Quantcast
Channel: Virginia Beach – beenetworknews
Viewing all 53 articles
Browse latest View live

Business and Career Opportunities

$
0
0

DOD Awarded Contracts

DEFENSE LOGISTICS AGENCY

W.S Darley & Co., Itasca, Ill.,* was issued a modification exercising the third option year on contract SPM8EG-08-D-0003.  The award is a fixed price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the Southeast Region of the United States. The maximum dollar value of $636,913,368 is the aggregate total for all 15 contracts in this program. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There were 13 responses to the FedBizOpps solicitation. Type of appropriation is FY12 Defense Capital Revolving Fund. The date of performance completion is December 27, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Atlantic Diving Supply, Inc., Virginia Beach, Va.,* was issued a modification exercising the third option year on contract SPM8EG-08-D-0002.The award is a fixed price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the Southeast Region of the United States. The maximum dollar value of $636,913,368 is the aggregate total for all 15 contracts in this program. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There were 13 responses to the FedBizOpps solicitation. Type of appropriation is FY12 Defense Capital Revolving Fund. The date of performance completion is December 27, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Safeware, Inc., Landover, Md.,* was issued a modification exercising the third option year on contract SPM8EG-08-D-0004.The award is a fixed price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the Southeast Region of the United States. The maximum dollar value of $636,913,368 is the aggregate total for all 15 contracts in this program. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There were 13 responses to the FedBizOpps solicitation. Type of appropriation is FY12 Defense Capital Revolving Fund. The date of performance completion is December 27, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Atlantic Diving Supply, Inc., Virginia Beach, Va.,* was issued a modification exercising the third option year on contract SPM8EG-08-D-0005.The award is a fixed price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the Northeast Region of the United States. The maximum dollar value of $636,913,368 is the aggregate total for all 15 contracts in this program. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There were 13 responses to the FedBizOpps solicitation. Type of appropriation is FY12 Defense Capital Revolving Fund. The date of performance completion is December 27, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

L.N. Curtis & Sons, Oakland, Calif.,* was issued a modification exercising the third option year on contract SPM8EG-08-D-0009.The award is a fixed price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the Capital/Great Lakes Region of the United States. The maximum dollar value of $636,913,368 is the aggregate total for all 15 contracts in this program. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There were 13 responses to the FedBizOpps solicitation. Type of appropriation is FY12 Defense Capital Revolving Fund. The date of performance completion is December 27, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

The Mallory Co., Longview, Wash.,* was issued a modification exercising the third option year on contract SPM8EG-08-D-0018.The award is a fixed price with economic price adjustment contract for a tailored logistics support program for fire and emergency services for military installations located in the West Region of the United States. The maximum dollar value of $636,913,368 is the aggregate total for all 15 contracts in this program. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There were 13 responses to the FedBizOpps solicitation. Type of appropriation is FY12 Defense Capital Revolving Fund. The date of performance completion is December 27, 2012. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

U.S. TRANSPORTATION COMMAND

AAR Airlift Group, Inc., is being awarded a $61,058,537 option year modification for rotary wing aircraft, personnel, equipment, tools, material, maintenance, and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan; the option started Nov. 1, to be completed by Oct. 31, 2012. This contract was a competitive acquisition. U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-10-D-R026 T.O. 0002).

NAVY

Huntington Ingalls, Inc., Pascagoula, Miss., is being awarded a $51,342,168 modification to previously awarded contract (N00024-10-C-2203) for life cycle engineering and support services for Landing Platform Dock 17 class integrated shipboard electronic systems. Work will be performed in Pascagoula, Miss., and is expected to be completed by December 2012. Contract funds in the amount of $104,981 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $39,950,333 modification to previously awarded contract (N00024-10-C-2205) to exercise options for life cycle engineering and support services for Landing Platform Dock 17 class integrated shipboard electronic systems. Work will be performed in San Diego, Calif. (98 percent), and Norfolk, Va. (2 percent), and is expected to be completed by December 2012. Contract funds in the amount of $719,252 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

CACI, Inc., Federal, Chantilly, Va., is being awarded a $37,598,725 modification to previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract (N00189-10-D-Z006) to exercise option year two for logistics and training support in automated supply management to designated Navy and Marine Corps activities. Work will be performed in Norfolk, Va. (47 percent); San Diego, Calif. (34 percent); Cherry Point, N.C. (8 percent); and various other worldwide locations (11 percent). Work is expected to be completed Dec. 31, 2012. Contract funds will not expire before the end of the current fiscal year. The NAVSUP Fleet Logistics Center, Norfolk, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

BAE Systems Land & Armaments, Ground Systems Division, York, Pa., is being awarded a $12,208,068 modification to delivery order #0015 under previously awarded indefinite-delivery/indefinite-quantity delivery contract (M67854-07-D-5025) for the Mine Resistant Ambush Protection (MRAP) maintenance support. Work will be performed in Bagram, Afghanistan, and is expected to be completed by December 2012. Contract funds in the amount of $12,208,068 will expire at the end of the current fiscal year.The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

SeeByte, Ltd., Edinburgh, Scotland, is being awarded a $9,115,526 modification to previously awarded contract (N00174-09-D-0001) to exercise option three for the Common Operator Interface for Navy (COIN) Explosive Ordnance Disposal (EOD). The application development effort involving command and control software is used for mission planning, equipment data transfer, mission execution tracking, post mission analysis, and data reporting. COIN EOD is being operated at various Navy activities by Naval EOD mobile units, mobile diving and salvage units, and research and development activities. Work will be performed in Edinburgh, Scotland, and is expected to be completed by December 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Foster-Caviness Co., Inc.*, Colfax, N.C., was issued a modification exercising the third option year on contract SPM300-08-D-P002/P00015. The award is a fixed-price with economic price adjustment contract with a maximum $14,100,000 for full line fresh fruit and vegetable support. There are no other locations of performance. Using services are Army, Air Force, Marine Corps, and U.S. Department of Agriculture school lunch participants in the state of North Carolina. There were two responses to the Web solicitations. Type of appropriation is fiscal 2012/2013  Defense Working Capital Funds. The date of performance completion is May 31, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Southeastern Kentucky, Corbin, Ky., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $12,438,000 for first aid kits. Other location of performance is Williamsburg, Ky. Using service is Defense Logistics Agency Troop Support. This is a sole-source contract to an ability one mandatory source. Type of appropriation is fiscal 2012 Defense Working Capital funds. The date of performance completion is Nov. 22, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2DS-12-D-N004).

Southeastern Kentucky, Corbin, Ky., was awarded a firm-fixed-price, indefinite delivery and indefinite quantity contract with a maximum $12,344,000 for first aid kits. Other location of performance is Williamsburg, Ky. Using service is Defense Logistics Agency Troop Support. This is a sole-source contract to an ability one mandatory source. Type of appropriation is fiscal 2012 Defense Working Capital funds. The date of performance completion is Nov. 22, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2DS-12-D-N001).

*Small business

General Dynamics Advanced Information Systems, Inc., Pittsfield, Mass., is being awarded a $95,956,445 cost-plus-incentive-fee, cost-plus-fixed-fee, fixed-price incentive contract to provide fiscal 2012 and fiscal 2013 United States and United Kingdom Trident II Strategic Weapons Systems SSBN Fire Control Subsystem, SSGN Attack Weapons Control Subsystem, and United States SSBN replacement and United Kingdom SSBN successor common missile compartment engineering support. This contract contains options, which, if exercised, will bring the contract value to $$225,038,227. The work will be performed in Pittsfield, Mass., and is expected to be completed Sept. 30, 2012. With options exercised, the work will continue through April 14, 2016. Contract funds in the amount of $35,101,410 will expire at the end of the current fiscal year. This contract was not competitively procured. Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-12-C-0006).

  Canadian Commercial Corp., General Dynamics Land Systems – Canada, Ontario, Canada, is being awarded a $25,114,404 firm-fixed-priced modification under previously awarded contract (M67854-07-D-5028) for the procurement of 71 field service representatives in support of the Mine Resistant Ambush Protected Vehicle Program. Work will be performed in Afghanistan, and is expected to be completed Dec. 31, 2012. Fiscal 2011 Other Procurement Appropriation funds will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity.

  New Breed, Inc., High Point, N.C., was awarded on Nov. 8, 2011, a $12,308,694 firm-fixed priced, time-and-material General Services Administration Federal Supply Schedule task order for logistics services in support of the Marine Corps Unit Issue Facility Network. This contract will serve as a bridge contract to New Breed, while the government conducts a new competitive source selection and successful transition to a single contractor for the Consolidated Storage Program. In order to maintain continuity of support during this interim period, the government intends to award a contract to New Breed to manage chemical, biological, radiological, and nuclear defense equipment, special training allowance pool, field protective mask maintenance/sanitization, and contractor-owned asset visibility. Work will be performed in Barstow, Calif. (41 percent); Camp Lejuene, N.C. (20 percent); Camp Pendleton, Calif. (16 percent); Okinawa, Japan (14 percent); Kaneohe Bay, Hawaii (3 percent); Twentynine Palms, Calif. (2 percent); Yuma, Ariz. (2 percent); and Beaufort, S.C. (2 percent), and is expected to be completed Aug. 31, 2012. Fiscal 2012 Overseas Contingency Operations funds will be used initially to incrementally fund this contract. This was a sole-source solicitation and, therefore, was not competitively procured. The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-12-F-2000).

 Lockheed Martin Corp., Baltimore, Md., is being awarded an $11,683,081 modification to previously awarded contract (N00024-11-C-5302) for MK 41 Vertical Launching System (VLS) ordnance alteration kits, production support material, interim support parts, and equipment in support of DDG 51 class new construction, Aegis modernization programs, and Aegis ashore programs. The MK 41 VLS provides a missile launching system for CG 47 and DDG 51 class surface combatants of the Navy, surface combatants of allied navies, and Aegis ashore requirements for Missile Defense Agency’s Ground Ballistic Missile Defense Program. The MK 41 VLS is the primary missile launching system aboard Navy combatants used to store, safe, inventory and launch missiles of various types. Work will be performed in Baltimore, Md. (41.1 percent); Lewisburg, Tenn. (19.1 percent); Ft Walton Beach, Fla. (18.8 percent); Johnstown, Pa. (9.2 percent); Simpsonville, S.C. (5.5 percent); Clearwater, Fla. (3.2 percent); and Sterling Heights, Mich. (3.1 percent), and is expected to be completed by September 2014. Contract funds will not expire at the end of the current fiscal year.The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

CORRECTION: Contract awarded Nov. 14, 2011, to Lockheed Martin Gyrocam Systems, L.L.C., Sarasota, Fla., and FLIR Systems, Inc., North Billerica, Mass., should have stated the combined contract value as $755,597,528. Lockheed Martin Gyrocam Systems is being awarded delivery order 0001 at $2,251,500; FLIR Systems is being awarded delivery order 0001 at $2,985,226. Work will be performed in Sarasota, Fla.; North Billerica, Mass.; Aberdeen, Md.; and Afghanistan. The expected completion date is November 2016.

DEFENSE LOGISTICS AGENCY

Y. Hata & Co., Ltd.*, Honolulu, Hawaii, was awarded a fixed-price with economic price adjustment, indefinite-quantity, prime vendor contract with a maximum $87,900,000 for full line food distribution. There are no other locations of performance. Using services are Army, Navy, Air Force, and Marine Corps. There were two responses to the Defense Logistics Agency Internet Bid Board System solicitations. Type of appropriation is fiscal 2012/2013 Defense Working Capital Funds. The date of performance completion is Dec. 14, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3519).

Y. Hata & Co., Ltd.*, Honolulu, Hawaii, was awarded a fixed-price with economic price adjustment, indefinite-quantity, prime vendor contract with a maximum $87,500,000 for full line food distribution. There are no other locations of performance. Using service is Navy. There were two responses to the Defense Logistics Agency Internet Bid Board System solicitations. Type of appropriation is fiscal 2012/2013 Defense Working Capital Funds. The date of performance completion is Dec. 14, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3521).

 Exxon Mobil Fuels Marketing Co., Fairfax, Va., was awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $32,300,562 for aviation turbine fuel. Other location of performance is Louisiana. Using service is Foreign Military Sales, Israel. There were four solicitations with one response. Type of appropriation is fiscal 2012 funds. The date of performance completion is Dec. 30, 2011, with a 30-day carryover. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-12-D-0533).

Bethel Industries, Inc.*, Jersey City, N.J., was issued a modification exercising the fourth option year on contract SPM1C1-08-D-1028/P00034. The award is a firm-fixed-price, indefinite-quantity contract with a maximum $14,509,728 for Navy task force working/utility uniforms, and Army combat uniforms. Other locations of performance are North Bergen, N.J., and Mississippi. Using services are Army and Navy. There were 15 responses to the Web solicitations. Type of appropriation is fiscal 2012/2013 Defense Working Capital Funds. The date of performance completion is Nov. 29, 2012. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Produce Source Partners*, Ashland, Va., was issued a modification exercising the third option year on contract SPM300-08-D-P001/P00011. The award is a fixed-price with economic price adjustment, total set aside contract with a maximum $13,800,000 for full line fresh fruit and vegetables support. There are no other locations of performance. Using services are Army, Navy, and Marine Corps. There were three responses to the Web solicitations. Type of appropriation is fiscal 2010/2012 Defense Working Capital Funds. The date of performance completion is May 29, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

AIR FORCE

  Intelligent Software Solutions, Inc., Colorado Springs, Colo. (FA8750-09-D-0022 P00013), is being awarded an $85,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract modification. This action is for software development and system support for the Web-Enabled Temporal Analysis System toolkit (WebTAS TK). The WebTAS TK Program is a General Defense Intelligence Program effort that provides a tool kit of capabilities for the Air Force, Department of Defense, intelligence community, other federal agencies, and coalition partners to find, fix, track and target the enemy.The toolkit provides a general data visualization and analysis infrastructure for the analysis of temporal, spatial, entity, and association information, report generation, data dissemination, workflow, and query/search. This action is a contract modification to increase the maximum ordering amount of the contract from $498,000,000 to $583,000,000. The location of performance is Intelligent Software Solutions, Colorado Springs, Colo . The Air Force Research Laboratory/RIKF, Rome, N.Y., is the contracting activity (FA8750-09-D-0022 P00013).

United Technologies Corp., doing business as Pratt & Whitney Military Aftermarket Services, Inc., San Antonio, Texas (FA8121-10-D-0006), is being awarded a $25,890,769 firm-fixed-price, four-year contract. This contract provides for the remanufacture of 6,601 F100-PW-100/220/220E engine 6th-13th stage stators and 4th-5th shrouds for F-15 and F-16 aircraft. The location of the performance is United Technologies, doing business as Pratt & Whitney Military Aftermarket Services, San Antonio, Texas. The 848th Supply Chain Management Group/PKAA, Tinker Air Force Base, Okla., is the contracting activity (FA8121-10-D-0006).

 InDyne, Inc., Reston, Va. (F04684-03-C-0050), is being awarded a $15,594,033 cost-plus-incentive-fee/award-fee contract modification. This contract provides a single contractor for range operations, communications, and information services required to support the 30th Space Wing mission. This contract provides for the Western Range operations and maintenance; support services; training; command; control; communications; information and computer system services; testing, modifying and installing communications, electronic and security systems at launch facilities, launch control centers and test facilities. This action is a four-month interim extension for Dec. 1, 2011, to Mar. 31, 2012, to be followed by further extension(s) for 18 months, for a total of a 24-month extension. The locations of performance are InDyne; Vandenberg Air Force Base, Calif.; and California coastal sites, including Pillar Point, Anderson Peak, and Santa Barbara. The 30th Contracting Squadron, Vandenberg Air Force Base, Calif., is the contracting activity (F04684-03-C-0050).

FEDBIZ OPPS

Department of the Army, Army Contracting Command, ACC-RSA – (Missile), ACC-RSA – (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280

R–US Army AMCOM Information Management W31P4Q-11-R-0190 122611 FRED H. ROBINSON, 256-842-5307 ACC-RSA – (Missile) This Pre-Solicitation Notice is issued by the US Army Contracting Command-Redstone. Solicitation W31P4Q-11-R-0190 is for Information Management (IM) Support for the US Army Aviation and Missile Command (AMCOM). IM support services include advanced business processes and state-of the art IM support services that will continue to expand due to new missions, IT enterprise initiatives, Base Realignment and Closure (BRAC) rulings, and changing customer requirements. A full range of IM support services will be delivered, which include: Information Technology (IT) Strategic and Capital Planning; Business Process Management and Re-engineering; Business Analysis; Data Analysis, Integrity and Review; Engineering Data Acceptance; Technical Data Package (TDP) Operation; Development of Service Level Agreements; Technical Writing/Editing; IT Property Management; IM Project/Planning; Office Automation, Presentation/Exhibit Development, and Content Management Support; and scanning support. Furthermore, these integrated services require expertise in a wide range of disciplines including IT strategy and planning, business processes analysis and management, system analysis, information and data analysis and management, presentation/exhibit development, configuration management, IM operations and communications. The goal is to provide the customer base with efficient and effective IM&T support services that will result in the cost effective management of IT services, data and information services, and continuous business process improvement, which support the customers’ missions. These services will be acquired via a best value competitive total small business set aside. The NAICS associated with this effort is 541519 and the small business size standard is $25M. A Special Notice will be issued releasing a Draft Request for Proposals. Any information related to the draft RFP will be available only via the Federal Business Opportunities website. Any comments or questions associated with this announcement shall be provided to Mr. Chad E. Kuipers, Contracting Officer at chad.kuipers@us.army.mil or Mr. Fred H. Robinson at fred.h.robinson@us.army.mil. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Set-Aside: Total Small Business Place of Performance: ACC-RSA – (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL 35898-5280 US URL: https://www.fbo.gov/notices/8b0cf74f66396e527fbfd30a153740fc
OutreachSystems Article Number: 111123/PROCURE/0103
Matching Key Words: writ*; technical; standard; 


National Aeronautics and Space Administration, NASA Shared Services Center, Procurement Division, NASA Shared Services Center Procurement Division Building 1111 Stennis Space Center, MS 39529-6000

U–INTERNET PROTOCOL VERSION 6 TRAINING NNX12TA16P 120511 Eli Ouder, Contracting Officer, Phone 228-813-6168, Fax 228-813-6315, Email eli.c.ouder@nasa.gov Eli Ouder ****PLEASE SEND ALL QUESTIONS AND QUOTES TO AMANDA MCINNIS ONLY. CONTACTINFORMATION IS WITHIN THE BODY OF THIS SOLICITATION*******This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Statement of Work The Office of the Chief Information Officer (OCIO) at NASA Langley Research Center is seeking services from a company that can provide basic Internet Protocol version 6 (IPv6) training for about 14 non-supervisors. 1. Background NASA Langley Research Centers Office of the Chief Information Officer (OCIO) provides extensive Information Technology (IT) services to a highly skilled and dedicated workforce of around 3800 employees. It is imperative to the operation of the Center and the missions of the Agency that the IT is delivered and provided in a means that enables these activities. The OCIO operates an 8,000+ node network currently operating in an IPv4 networking architecture. The environment is made of systems running multiple operating systems over a network infrastructure that consists mostly of Cisco network devices. As a Federal entity, the Center is required to transition from IPv4 to IPv6 over the next few years. The Center has obtained its IPv6 address allocations and is in the process of designing and planning its IPv4 to IPv6 transition. 2. Objective(s)To provide a foundational and hands-on education on IPv6 covering the following areas.IPv6 Introduction Features and benefits of IPv6 Advanced capabilities of IPv6, beyond what IPv4 offers Why IPv6 provides enhanced IPSec and more reliable QoS Deployment strategies to consider when migrating to IPv6 How to ensure a smooth transition from IPv4 and coexistence with IPv4 networks How IPv6 provides enhanced support for mobile IP and mobile computing devicesIPv6 Addressing IPv6 Addressing IPv6 Address Notation Address Representation IPv6 Address Prefix Subnetting Node Address Types Unicast Addresses Site-Local Addresses and Their Deprecation Unique Local Address Link-Local Address Global Unicast Address Auto-Configured Address States Any cast Addresses Multicast Addresses IPv6 and MAC addresses IPv6 Ping Command Loop back and Unspecified AddressesIPv6 Header Information IPv4 Protocol Stack IPv6 Protocol Stack IPv6 Dual Stack IPv6 Header Format IPv6 Extension Headers IPv6 Network Operations Neighbor Solicitation Neighbor Advertisement Router Solicitation Router Advertisement Configuring and Checking IPv6 on a Windows 7 workstation Configuring and Checking IPv6 on a UNIX workstation Configuring and Checking IPv6 on a MAC Workstation DHCPv6 ICMPv6 DNS Mobile IP Routing Services and Protocols Routing Protocols Supported by IPv6 Enabling IPv6 and Dual Stacks on Cisco Devices RIPng Protocol on Cisco Devices OSPFv3 Protocol on Cisco Devices BGP Protocol on Cisco DevicesIPv6 Access Lists on Cisco Devices Packet Filtering IPv6 Standard Access List IPv6 Extended Access List Reflexive Access ListIPv6 Deployment Strategies Overview Operating Systems Supporting IPv6 DNS infrastructure Dual Stack Implementation IPv6 Tunneling IPv6 Translation IP Sec Security IP Sec Tunneling IPv6 IP Sec Overview IP Sec Framework IPv6 IP Sec in a Windows Environment 3. Scope The training must be 4 days in length and scheduled during mid to late January 2012. Anon-Center training location will be provided. Therefore, the instructor must be a U.S. citizen. Students will bring their laptops and will have access to the Internet via the Centers wireless network. This course will provide both lecture and hands-on labs on the topics outlined above. 4. Deliverables Design, develop and deliver instructional/experiential training throughout a 4day course for members of the OCIO at NASA LaRC. Provide instructional materials, which will include participant materials and could also include viewgraphs, videotapes, materials and supplies. Prepare and print participant materials for the agreed upon number of students per session. Participant materials will provide reinforcement of points covered in the various segments of the course and will serve as a reference on covered topics for participants to use upon return to their work sites. Provide a hands-on lab environment which may be consist of devices local, remote, or a combination of local and remote Provide a resume of the instructor(s) clearly identifying relevant experience. If more than one instructor will be conducting the training, indicate which instructors would cover which portions of the course.5. Government Furnished Equipment/Materials Provide a standard course evaluation to be used for course evaluation. 6. Evaluation Factors The following factors will be used to evaluate the proposals submitted by vendors, with the Government making a best value award decision: Relevant Past performance Cost, to include instructor, materials, travel, per diem, and any other relevant costs Teaching approach Offers will be evaluated and award made pursuant to FAR 13.106. The offer or shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DC-09.Offers for the items(s) described above are due by December 5, 2011 by 3:00 p.m. CST to Amanda McInnis, Amanda.T.McInnis@nasa.gov, or faxed to 228-813-6891 and must include, solicitation number, discount/payment terms, identification of any special commercial terms, and be signed by an authorized company representative. FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (APR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-6,52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-3, 52.225-13,52.232-33, 52.252-1,52.252-2The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to AmandaMcInnis, Amanda.T.McInnis@nasa.gov, or faxed to 228-813-6891 no later than November 29,2011. Telephone questions will not be accepted. An ombudsman has been appointed — See NASA Specific Note “B”. It is the offeror’s responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/nais/index.cgi.Potential offerors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/NASA/NSSC/NSSC1/NNX12TA16P/listing.html
OutreachSystems Article Number: 111123/PROCURE/0143
Matching Key Words: writ*; copy; technical; standard; operating; 


Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-46 HQ – FAA Headquarters (Washington, DC)

