-13-D-0125); ZGF/AEI/KPFF Joint Venture, Portland, Ore., (W912DY-13-D-0126) were awarded a $49,800,000 non-multi-year, firm-fixed-price contract with options. The objective of this contract is to provide highly specialized services required for continued design services in support of the Medical Facilities Architect-Engineer Services to the U.S. Army Corps of Engineers. Funding and performance location will be determined with each order. The contract was solicited via the Web with 59 bids received. The U.S. Army Corps of Engineers — Engineer Support Center, Huntsville, Ala., the contracting activity.

Applied Research Associates, Albuquerque, N.M., (W91ZLK-13-D-0033); Survice Engineering*, Belcamp, Md., (W91ZLK-13-D-0034); Mantech International Corporation, Herndon, Va., (W91ZLK-13-D-0035); Filius Corporation*, Centreville, Va., (W91ZLK-13-D-0036) were awarded a $48,000,000 non-multi-year, no option, cost-plus-fixed-fee contract for analytical services associated with target descriptions, vulnerability, survivability, weapons effectiveness studies and support to current operations.

Performance locations and funding will be determined with each order. This was a competitive acquisition via the web with four bids received. The U.S. Army Contracting Command – Installation Contracting, Aberdeen Proving Ground, Md., is the contracting activity.

Purcell Construction Corp., Watertown, N.Y., was awarded a $46,650,000 firm-fixed-price, non-option-eligible, non-multi-year contract for constru