99–Market Survey – Space Based ADS-B Surveillance 11300 120211 Steve Manley, 202-385-8676 steve.manley@faa.gov The purpose of this market survey is to identify vendors who have the ability to provide a Space-Based Automatic Dependent Surveillance - Broadcast (ADS-B) surveillance capability in Oceanic and Remote Mountainous Airspace as well as other designated Airspace as required. The results of this survey will be used to develop an appropriate acquisition strategy. As part of FAA’s ADS-B NextGen program, the Surveillance and Broadcast Services Office is considering enhancing ADS-B service to include surveillance in oceanic and remote mountainous airspace and other airspace as required currently outside the detection limits of land-based surveillance equipment (nonradar airspace), thereby increasing safety and efficiency and reducing separation minima. Each vendor is responsible for any export compliance duties associated with their submission or proposed approach, pursuant with the International Trafficking in Arms Regulations (ITAR), 22 C.F.R. Parts 120 – 130, and the Export Administration Regulations (EAR), 15 C.F.R. Parts 730 – 786, as appropriate. Attachment 1 to this announcement provides a description of the current surveillance capability and the proposed Space-Based architecture, including core technical requirements. This capability would initially be implemented in the 2018 timeframe in all of the nonradar oceanic and U.S. domestic mountainous regions airspace. It is requested that vendors who have this ability respond to this announcement with the following information: 1. Description of the high level architecture the vendor would propose to satisfy this requirement including use of any existing commercial or Government infrastructure. 2. A milestone chart of key events to meet implementation in the 2018 timeframe to include contract award. 3. Relevant experience/capability related to the proposed solution. This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) or REQUEST FOR PROPOSAL (RFP). It is requested that vendor responses be submitted to Stephen B. Manley at Steve.Manley@faa.gov.by December 5, 2011. If hand or express mail delivery is chosen, the address is: Federal Aviation Administration ATTN: Steve Manley FOB 10B Room 3W21FN600 Independence Avenue S.W. Washington D.C. 20591Delivery through the U.S. Mail System is discouraged. All communications and questions shall be directed to Stephen B. Manley by E-mail at:Steve.Manley@FAA.gov URL: https://www.fbo.gov/spg/DOT/FAA/HQ/11300/listing.html
OutreachSystems Article Number: 111123/PROCURE/0608
Matching Key Words: broadcast*; event?; program?; 


Department of the Interior, National Park Service, NPS – All Offices, NER – NPNH MABO – National Parks of New York Harbor MABO 210 New York Avenue Staten Island NY 10305

99 — SAGA Saint-Gaudens National Historic Site139 Saint-Gaudens Road Cornish, NH 03745Requirement: Documentary Film Project P12PS22092 120211 Lori A. Achkar Contract Specialist 7183544715 Lori_Achkar@nps.gov; Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54. (iii) This solicitation is a total small business set-aside NAICS 512191, Teleproduction and Other Post Production Services, with a small business size standard of $29.5 Million. The National Park Service encourages the participation of small, disadvantaged, and women-ownedbusinesses. (iv) The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and technical factors considered. SAGA Saint Gaudents National Historical Site, 139 Saint-Gaudents Road, Cornish, NH 03745 has a requirement/need to produce a 15 minute high definition film, in 16×9 aspect ratio, to be shown to visitors at Sait-Gaudents National Historic Site. The film will serve as a concise biographical orientation to the life and artwork of Augustus Saint-Gaudents (1848-1907). The park has the rights to all existing high definition footage, including outtakes utilized in the production of the 2007 documentary ”Augustus Saint-Gaudents: Master of American Sculpture” from which this 15 minute film will be cut. Also included in the requirement is optional work, for the production of additional film footage to supplement existing footage, if the existing footage is deemed unusable. Please refer to the attached Contract Bid Schedule and Statement of Work for deliverables and detailed specifications. (v) LOCATION: SAGA Saint Gaudents National Historical Site, 139 Saint-Gaudents Road, Cornish, NH 03745. (vi) SCHEDULE of SUBMISSIONS: Three (3) invoices may be submitted, after successful milestone completion (see Statement of Work for milestones). (vii) SCHEDULE: The period of performance will be January 2, 2012 – May 7, 2012. (viii) DOCUMENTS TO BE INCLUDED IN QUOTE: Offerors must include all items (and sub-items) listed below in their quotation package. Failure to do so may render the bid non-responsive.1. Qualifications and experience of bidder and/or each individual contributor, to include: a. Written descriptions revealing at least three to five, full years of professional experience producing or editing high quality films, at least 10 minutes in length, and of a similar nature to a historical documentary for public viewing. Limit 3 pages. b. Resumes of individual contributors showing demonstrable experience developing scripts, storyboards, and directing a musical sound tract on a film. 2. A minimum of 2 sample films, in DVD High Definition format, including written descriptions of the content of the films. One sample needs to be of a historical genre.3. Contact information for 3 references, where the bidder hasedited and produced narration films. Contact information shall include business name, physical address, mailing address, and contact person for the client, including phone number, email address, type and time frame of service. These contacts must be clients for whom the bidder has provided similar services. The clients must be satisfied with the services and products provided by the bidder in order to be considered.4. Written proposal that demonstrates a clear, comprehensive understanding of the proposed project’s purpose, and addresses all items in the scope of work. This proposal must be at least 2 pages and include a written description of the bidder’s general approach or method for completing this project. 5. Price proposal, using the attached Contract Bid Schedule. 6. Proposed schedule: the schedule must describe tasks and duration, and provide a realistic representation of the project requirements and time for review.7. Proof of CCR registration.8. Name, phone number, and address of your point of contact. (ix) The Government contemplates the award of a single purchase order on a “Best Value” basis. A technically acceptable business will meet or exceed the following criteria:1. The offeror shall demonstrate at least three (3) to five (5) years of successfully completing films at least 10 minutes in length, of a documentary nature for public viewing.2. The offeror shall have successfully completed at least one edited film reflecting a historical genre, accompanied by narration and music.3. The offeror shall demonstrate a comprehensive understanding of the proposed project’s purpose.4. The offeror shall provide a detailed schedule that meets the May 7, 2012 deadline. (xii) Relative Importance of Evaluation Factors:1. Technical factors are listed in descending order of importance. 2. All evaluation factors, other than cost or price, when combined, are approximately equal to price. (xiii) Written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xiv) FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far: FAR 52.227-17, Rights in Data – Special Works; FAR 52.246-20, Warranty of Services; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 11, 22, 25, 26, 27, 28, 30, 31, 37, 41, 46, and paragraph (c) clauses indicated by number 1, 2. (xv) The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov. Be prepared with your company’s DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The Government reserves the right to cancel this solicitation. (xvi) Offers must be submitted via email to NPNHContracting_BidProposal@nps.gov, to the attention of Lori Achkar, with a courtesy copy sent to lori_achkar@nps.gov. The due date and time is 1:00pm ET on Friday, December 2, 2011. (xvii) Applicable Wage Determination: WD 05-2339 (Rev.-13) CONTRACT BID SCHEDULEREQUEST FOR QUOTEProduction of a 15 minute, High Definition Film, in 16×9 aspect ratioSAGA Saint Gaudents National Historical Site Submit bid for all items: Failure to do so may render the bid non-responsive. Refer to definition of bid items for the bid item descriptions. In addition to submission of prices for the below bid items, vendors must submit all additional documents required, included within paragraph viii of the solicitation.——————————————————————————————————————————-BASE BID ITEM NO 1: Produce a 15 minute, High Definition film, in 16×9 aspect ratio, to be shown to visitors at Sait-Gaudents National Historic Site. Production must be completed in accordance with the attached Statement of Work. BASE BID ITEM NO 1: UNIT SUM $ __________________________________/Lump Sum——————————————————————————————————————————-OPTIONAL WORK BID ITEM NO 2: Production of additional filmfootage to supplement existing footage, if the existing footage is deemed unusable. Production of additional film footage must be completed in accordance with the attached Statement of Work. OPTIONAL WORK BID ITEM NO 2: UNIT SUM $ ________________________/Lump Sum——————————————————————————————————————————- TOTAL FIRM FIXED PRICE $________________________________/Lump Sum Scope of WorkSaint-Gaudens National Historic Site139 Saint-Gaudens RoadCornish, NH 03745 SCOPE: In accordance with the terms and conditions of the contract, contractor shall perform the work as described herein. All services performed under this contract shall be performed in accordance with applicable codes and accepted industry standards. PERFORMANCE PERIOD: The work of this contract shall be completed by May 7, 2012.Contractual:Contracting Officer (CO): Will be identified in the awarded contract.Technical: Project Supervisor: Gregory C. Schwarz Chief of Interpretation (603) 675-2175 x107, (603) 675-2701 Gregory_C_Schwarz@nps.gov REQUIREMENTS: Produce a 15 minute high definition film, in 16 x 9 aspect ratio, to be shown to visitors at Saint-Gaudens National Historic Site. The film will serve as a concise biographical orientation to the life and artwork of Augustus Saint-Gaudens (1848-1907). The film‘s purpose is to provide visitors with a basic understanding about who Saint-Gaudens was, how he worked, some of famous artwork, and his significance to American art and culture. The film will flow smoothly, and logically, and include relevant information about his personal life and family, his major artworks, and a concise explanation about the sculpting process.The park has rights to all existing high definition footage, including outtakes, utilized in the production of the documentary ”Augustus Saint-Gaudens: Master of American Sculpture” from which this 15 minute film will be cut. All of the tapes are stored at Saint-Gaudens National Historic Site and are available for applicants to review prior to submitting a bid. o Prepare a script and storyboard for the 15 minute orientation film in consultation with park staffo Edit existing film footage to make up all, or most, of the orientation film.o Hire and direct a narrator for the film.The narrator should have demonstrated experience in narration of films, especially documentaro Acquire and direct a high quality musical soundtrack to the film to supplement the narration and film footage. Rights to the music for this film will include free and clear use for this film, including broadcasts on television, on websites, and in DVD formats, without any additional fees.o The music should be a selection of appropriate classical and popular period music of the 19th century, and of a generally light and upbeat nature.o The film will be closed captionedo The film will have audio descriptions for the visually impaired. o The National Park Service will have final editorial rights to the film, including thescript, film footage, narration, and music. Copyrights to the final product and to all components of the final product, both used in the film or produced as a part of this contract, but not used in the film, shall be owned by the National Park Service.OPTIONALWORK:o Additional film footage, if necessary, may be needed to supplement existing footage if existing footage is unusable. Any new filming must be done in high definition and wide screen format (16×9 aspect ratio), to match existing film. The contractor must consult with the National Park Service if additional footage is required. The National Park Service will make the final determination about any additional filming. QUALITY CONTROL: The contractor is responsible for Quality Control, which includes ensuring accuracy, completeness, and correctness of the work to be performed. The contractor shall consult with the National Park Service during the process to obtain comments and approval of:The storyboard and script;” The selection of a professional narrator with demonstrated experience in documentary type films viewed by the public.” The development, or selection of musical soundtrack elements based on the 19th century period. The National Park Service shall have three opportunities to review, comment and direct further development on the film product while under development (one at the 75% development stage, one at the 90% development stage and one at the 100% development stage). A definitive schedule and content criteria for each stage will be negotiated after contract award. Set-Aside: Total Small Business Place of Performance: SAGA Saint-Gaudens National Historic Site139 Saint-Gaudens RoadCornish, NH 03745 03745 USA URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22092/listing.html
OutreachSystems Article Number: 111123/PROCURE/0618
Matching Key Words: film?; edit*; produc*; website; site?; page?; business*; produce?; production?; instruct*; commercial?; documentar*; filming; 


Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-46 HQ – FAA Headquarters (Washington, DC)

99–Market Survey – Space Based ADS-B Surveillance 11300 120211 Steve Manley, 202-385-8676 steve.manley@faa.gov The portion of the Space Based ADS-B Technical Requirements attachment that reads “TSO-X166b compliant” is changed to read “TSO-C166b compliant”. The purpose of this market survey is to identify vendors who have the ability to provide a Space-Based Automatic Dependent Surveillance - Broadcast(ADS-B) surveillance capability in Oceanic and Remote Mountainous Airspace as well as other designated Airspace as required. The results of this survey will be used to develop an appropriate acquisition strategy. As part of FAA’s ADS-B NextGen program, the Surveillance and Broadcast Services Office is considering enhancing ADS-B service to include surveillance in oceanic and remote mountainous airspace and other airspace as required currently outside the detection limits of land-based surveillance equipment (nonradar airspace), thereby increasing safety and efficiency and reducing separation minima. Each vendor is responsible for any export compliance duties associated with their submission or proposed approach, pursuant with the International Trafficking in Arms Regulations (ITAR), 22 C.F.R. Parts 120 – 130, and the Export Administration Regulations (EAR), 15 C.F.R. Parts 730 – 786, as appropriate. Attachment 1 to this announcement provides a description of the current surveillance capability and the proposed Space-Based architecture, including core technical requirements. This capability would initially be implemented in the 2018 timeframe in all of the nonradar oceanic and U.S. domestic mountainous regions airspace. It is requested that vendors who have this ability respond to this announcement with the following information: 1. Description of the high level architecture the vendor would propose to satisfy this requirement including use of any existing commercial or Government infrastructure. 2. A milestone chart of key events to meet implementation in the 2018 timeframe to include contract award. 3. Relevant experience/capability related to the proposed solution. This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) or REQUEST FOR PROPOSAL (RFP). It is requested that vendor responses be submitted to Stephen B. Manley at Steve.Manley@faa.gov.by December 5, 2011. If hand or express mail delivery is chosen, the address is: Federal Aviation Administration ATTN: Steve Manley FOB 10B Room 3W21FN600 Independence Avenue S.W. Washington D.C. 20591Delivery through the U.S. Mail System is discouraged. All communications and questions shall be directed to Stephen B. Manley by E-mail at:Steve.Manley@FAA.gov URL:https://www.fbo.gov/spg/DOT/FAA/HQ/11300/listing.html
OutreachSystems Article Number: 111123/PROCURE/0945
Matching Key Words: broadcast*; event?; program?; 

USABIDS

Kentucky Department of Education, Financial Mgt., 500 Mero Street, Frankfort, KY 40601
U – SUMMER MIGRANT EDUCATION PROGRAM. RFP-540-1200000138-1 DUE 06-DEC-2011 Thomas Stratton, Phone: (502) 564-2351; Website: https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 111123/BID/0061
Matching Key Words: age:state!ky; state!ky; 

Kentucky State Procurement

Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601

R — TEMPORARY CONTRACT LABOR – ADDENDUM. RFB-758-1200000358-4 DUE 01-DEC-2011 Richard Mize, Phone: (502) 564-6521; Website: https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 111123/KY/1198
Matching Key Words: age:state!ky; state!ky; 


Finance and Administration Cabinet, Office of Procurement Services, 702 Capitol Avenue, Room 096, Frankfort, KY 40601

R — CSC LIABILITY INSURANCE – ADDENDUM. RFB-758-1200000308-3 DUE 28-NOV-2011 Richard Mize, Phone: (502) 564-6521; Website: https://emars.ky.gov/online/vss/Advantage This information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 111123/KY/1207
Matching Key Words: age:state!ky; state!ky; 


Eastern Kentucky University, Division of Purchases, Jones Building, Room 119, Richmond, KY 40475

R — LEGAL SERVICES – PATENT MATTERS. RFP 19-12 DUE 16-DEC-2011 Phone: (859) 622-2246; Fax: (859) 622-2047; Website: http://www.purchasing.eku.edu/bids_quotes.php An optional pre-proposal conference will be held December 09, 2011. The meeting will begin promptly at 2:00 P.M. in 213 Jones Building at Eastern Kentucky University. The purpose of this conference is to fully acquaint potential Offerors with all proposal conditions. During this conference questions concerning the RFP will be answered. Attendance at the pre-proposal conference is a prerequisite requirement to be qualified to submit a proposal. Proposals will be accepted only from Offerors who are represented at the pre-proposal conference, as evidenced by an Offeror’s representative signature on an appropriate attendance roster. Any Offeror failing to attend this meeting will be disqualified from submitting a proposal to the University. Attendance at the conference will be limited to five (5) employees per Offeror. Attendees should bring a copy of this solicitation to the conference. Any changes resulting from this conference or subsequent written questions will be issued in an Addendum. Any information obtained from discussions or informal correspondence with University administrators or staff does not supersede the requirements of this RFP. Changes or clarifications to requirements shall be issued by Addenda. Note: Temporary parking permits are available thru EKU Parking and Transportation, Mattox Hall, Ste. A, 521 Lancaster Avenue, Richmond, KY 40475, 859-622-1063. Please request parking permits at least 72 hours prior to campus visits. This notice is provided by the Kentucky Procurement Assistance Program. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 111123/KY/1225
Matching Key Words: age:state!ky; state!ky; 



Business and Career Opportunities (DOD Awarded Contracts)

$
0
0

DOD Awarded Contracts

AIR FORCE

ManTech SRS, Technologies, Inc., Arlington, Va., is being awarded a $15,329,241 cost-plus-fixed-fee contract to provide systems engineering, product assurance, program safety, systems security, risk management, and launch integration management.  This effort supports the Launch and Range Systems Directorates.  The location of the performance is El Segundo, Calif.  Work is to be completed by March 23, 2013.  SMC/LRK, El Segundo, Calif., is the contracting activity (FA 8811-20-C-0002, P00011).

The Systems and Technology Research, L.L.C., Winchester, Maine, is being awarded a $9,590,459 cost-plus-fixed-fee contract to create an analyst tool to extract relevant information from unstructured imagery that contains little or no metadata by integrating existing computer vision and pattern matching algorithms.  The location of the performance is Winchester, Maine.  Work is to be completed by Feb. 3, 2016.  AFRL/RIKF, Rome, N.Y., is the contracting activity (FA 8750-12-C-0102).

NAVY

The Boeing Co., St Louis, Mo., is being awarded a $7,189,237 firm-fixed-price delivery order against a previously issued basic ordering agreement (N68335-10-G-0012) for the production of operational test program sets in support of the F/A-18E/F aircraft and support equipment spares for the Royal Australian Air Force under the Foreign Military Sales Program.  Work will be performed in St. Louis, Mo., and is expected to be completed in November 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

ACG Systems, Inc.*, Annapolis, Md. (N65236-12-D-4122); Atlantic Diving Supply, Inc.*, Virginia Beach, Va. (N65236-12-D-4123); Blue Tech, Inc.*, San Diego, Calif. (N65236-12-D-4124); CDW Government, L.L.C., Vernon Hills, Ill. (N65236-12-D-4125); Global Technology Resources, Inc.*, Denver, Colo. (N65236-12-D-4126); Iron Bow Technologies, L.L.C.*, Chantilly, Va. (N65236-12-D-4127); Marshall Communications Corp.*, Ashburn, Va. (N65236-12-D-4128); Mercom, Inc.*, Pawleys Island, S.C. (N65236-12-D-4129); Mutual Telecom Services, Inc., Needham, Mass. (N65236-12-D-4130); Science Applications International Corp., McLean, Va. (N65236-12-D-4131); Scientific Research Corp., Atlanta, Ga. (N65236-12-D-4132); Strategic Communications, L.L.C.*, Louisville, Ky. (N65236-12-D-4133); Tribalco, L.L.C.*, Bethesda, Md. (N65236-12-D-4134); and World Wide Technology, Inc., St. Louis, Mo. (N65236-12-D-4135), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple award supply contract for the procurement of commercial-off-the-shelf, network and communications equipment, and related incidental support services.   Each contractor will be awarded $7,140 at the time of award.  These contracts include options, which, if exercised, would bring the cumulative value of these contracts to an estimated $500,000,000.  Work will be performed in Annapolis, Md.; Virginia Beach, Va.; San Diego, Calif.; Vernon Hills, Ill.; Denver, Colo.; Chantilly, Va.; Ashburn, Va.; Pawleys Island, S.C.; Needham, Mass.; McLean, Va.; Atlanta, Ga.; Louisville, Ky.; Bethesda, Md.; and St. Louis, Mo.  Work is expected to be completed by March 2013.  If all options are exercised, work could continue until March 2017.  Contract funds will not expire at the end of the current fiscal year.  The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 18 offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C. is the contracting activity.

Burns & McDonnell Engineering Co., Inc., Chesapeake, Va., is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for complete architect and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  The work to be performed provides for preparation of design/build request for proposals and other design services.  Task order 0001 is being awarded at $1,685,404 for the Broad Area Maritime Surveillance Mission Control Complex at Naval Air Station Jacksonville, Jacksonville, Fla.  Work for this task order is expected to be completed by January 2013.  All work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southeast AOR including, but not limited to, Florida (70 percent); Georgia (15 percent); Guantanamo Bay, Cuba (10 percent); and Andros Island, the Bahamas (5 percent).  The term of the contract is not to exceed 36 months with an expected completion date of March 2015.  Contract funds in the amount of $1,685,404 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 23 proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-12-D-0037).

RFD Beaufort, Inc., Sharon City, Ohio, is being awarded a not-to-exceed $27,430,200 indefinite-delivery/indefinite-quantity contract to manufacture 6,000 submarine escape immersion equipment MK 11 suits.  Work will be performed in Sharon City, Ohio, and is expected to be completed by March 2014.  The applicable Navy Working Capital Funds will not expire by the end of the current fiscal year.  One company was solicited for this noncompetitive requirement and two offers were received in response to this solicitation.  The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-12-D-F001).

Barco, Inc., Duluth, Ga., is being awarded an $8,585,560 firm-fixed-price contract for the procurement of commercial items in support of the AN/TPX-42A(V) Shipboard Air Traffic Control System.  Items to be procured include flat panel displays with mounting hardware; interface boards with digital video interface (DVI); flat panel displays with DVI; back light assembly with cathode fluorescent; and mini display port keyboard with maintenance keyboard.  Work will be performed in Duluth, Ga., and is expected to be completed in March 2017.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-D-0111).

DEFENSE LOGISTICS AGENCY

Lockheed Martin Services, Inc., Cherry Hill, N.J., was awarded a firm-fixed-price, cost-reimbursement contract with a maximum $420,000,000 for operations, sustainment, maintenance, hosting, development, and transition phase out services in support of the Defense Civilian Personnel Data System.  Other locations of performance are Colorado and Texas.  Using services are Army, Navy, Air Force, Department of Defense and federal civilian agencies.  There were 16 proposals with one response.  Type of appropriation is fiscal 2012 Defense Civilian Personnel Advisory Service Funds.  The date of performance completion is March 29, 2020.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SP4701-12-D-0006).

Government Scientific Source*, Reston, Va., was issued a modification exercising the third option year on contract SPM2DE-09-D-7339/P00004.  The award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $335,441,122 for medical laboratory supplies and equipment.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were eight responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is March 26, 2013.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Timken Aerospace Transmissions, Manchester, Conn., was awarded a firm-fixed-price contract with a maximum $26,551,135 for angle drive units.  There are no other locations of performance.  Using service is Army.  There were three proposals with two responses.  Type of appropriation is fiscal 12 Army Working Capital Funds.  The date of performance completion is March 2017.  The Defense Logistics Agency Aviation-Huntsville, Redstone Arsenal, Ala., is the contracting activity (SPRRA1-12-C-0028).

Athena GTX*, Des Moines, Iowa, was awarded a fixed-price with economic price adjustment contract with a maximum $7,500,000 for wireless vital signs monitoring systems, accessories, and consumables.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  There were 70 responses to the Web solicitation.  Type of appropriation is fiscal 2012/2013 Defense Working Capital Funds.  Date of performance completion is March 21, 2017.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2D1-12-D-8304).

AIR FORCE

General Atomics Aeronautical Systems, Inc., Poway, Calif., is being awarded a $9,596,730 cost-plus-incentive-fee contract for counter improvised explosive device capability.  The location of the performance is Poway, Calif.  Work is expected to be completed Dec. 1, 2013.  ASC/WIIK, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038-0070).


Business and Career Opportunities DOD Awarded Contracts

$
0
0

Department of Defense

DOD Awarded Contracts

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Alamo City Constructors, San Antonio, Texas, (FA3089-13-D-0002) and JSR Inc., Schertz, Texas, (FA3089-13-D-0003), are being awarded a $75,000,000 multiple award construction contract for general construction category to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving and earthwork.  The location of the performance is Randolph Air Force Base, Texas.  Work is expected to be completed by January 2018.  The contracting activity is 902 CONS/LGCA, Randolph Air Force Base, Texas.

ARMY

United Support Solutions Inc., Cedar Grove, N.J., was awarded a $37,414,366 firm-fixed-price contract.  The award will provide for the procurement of components for the recapitalization of the Mobile Kitchen Tactical.  Work will be performed in Cedar Grove, with an estimated completion date of March 15, 2017.  The bidDepartment of the Army was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Chambersburg, Pa., is the contracting activity (W911N2-13-D-0004).

Gideon Services Inc., Huntsville, Ala., was awarded a $20,892,720 firm-fixed-price contract.  The award will provide for the procurement of sets of commercial parts for the Mine Resistant Ambush Protected Capability Set 13 program.  Work location will be determined with each order, with an estimated completion date of Jan. 3, 2014.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0044).

Knox County Association for Retarded Citizens, Vincennes, Ind., was awarded a $15,033,700 firm-fixed-price contract.  The award will provide for the procurement of 155mm wood pallets for the M795.  Work will be performed in Vincennes, with an estimated completion date of Dec. 21, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-F-0005).

PAC COMM Inc., Miami, Fla., was awarded a $9,742,387 firm-fixed-price contract.  The award will provide for the construction of a retaining wall in support of flood control services.  Work will be performed in Manatee County, Fla., with an estimated completion date of March 29, 2014.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-13-C-0009).

Savantage Financial Services Inc., Rockville, Md., was awarded a $9,500,000 time-and-material contract.  The award will provide for the modification of an existing contract to extend support services to Program Manager for Installation Information Infrastructure Modernization Program for an additional six months.  Work will be performed in Fort Belvoir, Va., and Korea, with an estimated completion date of July 29, 2013.  Five bids were solicited, with five bids received.  The U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W91QUZ-08-D-0006).

Turner Strategic Technologies, Virginia Beach, Va., was awarded an $8,195,202 firm-fixed-price contract.  The award will provide for the construction of an Operations Training Complex, Dining Facility at Fort Hood, Texas.  Work will be performed in Fort Hood, with an estimated completion date of Oct. 15, 2014.  The bid was solicited through the Internet, with 10 bids received.  The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-13-C-0017).

600px-US-DeptOfNavy-Seal.svgNAVY

Northrop Grumman Space and Mission Systems, Network Communication Systems, San Diego, Calif., is being awarded a $14,098,840 modification to exercise an option under previously awarded firm-fixed-price contract (N00024-09-C-6317), for all material and services to support system development and demonstration phase through preliminary design review for the Joint Counter Radio-Controlled Improvised Explosive Device (RCIED) Electronic Warfare (JCREW) 3.3 System of Systems.  Funds in the amount of $14,098,840 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  Work will be performed in San Diego, Calif., (95 percent) and Sierra Vista, Ariz., (5 percent), and is expected to be completed by January 2014.  Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Management and Engineering Technologies International, Inc.*, El Paso, Texas, is being awarded a $13,922,490 modification to a previously awarded cost-plus-fixed-fee contract (N68936-09-C-0137), to exercise an option for test and evaluation, and maintenance and operations services, in support of the Naval Air Warfare Center Weapons Division (NAWCWD), Weapons Survivability Laboratory.  Contract funds in the amount of $4,984,521 are being obligated on this award and will not expire at the end of the current fiscal year.  Work will be performed at NAWCWD in China Lake, Calif., and is expected to be completed in January 2015.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

DEFENSE LOGISTICS AGENCY

GE Aviation, Vandalia, Ohio, was awarded contract SPM4A1-09-G-0003 THE2.  The award is a firm-fixed-price, sole-source contract with a maximum $12,450,000Defense_Logistics_Agency for generator control units.  Location of performance is in Ohio, with a Feb. 28, 2016 performance completion date.  Using military service is Navy.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Navy Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.

356px-Seal_of_the_US_Air_Force.svg

AIR FORCE

Team National Maintenance Inc., Anchorage, Alaska, (FA8052-13-D-0001); Makro Services Inc., Gaithersburg, Md., (FA8052-13-D-002); Titan Facility Services L.L.C., Gilbert, Ariz., (FA8052-13-D-0004); Integrity Management Inc., Nipomo, Calif., (FA8052-13-D-0005); Main Building Maintenance Inc., San Antonio, Texas, (FA8052-13-D-0006); Zero Waste Solutions, Newark, Calif., (FA8052-13-D-0007); Kentucky Building Maintenance, Batavia, Ohio, (FA8052-13-D-0008), and Hughes Group doing business as Dia-mo Clean, Tacoma, Wash., (FA8052-13-D-0009), are each being awarded a modification to raise the contract ceiling to $250,000,000 for a firm-fixed-price, multiple award, indefinite-delivery, indefinite-quantity contract for Hospital Aseptic Management Services.  The locations of the performance is Altus Air Force Base (AFB), Okla.; Joint Base Andrews, Md.; Barksdale AFB, La.; Beale AFB, Calif.; Cannon AFB, N.M.; Charleston AFB, S.C.; Davis Monthan AFB, Ariz.; Dover AFB, Del.; Dyess AFB, Texas; Edwards AFB, Calif.; Eglin AFB, Fla.; Ellsworth AFB, S.D.; Joint Base Elmendorf-Richardson, Alaska.; Fairchild AFB, Wash.; F.E. Warren AFB, Wyo.; Goodfellow AFB, Texas; Grand Forks AFB, N.D.; Hill AFB, Utah; Holloman AFB, N.M.; Hurlburt Field, Fla.; Keesler AFB, Miss.; Kirtland AFB, N.M.; Joint Base Langley-Eustis, Va.; Little Rock AFB, Ark.; Los Angeles AFB, Calif.; Luke AFB, Ariz.; MacDill AFB, Fla.; Malmstrom AFB, Mont.; McConnell AFB, Kan.; Minot AFB, N.D.; Moody AFB, Ga.; Mountain Home AFB, Idaho; Nellis AFB, Nev.; Offutt AFB, Neb.; Patrick AFB, Fla.; San Antonio, Texas; Scott AFB, Ill.; Seymour Johnson AFB, N.C.; Shaw AFB, S.C.; Sheppard AFB, Texas; Tinker AFB, Okla.; Robins AFB, Ga.; Vance AFB, Okla.; Vandenberg AFB, Calif.; Whiteman AFB, Mo.; Wright-Patterson AFB, Ohio; Tyndall AFB, Fla. and Peterson AFB, Colo.  Work is expected to be completed by March 30, 2019.  The contracting activity is 773 Enterprise Sourcing Group, San Antonio, Texas.

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded an $80,647,084 undefinitized contract modification to a previously awarded cost-plus-incentive-fee contract (N00024-11-C-4407) for the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities for the USS Iwo Jima (LHD 7) fiscal 2013.  Contract funds in the amount of $60,000,000 will be obligated at time of award and will600px-US-DeptOfNavy-Seal.svg expire at the end of the current fiscal year.  Work will be performed in Norfolk, Va., and is expected to be completed by October 2013.  Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

CACI Technologies Inc., Chantilly, Va., is being awarded a $20,624,004 cost-plus-fixed-fee contract for professional support services in support of Program Executive Office Littoral Combat Ships.  Funds in the amount of $20,624,004 will be obligated at time of contract award.  Contract funds in the amount of $4,381,318 will expire at the end of the current fiscal year.  Work will be performed in Washington D.C., (89.9 percent); Norfolk, Va., (4.2 percent); San Diego, Calif., (2.2 percent); Panama City, Fla., (1.8 percent); Newport, R.I., (1.3 percent); and Monterey, Calif., (0.6 percent), and is expected to be complete by April 2013.  This contract was not competitively procured source in accordance with 10 U.S.C. 2304(c)(1), as implemented in FAR 6.302-1.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-6322).

General Dynamics Advanced Information Systems, Minneapolis, Minn., is being awarded a $19,189,504 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0014), to exercise an option for 76 forward fit Type 3 advanced mission computers for the F/A-18E/F and E/A-18G aircraft.  Contract funds in the amount of $19,189,504 are being obligated at the time of award and will not expire at the end of the current fiscal year.  Work will be performed in Bloomington, Minn. (80 percent) and Albuquerque, N.M. (20 percent), and is expected to be completed in December 2014.  Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Marvin Engineering Co., Inglewood, Calif., is being awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the BRU-14 ejector rack assembly and engineering services.  Funds in the amount of $3,643,351 will be obligated at time of contract award.  Contract funds in the amount of $66,911 will expire at the end of the current fiscal year.  Work will be performed in Inglewood, Calif., and is expected to be completed by January 2018.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1), as implemented in FAR 6.302-1. Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-13-D-JN27).

Lockheed Martin Corp., Mission Systems and Sensors, Manassas, Va., is being awarded a $13,278,778 modification to existing cost-plus-incentive-fee contract (N00024-11-C-6294) for fiscal 2012 Acoustic Rapid Commercial-Off-The-Shelf Insertion (A-RCI) TI-12 system upgrades.  The contract provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 12 (TI-12) through Technology Insertion 14 (TI-14) for the U.S. submarine fleet.  Funds in the amount of $13,278,778 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  Work will be performed in Manassas, Va. (60 percent), and Clearwater, Fla. (40 percent), and is expected to be completed by January 2014.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

160px-Special_Operations_Specops_Army.svgUNITED STATES SPECIAL OPERATIONS COMMAND’S

En Pointe Gov Inc., Gardena, Calif., is being awarded a $66,010,907 firm-fixed-price delivery order to procure commercial Microsoft software licenses and software assurance in support of U.S. Special Operations Command.  The place of performance is Gardena, Calif., and is expected to be completed by Dec 31, 2015.  The U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity (H92222-13-F-0035).

DEFENSE LOGISTIC AGENCY

R.D. Buie Enterprises Inc., Boerne, Texas*, was issued a modification exercising the second option year on (SPM8E6-10-D-0003/P00007).  The modification is a firm-fixed-price contract with a maximum $57,281,344 for tailored logistics support to provide items under the general category ofDefense_Logistics_Agency wood products for the East Region.  Location of performance is in Texas with a Feb. 4, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were sixteen responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Middle Atlantic Wholesale Lumber Inc., Baltimore, Md.*, was issued a modification exercising the second option year on (SPM8E6-10-D-0004/P00005).  The modification is a firm-fixed-price contract with a maximum $57,281,344 for tailored logistics support to provide items under the general category of wood products for the East Region.  Location of performance is in Maryland, with a Feb. 4, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were sixteen responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Sylvan Forest Products Inc., Portland, Ore.*, was issued a modification exercising the second option year on (SPM8E6-10-D-0005/P00005).  The modification is a firm-fixed-price contract with a maximum $57,281,344 for tailored logistics support to provide items under the general category of wood products for the East Region.  Location of performance is in Oregon with a Feb. 4, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were sixteen responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

S & S Forest Products L.L.C., Boerne, Texas*, was issued a modification exercising the second option year on (SPM8E6-10-D-0006/P00005).  The modification is a firm-fixed-price contract with a maximum $57,281,344 for tailored logistics support to provide items under the general category of wood products for the East Region.  Location of performance is in Texas with a Feb. 4, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were sixteen responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

GE Aviation, Lynn, Mass., was awarded contract (SPRTA1-12-G-0006 Z61Q).  The award is a fixed-price with economic-price-adjustment, sole-source contract with a maximum $7,615,342 for turbine engine rotor blades.  Location of performance is in Mass., with a Feb. 28, 2015 performance completion date.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2015 Defense Working Capital funds.  The Defense Logistics Agency Aviation, Richmond, Va., is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Lockheed Martin Space Systems Co.,Sunnyvale, Calif., (F04701-95-C-0017) is being awarded a $12,972,373 contract modification for Space Based Infrared System high component.  The location of the performance is Sunnyvale, Calif.  Work is expected to be completed by March 2013.  The Air Force Space and Missile Center, Los Angeles Air Force Base, Calif., is the contracting activity.

CENTECH Group, Falls Church, Va., (FA8771-04-D-0002-S4CI) is being awarded a $11,274,760 firm-fixed-price indefinite-delivery/indefinite-quanity contract for operaion and maintenance services of base telecommunications systems.  The location of the performance is Nellis Air Force Base and Creech Air Force Base, Nev.  Work is expected to be completed by Dec. 31, 2013.  The 99th Contracting Squadron, Nellis Air Force Base, Nev., is the contracting activity.

NAVY

CSC Applied Technologies L.L.C., Lexington Park, Md., is being awarded a $60,036,297 cost-plus-fixed-fee level of effort contract for range engineering and operations and maintenance services in support of the Naval Air Warfare Center Aircraft Divisions’ Atlantic Test Range and Atlantic Targets and Marine Operations Division.600px-US-DeptOfNavy-Seal.svg  The estimated level of effort is 707,955 man-hours.  Work will be performed in Patuxent River, Md., and is expected to be completed in January 2014.  Contract funds in the amount of $1,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-13-C-0007).

Booze Allen Hamilton Inc., McLean, Va. (N00189-13-D-Z004); Science Applications International Corp., McLean, Va. (N00189-13-D-Z005); URS Group Inc., Washington, D.C. (N00189-13-D-Z006), and Whitney, Bradley, and Brown Inc., Reston, Va. (N00189-13-D-Z007), are each being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple award contract to provide program management, technical environmental compliance, information technology programming and governance, financial and policy analysis, public outreach, and administrative services in support of The Office of the Chief of Naval Operations (OPNAV), Energy and Environmental Readiness Division (N45).  These contracts include a base period and one option period.  For Booze Allen Hamilton Inc., the base amount is $13,993,386 and the estimated amount if the option is exercised will be $28,695,179.  For Science Applications International Corp., the base amount is $14,810,221 and the estimated amount if the option is exercised will be $30,540,941.  For URS Group Inc., the base amount is $15,566,983 and the estimated amount if the option is exercised will be $32,230,553.  For Whitney, Bradley, and Brown Inc., the base amount is $14,909,914 and the estimated amount if the option is exercised will be $30,110,943.  These four contractors will compete for task orders under the terms and conditions of the awarded contract.  Work will be performed at the contractor facilities competing for each task order either in McLean, Va., Washington, D.C., Reston, Va. (63 percent) and Arlington, Va. (37 percent), and work is expected to be completed Feb. 14, 2016.  If all options are exercised, work will continue through Feb. 14, 2019.  The applicable fiscal 2013 Operations and Maintenance, Navy funds in the amount of $150,000 will be obligated at the time of award and will be equally divided between the contractors and serves as the minimum guarantee.  These funds will not expire before the end of the current fiscal year.  These contracts are awarded through full and open competition, with five offers received in response to this solicitation.  The Naval Supply Systems Command Fleet Logistics Center, Norfolk, Va., contracting department, Philadelphia Office, is the contracting activity.

Department of the ArmyARMY

Cajun Constructors Inc., Baton Rouge, La., was awarded a $46,181,916 firm-fixed-price contract.  The award will provide for the construction of a concrete covered canal.  Work will be performed in New Orleans, La., with an estimated completion date of Jan. 6, 2017.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0009).

 Promotion Plus Inc., North Royalton, Ohio, was awarded a firm-fixed-price contact with a maximum value of $42,000,000.  The award will provide for the procurement of Army combat gloves.  Work location will be determined with each order, with an estimated completion date of Jan. 2, 2018.  The bid was solicited through the Internet, with eight bids received.  The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-13-D-0078).

General Dynamics Ordnance Systems, Repentigny, Canada, was awarded a $16,000,000 firm-fixed-price contract.  The award will provide for the procurement of M1037 5.56mm short range training ammunition.  Work location will be determined with each order, with an estimated completion date of Dec. 11, 2017.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-D-0021).

Thales Raytheon Systems, Fullerton, Calif., was awarded a $14,102,920 firm-fixed-price contract.  The award will provide for the contractor support services for the Sentinel radar.  Work will be performed in Fullerton, with an estimated completion date of Dec. 31, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0091).

Colt Defense L.L.C., West Hartford, Conn., was awarded a $13,981,350 firm-fixed-price contract.  The award will provide for the procurement of the M4 Product Improvement Program replacement barrel and front sight assembly.  Work location will be determined with each order, with an estimated completion date of Dec. 30, 2016.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0040).

DRS C3 and Aviation Co., Gaithersburg, Md., was awarded a $13,794,226 firm-fixed-price contract.  The award will provide for the infrastructure upgrade and equipment supply services in support of Foreign Military Sales.  Work will be performed in Gaithersburg and Jordan, with an estimated completion date of Oct. 18, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-C-D500).

Turner Construction Co., New York, N.Y., was awarded a $13,640,000 firm-fixed-price contract.  The award will provide for the construction of a Border Patrol Station in Detroit, Mich.  Work will be performed in Detroit, with an estimated completion date of Aug. 28, 2014.  The bid was solicited through the Internet, with 22 bids received.  The U.S. Army Corps of Engineers, Detroit, Mich., is the contracting activity (W911XK-13-C-0001).

SCOLA, McClelland, Iowa, was awarded a $13,335,756 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure foreign language television access and associated foreign media research and language content.  Work will be performed in Monterey, Calif., with an estimated completion date of Dec. 25, 2013.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Presidio of Monterey, Calif., is the contracting activity (W91LV2-11-C-0009).

TYR Tactical, Peoria, Ariz., was awarded a $13,258,343 firm-fixed-price contract.  The award will provide for the procurement of fragmentation/shrapnel vests and projectile protection in support of Foreign Military Sales.  Work will be performed in Peoria, with an estimated completion date of April 15, 2013.  One bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0010).

General Dynamics — C4 Systems Inc., Taunton, Mass., was awarded a $12,778,901 cost-plus-fixed-fee contract.  The award will provide for the production and support services of lower tactical Internet data products.  Work will be performed in Taiwan, with an estimated completion date of Dec. 28, 2015.  One bid was solicited, withDepartment of the Army one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-C-0011).

Lockheed Martin Corp. — Missiles and Fire Control, Grand Prairie, Texas, was awarded a $12,500,000 cost-plus-incentive-fee contract.  The award will provide for the establishment of a Patriot Advanced Capability-3/Missile Segment Enhancement Missile Field Test Program.  Work will be performed in Grand Prairie, with an estimated completion date of March 31, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0094).

Mythics Inc., Virginia Beach, Va., was awarded a $12,312,042 firm-fixed-price contract.  The award will provide for the modification of an existing contract for maintenance support services.  Work will be performed in Alexandria, Va., with an estimated completion date of Dec. 31, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W91QUZ-06-A-0003).

Johnson Evan and Sons Construction Co., Inc., Jackson, Miss., was awarded an $11,322,000 firm-fixed-price contract.  The award will provide for the construction services.  Work will be performed in Vicksburg, Miss., with an estimated completion date of Jan. 29, 2014.  Six bids were solicited, with six bids received.  The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (W912EE-13-C-0004).

Strategic Resources Inc., McLean, Va., was awarded an $11,320,927 firm-fixed-price contract.  The award will provide for the base support services.  Work will be performed in Joint Base Lewis-McChord (JBLM), Wash., with an estimated completion date of Dec. 26, 2013.  Six bids were solicited, with six bids received.  The U.S. Army Contracting Command, Fort Lewis, Wash., is the contracting activity (W9124D-11-C-9000).

Oshkosh Corp., Oshkosh, Wis., was awarded a $10,812,006 firm-fixed-price contract.  The award will provide for the field service representative to support the M-ATV program.  Work will be performed in Oshkosh and Afghanistan, with an estimated completion date of April 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0281).

Raytheon Co., McKinney, Texas, was awarded a $10,707,828 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to procure services for the improved target acquisition systems for the tube launched, optically tracked, wireless guided missile system.  Work will be performed in McKinney and Afghanistan, with an estimated completion date of Dec. 5, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-07-C-0088).

Navistar Defense L.L.C., Lisle, Ill., was awarded a $10,620,634 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to procure maintenance services on the Mine Resistant Ambush Protected vehicle.  Work will be performed in Lisle; Yuma, Ariz.; Aberdeen, Md; and Afghanistan; with an estimated completion date of March 25, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-C-0011).

Hodges Transportation, Silver Springs, Nev., was awarded a $9,500,000 firm-fixed-price level-of-effort contract.  The award will provide for the prototype, testing and evaluation services.  Work location will be determined with each order, with an estimated completion date of Dec. 25, 2015.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-L001).

Yulista Aviation Inc., Anchorage, Alaska, was awarded a $9,000,000 firm-fixed-price contract.  The award will provide for the procurement of a Transportable Flight Proficiency Simulator and Lift System in support of Foreign Military Sales.  Work will be performed in Huntsville, Ala., with an estimated completion date of June 30, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0030).

Exelis Inc., Alexandria, Va., was awarded an $8,972,902 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to procure lethality testing services.  Work will be performed in Huntsville, Ala., with an estimated completion date of Sept. 30, 2013.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-05-C-0219).

TSS-Garco Joint Venture, Richland, Wash., was awarded an $8,912,000 firm-fixed-price contract.  The award will provide for the construction of a company operations facility on Joint Base Lewis-McChord, Wash.  Work will be performed in JBLM, with an estimated completion date of June 30, 2014.  The bid was solicited through the Internet, with 12 bids received.  The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-C-0019).

Anthony and Gordon Construction Co., Knoxville, Tenn., was awarded an $8,603,000 firm-fixed-price contract.  The award will provide for the construction of a tactical equipment maintenance facility and a company operations facility.  Work will be performed in San Antonio, Texas, with an estimated completion date of July 5, 2014.  The bid was solicited through the Internet, with 12 bids received.  The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-13-C-0005).

ABB Inc., St. Laurent, Quebec, Canada, was awarded a $7,680,210 firm-fixed-price contract.  The award will provide for the delivery of digital static excitation systems.  Work will be performed in Bridgeport, Wash., with an estimated completion date of April 15, 2015.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-C-0017).

DRS Test and Energy Management L.L.C., Huntsville, Ala., was awarded a $7,569,343 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to support the upgrade of direct support electrical test sets.  Work will be performed in Huntsville, with an estimated completion date of Dec. 10, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W52H09-06-G-0001).

Alliant Techsystems Operations, Plymouth, Minn., was awarded a $7,563,969 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure precision guidance kits.  Work will be completed in Plymouth, with an estimated completion date of Dec. 27, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-06-C-0130).

Data Networks Inc., Reston, Va., was awarded a $7,539,009 cost-plus-award-fee contract.  The award will provide for the design, development and sustainment of the Medical Situational Awareness in Theater and the Theater Medical Data Store.  Work will be performed in Reston, with an estimated completion date of Dec. 18, 2013.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-12-F-0335).

BAE Systems Land and Armaments L.P., York, Pa., was awarded a $7,508,199 firm-fixed-price contract.  The award will provide for the procurement of fire support sensor system modification kits.  Work will be performed in York, with an estimated completion date of July 31, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0103).

Data Solutions and Technology Inc., Lanham, Md., was awarded a $7,417,838 firm-fixed-price contract.  The award will provide for the modification of an existing contract procure vehicle operations and vehicle control services.  Work will be performed in Fort Polk, La., with an estimated completion date of Dec. 31, 2013.  Eighteen bids were solicited, with 14 bids received.  The U.S. Army Contracting Command, Fort Polk, La., is the contracting activity (W911SE-07-D-0036).

Thales Raytheon Systems Co., L.L.C., Fullerton, Calif., was awarded a $7,295,000 firm-fixed-price contract.  The award will provide for the procurement of Sentinel Mode 5 kits and spares.  Work will be performed in Fullerton, with an estimated completion date of Dec. 31, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0082).

BAE Systems Inc., Nashua, N.H., was awarded a $7,070,000 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure Laser Target Locator Modules.  Work will be performed in Nashua, with an estimated completion date of Feb. 17, 2014.  Two bids were solicited, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-09-D-0029).

Robertson Aviation, Tempe, Ariz., was awarded a $6,945,000 firm-fixed-price contract.  The award will provide for the procurement of Mi-17 internal auxiliary fuel tank systems.  Work location will be determined with each order, with an estimated completion date of Dec. 31, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911W6-13-D-0002).

Oracle America Inc., Reston, Va., was awarded a $6,895,405 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure software license renewals and maintenance for Army, Navy and Air Force.  Work will be performed in Reston, with an estimated completion date of Dec. 20, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (N00024-01-C-6110).

Esterline Defense Products, Coachella, Calif., was awarded a $6,637,866 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure M231/M232A1 Combustible Case Assemblies.  Work will be performed in Coachella, with an estimated completion date of April 30, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-08-C-0437).

356px-Seal_of_the_US_Air_Force.svgCONTRACTS

AIR FORCE

FedCon/South Bay Joint Venture, San Antonio, Texas, (FA3089-13-D-0001) is being awarded a $75,000,000 multiple award construction contract for general construction category to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving and earthwork.  The location of the performance is Randolph Air Force Base, Texas.  Work is expected to be completed by Jan 4, 2018.  The contracting activity is 902 CONS/LGCA, Randolph Air Force Base, Texas.

ARMY

Analytical Services Inc., Huntsville, Ala., (W9113M-13-D-0001); COLSA Corp., Huntsville, Ala., (W9113M-13-D-0002); Engineering Research and Consulting Inc., Huntsville, Ala., (W9113M-13-D-0004); DMD, Huntsville, Ala., (W9113M-13-D-0003); Quantum Research International Inc., Huntsville, Ala., (W9113M-13-D-0005); Radiance Technologies Inc., Huntsville, Ala., (W9113M-13-D-0006); Sigmatech Inc., Huntsville, Ala., (W9113M-13-D-0007); System Studies and Simulation Inc., Huntsville, Ala., (W9113M-13-D-0008); and Warfighter Solutions L.L.C., Huntsville, Ala., (W9113M-13-D-0009); were awarded a $997,000,000 cost-plus-fixed-fee, multiple-award-task-order contract between nine contractors. The award will provide for the systems engineering and technical assistance services in support of the U.S. Army Space and Missile Defense Command. Work location will be determined with each order, with an estimated completion date of Dec. 20, 2017. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity.

Lockheed Martin, Grand Prairie, Texas, was awarded a $755,134,781 firm-fixed-price contract. The award will provide for the procurement of PATRIOT Advanced Capability-3, which includes support for Foreign Military Sales, and related services. Work will be performed in Grand Prairie; Lufkin, Texas; Camden, Ark.; Chelmsford, Mass.; and Ocala, Fla.; with an estimated completion date of July 31, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0068).

AeroVironment Inc., Monrovia, Calif., (W911QY-13-D-0073); Altavian, Gainesville, Fla., (W911QY-13-D-0074); Elbit Systems of America LLC, Fort Worth, Texas, (W911QY-13-D-0075); Innovative Automation Technologies LLC, Gainesville, Fla., (W911QY-13-D-0076); and Lockheed Martin Corporation, Owego, N.Y., (W911QY-13-D-0077); were awarded a $248,000,000 firm-fixed-price contract between five contractors. The award will provide for the manufacturing, testing, packaging, marking, storage and shipping services. Work location will be determined with each order, with an estimated completion date of Dec. 20, 2017. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity.

BAE, Wayne, N.J., was awarded a $226,000,000 firm-fixed-price contract. The award will provide for the procurement of components, repairs, maintenance and services in support of the Doppler GPS Navigation Sets. Work will be performed in Wayne, N.J., and Austin, Texas, with an estimated completion date of Dec. 1, 2017. The bidDepartment of the Army was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-13-D-E013).

Day and Zimmerman Lone Star L.L.C., Camden, Ark., (W52P1J-13-D-0013); American Ordnance LLC, Middletown, Iowa, (W52P1J-13-D-0014); and General Dynamics Ordnance and Tactical Systems, Marion, Ill., (W52P1J-13-D-0015); were awarded a $209,400,000 firm-fixed-price contract between three contractors. The award will provide for the procurement of 60mm, 81mm and 120mm Load Assemble Pack Propelling Charges and Complete Inert Models. Work location will be determined with each order, with an estimated completion date of Dec. 21, 2017. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity.

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $197,604,608 firm-fixed-price contract. The award will provide for the modification of existing contract to procure Guided Multiple Launch Rocket System unitary rockets. Work will be performed in Grand Prairie; Lufkin, Texas; Camden, Ark.; and Ocala, Fla.; with an estimated completion date of May 31, 2015. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0151).

Oshkosh Corp., Oshkosh, Wis., was awarded a $194,911,914 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Family of Medium Tactical Vehicles. Work will be performed in Oshkosh, with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).

Atlantic CommTech Corp., Norfolk, Va., (W912DY-13-D-0012); Evergreen Fire and Security, Tacoma, Wash., (W912DY-13-D-0013); Infotec Systems Corporation, Summerville, S.C., (W912DY-13-D-0014); Integrated Security Solutions, Kalispell, Mont., (W912DY-13-D-0015); and LVW Electronics, Colorado Springs, Colo., (W912DY-13-D-0016); were awarded a $160,000,000 firm-fixed-price contract between five contractors. The award will provide for the services in support of various access control point systems and other related systems. Work location will be determined with each order, with an estimated completion date of Dec. 27, 2017. The bid was solicited through the Internet, with seven bids received. The U.S. Army Corps of Engineers, Huntsville, Ala., is the contracting activity.

General Electric, Cincinnati, Ohio, was awarded a $138,270,542 firm-fixed-price contract. The award will provide for the technical, engineering and logistical services in support of the T700 series turbine engines. Work location will be determined with each order, with an estimated completion date of Dec. 31, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-D-0015).

General Dynamic Land Systems, Sterling Heights, Mich., was awarded a $132,713,523 contract. The award will provide for the services in support of M1A2S Abrams Tank production for Foreign Military Sales. Work will be performed in Lima, Ohio, with an estimated completion date of July 31, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0104).

SERCO Inc, Reston, Va., (W15QKN-13-D-0001); High Performance Technologies Inc., Reston, Va., (W15QKN-13-D-0002); CACI Technologies Inc., Chantilly, Va., (W15QKN-13-D-0003); Universal Technical Resource Services Inc., Cherry Hill, N.J., (W15QKN-13-D-0004); DCS Corporation, Alexandria, Va., (W15QKN-13-D-0005); EOIR Technologies Inc., Forest Hill, Md., (W15QKN-13-D-0006); Wise Web Connections LLC, Dover, N.J., (W15QKN-13-D-0007); and Nexagen Networks Inc., Marlboro, N.J., (W15QKN-13-D-0008); were awarded a $74,000,000 firm-fixed-price contract between eight contractors. The award will provide for the engineering services in support of the Armament Software Engineering Center. Work location will be determined with each order, with an estimated completion date of Aug. 21, 2017. The bid was solicited through the Internet, with nine bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Raytheon Co., Andover, Mass., was awarded a $72,600,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure PATRIOT 3 Lot Spares in support of Foreign Military Sales. Work will be performed in Andover, Mass., and El Paso, Texas, with an estimated completion date of Nov. 30, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-G-0002).

The Boeing Co., Mesa, Ariz., was awarded a $71,026,920 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Apache AH-64D helicopters in support of Foreign Military Sales. Work will be performed in Mesa, with an estimated completion date of Oct. 31, 2017. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-09-C-0147).

Bay West Inc., St. Paul, Minn., (W912DQ-13-D-3006); EA Engineering, Science and Technology Inc., Hunt Valley, Md., (W912DQ-13-D-3003); FPM Remediations Inc., Rome, N.Y., (W912DQ-13-D-3003); GEO Consultants L.L.C., Kevil, Ky., (W912DQ-13-D-3005); Hydro Geo Logic Inc., Reston, Va., (W912DQ-13-D-3000); and Kemron Environmental Services Inc., Atlanta, Ga., (W912DQ-13-D-3008); were awarded a firm-fixed-price contract between five contractors. Work location will be determined with each order, with an estimated completion date of Dec. 20, 2017. The bid was solicited through the Internet, with 15 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity.

JLG Industries Inc., McConnellsburg, Pa., was awarded a $56,635,781 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure All-Terrain Lifter Army Systems. Work location will be determined with each order, with an estimated completion date of Dec. 27, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-07-D-A001).

Raytheon Co., Tucson, Ariz., was awarded a $56,554,774 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure M982A1 155mm Precision Engagement Projectiles. Work will be performed in Tucson, Ariz.; McAlester, Okla.; Farmington, N.M.; Camden, Ark.; Healdsburg, Calif.; Anniston, Ala.; Cincinnati, Ohio; Cedar Rapids, Iowa; Joplin, Mo.; Lowell, Mass.; Corona, Calif.; Inglewood, Calif.; Chino, Ill.; Sweden; and United Kingdom; with an estimated completion date of April 30, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-08-C-0530).

Pocal Industries Inc., Scranton, Pa., was awarded a $49,900,000 firm-fixed-price contract. The award will provide for the procurement of 120 mm M1020 Ignition Cartridges, Inert M1020 Cutaway Model and Inert M1020 Ignition Cartridges. Work location will be determined with each order, with an estimated completion date of Dec. 27, 2019. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-D-0018).

Oshkosh Corp., Oshkosh, Wis., was awarded a $42,289,271 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Family of Medium Tactical Vehicles. Work will be performed in Oshkosh, with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).

General Dynamics Ordnance and Tactical Systems Inc

. Scranton, Pa., was awarded a $41,530,837 fixed-price economic-price-adjustment contract. The award will provide for the modification of an existing contract to procure M795 Metal Parts. Work will be performed in Scranton, with an estimated completion date of April 30, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-08-C-0244).

The Boeing, Mesa, Ariz., was awarded a $39,600,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to fund the Apache 64D Block III. Work will be performed in Mesa, with an estimated completion date of Sept. 30, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0055).

DRS Tactical Systems Inc., Melbourne, Fla., was awarded a $38,038,700 firm-fixed-price contract. The award will provide for the procurement of the Movement Tracking System and related services. Work will be performed in Melbourne, with an estimated completion date of Jan. 6, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-13-F-0007).

AAI Corp., Hunt Valley, Md., was awarded a $35,785,761 firm-fixed-price contract. The award will provide for the modification of an existing contract to retrofit Shadow Unmanned Aircraft Systems Air Vehicles to the Tactical Common Data Link Configuration. Work will be performed in Hunt Valley, with an estimated completion date of Aug. 28, 2015. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0023).

Telephonics Corp., Farmingdale, N.Y., was awarded a $33,189,984 firm-fixed-price contract. The award will provide for the procurement of the Encrypted Aircraft Wireless Intercom System. Work location will be determined with each order, with an estimated completion date of Dec. 20, 2017. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0055).

MIT, Cambridge, Mass., was awarded a $32,000,000 cost-sharing contract. The award will provide for the study, development and creation of equipment and material. Work will be performed in Cambridge, with an estimated completion date of Dec. 31, 2017. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Research Triangle Park, N.C., is the contracting activity (W911NF-13-D-0001).

Raytheon Co., Andover, Mass., was awarded a $30,293,284 cost-plus-fixed-fee contract. The award will provide for the Surveillance System Supply and Support for the Rapid Aerostat Deployment Configurations. Work will be performed in Andover, with an estimated completion date of Dec. 30, 2017. The bid was solicited through the Internet, with two bids received. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-13-C-0009).

Boecore Inc., Colorado Springs, Colo., was awarded a $30,000,000 firm-fixed-price contract. The award will provide for the Command Information Management Department of the ArmySystem Information Technology Services for the U.S. Army Space and Missile Defense Command. Work location will be determined with each order, with an estimated completion date of Jan. 31, 2018. The bid was solicited through the Internet, with 16 bids received. The U.S. Army Space and Missile Defense Command, Peterson Air Force Base, Colo., is the contracting activity (W91260-13-D-0001).

            Science Applications International Corp., McLean, Va., was awarded a $29,012,095 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to procure Joint Logistics Integrator services for the Mine Resistant Ambush Protected Family of Vehicles. Work will be performed in Kuwait and Afghanistan, with an estimated completion date of May 21, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0432).

General Dynamics Information Technology, Fairfax, Va., was awarded a $28,354,887 cost-plus-fixed-fee contract. The award will provide for the warehouse operation services. Work will be performed in Kuwait, with an estimated completion date of Dec. 29, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0019).

Science Application International Corp., McLean, Va., was awarded a $28,178,688 cost-plus-fixed-fee contract. The award will provide for the ammunition supply and theater storage services within Kuwait. Work will be performed in Kuwait, with an estimated completion date of Dec. 29, 2013. The bid was solicited through the Internet, with four bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0005).

EADS North America Inc., Herndon, Va., was awarded a $26,298,512 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure contractor logistics support for Mission Equipment Packages for the Light Utility Helicopter program. Work will be performed in Columbus, Miss., with an estimated completion date of June 30, 2016. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0194).

Raytheon IDS, Andover, Mass., was awarded a $22,737,644 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure PATRIOT Technical Refresh Spares in support Foreign Military Sales. Work will be performed in Andover, with an estimated completion date of Dec. 31, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-G-0002).

Raytheon Co., Andover, Mass., was awarded a $22,165,493 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure PATRIOT Spare Parts in support of the Foreign Military Sales. Work will be performed in Andover, with an estimated completion date of Sept. 30, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-G-0002).

The Boeing Co., Mesa, Ariz., was awarded an $18,384,393 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Apache Block III Aircraft in support of Foreign Military Sales. Work will be performed in Mesa, with an estimated completion date of April 30, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0089).

Thales Raytheon Systems Co., Fullerton, Calif., was awarded an $18,549,840 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Sentinel radars and spares in support of Foreign Military Sales. Work will be performed in Fullerton, Calif., and Forest, Miss., with an estimated completion date of June 30, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0301).

Longbow L.L.C., Orlando, Fla., was awarded an $18,197,282 firm-fixed-price contract. The award will provide for the services in support of the Fire Control Radar Systems on Apache AH-64D Helicopters. Work will be performed in Orlando, with an estimated completion date of June 30, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0028).

Marinex Construction Inc., Charleston, S.C., was awarded a $17,943,374 firm-fixed-price contract. The award will provide for the dredging services in support of Savannah and Brunswick Inner Harbor. Work will be performed in Savannah, Ga., with an estimated completion date of Dec. 27, 2013. One bid was solicited, with two bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-13-C-0003).

Lifecycle Construction Services L.L.C., Washington, D.C., was awarded a $16,500,000 firm-fixed-price contract. The award will provide for the various construction services. Work location will be determined with each order, with an estimated completion date of Jan. 1, 2016. The bid was solicited through the Internet, with 28 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-13-D-0003).

STG Inc., Reston, Va., was awarded a $16,380,141 cost-plus-fixed-fee contract. The award will provide for the non-personal information technology services and support. Work will be performed in Sierra Vista, Ariz., with an estimated completion date of Dec. 31, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Fort Huachuca, Ariz., is the contracting activity (W91RUS-13-C-0003).

U.S. TRANSPORTATION COMMAND

Alaska Airlines, Seattle, Wash. (HTC711-13-D-C001); Atlas Air, Purchase, N.Y. (HTC711-13-D-C002); Evergreen International Airlines, INC., McMinnville, Ore. (HTC711-13-D-C012); Federal Express Corp., El Segundo, Calif. (HTC711-13-D-C003); Kalitta Air L.L.C., Leesburg, Va. (HTC711-13-D-C004); Miami Air International Inc.,600px-US-TRANSCOM-Emblem.svg Miami, Fla. (HTC711-13-D-C005); National Air Cargo Inc., Ypsilanti, Mich. (HTC711-13-D-C006); Northern Air Cargo, Anchorage, Alaska (HTC711-13-D-C007); Omni Air International, Tulsa, Okla. (HTC711-13-D-C008); United Parcel Service Co., Louisville, Ky. (HTC711-13-D-C009); US Airways Inc., Tempe, Ariz. (HTC711-13-D-C010); and World Airways Inc., Peachtree City, Ga. (HTC711-13-D-C011) have received an indefinite-delivery/indefinite-quantity, fixed-price award for international commercial scheduled air cargo transportation services.  Services encompass time definite, door-to-door transportation service for less than full pallet loads (non 463L palletized), including the movement of general, refrigerated, oversized, hazardous material (HAZMAT), and life and death cargo services for both domestic and international shipments.  The performance period for the base year is Feb. 1, 2013 to Jan. 31, 2014, with four one year option periods from Feb. 1, 2014 to Jan. 31, 2018.  This contract was a competitive acquisition.  The estimated program value for this program has an overall five-year maximum ceiling program value of $694,038,028 with a contract guaranteed minimum award amount of $2,500 per awardees.  The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

600px-US-DeptOfNavy-Seal.svgNAVY

Science Applications International Corp., McLean, Va., is being awarded an estimated $222,462,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee/cost-plus-incentive-fee/firm-fixed-price contract for technical support to provide systems engineering, integration, testing, large-scale fabrication, non-developmental item procurement, interim repair and maintenance services and training.  Contract funds in the amount of $25,000 will be obligated at the time of award.  The contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $667,388,000.  Work will be performed in Charleston, S.C. (90 percent) and Norfolk, Va. (10 percent), and is expected to be completed by January 2014.  If all options are exercised, work could continue until January 2016.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with five offers received.  The Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-13-D-2800).

DEFENSE LOGISTICS AGENCY

Randolph Engineering Inc.*, Randolph, Mass., was issued a modification exercising the third option year on SPM2DE-10-D-7544.  The modification is a fixed-price with economic-price-adjustment contract with a maximum $35,983,733.  The contract covers the selection of a manufacturer for the Optical Electronic Catalog program which covers the 48 contiguous states (including the District of Columbia), Alaska, Hawaii, Europe, and the Pacific making available for purchase various opticalDefense_Logistics_Agency frames and accessories using the Electronic Catalog system.  Location of performance is in Massachusetts with a Jan. 21, 2013, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were four responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Dispensers Optical Service Corp.*, Louisville, Ky., was issued a modification exercising the second option year on SPM2DE-11-D-7548.  The modification is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity type contract with a maximum $19,455,634 for various optical lenses.  Location of performance is in Kentucky with a Jan. 12, 2013, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were five solicitations with three responses.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

CORRECTION

DEFENSE LOGISTICS AGENCY

C.R. Bard Inc., Murray Hill, N.J., was issued a modification exercising the first option year on contract SPM2D0-11-D-0013/P00005.  The modification is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $46,673,903 for medical and surgical products.  There are no other locations of performance.  There were seventeen responses to the Web solicitation.  Type of appropriation is fiscal 2013 Warstopper funds.  The date of performance completion is Dec. 5, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

720px-US-DefenseInformationSystemsAgency-Logo.svgDEFENSE INFORMATION SYSTEMS AGENCY

Global Information Grid Services Management – Engineering, Transition and Implementation (GSM-ETI), (HC1028-10-R-2001); Digital Management Inc., Bethesda, Md. (HC1028-13-D006); Onyx-Technica Joint Venture, Columbia, Md. (HC1028-13-D-0007); NES Associates L.L.C., Alexandria, Va. (HC1028-13-D-008); Cambridge International Systems Inc. Arlington, Va. (HC1028-13-D-0009); TurningPoint-EMW Joint Venture L.L.C., Rockville, Md. (HC1028-13-D-0010); By Light Professional IT Services Inc. Arlington, Va. (HC1028-13-D-0011); and IPKeys Technologies L.L.C., Stafford, Va. (HC1028-13-D-0012), was awarded on Dec. 21, 2012, a multiple indefinite-delivery/indefinite-quantity contract.  The contract is issued for worldwide support necessary to carry out required engineering, transition, implementation, integration; connection approval and IT service management activities, in support of existing and future Defense Information System Network (DISN) networking capabilities.  Performance will predominantly be within the continental United States; however, support services are also required at multiple overseas locations.  The period of performance includes a base period of two years, one two-year option period and one one-year option period for a total period of five years.  The estimated contract ceiling value for the two-year base period of this action is $568,000,000.  Furthermore, $1,420,000,000 is the sum total ceiling value for all seven GSM-ETI contracts, which cannot be exceeded over the life of the potential five years.  Solicitation was issued via the FedBizOPps website and was set aside for small business concerns; nine proposals received.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Ill., is the contracting activity

BAE Systems Information Solutions Inc., McLean, Va., was awarded a firm-fixed-price contract on Dec. 21, 2012, for XTS Enterprise Guard Solution (consisting of hardware, software and maintenance support) for e-mail, file transfer and Web services.  The total obligated amount of this action is $3,200,000, funded by fiscal 2012 and fiscal 2013 procurement funds and fiscal 2012 research, development, testing and evaluation (RDT&E) funds.  The total lifecycle value of the contract is $8,200,000.  The period of performance is Jan. 1 through Dec. 31, 2013, with four option years.  Performance will be at DISA, Lab Building, Fort George G. Meade, Md.  The original solicitation was issued as an other than full and open competitive action pursuant to 10 U.S.C. 2304(c)(1) and one proposal was received.  Solicitation HC1028-13-R-0001 was issued directly to the sole source contractor.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-13-C-0014).

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Va., was awarded on Dec. 28, 2012, a $50,180,546 undefinitized contract action as a modification to a previously600px-US-DeptOfNavy-Seal.svg awarded cost-plus-incentive-fee contract (N00024-10-C-4308) for the USS Mitscher (DDG 57) fiscal year 2013 extended drydocking selected restricted availability.  Extended drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by August 2013.  Funding in the amount of $10,000,000 will be obligated at time of award.  Contract funds in the amount of $10,000,000 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $49,841,643 modification to previously awarded cost-plus-fixed-fee contract (N00024-12-C-5405) to exercise an option for Design Agent Engineering and technical support services for Phalanx, SeaRAM, and Land-based Phalanx Weapon Systems.  Phalanx Close-In Weapon System is a fast-reaction terminal defense against low and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses.  Work will be performed in Tucson, Ariz., and is expected to be completed by January 2014.  Funding in the amount of $5,889,407 will be obligated at time of award.  Contract funds in the amount of $250,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, D.C, is the contracting activity.

BAE Systems Information and Electronic Systems Integration, Greenlawn, N.Y., is being awarded a $24,186,962 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2011) to exercise an option for the procurement of Common (Identification Friend or Foe) Digital Transponder (CXP) hardware for the U.S. Army, U.S. Navy, U.S. Coast Guard, and the governments of Saudi Arabia, Australia, the Netherlands, and the United Arab Emirates (UAE), including transponders, mounts, modification kits, Remote Control Unit modes.  Work will be performed in Greenlawn, N.Y., and is expected to be completed in August 2015.  Contract funds in the amount of $24,186,962 are being obligated on this award, $490,883 of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($13,045,499; 53.9 percent); U.S. Army ($9,170,817; 38 percent); and the Governments of Saudi Arabia ($1,083,863; 4.5 percent); the Netherlands ($472,901; 1.9 percent); Australia ($297,590; 1.2 percent); and UAE ($116,292; 0.5 percent) under the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

            Sikorsky Aircraft Corp., Stratford, Conn., was issued a modification on contract SPM4AX-12-D-9402.  The modification is a firm-fixed-price, sole-source contract with a maximum $19,006,747 to supply spare parts to support numerous aircraft platforms.  Location of performance is in Connecticut with a March 31, 2013 performance completion date.  Using military services are Army, Navy, Air Force and Marine Corps.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.

AIR FORCE

CAE USA Inc., Tampa, Fla., (FA3002-13-D-0006) is being awarded a $12,500,000 maximum ceiling, firm-fixed-price, indefinite-delivery, indefinite-quantity contract for C-130B-H simulator training.  The location of the performance is Tampa Bay, Fla.  Work is expected to be completed by Dec. 31, 2017.  The contracting activity356px-Seal_of_the_US_Air_Force.svg is Air Education Training Command CONS/LGCI, Randolph Air Force Base, Texas.  Contract involves foreign military sales.

Lockheed Martin Corp., Akron, Ohio, (FA8621-12-R-6256) is being awarded a $253,381,949 firm-fixed-price contract for the Saudi Arabia F-15SA modernization program.  The location of the performance is Akron, Ohio.  Work is expected to be completed by June 2020.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio. Contract involves foreign military sales to Saudi Arabia

MacAulay-Brown Inc., Dayton, Ohio, (FA0021-11-F-0005) is being awarded a $30,913,181 contract modification that exercises the first option year of the original contract.  The option modification provides the same intelligence services to process, exploit and disseminate support services for Headquarters, Air Force Special Operations Command.  The location of the performance is Hurlburt Field, Fla.  Work is expected to be completed by Jan. 15, 2014.  The contracting activity is AFSOC/A7KQ, Hulburt Field, Fla.

DTS Aviation Services, Fort Worth, Texas, (FA8106-05-C-0001) is being awarded a $15,467,175 contract modification for C-21A contractor logistics support.  The location of the performance is Joint Base Andrews, Md.; Scott Air Force Base, Ill.; Peterson Air Force Base, Colo.; Ramstein Air Base, Germany; Oklahoma City, Okla. and Battle Creek, Mich.  Work is expected to be completed by Sep. 30, 2013.  The contracting activity is AFLCMC/WLKLC, Tinker Air Force Base, Okla.

CORRECTION

AIR FORCE

Lockheed Martin Space Systems Co., Sunnyvale, Calif., (FA8808-12-C-0010) is being awarded a $1,936,500,000 contract modification contract for Advanced Extremely High Vehicle (AEHF) Space Vehicle 5 and 6 Production Launch Operations.  The location of the performance is Sunnyvale and El Segundo, Calif.  Work is expected to be completed by Jan. 24, 2022.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

Pledge to Prepare FEMA


beenetworknews.com           30 seconds

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Federal Protective Service, 701 Market Street Philadelphia PA 19106

R — PSO Services throughout the state of KY HSHQE4-13-R-00002 Michael J DeCrescio, Phone 215-521-2263, Email michael.decrescio@dhs.gov THIS NOTICE IS360px-US_Department_of_Homeland_Security_Seal.svg FOR INFORMATIONAL PURPOSES ONLY.
The Department of Homeland Security, Office of Procurement Operations, Federal Protective Service Acquisition Division, East Consolidated Contracting Group has a requirement for armed protective security officer services (PSO) at various locations throughout the State of Kentucky. It is anticipated the Request for Proposal (RFP) will be posted to http://www.fedbizopps.gov between February 5, 2013 and February 28, 2013.

This requirement will be solicited as a commercial item in accordance with FAR Part 12. It is anticipated that a single award, labor hour, indefinite delivery/indefinite quantity type contract will be established as a result of the solicitation. The contract will consist of a 12-month base period with four consecutive 12-month options with an additional 6-month option in accordance with FAR 52.217-8.

The NAICS code for this acquisition is 561612, Security Guard and Patrol Services. The size standard is $19 Million. It is anticipated that this procurement will solicited unrestricted under full and open competition.

As an integral part of this security effort, the contractor shall provide and maintain all management, supervision, manpower, training, equipment, supplies, licenses, permits, certificates, insurance, pre-employment screenings, reports, and files necessary to accomplish this requirement. The RFP will require the submission of a technical proposal as well as a price proposal. All proposals received in response to the RFP will be evaluated using Best Value Trade-Off Procedures. This requirement is being solicited as unrestricted full and open competition.

All contractors must be registered in the Central Contractor Register CCR (http://www.sam.gov). Further offerors are required to complete their Online Representations and Certifications Applications (ORCA) athttp://orca.bpn.gov.

For questions concerning this announcement, contract Michael DeCrescio at (215) 521-2263.

Place of Performance: , KY US URL: https://www.fbo.gov/notices/d07a5f2ec484870b43cd85ccfa987d7f
OutreachSystems Article Number: 130202/PROCURE/0067
Matching Key Words: state!ky; 


160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — TARGET SYSTEM SPARE PARTS H92244-13-T-0108 022213 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0108, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65 effective 29 January 2013.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9E.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

BRAND NAME OR EQUAL. IF QUOTING EQUAL, MUST SUBMIT SPECIFICATIONS WITH QUOTE FOR CONSIDERATION.

Section B Schedule of Supplies and Services

CLIN 0001 Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea

CLIN 1001 (OPTION) – Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea

CLIN 2001 (OPTION) – Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea

CLIN 3001 (OPTION) – Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea

CLIN 4001 (OPTION) – Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea

CLIN 5001 (OPTION) – Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea

CLIN 6001 (OPTION) – Oakwood Controls ETS Frame Assembly; Complete 36″ x 36″ target frame assembly that includes front and back rubber facing and four acoustic sensors; Rubber facing has 5 inch black circle in the middle with a one inch aiming point in white in the middle of the five inch black circle
Part No: 110-0042
Qty: 6 ea

FOB DESTINATION

Section I Clauses

Following Clauses and Provision applies to this procurement.
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.217-7 Option for Increased Quantity – Separately Priced Line Item Mar-89
FAR 52.217-8 Option to Extend Services Nov-99
FAR 52.217-9 Option to Extend the Term of the Contract Mar-00
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation equirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 09:00 AM Eastern Standard Time (EST) on 22 February 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

Set-Aside: Total Small Business Place of Performance: 1636 REGULUS AVE VIRGINIA BEACH, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0108/listing.html
OutreachSystems Article Number: 130202/PROCURE/0427
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 


Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

U — VT CAR CARE MAINTENANCE INSTRUCTOR-ASHLAND, KY RFQP01021200007 013013 Nicole B. Rumsey, Contract Specialist, Phone 972-352-4538, Fax 972-600px-US-DeptOfJustice-Seal.svg352-4545, Email nrumsey@bop.gov – Catherine Corcoran, Contract Specialist, Phone 9723524565, Fax 9723524545, Email ccorcoran@bop.gov Cancel this solicitation in its entirety.
Place of Performance: Federal Correctional Institution Ashland State Route 716 Ashland, KY 41105 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01021200007/listing.html
OutreachSystems Article Number: 130202/PROCURE/0525
Matching Key Words: state!ky; 

Department of Commerce, U. S. Census Bureau, Suitland, Acquisition Division Room 3J438 Washington DC 20233

99 — Census Bureau’s Field Directorate Data Broker Support Services YA1323-13-SS-0001 021213 Donna Cornish, Contract Specialist, Phone 3017634514, Email donna.cornish@census.gov Title: Census Bureau’s Field Directorate Data Broker Support Services

This is NOT a solicitation announcement. This is a sources sought notice for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Since this is a sources sought notice, no evaluation letters and/or results will be issued to the respondents.

Background:

The Census Bureau’s Field Directorate is responsible for collecting data from survey or census respondents via telephone, personal visit, or by mail for current surveys and programs, special censuses, and decennial censuses. To improve the quality of our data, minimize field cost, and improve timeliness of our data collection activities, the Census Bureau’s Field Directorate seek contractor support from a data broker that will provide our 6 Regional Offices (New York, Philadelphia, Chicago, Atlanta, Denver, Los Angeles) and 3 Telephone Centers (Hagerstown, MD, Tucson, AZ, Jeffersonville, IN) a single point access to a comprehensive database of information that will allow the Field Directorate to contact/locate specific respondents and/or addresses. Staff located in the regional offices and telephone centers will utilize the database to search missing information (such as last name, address, telephone number) for the field representatives to complete official Census Bureau surveys.

Objective:

The U.S. Census Bureau’s Field Directorate seeks qualified sources that provide a commercial off-the-shelf (COTS) product that provides access to a comprehensive database (24 hours per day, 7 days per week) of updated personal identifiable information. The COTS solution will be used for locating and/or contacting respondents in association with official Census Bureau surveys and censuses. This database must contain information that is updated monthly. The service provider will ensure that federal users are fully trained on applying matching logic to improve match rates and will provide technical assistance at all times via telephone.

Critical Functionality:

The COTS database must allow searches to be performed, via the internet, in the following manner:

1. Searches on minimal information such as last, name, telephone numbers, address, zip code at broad (state level) or specific (county/city) geographic level.

2. The use of “wildcard” to substitute one or more alphabet or numeric search characters.

3. Information on neighbors to a specific address that includes their name, telephone number, and tenure at their address.

4. Demographic information at an address that includes household membership with ages of occupants, tenure at address, and owner/rental status.

5. Phone + Premium (cell phone search).

6. Business information that includes name of building owner.

Training and Technical Support:

The COTS provider shall provide bi-annual training to new and existing users in person, by telephone, and/or by video conference on the product‘s features and functionality.

The COTS provider shall provide ongoing technical support to all Census offices and telephone centers by telephone or site visit during normal business hours, Monday through Friday from 8:00am through 5:00pm. The technical support will allow users to contact and communicate product issues.

Capability Statements:

Interested firms responding to this sources sought notice must provide a capability statement demonstrating their capability to fulfill the Government’s requirement for a COTS product/license. All respondents are requested to identify their firm’s size and type of business. Brochures alone are not sufficient documentation for demonstration of capabilities. The capability statement shall be in sufficient detail, but not exceed 8pages, so that the Government can determine the experience and capability of your firm to provide the requirement above. Your capability statement should include references. Responses must be received by 4:30 EST on February 12, 2013 via email to Donna Cornish, Contract Specialist at donna.cornish@census.gov.

Place of Performance: Regional Offices: New York, NY; Philadelphia, PA; Chicago, IL; Atlanta, GA; Denver, CO; Los Angeles, CA Telephone Centers: Hagerstown, MD, Tucson, AZ, Jeffersonville, IN US URL:https://www.fbo.gov/spg/DOC/CB/13040001/YA1323-13-SS-0001/listing.html
OutreachSystems Article Number: 130201/PROCURE/0510
Matching Key Words: video*; produc*; train*; conference?; site?; page?; business*; documentation; commercial?; 

600px-US-DeptOfJustice-Seal.svgDepartment of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie TX 75051

U — VT CAR CARE MAINTENANCE INSTRUCTOR-ASHLAND, KY RFQP01021200007 010413 Nicole B. Rumsey, Contract Specialist, Phone 972-352-4538, Fax 972-352-4545, Email nrumsey@bop.gov - Catherine Corcoran, Contract Specialist, Phone 9723524565, Fax 9723524545, Email ccorcoran@bop.gov The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas, intends to make an award to a responsible quoter for the provision of Vocational Training Instructor-Car Care Maintenance Instructor for the Federal Correctional Institution, Ashland, Kentucky. The contract type is an indefinite delivery/requirements contract with firm-fixed unit prices. The contract period shall consist of a base period from date of award through 12 months, and four one-year option periods for renewal at the discretion of the government. The estimated quantities for the base year and each option year are 1040 one hour sessions per year. The contractor will provide car care maintenance classes leading to a certificate of marketable training but not part of a four-year degree. Class size is anticipated to be approximately 15 students per class. The contractor must be able to work with an inmate population from a variety of cultural, regional, racial and ethnic backgrounds. Services will be performed for individuals who are in the custody and care of the Federal Bureau of Prisons within a secure correctional environment. The contractor must possess at least a BA/BS degree and/or certification from an educational organization of higher learning. The contractor must currently be affiliated as full-time/part-time/adjunct faculty or staff with an organization which has accreditation with one of the following accrediting agencies as recognized by the U.S. Department of Education: Southern Association of Colleges and Schools (SACS), North Central Association of Colleges and Schools (NCACS), Higher Learning Commission, North Central Association Commission on School Improvement (NCACSI), or Accrediting Council of Independent Colleges and Schools (ACICS). The solicitation will be made available on or about December 14, 2012, and will be distributed solely through the General Services Administration Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation will not be available. All future information concerning this acquisition, including solicitation amendments, will be distributed solely through this website. Interested parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. The North American Industrial Classification (NAICS) code is 611519, with a small business size standard of $7.0 million. All contractors doing business with the Federal Government must be registered in the System for Award Management System (SAM) at www.sam.gov. The date for receipt of quotations is on/about January 4, 2013.  However, this is a projected estimate and quoters should refer to Page 1 of the solicitation (Block #8) for the actual date quotations a Faith-Based and Community-Based Organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. This solicitation is unrestricted. All responsible business concerns are encouraged to submit a quotation which may be considered.

Place of Performance: Federal Correctional Institution Ashland State Route 716 Ashland, KY 41105 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01021200007/listing.html
OutreachSystems Article Number: 130131/PROCURE/0078
Matching Key Words: state!ky; 


Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie600px-US-DeptOfJustice-Seal.svg TX 75051

U — VT CAR CARE MAINTENANCE INSTRUCTOR-ASHLAND, KY RFQP01021200007 011113 Nicole B. Rumsey, Contract Specialist, Phone 972-352-4538, Fax 972-352-4545, Email nrumsey@bop.gov – Catherine Corcoran, Contract Specialist, Phone 9723524565, Fax 9723524545, Email ccorcoran@bop.gov
Place of Performance: Federal Correctional Institution Ashland State Route 716 Ashland, KY 41105 US URL: https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01021200007/listing.html
OutreachSystems Article Number: 130131/PROCURE/0528
Matching Key Words: state!ky; 

437px-US-GovernmentPrintingOffice-Seal.svgGovernment Printing Office, Customer Services Department, Atlanta Regional Printing Procurement Office, Buckhead West 1888 Emery Street, Suite 110 Atlanta GA 30318-2542

T — Variou Envelopes 1404S 022113 Jeffrey T Messersmith, Phone 404-605-9160 x 9181, Fax 404-605-9185, Email jmessersmith@gpo.gov Single award term contract in each of three categories for Government Printing Office, Atlanta. Beginning February 28, 2013 and ending February 28, 2014 with four possible options years (if applicable). Quality Level IV is required. These specifications cover the production of envelopes requiring such operations as composition, proofs, films, printing, packing and distribution. FREQUENCY OF ORDERS: Approximately 725 orders per year. QUANTITY: Approximately 1,000 to 150,000 copies per order. TRIM SIZE: 3-5/8 x 6-1/2″ up to 12 x 16″. Deliver f.o.b. destination/contractor’s city to various locations. Complete production and delivery is required within no fewer than 10 workdays. Complete specifications are available on the Atlanta GPO web site. If you are NOT internet active, you may FAX a request for a bid package to (404) 605-9185 on bidder’s letterhead – reference Program 1404-S on request. The Atlanta web site is:http://www.gpo.gov/gpo/bidopps/bidopps.action?region-atlanta.

Place of Performance: Atlanta, GA 30327 US URL: https://www.fbo.gov/spg/GPO/PPD/AtlantaGA/1404S/listing.html
OutreachSystems Article Number: 130130/PROCURE/0089
Matching Key Words: film?; produc*; you; web; site?; production?; distribut*; 


Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA), Headquarters FMCSA,

R — FMCSA Legislative and Regulatory Review Services DTMC75-13-SS-00001 021113 Rubie B. King, Contracting Officer, Phone 2023660518, Email Rubie.King@dot.gov - Steve L. Fuller, Contract Specialist, Phone2024930176, Fax 2023852335, Email steve.fuller@dot.gov ;
p;
The   U. S. Department of Transportation (DOT) Federal Motor Carrier Safety Administrations (FMCSA) is conducting market research to identify potential sources with720px-US-FMCSA-Logo.svg experience in the Transportation and Motorcoach Industries.   Since 2005, Federal Motor Carrier Safety Administration (FMCSA) has increased its oversight and enforcement activities related to Motorcoach Transportation.   The driver/vehicle inspections and compliance reviews performed by FMCSA have increased and this higher number of inspections and compliance reviews is being maintained.   In addition, on November 16, 2009, FMCSA and other DOT surface transportation agencies issued a Motorcoach Safety Action Plan outlining steps FMCSA and other agencies would take to reduce fatalities and injuries for the Motorcoach industry. The Motorcoach Safety Action Plan proposed actions to ensure the Motorcoach Transportation System in the United States was operated by well-rested, professional drivers using well-maintained equipment in the safest way possible. Although the Motorcoach Safety Action Plan encompasses many aspects of FMCSA’s Motorcoach safety oversight, there are multiple programs required by statute and regulation, not included in the Plan that affect all commercial motor vehicles and directly impact the Motorcoach Safety Program.

Specifically, interested parties would be required to assist in the l egislative and regulatory review of the FMCSA Regulatory Process in support of Motorcoach Safety.    Ideally   interested parties should have personnel who possess juris doctor degree (s), have significant experience and knowledge in the following areas: researching, drafting, proposing, interpreting, and enforcing draft and/or final Federal laws and regulations as it pertains to the transportation industry.

This RFI is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposal, or Request for Quotations. As prescribed by Federal Acquisition Regulation (FAR) Paragraph 15.201(e), responses to this notice are not offers. They cannot be accepted by the Government to form a binding contract, nor do they affect a potential offeror’s ability to respond to any future synopsis/solicitation which may or may not follow or restrict the Government’s eventual acquisition approach. Additionally, the U.S. Government will not provide reimbursement for any information that may be submitted in response to this RFI. Respondents are solely responsible for all expenses associated with responding to this RFI. Interested parties responding to this notice must provide a technical capability statement which clearly demonstrates its experience and ability to meet the Government’s requirement.   Respondents will not be notified of any results derived from a review of the information provided; however information gathered may be utilized for technical and acquisition purposes.

All questions concerning this RFI may be submitted to Rubie.King@dot .gov .   Interested parties must submit a written technical capability statement which clearly demonstrates their ability to meet the Government’s requirement to Rubie.King@dot.gov    no later than 3 p.m. EST on February 11, 2013.   Please reference the following number in the subject line of all emails: DTMC75-13-SS-00001.

Place of Performance: 1200 New Jersey Ave. SE Washington, DC 20590 US URL: https://www.fbo.gov/spg/DOT/DTMC75/75/DTMC75-13-SS-00001/listing.html
OutreachSystems Article Number: 130130/PROCURE/0447
Matching Key Words: writ*; technical; 

600px-US-DeptOfLabor-Seal.svgDepartment of Labor, Employment Training Administration, Horizons Youth Services, 102 West High Street Glassboro NJ 08028

R — Dental Services DS012513 021113 Tracy M. Reichenbach, Buyer/Horizons Youth Services, Phone 606-433-2258, Fax 606-433-5401, Email reichenbach.tracy@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services for the Department of Labor, is seeking qualified providers for dental services.  This requirement consists of 8 hours per week/48 weeks per year of on-site services.  The subcontract agreement/scope of work is attached.

Deadline for bids will be February 11, 2013 at 4:00 pm EST.  If you have questions, please contact Tracy Reichenbach, Buyer, at (606) 433-2258, or via e-mail (preferred) at reichenbach .tracy@jobcorps.org .
Place of Performance: Carl D. Perkins Job Corps Center 478 Meadows Branch Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/DS012513/listing.html
OutreachSystems Article Number: 130126/PROCURE/0066
Matching Key Words: state!ky; 


Department of Labor, Employment Training Administration, Horizons Youth Services, 102 West High Street Glassboro NJ 08028

R — Nurse Practitioner NP012513 021113 Tracy M. Reichenbach, Buyer/Horizons Youth Services, Phone 606-433-2258, Fax 606-433-5401, Email reichenbach.tracy@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services for the Department of Labor, is seeking a qualified Nurse Practitioner.  The requirement will600px-US-DeptOfLabor-Seal.svg consist of 6 hours per week/48 weeks per year.  The subcontract agreement/scope of work is attached.

Deadline for bids will be February 11, 2013, at 4:00 pm EST.  If you have questions, please contact Tracy Reichenbach at (606) 433-2258 or via email (preferred) at reichenbach.tracy@jobcorps.org .
Place of Performance: Carl D. Perkins Job Corps 478 Meadows Branch Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/NP012513/listing.html
OutreachSystems Article Number: 130126/PROCURE/0067
Matching Key Words: state!ky; 


Department of the ArmyDepartment of the Army, Army Contracting Command, ACC – Warren (ACC-WRN)(DTA), ACC – Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000

T–Portrait – Oil on Canvas W56HZV13TA103 020813 Brad Zemke, 586-282-6473 ACC – Warren (ACC-WRN)(DTA) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

I. INTRODUCTION

A. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Parts 12.6 and 13.5 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.

B. The combined synopsis and Request for Quotation (RFQ) number is: W56HZV-13-T-A103.

C. Posting Date: 25 January 2013

D. Response Date: 08 February 2013

E. Contracting Office: Army Contracting Command – Warren (ACC-WRN) 6501 E. Eleven Mile, Warren, MI 48397.

F. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 17 January 2013.

G. The NAICS code applicable to this acquisition is 711510. Offeror must be certified under this NAICS code prior to receiving an award.

H. This Combined Synopsis Solicitation contains clauses and provisions requiring a fill-in or representation. Offeror shall submit a copy of this Combined Synopsis Solicitation with their quote and respond to these clauses and provisions accordingly. A failure to complete these fill-ins may cause your offer to be determined ineligible for award.

I. Basis for award- ACC-WRN intends to award on a Best Value Basis. Please see evaluation criteria below for details.

J. Small Business Set-Aside: 100% Small Business set aside

II. GENERAL

A. This acquisition is unrated under the Defense Priorities and Allocations System (DPAS).

B. Quotes must be received by ACC-WRN no later than 3:00PM EST, 08 February 2013. Please see the attachment for details.
Set-Aside: Total Small Business Place of Performance: ACC – Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI 48397-5000 US URL:https://www.fbo.gov/notices/3b16d238435585a8dca9e7767019ce52
OutreachSystems Article Number: 130126/PROCURE/0087
Matching Key Words: naics!711510; 


Department of Veterans Affairs, VA Capitol Network Acquisition Center, Department of Veterans Affairs Capitol Network Acquisition Center, Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422

R–DATA ANALYSIS FOR ARTIFICIAL INTELLIGENCE VA24513R0025 020913 DELTERINE MICKEY VA MEDICAL CENTER CONTRACTING OFFICE Contract VASpecialist VISN 5 VA DC
STATEMENT OF WORK
1. GENERAL: This is a non-personal services requirement to provide (a) data analysis and (b) improvement facilitation. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform data analysis and improvement facilitation as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.
1.2 Background: This request is based on a System Redesign project funded in 2010 and titled “Enhancing the center and culture for performance excellence at the Washington, DC VAMC”. Most of the tasks in this funding initiative have been completed in 2011. The remaining tasks are the focus on this contract.
The Washington, DC VA Medical Center (DCVAMC) is committed to being the “Flagship of VA Healthcare.” As the flagship, the medical center is a model site for innovation, continuous quality improvement, and patient safety. DCVAMC has a systematic approach to improving performance. Senior leaders regularly review a comprehensive set of performance measures. In addition to regular Baldridge assessments, a Performance Measure Matrix (PMM) is used to measure and report our ongoing performance of critical processes leading to organizational success. This also monitors comparisons to VA and non-VA hospitals to monitor targets set by VHA, VISN5 and the facility. We use these reviews and third party assessments to identify opportunities for improvement.
The DCVAMC Leadership Team guides the organization, plans for long-term sustainability, ensures effective self-governance, reviews performance, and creates a nurturing culture for operational excellence through the DCVAMC leadership system. This system focuses on balancing the needs of all stakeholders and establishes the foundation for overall leadership excellence in setting and deploying DCVAMC mission, vision, and values. Senior leaders serve as strong role models as they implement the leadership system to set organization-wide direction in accordance with the vision, mission and values.
Performance and quality improvement initiatives have been a major focus at the DCVAMC. Different models of improvement have been tried. DCVAMC will focus on the Lean model. The current infrastructure does not fully promulgate effective execution of performance or change activities, resulting in inefficiency of process, delays in organizational learning, and waste of resources. Although there is currently a Center for Performance Management that exists at the DCVAMC, its ability to enhance organizational performance and promote innovation or creativity is limited due to the lack of availability of dedicated personnel to Lean initiatives and expertise in analysis of large data driven from CPRS.
VAAs a part of the Patient Flow Collaborative, the DCVAMC was offered the option to participate in the second phase of the Bed Management System (BMS) roll out. We are currently in the process of planning for the implementation of this new software. The successful implementation of this software necessitates the redesign of the way we currently coordinate inpatient flow activities. This is the second area of focus in our proposal. By developing an Inpatient Center to focus on these activities, the DCVAMC will continue to improve on delivering patient-centered care by focusing on streamlining the admissions through discharge process to serve our Veteran patients better.
The current VISN 5 network’s enabling strategic goal is to deliver world-class service to veterans and their families by applying sound business principles that result in effective management of people, communications, technology, and governance. This contract for improvement through system redesign and Lean projects will help our facility achieve this strategic goal. This will be exemplified with the successful implementation of our proposed redesign project.
1.3 Objectives: The overall strategic plan for further enhancing DCVAMC’s commitment to innovative performance improvement activities is divided into two areas: 1) support for enhancing our current Center for Performance Management through analysis of data from CPRS and from Veteran Administration Informatics and Computing Infrastructure (VINCI), 2) the facilitation of Lean projects to improve care using data available through previous step.
1.4 Scope: The contractor shall provide two services: data analysis and improvement facilitation. These services are described in the following:
” Data analysis. The data analysis shall rely on data mining techniques and artificial intelligence for analysis of large massive databases, including text analysis. The expected number of unique patients to be analyzed is 600,000 cases. For each patient, 5 years of CPRS data are available. In addition, many data items, including simple items such as weight are text fields that require complex artificial intelligence techniques for analysis of the data. In particular, the contractor shall use Guided Bayesian approach described in previous collaboration as their method of analysis. In conducting these analysis, the contractor shall rely on remote access to the data servers within VA and shall not transfer the data outside of the VA facilities. This effort will have the following components:
o Classification of text in Hospice Consults notes within CPRS for patients in DC VA
o Examination of methods of measuring severity of illness based on claims data and laboratory findings.
o Examination of reason for readmission within 30 days.
o Examination of trajectory to death for severely ill patients
o Examination of clinical visits that could have been avoided through telemedicine or other remote contacts
” Facilitation of Improvement Efforts. The contract shall use the data analysis accomplished to implement Lean projects within VADCMC. At a minimum the following efforts will be undertaken:
o Description of the extent of the problem using patient outcomes.
o Training of clinicians/managers within VA in Lean improvement efforts.
o Facilitation of at least 4 Lean improvement projects that examine a clinical decision and design new care protocols that avoid wasted effort and improve patient outcomes.
1.5 Period of Performance: The period of performance shall be for one year.

1.6 General Information
1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implementprocedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. Within 30 days after contract award, three copies of a comprehensive written QCP shall be submitted to the KO and COR, within 5 working days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the contracting officer’s acceptance in writing of any proposed change to his QC system.
1.6.2 Quality Assurance: The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). The government’s evaluation is focused on deliverable milestones.
1.6.3 Recognized Holidays: The contractor is not required to perform services during holidays which include:
New Year’s Day Labor Day
Martin Luther King Jr.’s Birthday Columbus Day
President’s Day Veteran’s Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day
1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:30 to 5:30 Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.
1.6.5 Place of Performance: The work to be performed under this contract will be performed at DCVAMC or using Telework provisions at DCVAMC.
1.6.6 Type of Contract: The government will award a firm fixed price contract.
1.6.7 Security Requirements: Must maintain the level of security required by the contract for the life of the contract. The security requirements are in accordance with the DD254 as issued by DCVAMC.
1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured.
1.6.7.2 Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer.
1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor.
1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor’s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer.
1.6.8 Special Qualifications: The contractor is responsible for ensuring all employees possess and maintain current Information Security levels.
1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor’s performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor’s performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government.
1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor’s performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.
1.6.11 Key Personnel: The follow personnel are considered key personnel by the government: Doctor Janusz Wojtusiak. The contractor shall provide a contract manager capable of data analysis who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer and could be Doctor Janusz Wojtusiak. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7:30 a.m. to 4:30p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below:
The key personnel and the contract manager and alternate must have (1) terminal degrees (Ph.D. or MD), (2) a history of at least 2 publications in areas directly relevant to the project, and (3) have at least 5 or more years of data mining experience or quality improvement efforts.

1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contract personnel are not required to obtain and wear badges in the performance of this service.

1.6.14 Other Direct Costs: This category includes reproduction and publishing costs, shipping expenses associated with training activities and visits to contractor facilities. It could also entail the renting of suitable training venues.
1.6.15 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights.
1.6.16 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.
1.6.17 PHASE IN /PHASE OUT PERIOD: To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board, during the 30 day phase in/ phase out periods. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on the contract start date.
ACOR Alternate Contracting Officer’s Representative
AFARS Army Federal Acquisition Regulation Supplement
AR Army Regulation
CCE Contracting Center of Excellence
CFR Code of Federal Regulations
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting Officer Representative
COTR Contracting Officer’s Technical Representative
COTS Commercial-Off-the-Shelf
DA Department of the Army
DD250 Department of Defense Form 250 (Receiving Report)
DD254 Department of Defense Contract Security Requirement List
DFARS Defense Federal Acquisition Regulation Supplement
DMDC Defense Manpower Data Center
DOD Department of Defense
FAR Federal Acquisition Regulation
HIPAA Health Insurance Portability and Accountability Act of 1996
KO Contracting Officer
OCI Organizational Conflict of Interest
OCONUS Outside Continental United States (includes Alaska and Hawaii)
ODC Other Direct Costs
PIPO Phase In/Phase Out
POC Point of Contact
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Program
TE Technical Exhibit
3. GOVERNMENT FURNISHED ITEMS AND SERVICES:
3.1. Services: The Government will provide (a) data servers, (b) Telework software, (c) in some instances loaned computers, (d) data that cannot be taken out of VA, and (e) personnel to assist with these services.
3.2 Facilities: The Government will provide computing and training facilities for the personnel to work from. These facilities could be arranged through Telework. If in person, the facility will include work space, desk, communication equipment, and other items necessary to maintain an office environment.
3.3 Utilities: The Government will provide all utilities in the VA facility provided to the contractor. All work shall be done on government computers or through Telework. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment.
3.4 Equipment: The Government will provide computers for Telework, if these are conducive to completion of the contract.
3.5 Materials: The Government will provide Standard Operating Procedures and Policies.

4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:
4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS.
5. Specific Tasks:
5.1. Basic Services.
5.1.1. Data analysis. The data analysis shall rely on data mining techniques and artificial intelligence for analysis of large massive databases, including text analysis. The expected number of unique patients to be analyzed is 600,000 cases. For each patient, 5 years of CPRS data are available. In addition, many data items, including simple items such as weight are text fields that require complex artificial intelligence techniques for analysis of the data. In particular, the contractor shall use Guided Bayesian approach described in previous collaboration as their method of analysis. In conducting these analysis, the contractor shall rely on remote access to the data servers within VA and shall not transfer the data outside of the VA facilities. This effort will have the following components:
” Classification of text in Hospice Consults notes within CPRS for patients in DC VA. The analysis should describe the nature of consults, the recommended decision, the percentage of times the patient followed the consult, the frequency with which hospice patients were readmitted to the hospital and the factors that increase the need for hospice consults.
” Examination of methods of measuring severity of illness based on claims data and laboratory findings. The effort should statistically compare the performance of established laboratory based key clinical findings to claims based severity/prognostic indicators.
” Examination of reason for readmission within 30 days. The effort should analyze the factors that contribute to readmission and assess the probability of readmission at discharge. The effort should lead to design of an alert system within CPRS to inform discharge planners of unusual discharge requirements to prevent readmissions.
” Examination of trajectory to death for severely ill patients. The project should examine 12 months prior to death and classify patients in groups that have distinct trajectory to death.
” Examination of clinical visits that could have been avoided through telemedicine or other remote contacts. The project shall identify factors that could lead to increased access to appointments for primary or specialist care patients.
5.1.2. Facilitation of Improvement Efforts. The contract shall use the data analysis accomplished to implement Lean projects within VADCMC. At a minimum the following efforts will be undertaken:
” Description of the extent of the problem using patient outcomes. The project shall rely on VA employee’s description of problems and confirm these problems through analysis of CPRS data.
” Training of clinicians/managers within VA in Lean improvement efforts. The project shall provide clinicians/managers with continuing education or university credits. It shall assist participating clinicians/managers in understanding how to proceed with Lean projects.
” Facilitation of at least 4 Lean improvement projects that examine a clinical decision and design new care protocols that avoid wasted effort and improve patient outcomes. For each project, the facilitator shall meet with VA employees individually before group meeting and as a group during scheduled times to solicit their suggestions for change. The procedures to follow should include Lean procedures.
5.1.3. Preparation of manuscripts. The contractor shall conduct literature review and prepare the following manuscripts:
1. Paper on use of Hospice in VA
2. Paper on accuracy of methods for predicting patient’s prognosis
3. Paper on reasons for readmission within 30 days for one index disease
4. Paper on trajectory of illness for one group of patients
5. Paper on clinical Lean procedures with examples from lessons learned at VA
6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS)
6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures.
6.2. Preparation of papers and submission of papers for publication shall follow the DC VA approval requirements and the target journal format and procedures.
Set-Aside: Service-Disabled Veteran-Owned Small Business URL: https://www.fbo.gov/spg/VA/VACNAC/VACNAC/VA24513R0025/listing.html
OutreachSystems Article Number: 130126/PROCURE/0485
Matching Key Words: writ*; copy; technical; standard; operating; procedure?; 

Department of Veterans Affairs, VA Capitol Network Acquisition Center, Department of Veterans Affairs Capitol Network Acquisition Center, Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422

R–DATA ANALYSIS FOR ARTIFICIAL INTELLIGENCE VA24513R0025 012413 DELTERINE MICKEY VA MEDICAL CENTER CONTRACTING OFFICE Contract Specialist VISN 5 VA DC
STATEMENT OF WORK
1. GENERAL: This is a non-personal services requirement to provide (a) data analysis and (b) improvement facilitation. The Government shall not exercise any supervisionVA or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform data analysis and improvement facilitation as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.
1.2 Background: This request is based on a System Redesign project funded in 2010 and titled “Enhancing the center and culture for performance excellence at the Washington, DC VAMC”. Most of the tasks in this funding initiative have been completed in 2011. The remaining tasks are the focus on this contract.
The Washington, DC VA Medical Center (DCVAMC) is committed to being the “Flagship of VA Healthcare.” As the flagship, the medical center is a model site for innovation, continuous quality improvement, and patient safety. DCVAMC has a systematic approach to improving performance. Senior leaders regularly review a comprehensive set of performance measures. In addition to regular Baldridge assessments, a Performance Measure Matrix (PMM) is used to measure and report our ongoing performance of critical processes leading to organizational success. This also monitors comparisons to VA and non-VA hospitals to monitor targets set by VHA, VISN5 and the facility. We use these reviews and third party assessments to identify opportunities for improvement.
The DCVAMC Leadership Team guides the organization, plans for long-term sustainability, ensures effective self-governance, reviews performance, and creates a nurturing culture for operational excellence through the DCVAMC leadership system. This system focuses on balancing the needs of all stakeholders and establishes the foundation for overall leadership excellence in setting and deploying DCVAMC mission, vision, and values. Senior leaders serve as strong role models as they implement the leadership system to set organization-wide direction in accordance with the vision, mission and values.
Performance and quality improvement initiatives have been a major focus at the DCVAMC. Different models of improvement have been tried. DCVAMC will focus on the Lean model. The current infrastructure does not fully promulgate effective execution of performance or change activities, resulting in inefficiency of process, delays in organizational learning, and waste of resources. Although there is currently a Center for Performance Management that exists at the DCVAMC, its ability to enhance organizational performance and promote innovation or creativity is limited due to the lack of availability of dedicated personnel to Lean initiatives and expertise in analysis of large data driven from CPRS.
As a part of the Patient Flow Collaborative, the DCVAMC was offered the option to participate in the second phase of the Bed Management System (BMS) roll out. We are currently in the process of planning for the implementation of this new software. The successful implementation of this software necessitates the redesign of the way we currently coordinate inpatient flow activities. This is the second area of focus in our proposal. By developing an Inpatient Center to focus on these activities, the DCVAMC will continue to improve on delivering patient-centered care by focusing on streamlining the admissions through discharge process to serve our Veteran patients better.
The current VISN 5 network’s enabling strategic goal is to deliver world-class service to veterans and their families by applying sound business principles that result in effective management of people, communications, technology, and governance. This contract for improvement through system redesign and Lean projects will help our facility achieve this strategic goal. This will be exemplified with the successful implementation of our proposed redesign project.
1.3 Objectives: The overall strategic plan for further enhancing DCVAMC’s commitment to innovative performance improvement activities is divided into two areas: 1) support for enhancing our current Center for Performance Management through analysis of data from CPRS and from Veteran Administration Informatics and Computing Infrastructure (VINCI), 2) the facilitation of Lean projects to improve care using data available through previous step.
1.4 Scope: The contractor shall provide two services: data analysis and improvement facilitation. These services are described in the following:
” Data analysis. The data analysis shall rely on data mining techniques and artificial intelligence for analysis of large massive databases, including text analysis. The expected number of unique patients to be analyzed is 600,000 cases. For each patient, 5 years of CPRS data are available. In addition, many data items, including simple items such as weight are text fields that require complex artificial intelligence techniques for analysis of the data. In particular, the contractor shall use Guided Bayesian approach described in previous collaboration as their method of analysis. In conducting these analysis, the contractor shall rely on remote access to the data servers within VA and shall not transfer the data outside of the VA facilities. This effort will have the following components:
o Classification of text in Hospice Consults notes within CPRS for patients in DC VA
o Examination of methods of measuring severity of illness based on claims data and laboratory findings.
o Examination of reason for readmission within 30 days.
o Examination of trajectory to death for severely ill patients
o Examination of clinical visits that could have been avoided through telemedicine or other remote contacts
” Facilitation of Improvement Efforts. The contract shall use the data analysis accomplished to implement Lean projects within VADCMC. At a minimum the following efforts will be undertaken:
o Description of the extent of the problem using patient outcomes.
o Training of clinicians/managers within VA in Lean improvement efforts.
o Facilitation of at least 4 Lean improvement projects that examine a clinical decision and design new care protocols that avoid wasted effort and improve patient outcomes.
1.5 Period of Performance: The period of performance shall be for one year.

1.6 General Information
1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implementprocedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. Within 30 days after contract award, three copies of a comprehensive written QCP shall be submitted to the KO and COR, within 5 working days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the contracting officer’s acceptance in writing of any proposed change to his QC system.
1.6.2 Quality Assurance: The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). The government’s evaluation is focused on deliverable milestones.
1.6.3 Recognized Holidays: The contractor is not required to perform services during holidays which include:
New Year’s Day Labor Day
Martin Luther King Jr.’s Birthday Columbus Day
President’s Day Veteran’s Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day
1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:30 to 5:30 Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.
1.6.5 Place of Performance: The work to be performed under this contract will be performed at DCVAMC or using Telework provisions at DCVAMC.
1.6.6 Type of Contract: The government will award a firm fixed price contract.
1.6.7 Security Requirements: Must maintain the level of security required by the contract for the life of the contract. The security requirements are in accordance with the DD254 as issued by DCVAMC.
1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured.
1.6.7.2 Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer.
1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor.
1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor’s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer.
1.6.8 Special Qualifications: The contractor is responsible for ensuring all employees possess and maintain current Information Security levels.
1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor’s performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor’s performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government.
1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor’s performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.
1.6.11 Key Personnel: The follow personnel are considered key personnel by the government: Doctor Janusz Wojtusiak. The contractor shall provide a contract manager capable of data analysis who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer and could be Doctor Janusz Wojtusiak. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7:30 a.m. to 4:30p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below:
The key personnel and the contract manager and alternate must have (1) terminal degrees (Ph.D. or MD), (2) a history of at least 2 publications in areas directly relevant to the project, and (3) have at least 5 or more years of data mining experience or quality improvement efforts.

1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contract personnel are not required to obtain and wear badges in the performance of this service.

1.6.14 Other Direct Costs: This category includes reproduction and publishing costs, shipping expenses associated with training activities and visits to contractor facilities. It could also entail the renting of suitable training venues.
1.6.15 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights.
1.6.16 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.
1.6.17 PHASE IN /PHASE OUT PERIOD: To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board, during the 30 day phase in/ phase out periods. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on the contract start date.
ACOR Alternate Contracting Officer’s Representative
AFARS Army Federal Acquisition Regulation Supplement
AR Army Regulation
CCE Contracting Center of Excellence
CFR Code of Federal Regulations
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting Officer Representative
COTR Contracting Officer’s Technical Representative
COTS Commercial-Off-the-Shelf
DA Department of the Army
DD250 Department of Defense Form 250 (Receiving Report)
DD254 Department of Defense Contract Security Requirement List
DFARS Defense Federal Acquisition Regulation Supplement
DMDC Defense Manpower Data Center
DOD Department of Defense
FAR Federal Acquisition Regulation
HIPAA Health Insurance Portability and Accountability Act of 1996
KO Contracting Officer
OCI Organizational Conflict of Interest
OCONUS Outside Continental United States (includes Alaska and Hawaii)
ODC Other Direct Costs
PIPO Phase In/Phase Out
POC Point of Contact
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Program
TE Technical Exhibit
3. GOVERNMENT FURNISHED ITEMS AND SERVICES:
3.1. Services: The Government will provide (a) data servers, (b) Telework software, (c) in some instances loaned computers, (d) data that cannot be taken out of VA, and (e) personnel to assist with these services.
3.2 Facilities: The Government will provide computing and training facilities for the personnel to work from. These facilities could be arranged through Telework. If in person, the facility will include work space, desk, communication equipment, and other items necessary to maintain an office environment.
3.3 Utilities: The Government will provide all utilities in the VA facility provided to the contractor. All work shall be done on government computers or through Telework. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment.
3.4 Equipment: The Government will provide computers for Telework, if these are conducive to completion of the contract.
3.5 Materials: The Government will provide Standard Operating Procedures and Policies.

4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:
4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS.
5. Specific Tasks:
5.1. Basic Services.
5.1.1. Data analysis. The data analysis shall rely on data mining techniques and artificial intelligence for analysis of large massive databases, including text analysis. The expected number of unique patients to be analyzed is 600,000 cases. For each patient, 5 years of CPRS data are available. In addition, many data items, including simple items such as weight are text fields that require complex artificial intelligence techniques for analysis of the data. In particular, the contractor shall use Guided Bayesian approach described in previous collaboration as their method of analysis. In conducting these analysis, the contractor shall rely on remote access to the data servers within VA and shall not transfer the data outside of the VA facilities. This effort will have the following components:
” Classification of text in Hospice Consults notes within CPRS for patients in DC VA. The analysis should describe the nature of consults, the recommended decision, the percentage of times the patient followed the consult, the frequency with which hospice patients were readmitted to the hospital and the factors that increase the need for hospice consults.
” Examination of methods of measuring severity of illness based on claims data and laboratory findings. The effort should statistically compare the performance of established laboratory based key clinical findings to claims based severity/prognostic indicators.
” Examination of reason for readmission within 30 days. The effort should analyze the factors that contribute to readmission and assess the probability of readmission at discharge. The effort should lead to design of an alert system within CPRS to inform discharge planners of unusual discharge requirements to prevent readmissions.
” Examination of trajectory to death for severely ill patients. The project should examine 12 months prior to death and classify patients in groups that have distinct trajectory to death.
” Examination of clinical visits that could have been avoided through telemedicine or other remote contacts. The project shall identify factors that could lead to increased access to appointments for primary or specialist care patients.
5.1.2. Facilitation of Improvement Efforts. The contract shall use the data analysis accomplished to implement Lean projects within VADCMC. At a minimum the following efforts will be undertaken:
” Description of the extent of the problem using patient outcomes. The project shall rely on VA employee’s description of problems and confirm these problems through analysis of CPRS data.
” Training of clinicians/managers within VA in Lean improvement efforts. The project shall provide clinicians/managers with continuing education or university credits. It shall assist participating clinicians/managers in understanding how to proceed with Lean projects.
” Facilitation of at least 4 Lean improvement projects that examine a clinical decision and design new care protocols that avoid wasted effort and improve patient outcomes. For each project, the facilitator shall meet with VA employees individually before group meeting and as a group during scheduled times to solicit their suggestions for change. The procedures to follow should include Lean procedures.
5.1.3. Preparation of manuscripts. The contractor shall conduct literature review and prepare the following manuscripts:
1. Paper on use of Hospice in VA
2. Paper on accuracy of methods for predicting patient’s prognosis
3. Paper on reasons for readmission within 30 days for one index disease
4. Paper on trajectory of illness for one group of patients
5. Paper on clinical Lean procedures with examples from lessons learned at VA
6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS)
6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures.
6.2. Preparation of papers and submission of papers for publication shall follow the DC VA approval requirements and the target journal format and procedures.
URL: https://www.fbo.gov/spg/VA/VACNAC/VACNAC/VA24513R0025/listing.html
OutreachSystems Article Number: 130125/PROCURE/0067
Matching Key Words: writ*; copy; technical; standard; operating; procedure?; 


600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk Philadelphia Office, N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA

T–SECNAV Official Oil Portrait N0018913T0574 020413 Joseph Haviland 215-697-9831 NAVSUP FLC Norfolk Detachment Philadelphia intends to procure the services of an artist to paint the official portrait for the Secretary of the Navy, Pentagon, Washington, DC. This combination synopsis/solicitation for commercial items is prepared in accordance with Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a further written solicitation will not be issued. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at current through this address: http://farsite.hill.af.mil/. The NAICS Code is 711510.
The following provision is applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items.

The following clauses are applicable to this procurement: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders, Commercial Items; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition or Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action for Workers and Disabilities; 52.222-37 Employment Reports Disabled Veterans and Veterans of the Vietnam Era; 52.232-33; Payment for Electronic Funds Transfer-Central Contractor Registration.
SUPPLIES/SERVICES: See attached Statement of Work for further information regarding the subject requirement.
Quotes should be received no later than 4 PM EST on Monday 4 February 2013.
All responses may be e-mailed to Joseph Haviland at joseph.haviland1@navy.mil and reference solicitation number N00189-13-T-0574. For additional information concerning this requirement, please contact Joe Haviland at joseph.haviland1@navy.mil or 215-697-9831.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018913T0574/listing.html
OutreachSystems Article Number: 130125/PROCURE/0088
Matching Key Words: naics!711510; 

FedBizOpps – Awards

General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA), 819 Taylor Street Room 7A37 Fort Worth TX 76102

R–Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Lorena Aslan, Contracting Officer , Phone 817-850-8407, Fax 817-574-2342, Emai600px-US-GeneralServicesAdministration-Seal-Alt.svg lorena.aslan@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-131AA $500000 012413 541 4B_541-5_541-1000 CURTIS BIRCH , INC., 1547 10TH ST UNIT A, Santa Monica, CA 904012805 US POC: Richard Yelland
URL: https://www.fbo.gov/notices/526e3bf027291a6fa8250aebe23f93a2
OutreachSystems Article Number: 130125/AWARDS/0672
Matching Key Words: naics!512110; 

FedBizOpps – Surplus

Department of the ArmyDepartment of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Scrap Ammunition Containers 13-0007a 013113 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Pearman Pearman, Daniel, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for a non-exclusive sale of post consumer Scrap Ammunition Containers. The duration of this agreement is for 7 days.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information on your bid. Send your bid to Bridgette Caico, Daniel Pearman and Sandra McGhee at sandra.m.mcghee2.naf@mail.mil or by email or fax #502-624-5672. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any question. All bids are welcome.
The contract performance location is at Building 94 Dixie St. Fort Knox, Ky 40121.
Thank you,
Bridgette Caico
Fort Knox QRP
bldg 94 Dixie St.
Fort Knox, Ky 40121
Daniel Pearman
Program Manager
Place of Performance: 94 Dixie St. Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/13-0007a/listing.html
OutreachSystems Article Number: 130125/SURPLUS/0808

FedBizOpps – Special Notes

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Centralized data center for Combat Training Center Instrumentation System (CTC-IS) W900KK13RFIDATASTORAGE Phil Davis, 407-384-5335 PEO STRI peostri_org_banner_v09292010Acquisition Center DOCUMENT TYPE: Request for Information (RFI)
TITLE: Centralized data center for Combat Training Center Instrumentation System (CTC-IS)
NAICS Code: 541512

BRIEF DESCRIPTION: CTC- IS is an integrated system of computer software and hardware; workstations; databases; voice, video and data recording; production and presentation equipment; interface devices; and communication networks. Each training center hosts its’ own individual data center which is comprised of 60 servers and 125 desktops each. The instrumentation system software is custom written using the LT2Product baseline (www.lt2portal.org).

The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE), Product Manager for Combat Training Instrumentation System (CTIS) intends to centralize the data centers that are currently housed at the Combat Training Centers (CTCs). The CTCs are located at the National Training Center (NTC) at Fort Irwin, California and at the Joint Readiness Training Center (JRTC) at Fort Polk, Louisiana.

INTENT OF THIS RFI: PM CTIS is seeking information from industry for available centralized data center solutions for the CTC-IS. Information submitted in response to the RFI will not be utilized for any purpose other than for market research only. The Government requests that all interested offerors submit a response (up to 20 pages including the cover sheet) that addresses the following in relation to centralized data centers:

A description of your firm’s capabilities and size

Demonstrate your ability to determine bandwidth and latency requirements

Previous solutions, the challenges faced, and the customer

Cost comparison between buy/lease/rent

Experience creating Service Level Agreements

Identify the standards used in establishing centralized data centers

Identify the current industry best practices or solutions and emerging technology innovations

Other information that may be relevant

ACQUISITION APPROACH: The Government intends to conduct a study to determine the Government’s infrastructure requirements to support a centralized data center along with the new centralized data center. The Government is currently developing an acquisition strategy for a centralized data center for CTC-IS. The acquisition strategy or contract type for this effort has not yet been determined.

ESTIMATED DOLLAR VALUE: TBD

RESPONSES REQUESTED: Questions with regard to the subject effort shall be submitted, in writing, to the Contract Specialist, Mr. William Jensen, at William.R.Jensen1@us.army.mil before 2:00pm EST on 8 February 2013. Interested offerors shall provide their capability statement via email no later than 2:00pm Eastern Standard Time (EST) on 15 February 2013 to Mr. William Jensen, Contract Specialist, William.R.Jensen1@us.army.mil.

DISCLAIMER: This announcement is published for market research purposes only. This notice does not constitute an invitation for bid or a request for proposal and is not a commitment by the U.S. Government to procure the subject effort. No solicitation documentation exists at this time. Responses in any form are not considered offers and the Government is under no obligation to award a contract as result of this announcement. No funds are available to pay for the preparation of responses to this announcement. The submission of the requested information is for planning purposes only.

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13RFIDATASTORAGE/listing.html
OutreachSystems Article Number: 130201/SPECIAL/0940
Matching Key Words: video*; produc*; train*; page?; documentation; production?; 

USABID State and Local Purchases

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – Carnival Rides for UK Staff Appreciation Day SOL UK-1233-13 Carnival Rides for UK Staff Appreciation Day For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130202/BID/0342
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – MC6599 UKGS AHU2 UpgradesPlans Available from UK Planroom SOL CCK-1858-13 MC6599 UKGS AHU2 UpgradesPlans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130202/BID/0345
Matching Key Words: age:state!ky; state!ky; 


New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300

R – BOROUGH OF KEANSBURG Request for Proposals Energy Performance SOL Public Notice ID: 19853914.HTM BOROUGH OF KEANSBURG Request for Proposals Energy Performance Contracting Program The Housing Authority of the Borough of Keansburg (the “Authority”) seeks proposals from interested Energy Services Companies (“ESCos”) that are capable of providing comprehensive energy management and energy-related capital improvement services through an energy performance contract that will improve the energy and water efficiency of the Authority’s housing complexes. For purposes of this document, an “energy performance contract” shall mean a contract for energy efficiency services and equipment in which the payment of the obligation is guaranteed by the ESCo under contract to be less than the energy cost savings attributable to the services of equipment under the contract, for the term of the contract. The Authority is interested in contracting a full range of energy and water services and energy-related capital improvements financed through a performance-based contract with guaranteed savings at no initial capital cost to them. These services may include, but are not limited to: design, acquisition, installation, modification, maintenance and training in the operation of existing and new equipment, all aimed at reducing energy consumption and cost associated with the heating and ventilation system, the lighting system, the water system, and other energy using devices. To obtain a copy of the complete written Request for Proposals contact: Thomas Furlong, Director of Financial Operations Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Tel: 732-826-3118 e-mail: tom(@perthamboyha.org Proposals are due April 30, 2013Douglas G. Dzema Executive Director ($50.00) 685958 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130202/BID/0704
Matching Key Words: writ*; copy; 

New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300

R – BOROUGH OF KEANSBURG Performance Contracting Program The Hous SOL Public Notice ID: 19848548.HTM BOROUGH OF KEANSBURG Performance Contracting Program The Housing Authority of the Borough of Highlands (the “Authority”) seeks proposals from interested Energy Services Companies (“ESCos”) that are capable of providing comprehensive energy management and energy-related capital improvement services through an energy performance contract that will improve the energy and water efficiency of the Authority’s housing complexes. For purposes of this document, an “energy performance contract” shall mean a contract for energy efficiency services and equipment in which the payment of the obligation is guaranteed by the ESCo under contract to be less than the energy cost savings attributable to the services of equipment under the contract, for the term of the contract. The Authority is interested in contracting a full range of energy and water services and energy-related capital improvements financed through a performance-based contract with guaranteed savings at no initial capital cost to them. These services may include, but are not limited to: design, acquisition, installation, modification, maintenance and training in the operation of existing and new equipment, all aimed at reducing energy consumption and cost associated with the heating and ventilation system, the lighting system, the water system, and other energy using devices. To obtain acopy of the complete written Request for Proposals contact: Thomas Furlong, Director of Financial Operations Housing Authority of the Borough of Highlands 215 Shore Drive, Highlands, NJ 07732 Tel: 732-826-3118 e-mail: tom@perthamboyha.org Proposals are due April 30, 2013. Douglas G. Dzema Executive Director ($50.00) 685834 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130201/BID/0733
Matching Key Words: writ*; copy; 


New Jersey Press Association http://www.publicnoticeads.com/NJ/search/searchnotices.asp NJPA – New Jersey Press Association; 840 Bear Tavern Rd.; STE 305; West Trenton, NJ 08625 Phone: 609-406-0600 FAX 609-406-0300

R – BOROUGH OF KEANSBURG Request for Proposals Energy Performance SOL Public Notice ID: 19848547.HTM BOROUGH OF KEANSBURG Request for Proposals Energy Performance Contracting Program The Housing Authority of the Borough of Keansburg (the “Authority”) seeks proposals from interested Energy Services Companies (“ESCos”) that are capable of providing comprehensive energy management and energy-related capital improvement services through an energy performance contract that will improve the energy and water efficiency of the Authority’s housing complexes. For purposes of this document, an “energy performance contract” shall mean a contract for energy efficiency services and equipment in which the payment of the obligation is guaranteed by the ESCo under contract to be less than the energy cost savings attributable to the services of equipment under the contract, for the term of the contract. The Authority is interested in contracting a full range of energy and water services and energy-related capital improvements financed through a performance-based contract with guaranteed savings at no initial capital cost to them. These services may include, but are not limited to: design, acquisition, installation, modification, maintenance and training in the operation of existing and new equipment, all aimed at reducing energy consumption and cost associated with the heating and ventilation system, the lighting system, the water system, and other energy using devices. To obtain a copy of the complete written Request for Proposals contact: Thomas Furlong, Director of Financial Operations Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Tel: 732-826-3118 e-mail: tom@perthamboyha.org Proposals are due April 30, 2013. Douglas G. Dzema Executive Director ($50.00) 685825 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130201/BID/0734
Matching Key Words: writ*; copy; 

Pennsylvania Public Notices http://pa.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Pennsylvania.

U – Public Mtg. NoticesKennett Consolidated School District Notice o SOL Public Mtg. NoticesKennett Consolidated School District Notice of Act 1 Referendum Exception Pursuant to Act 1, the Pennsylvania Department of Education publishes an index % applicable to each school district. The school district’s real estate tax increase for the next fiscal year is limited to the index % unless the proposed tax rate is approved by the voters pursuant to a referendum or the School District qualifies for an Act 1 exception. As a result of special circumstances covered by an Act 1 referendum exception, a tax rate increase above the of index % is required to balance the School District budget for the next fiscal year. This tax increase required to provide a quality education program as reflected in the School District’s Preliminary Budget. The School District intends to seek approval from the Pennsylvania Department of Education or the County Court as required by Act 1 for an exception to the 1.7% index allowing the proposed 3.8% increase of the real estate tax reflected in the School District’s 2013-2014 Preliminary Budget. The Preliminary Budget is available for public inspection at the District Office, 300 East South Street, Kennett Square, Pennsylvania. Upon written request, a copy of the referendum exception application will be furnished to any taxpayer or resident of the school district. Public Notice The Kennett Consolidated School District Board of School Directors will meet on Monday, February 11, 2013, for the purpose of approving the 2013-2014 Preliminary General Operating Budget, and to take action on any further business that may come before the Board. The meeting will begin at 7:00 p.m. and will be held in the Mary D. Lang Kindergarten Center, 409 Center Street Street, Kennett Square, PA 19348. In accordance with Act 1 of 2006, the 2013-2014 Preliminary Budget will be available for public inspection at the District Office, and on the District’s website at http://www.kcsd.org on January 31, 2013. If you are a person with a disability and wish to attend this meeting and require an auxiliary aid, service, or other accommodation to observe or to participate in the proceeding, please telephone the District Superintendent at (610) 444-6602 to discuss how the Kennett Consolidated School District may best accommodate your needs. Mark T. Tracy, Secretary Appeared in: Daily Local News on Thursday, 01/31/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130131/BID/0642
Matching Key Words: writ*; copy; operating; 

Texas – Austin Independent School District http://www.austinisd.org/inside/purchasing/bids.phtml Austin Independent School District; 1111 West Sixth Street; Austin, TX 78703, Phone: (512) 414-2161, FAX: (512) 480-0924

T - Video Production Services SOL P13-050 Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130130/BID/0844
Matching Key Words: video*; produc*; production?; 

Ohio – City of Columbus http://vendorservices.columbus.gov/e-proc/venSolicitationsAll.asp?link=Open+Solicitations City of Columbus Purchasing Office, 50 W. Gay Street, 1st Floor, Columbus, Ohio 43215, Phone: (614) 645-8315, Fax: (614) 645-7051

R – DRWP – CANADIAN GEESE MANAGEMENT SERVICE SOL SO042344 PURPOSE: During the year the City needs to purchase Canadian Geese Management Services on an as needed basis. The estimated dollar amount to be spent on this agreement is: $2,500.00To satisfy these needs, this Office must establish a purchase order pursuant to a blanket order agreement and to enable payments. The Purchase Order will represent a maximum obligation for the City of Columbus over a particular time period. The City may spend all, part or none of the funding noted on the Purchase Order. The Purchase Order shall not be construed as an actual order to manufacture, ship, or provide any items or services. Rather, this order enables properly authorized City agency personnel to make purchases on an “as needed” basis per the referenced solicitation.Any number of written purchase orders may be issued at the discretion of the city to increase or decrease available funds during the term of the agreement. At no time shall the maximum obligation of the City agency exceed the cumulative dollar amount of associated purchase orders.The funds available on the Purchase Order expire on 2/28/2014. Any available funds balance not obligated by the City for accounts payable on items/work ordered on or prior to that date shall be cancelled after that date.Prices shall be FOB Destination Freight Prepaid & Allowed unless otherwise specified.BIDDING INSTRUCTIONS :P lease fill in line #1 as follows: Quantity = 1 (one)Unit of measure = LT (lot)Amount = $2,500.00. Total estimated dollar amount (see first paragraph above). (Line #1 continued) IN THE COMMENT BOX TO THE RIGHT OF LINE #1, PLEASE INDICATE:#1) ANY TRADE DISCOUNT (reduction from list price), IF APPLICABLE, WHICH SHALL BE APPLIED TO THE PURCHASES OF ALL ITEMS UNDER THIS AGREEMENT, and#2) THE NAME (AND LOCATION) OF THE PRICE LIST FROM WHICH THE DISCOUNT IS TO APPLY.For any additional lines please provide the unit cost as requested. These additional lines are representative items and the quantities are estimates that will be used for evaluation purposes. If no discount percentage and/or price list is indicated for line #1 then the maximum scope and amount of the award will be ONLY for the additional line items listed.The approved vendor must adhere to the following:1. Be an ODNR approved goose round up wildlife control company.2. Acquire the necessary permits from ODNR.3. Perform goose round up in compliance with all ODNR specifications.4. Perform the goose round up in a sensitive and humane manner as viewed by the public.5. Provide required transportation with bedding and space necessary per bird.6. Be able to provide up to 3 staff members if necessary to perform the goose round up in an appropriate and humane manner.7. Perform video documentation of the goose round up from start to finish.8. Show evidence of having performed a minimum of 30 goose round-ups without incident.9. Must be able to provide 3 references, and have a minimum of 5 years of experience.Scope of work to be performed: This contract is being established for the discouragement and/or the relocation of Canadian geese at the City of Columbus, Department of Public Utilities, Division of Water, Dublin Road Water Plant. This service will be performed at the Dublin Road Water Plant, 940 Dublin Road, Columbus, Ohio 43215. Normal hours of operations will be Monday thru Friday 7:00 am to 3:00 pm. We would like this service to be performed in one of two phases: either by a discouragement phase or by a handling phase. The discouragement phase may contain: pyrotechnic discouragement, canine discouragement, physical discouragement, night discouragement, audio discouragement or by a canine effigy. The handling phase may contain: egg addling, nest destruction or geese round-up/relocation. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130126/BID/0517

PREVIOUS BUSINESS AND CAREERS OPPORTUNITIES BIDS AND PURCHASES


beenetworknews.com           30 seconds

Business and Career Opportunities DOD Awarded Contracts

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

DEFENSE LOGISTICS AGENCY

Taylor-Dunn Manufacturing*, Anaheim, Calif., was awarded contract SPE8EC-13-D-0011.  The award is for $633,000,000 and is being issued for the procurement of commercial type material handling equipment.  Location of performance is California with a March 12, 2018 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 2018 Defense Working Capital funds.  The contractingDefense_Logistics_Agency activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tullahoma Industries LLC.**, Tullahoma, Tenn., was awarded contract SPM1C1-13-D-1033.  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for $25,482,000 for three types of permethrin Army combat uniform camouflage patterned trousers.  Locations of performance are Alabama and Tennessee with a March 12, 2014 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tallahassee Aviation Partners LLC.*, Houston, Texas, was awarded contract SP0600-13-D-0024.  The award is a fixed-price with economic-price-adjustment, Into-Plane contract for $11,480,135 for fuel.  Locations of performance are Florida and Texas with a March 31, 2017 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 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

600px-US-DeptOfNavy-Seal.svgNAVY

CEIA USA Ltd.*, Twinsburg, Ohio, is being awarded a $33,270,967 firm-fixed-price contract for the procurement of compact metal detectors and ancillary equipment in support of foreign military sales (FMS) to Afghanistan (100 percent).  Work will be performed in Viciomaggio, Italy, and is expected to be completed by September 2013.  FMS funding in the amount of $33,270,967 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-13-C-0019).

Mid Atlantic Professionals Inc., Germantown, Md., (N00189-13-D-0016); GeoNorth LLC., Anchorage, Alaska, (N00189-13-D-0017); and Language on Demand, Fairfax, Va., (N00189-13-D-0018) are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple award contract to provide civilians in the battlefield training enhancement support.  Estimated program amount is $25,778,471 for the base year.  The maximum dollar value for the program – one 12 month base period and two 12 month option periods for all three contracts combined is $73,442,654.  Funding will be provided at the task order level.  These three contractors will compete for the task orders under the terms and conditions of the awarded contract.  Work will be performed in Dam Neck, Virginia Beach, Va. (23 percent); Little Creek, Virginia Beach, Va. (14 percent); Fort Story, Virginia Beach, Va. (13 percent); Camp Pendleton, Virginia Beach, Va. (13 percent); China Lake, Calif. (9 percent); San Diego, Calif. (9 percent); Fort Hunter Liggett, Calif. (7 percent); Cheatham Annex, Yorktown, Va.,(3 percent); Pearl Harbor, Hawaii (3 percent); Camp Shelby Miss. (2.5 percent); Gulf Port, Miss. (2.5 percent); and Moyock, N.C. (1 percent), and work is expected to be completed  by March 14, 2014.  With all options exercised, work will continue through March 14, 2016.  Funding in the amount of $15,000 for the minimum guarantee will be equally divided among the three contracts using Operations and Maintenance, Navy funds, and will funds will expire at the end of the current fiscal year.  The contract was competitively procured through full and open competition and solicited through the Navy Electronic Commerce Online and Federal Business Opportunities websites, with seven offers received.  NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity.

AIR FORCE

Sierra Nevada Corp., Sparks, Nev., is being awarded an $8,387,809 cost-plus-fixed-fee completion contract (FA8750-13-C-0057) for software and hardare architecture framework prototype development.  The location of the performance is Sparks, Nev.  Work is expected to be completed by March 13, 2015.  Type of appropriation is fiscal356px-Seal_of_the_US_Air_Force.svg 2012 Research Development Test and Evaluation funds.  The contracting activity is AFRL/RIKD, Rome, N.Y.

600px-WHS_Insignia.svgWASHINGTON HEADQUARTERS SERVICES

Qualx Corp., Vienna, Va, has been awarded an $8,287,292 option to the firm-fixed-price contract (HQ0034-12-F-0213) to provide comprehensive enterprise-wide information and administrative management services. Work will be performed in Washington, D.C., with an estimated completion date of March 16, 2014.  Washington Headquarters Services, Acquisition Directorate, Arlington, Va., is the contracting activity.

MISSILE DEFENSE AGENCY

Raytheon Co., Integrated Defense Systems, Woburn, Mass., has been awarded a firm-fixed-price contract modification to exercise an option to the, under contract # HQ0147-12-C-0006 (P00010).  The value of this contract modification is $8,252,145, increasing the total contract value from $571,946,872 to $580,199,017.  Under this600px-US-MissileDefenseAgency-Seal.svg
modification, the contractor will manufacture and deliver one AN/TPY-2 prime power unit (PPU).  The work will be performed in Woburn, Mass.  The performance period is from March 25, 2013 through June 30, 2015.  Fiscal 2013 Procurement funds will not expire at the end of the current fiscal year.  The Missile Defense Agency, Huntsville, Ala., is the contracting activity.

ARMY

Envirotech Environmental Services Inc., Stockbridge, Calif., was awarded a $6,580,507 firm-fixed-price contract.  This award is a modification of an existing contract to perform environmental services in Afghanistan.  Work will be performed in Afghanistan, with an estimated completion date of March 15, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-F-0005).

Attain LLC., Vienna, Va., (W52P1J-13-D-0012); InSap Services Inc., Marlton, N.J., (W52P1J-13-D-0016); and Herdt Consulting Inc., Chelsea, Ala., (W52P1J-13-D-0033); were awarded a $129,000,000 firm-fixed-price multiple award task order contract among three vendors.  The award will provide for the full range of enterprise infrastructure services.  Work location will be determined with each order, with an estimated completion date of March 4, 2018.  There were 10 bids solicited, with 10 bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity.

Department of the ArmyDon Jones Construction Co., Inc., Columbus, Ga., (W912HN-13-D-0005); Blueforge LLC., St. Petersburg, Fla., (W912HN-13-D-0006); Kadell Industries Inc., Fort Mitchell, Ala., (W912HN-13-D-0007); Edgewater Construction Services LLC., Chesapeake, Va., (W912HN-13-D-0008); and Maverick Constructors, Lutz, Fla., (W912HN-13-D-0010); were awarded a $95,000,000 firm-fixed-price multiple award task order contract among five vendors.  The award will provide for the general construction services; primarily at Fort Benning, Ga.  Work location will be determined with each order, with an estimated completion date of March 6, 2018.  The bid was solicited through the Internet, with 24 bids received.  The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity.

BAE Systems Inc., Nashua, N.H., was awarded a $66,000,015 firm-fixed-price contract.  The award will provide for the procurement of AN/AAR-57 common missile warning systems.  The contract is in support of Foreign Military Sales for United Arab Emirates and Saudi Arabia.  Work will be performed in Nashua, with an estimated completion date of March 6, 2015.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-C-C108).

Raytheon Company Missile Systems, Tucson, Ariz., was awarded a $26,875,500 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure tube-launched optically-tracked wireless-guided missiles for the U.S. Marine Corps.  Work will be performed in Tucson, and Farmington, N.M.; with an estimated completion date of Dec. 31, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0265).

B&K Construction Company Inc., Mandeville, La., was awarded a $24,370,629 firm-fixed-price contract.  The award will provide for the installation, construction and relocation services at areas of the Mississippi River.  Work will be performed in Jefferson Parish, La., with an estimated completion date of Sept. 30, 2015.  The bid was solicited through the Internet, with nine bids received.  The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0015).

Enola Contracting Services, Chipley, Fla., was awarded a $20,000,000 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure maintenance and repair services at Fort Stewart and Hunter Army Airfield, Ga.  Work will be performed in Fort Stewart, with an estimated completion date of March 31, 2014.  The bid was solicited through the Internet, with 15 bids received.  The U.S. Army Contracting Command, Fort Stewart, Ga., is the contracting activity (W91247-11-D-0007).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded a $19,917,006 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to continue training services and contractor logistics support services for Iraq.  This contract is in support of Foreign Military Sales.  Work location will be determined with each order, with an estimated completion date of Sept. 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0015).

MACNAK Korte Design Build LLC., Lakewood, Wash., was awarded a $14,338,486 firm-fixed-price contract.  The award will provide for the construction services to an existing Army Reserve Center facility located at Fort Wadsworth in Staten Island, N.Y.  Work will be performed in Staten Island, with an estimated completion date of July 19, 2014.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-C-0009).

Speegle Construction Inc., Niceville, Fla., was awarded a $12,358,500 firm-fixed-price contract.  The award will provide for the construction of a squadron operationsDepartment of the Army facility at Luke Air Force Base (AFB), Ariz.  Work will be performed at Luke AFB, with an estimated completion date of Sept. 16, 2014.  The bid was solicited through the Internet, with 16 bids received.  The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-13-D-0006).

Lockheed Martin Corp., Liverpool, N.Y., was awarded an $11,989,659 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to procure interim contractor support for the AN/TPQ-53 radar systems.  Work will be performed in Liverpool, with an estimated completion date of Sept. 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-06-C-T004).

Eaton Aerospace, Jackson, Miss., was awarded a $9,336,811 firm-fixed-price, incrementally-funded contract.  This increment is worth $394,680.  The award will provide for the procurement of axial pistons that support the CH-47.  Work will be performed in Jackson, with an estimated completion date of Dec. 8, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0060).

Airborne Systems North America of California Inc., Santa Ana, Calif., was awarded a $7,055,988 firm-fixed-price contract.  The award will provide for the procurement of T-11 personnel parachutes, MC-6 personnel parachutes and associated equipment.  This contract is in support of Foreign Military Sales for Australia.  Work will be performed in Santa Ana, with an estimated completion date of Dec. 2, 2013.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0071).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded contract SPRRA1-13-D-0025.  The award is a firm-fixed-price contract for $45,266,450 for helicopter hub rotors.  Location of performance is Connecticut with a March 5, 2018 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2013 Army Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

AIR FORCE

Northrop Grumman Systems Corp., Linthicum Heights, Md., is being awarded a $30,000,000 indefinite-quantity/indefinite-delivery contract (FA88677-13-D-0043)356px-Seal_of_the_US_Air_Force.svg for contractor logistics support services in support of the AN/ASQ-236 aircraft pod.  The location of performance is Linthicum, Md.  Work is expected to be completed by Mar. 11, 2016.  Type of appropriation is fiscal 2013.  The contracting activity is AFLCMC/EBSK, Eglin Air Force Base, Fla.

Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $20,562,405 contract modification (FA8625-12-C-6598, P00029) for Large Aircraft Infrared Counter-Measure hardware and support.  The location of performance is Rolling Meadows, Ill.  Work is expected to be completed by April 30, 2015.  Type of appropriation is fiscal 2011 through fiscal 2013.  The contracting activity is AFLCMC/WLYK, Wright-Patterson Air Force Base, Ohio.  Contract involves Foreign Military Sales.

600px-US-DeptOfNavy-Seal.svgNAVY

Systems Application and Technologies Inc.*, Oxnard, Calif., is being awarded a $15,514,626 cost-plus-fixed-fee contract for maintenance and operations of aerial and seaborne target assets in for the U.S. Navy and the governments of Japan and Australia under the Foreign Military Sales program.  Work will be performed at the Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, Calif. (40 percent); the Naval Surface Warfare Center, Port Hueneme, Calif. (30 percent); various at sea locations (15 percent); NAWCWD China Lake, Ridgecrest, Calif. (7 percent); the White Sands Missile Range, Las Cruces, N.M. (3 percent); the Pacific Missile Range Facility, Kauai, Hawaii (2 percent); the Utah Test and Training Range, Salt Lake City, Utah (2 percent) and Vandenburg Air Force Base, Lompoc, Calif. (1 percent), and is expected to be completed in March 2014.  Fiscal 2013 contract funds in the amount of $6,450,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; one offer was received.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-C-0083).

WASHINGTON HEADQUARTERS SERVICE

Interactive Process Technology LLC., Jamaica Plain, Mass., has been awarded an $8,534,922 option to the firm-fixed-price contract (HQ0034-12-A-0010) to provide technical, analytical, and administrative support services to the Office of the Under Secretary of Defense for Acquisition, Technology and Logistics.  Work will be performed600px-WHS_Insignia.svg in Falls Church, Va., Alexandria, Va., and Washington, D.C., with an estimated completion date of April 22, 2014.  Washington Headquarters Services, Acquisition Directorate, Arlington, Va., is the contracting activity.

NAVY

Bell/Boeing Joint Program Office, Amarillo, Texas, is being awarded a $73,002,094 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to repair 142 components in support of the V-22 aircraft.  Work will be performed in Fort Worth, Texas (80 percent) and Ridley Park, Pa. (20 percent), and the expected completion date is Sept. 8, 2015.  Funding for this contract will be individual task orders.  No funds will be obligated at time of award and therefore, will not expire before the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 USC 2304 (c)(1).  The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-13-D-017N).

Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $71,623,427 modification to a previously awarded cost-plus-incentive-fee, firm-fixed-price contract (N00019-12-C-0059) for the modification and delivery of six vertical take-off and landing tactical unmanned aerial vehicles (VTUAV) and seven ground control stations in support of the VTUAV endurance upgrade rapid deployment capability effort.  Work will be performed in Dallas, Texas (32 percent); Ozark, Ala. (27 percent); Rancho Bernardo, Calif. (25 percent); Moss Point, Miss. (15 percent); and Point Mugu, Calif. (1 percent), and is expected to be completed in September 2014.  Fiscal 2012 and 2013 Aircraft Procurement Navy contract funds in the amount of $71,623,427 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

W.M. Robots LLC.*, Colmar, Pa, is being awarded an $18,081,851 modification to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00174-11-D-0015) for the procurement of Vallon mine detectors and consumable spares in support of foreign military sales to Afghanistan (100 percent).  Work will be performed in Colmar, Pa, and is expected to be completed by September 2013.  Funding in the amount of $18,081,851 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgThe Applied Physical Sciences Corp., Groton, Conn., is being awarded a $15,162,432 cost-plus-fixed-fee contract for research and development of configurable technology to provide anti-submarine warfare surveillance over large, operationally relevant, deep ocean areas.  This effort will include system architecture and design, sensors and processing, communications mobility, and energy requirements.  This 15-month contract includes one, six-month option which, if exercised, would bring the potential value of this contract to $21,213,511.  Work will be performed in Groton, Conn., and work is expected to be completed June 10, 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement (BAA 11-24), and published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-C-4006).

Lockheed Martin Corp., Mission Systems and Sensors (MS2), Manassas, Va., is being awarded a $9,040,687 not to exceed delivery order #1082 under a previously awarded basic ordering agreement (N00104-10-G-A109) for the repair of parts for the NA/UYQ-70 advanced display and processor systems for tactical and command, control, communication, computers intelligence (C4I) 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 35 various locations throughout the United States and is expected to be completed by March 2014.  Contract funds will not expire before the end of the current fiscal year.  Fiscal 2013 Navy Working Capital funds in the amount of $4,429,936 will be obligated at the time of the award.  One company was solicited for the non-competitive requirement and one offer was received in response to the original solicitation in accordance with 10 U.S.C. 2304 (c)(1).  NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity

The Entwistle Co.*, Hudson, Mass., is being awarded a $7,433,459 modification to a previously awarded firm-fixed-price contract (N68335-10-C-0313) to exercise an option to procure 48 A/S32P-25A fire fighting vehicle conversion kits.  Work will be performed in Hudson, Mass., and is expected to be completed in September 2017.   Fiscal 2011, 2012, and 2013 Aircraft Procurement, Navy contract funds in the amount of $7,433,459 are being obligated at time of award, $2,332,829 of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $6,563,713 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2000) for the procurement of four torpedo tube launched (TTL) Tomahawk Block IV all-up-round missiles for the government of the United Kingdom under the Foreign Military Sales Program.  The Tomahawk Block IV missile is capable of launch from surface ships equipped with the vertical launch system (VLS), submarines equipped with the capsule launch system (CLS), and submarines equipped with the TTL launch system.  Work will be performed in Tucson, Ariz. (32.6 percent); Camden, Ark. (13 percent); Ogden, Utah (10.5 percent);  Dallas, Tex. (3.5 percent); Minneapolis, Minn. (3.3 percent); Glenrothes, Scotland (3.3 percent); Spanish Fork, Utah (3.1 percent); El Segundo, Calif. (3 percent); Walled Lake, Mich. (2.6 percent); Anniston, Ala. (2.5 percent);  Ft. Wayne, Ind. (2.3 percent); Ontario, Canada (2.2 percent); Vergennes, Vt. (2.1 percent); Berryville, Ark. (1.8 percent); Westminster, Colo. (1.6 percent); Largo, Fla. (1.5 percent); Middletown, Conn. (1.3 percent); Huntsville, Ala. (1.2 percent); Clearwater, Fla. (0.8 percent); Moorpark, Calif. (0.8 percent); El Monte, Calif. (0.6 percent); Salt Lake City, Utah (0.6 percent); Farmington, N.M. (0.2 percent); and various continental U.S. (CONUS) and outside CONUS locations (5.6 percent); and is expected to be completed in February 2015.  Foreign Military Sales funding in the amount of $6,563,713 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

DEFENSE LOGISTICS AGENCY

Jacksonville Jetport LLC., Jacksonville, Fla., was awarded contract SP0600-13-D-0046.  The award is a fixed-price with economic-price-adjustment contract for $48,823,761 for aircraft fuel services.  Location of performance is Florida with a March 31, 2017 performance completion date.  Using military services are Army, Navy, AirDefense_Logistics_Agency Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

CTS Cement Manufacturing Corp.*, Cypress, Calif., was issued a modification exercising the second option period on contract SPM8EG-10-D-0001/P00092.  The modification is a fixed-price with economic-price-adjustment, indefinite-quantity contract for $13,865,022 for rigid concrete repair.  Location of performance is California with a March 10, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 Defense Revolving Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

160px-Special_Operations_Specops_Army.svgU.S. SPECIAL OPERATIONS COMMAND

Teledyne Brown Engineering Inc., Huntsville, Ala, was awarded an $8,467,615 estimated contract cost increase as a result of formal reprogramming under its indefinite-delivery/indefinite-quantity contract for the development and test of an engineering development model for the shallow water combat submersible program.  The work will be performed in Huntsville, and is expected to be completed within twenty-four months from issuance of contract modification.  The contracting activity is U.S. Special Operations Command, MacDill Air Force Base, Fla., (H92222-11-D-0002).

Remington Arms Co., LLC., Madison, N.C., is being awarded a ten year, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the purchase of the precision sniper rifle (PSR) system for U.S. Special Operations forces.  The estimated contract value is $79,717,783.  The maximum quantities for this requirement are projected to be 5,150 PSR systems and 4,696,800 rounds of ammunition.  The work will be performed at Remington facilities in Ilion, N.Y., and Elizabethtown, Ky., and the ammunition at Barnes Bullets facility, Mona, Utah.  The expected completion date is March 7, 2023.  The contracting activity is U.S. Special Operations Command, MacDill Air Force Base, Fla., (H92222-13-D-0003).

AIR FORCE

MultiLingual Solutions, Rockville, Md., is being awarded an $8,011,321,52 contract modification (FA7037-10-D-0002-0006-01) for linguist/analyst servcies.  The location of performance is Offutt Air Force Base, Neb.; Fort Meade, Md.; Fort Gordon, Ga.; Hurlburt Field, Fla.; Kadena Air Base, Japan; Royal Air Force Mildenhall, United Kingdom; Lackland Air Force Base, Texas; Salt Lake City, Utah; Fort Bragg, N.C.; Goodfellow Air Force Base, Texas, and Kunia, Hawaii.  Work is expected to be completed by July 9, 2013.  Type of appropriation is fiscal 2013.  The contracting activity is AF ISR Agency, Lackland Air Force Base, Texas.

Northrop Grumman Systems Corp., Rolling Meadows, Ill., (FA8626-10-D-2132) is being awarded a $7,060,582 firm-fixed-price contract for Litening ATP-SE Phase IV356px-Seal_of_the_US_Air_Force.svg Operational Flight Program.  The location of performance is Rolling Meadows, Ill.  Work is expected to be completed by Jan. 12, 2015.  Type of appropriation is fiscal 2012.  The contracting activity is AFLCMC/WNQK, Wright-Patterson Air Force Base, Ohio.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Agfa Healthcare Corp., Greenville, S.C., was issued a modification exercising the first option period on contract (SPM2D1-11-D-8303/P00027).  The modification is a fixed-price with economic-price-adjustment contract for $528,376,639 for Digital Imaging Network-Picture Archive Communications System.  Location of performance is South Carolina with a March 7, 2015 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 2015 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Raytheon Co., El Segundo, Calif., was awarded contract (SPRA1-11-G-003X).  The award is a firm-fixed-price, sole-source contract against a basic ordering agreement for $24,608,501 for F/A-18 components.  Location of performance is California with an April 30, 2016 completion date.  Using military services are Navy and Foreign Military Sale customers.  Type of appropriation is fiscal 2013 Navy Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation Strategic Acquisition, Philadelphia, Pa.

 Imperial Sales Co.,* Watsonville, Calif., was issued a modification exercising the second option period on contract (SPM3S1-11-D-Z188).  The modification is a fixed-price with economic-price-adjustment contract for $8,121,565 for unitized group ration components.  Location of performance is California with a March 10, 2014 completion date.  Using military services are Army 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.

ARMY

ALATEC Inc., Huntsville, Ala., (W911S0-10-D-0013); Charles F. Day & Associates LLC., Davenport, Idaho, (W911S0-10-D-0014); FSCX Inc., Lawton, Okla., (W911S0-10-D-0015); Integration Innovation Inc., Huntsville, Ala., (W911S0-10-D-0016); Potawatomi Training LLC., Oklahoma City, Okla., (W911S0-10-D-0017); Huckstep Holdings Corp., Colorado Springs, Colo., (W911S0-10-D-0018); and SNAP Inc., Chantilly, Va., (W911S0-10-D-0019); were awarded a firm-fixed-price multiple award task order contract, with options, among seven vendors.  The contract will have a maximum value of $248,313,975.  The award will provide for the services in support of the U.S. Army Fires Center of Excellence and Fort Sill, Okla., in its mission to develop and produce training strategies, doctrine, concepts, instruction and products for the current and future force.  Work location will be determined with each order, with an estimated completion date of March 3, 2014.  The bid was solicited through the Internet, with 15 bids received.  The U.S. Army Contracting Command, Fort Sill, Okla., is the contracting activity.

L-3 Communications, Link Simulation and Training, Arlington, Texas, was awarded a $32,399,999 firm-fixed-price contract.  The award will provide for the procurement of operational flight trainers, spare parts and contractor logistic support.  Work will be performed in Arlington and Taiwan, with an estimated completion dateDepartment of the Army of Dec. 24, 2016.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Program Executive Office Simulation, Training & Instrumentation, Orlando, Fla., is the contracting activity (W900KK-13-C-0043).

Lockheed Martin Corp., Orlando, Fla., was awarded a $28,273,000 firm-fixed-price contract.  The award will provide for the upgrade of existing ranges, and trajectory installation on newly constructed ranges, in support of the Saudi Arabia National Guard Live-Fire range modernization.  The contract is in support of Foreign Military Sales.  Work will be performed in Orlando; Suwanee, Ga.; and San Diego, Calif.; with an estimated completion date of Dec. 31, 2014.  One bid was solicited, with one bid received.  The U.S. Army Program Executive Office Simulation, Training & Instrumentation, Orlando, Fla., is the contracting activity (W900KK-13-C-0038).

Skookum Educational Programs, Bremerton, Wash., was awarded a $22,521,315 firm-fixed-price incrementally-funded contract.  This increment is worth $2,207,671.  The award will provide for the base-operation services at Fort Lee, Va.  Work will be performed in Fort Lee, with an estimated completion date of March 28, 2014.  Four bids were solicited, with four bids received.  The U.S. Army Contracting Command, Fort Lee, Va., is the contracting activity (W91QF5-13-C-0003).

Two Rivers Medical, St. Charles, Mo., was awarded a $22,039,986 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure sets, kits and outfits in support of the U.S. Army Medical Materiel agency.  Work location will be determined with each order, with an estimated completion date of Feb. 28, 2014.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-09-D-0089).

Department of the ArmyGlobal Support Services LLC., Anchorage, Alaska, was awarded an $18,429,662 cost-plus-fixed-fee incrementally-funded contract.  This increment is worth $5,637,599.  The award will provide for the procurement of administrative services in support of the Army Research Laboratory.  Work will be performed in Adelphi, Md.; Aberdeen, Md.; and White Sands, N.M.; with an estimated completion date of Aug. 31, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-13-C-0057).

Management and Technology Solutions Inc., Falls Church, Va., was awarded a $16,988,793 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure sets, kits and outfits in support of the U.S. Army Medical Materiel Agency.  Work location will be determined with each order, with an estimated completion date of Feb. 28, 2014.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-09-D-0087).

The Lighthouse for the Blind, St. Louis, Mo., was awarded a $14,618,580 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure sets, kits and outfits in support of the U.S. Army Medical Materiel Agency.  Work location will be determined with each order, with an estimated completion date of Feb. 28, 2014.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity (W81XWH-09-D-0088).

Mistral Inc., Bethesda, Md., was awarded a $13,996,258 firm-fixed-price contract.  The award will provide for the procurement of Improved Enhanced Mortar Targeting systems.  Work will be performed in Bethesda, with an estimated completion date of Nov. 28, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-C-0012).

General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded an $11,716,130 fixed-price-incentive contract.  The award will provide for the modification of an existing contract to procure logistics support for the Universal Ground Control System and Universal Ground Data Terminal.  Work will be performed in Poway, with an estimated completion date of Sept. 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0068).

Advanced Telemetry Systems Inc., Isanti, Minn., was awarded an $8,000,000 firm-fixed-price contract.  The award will provide for the procurement of Juvenile Salmon Acoustic Telemetry System transmitters.  Work location will be determined with each order, with an estimated completion date of Feb. 28, 2015.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Corps of Engineers, Walla Walla, Wash., is the contracting activity (W912EF-13-D-0003).

Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded a $6,575,554 firm-fixed-price contract.  The award will provide for the services in support of the Modernized Target Acquisition Designation Sight / Pilot Night Vision Sensor.  Work will be performed in Orlando, with an estimated completion date of Feb. 28, 2014.  One bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0029).

NAVY

Coburn Contractors, LLC.*, Montgomery, Ala. (N62478-13-D-4001); Halbert Construction Co., Inc.*, El Cajon, Calif. (N62478-13-D-4002); Hawk Niking LLC.*, Wahiawa, Hawaii (N62478-13-D-4003); RWT LLC.*, Provo, Utah (N62478-13-D-4004); Starlight-Shintani-Greenwave JV*, Honolulu, Hawaii (N62478-13-D-4005); Sullivan International Group, Inc.*, San Diego, Calif. (N62478-13-D-4006); Talion Construction, LLC.*, Honolulu, Hawaii (N62478-13-D-4007); and Tokunaga Elite JV, LLC.*, Honolulu, Hawaii (N62478-13-D-4008), 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) Hawaii area of responsibility (AOR).  The maximum dollar600px-US-DeptOfNavy-Seal.svg value, including the base period and two option years, for all eight contracts combined is $95,000,000.  The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration, and related demolition of existing infrastructure based on design build or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii.  No task orders are being issued at this time.  All work will be performed at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii AOR.  The term of the contract is not to exceed 36 months, with an expected completion date of March 2014 (base period).  Contract funds in the amount of $80,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 25 proposals received.  These eight contractors may compete for task orders under the terms and conditions of the awarded contracts.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

LS3P Collaborative LLC., Charleston, S.C. was awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for complete architect and engineering services at the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  Task order 0001 is being awarded for $808,176 for 100 percent design for the replacement of Bolden Elementary-Middle School at Marine Corps Air Station Beaufort, Laurel Bay, S.C.  Work for this task order is expected to be completed by April 2014.  All work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southeast AOR including, but not limited to Georgia. (50 percent) and South Carolina, (50 percent), and is expected to be completed by March 2018.  Contract funds in the amount of $808,176 are being obligated at time of 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 38 proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-13-D-0010).

The Boeing Co., Seattle, Wash., is being awarded a $12,354,787 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) for services on three P-8A Training Systems to provide training for P-8A aircraft that operate with a Test Release 12 (TR-12) aircraft software version.  In addition, this modification provides for analysis of Aircraft Program Revision Records that define changes to the aircraft between the previously delivered Block 9.2 configuration of training devices and the target TR-12 configuration shall be analyzed for applicability to the training system.  Work will be performed in St. Louis, Mo., and is expected to be completed in December 2013.  Contract funds in the amount of $12,354,787 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, Md., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgGeneral Dynamics NASSCO Earl Industries, Portsmouth, Va., is being awarded a $10,394,502 modification to a previously awarded contract (N00024-11-C-4303) for the USS Enterprise (CVN 65) ship terminal operation programin support of the deactivation of the ship.  The ship terminal operation program will be the first availability in the inactivation of the ship.  This program is an exercised option for the CVN class multi-ship, multi-option contract.  Work will be performed in Norfolk, Va., and is expected to be completed by June 2013.  Funding in the amount of $10,394,502 will be obligated at time of award.  Contract funds in the amount of $10,394,502 will expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $9,340,354 modification to a previously awarded contract (N00024-10-C-5124) for technical engineering, logistics, configuration management, quality assurance, operation and maintenance for Aegis program sites located in Moorestown, N.J. and associated materials required to execute Foreign Military Sales cases to Japan (72.1 percent), Spain (9.1 percent), Norway (6.2 percent), Korea (8 percent), and Australia (4.6 percent) development and testing efforts at the Aegis sites, including the Combat Systems Engineering Development Site, Spy-1A Test Facility Site, and the Naval Systems Computing Center.  These facilities incorporate highly integrated, classified, real-time networks that connect numerous contractors and U.S. government facilities required to build, integrate, test and deliver computer program baselines for the U.S. Navy, ballistic missile defense and foreign military sales requirements, as applicable.  Work will be performed in Moorestown, N.J., and is expected to be completed in April 2013.  Funding in the amount of $9,340,354 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, D.C., is the contracting activity.

Detyens Shipyards, Inc., of North Charleston, S.C., is being awarded a $7,974,850 firm, fixed-price contract for the regular overhaul and dry-docking of MSC fleet replenishment oiler USNS Patuxent (T-AO 201).  Work will include lifeboats and davit maintenance and testing; underway replenishment gear maintenance; ventilation fan motor overhauls; main engine overhauls; underwater hull cleaning, preparing and painting; and propeller system maintenance.  Patuxent’s primary mission is to provide fuel to deployed Navy ships at sea and their assigned aircraft.  Work will be performed in North Charleston, S.C., and is expected to be completed by May 2013.  The contract includes options which, if exercised, would bring the total contract value to $9,261,404.  Contract funds in the amount of $7,974,850 will be obligated at time of award and will expire at the end of the current fiscal year.  The contract includes options which, if exercised, would bring the total contract value to $9,261,404.  This contract was competitively procured, with proposals solicited via the Military Sealift Command, Federal Business Opportunities and Navy Electronic Commerce Online websites and one offer received.  Military Sealift Command Norfolk, Va., is the contracting activity (N32205-13-C-1004).

Insitu, Inc., Bingen, Wash., is being awarded a $7,826,247 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0061) to exercise an option for operational and maintenance servicesin support of the ScanEagle Unmanned Aerial Systems .  These services will provide electro-optical/infrared and mid-wave infrared imagery in support of land based operations in Operation Enduring Freedom to provide real-time imagery and data.  Work will be performed in Bingen, Wash., and is expected to be completed in January 2014.  Contract funds in the amount of $3,557,385 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Georgia Tech Applied Research Corp., Atlanta, Ga., is being awarded a $7,928,898 cost-plus-fixed-fee contract (HR0011-13-C-0037).  The statement of work for this effort is classified.  Work will be performed in Atlanta (59 percent) and Billerica, Mass., (41 percent).  The work is expected to be completed by March 7, 2016.  The Defense Advanced Research Projects Agency is the contracting activity.

NAVY

Charles Stark Draper Laboratories, Inc., Cambridge, Mass., is being awarded $257,839,173 to provide Trident II (D5) Guidance System Strategic Program Alteration  (SPALT) materials including: labor and consumable material to meet requirements for the guidance system on-going SPALT of MK6 MOD 1; test and procure data package assemblies; and circuit card assembly materials with electronic components.  Work will be performed inPittsfield Mass. (84 percent); Cambridge, Mass. (7 percent); Clearwater, Fla. (5 percent); Terrytown, N.Y. (2 percent); El Segundo, Calif.,(1percent) and other (1 percent).  Work is expected to be completed Dec. 31. 2016.  Contract 600px-US-DeptOfNavy-Seal.svgfunds in the amount of $257,839,173 will be obligated at the time of award.  Contract funds in the amount of $15,000,000 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1).  The Navy’s Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0007).

The Navy is modifying the total amount of a previously awarded contract to Huntington Ingalls Inc., Newport News, Va., (N00024-09-C-2116) by $64,988,809 in order to provide the ability to procure additional long lead material and advance construction activities for CVN 79 if required.  The current contract has been in place since 2009.    Work will be performed in Newport News, Va., and is expected to be complete by October 2015.  Additional funding is not being obligated at this time.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Alion Science and Technology Corp., Burr Ridge, Ill., is being awarded a $63,782,673 cost-plus-incentive-fee modification to previously awarded contract (N00024-12-C-4401) to increase the level of effort available to provide mission critical professional support services in support of the NAVSEA Surface Warfare Directorate (SEA 21).  This modification will continue professional support services in support of SEA 21during the interim between the expiration of the competitively awarded, SEAPORT-e task order, (N00024-01-D-7013-0021), and the award of multiple follow-on, competitively awarded SEAPORT-e task orders.  This contract includes options which, if exercised, would bring the total value of the contract to $136,126,929.  The contract provides necessary program management, engineering, logistics, technical support, planning and readiness support, fleet introduction training and financial management support services in support of ongoing maintenance and modernization efforts.  Work will be performed in Washington, D.C. (56 percent), Norfolk, Va. (23 percent), San Diego, Calif. (6 percent), Pascagoula, Miss. (6 percent), Bath, Maine (3 percent), Mayport, Fla. (2 percent), Japan (2 percent) and various locations of less than one percent, each totaling two percent, and is expected to be completed by January 2014.  Funding in the amount of $19,230,119 will be obligated at time of award.  Fiscal 2013 Operations & Maintenance Navy contract funds in the amount of $19,230,119 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Barling Bay, LLC.*, North Charleston, S.C. (N65236-13-D-4964); CASE, LLC.*, Alexandria, Va. (N65236-13-D-4965); DKW Communications, Inc.*, Washington. D.C. (N65236-13-D-4966); Dynamic Network Enterprises, Inc.*, Stafford, Va. (N65236-13-D-4967); Grove Resource Solutions, Inc.*, Frederick, Md. (N65236-13-D-4968); Information Management Group, Inc.*, Fairfax, Va. (N65236-13-D-4969); Mandex, Inc.*, Fairfax, Va. (N65236-13-D-4970); Network Security Systems Plus, Inc.*, Falls Church, Va. (N65236-13-D-4971); Technical Software Services, Inc.*, Pensacola, Fla. (N65236-13-D-4972); and Vector Planning and Services, Inc.*, San Diego (N65236-13-D-4973), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for fixed-price-incentive (firm target) and firm-fixed-price task orders, performance based contract.  The contracts are for the procurement of integrated cyber operations support services including the entire spectrum of non-inherently governmental services and solutions (equipment and services) associated with the full system lifecycle support including research, development, test, evaluation, production and fielding of sustainable, secure, survivable, and interoperable command, control, communication, computers, combat systems, intelligence, surveillance, reconnaissance (C5ISR), information operations, enterprise information services (EIS) and space capabilities.  The cumulative, estimated value (ceiling) of the base year is $49,918,000.  These contracts include options which, if exercised, would bring the cumulative value (ceiling) of these contracts to an estimated $249,590,000.  Work will be performed worldwide.  Work is expected to be completed by March 2014.  If all options are exercised, work could continue until March 2018.  SPAWAR Systems Center Atlantic Navy Working Capital funds in the amount of $15,000 will be obligated at the time of award as the minimum guarantee and will be split among the 10 awardees; these funds will not expire at the end of the current fiscal year.  This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas.  The multiple award contractswere competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S.C. 2304(b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 20 offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $12,773,553 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for services in support of Tomahawk missile depot maintenance, including direct fleet support for resolving technical issues with forward deployed, in-theater weapons and inventory management for the U.S. Navy and the United Kingdom.  Work will be performed in Tucson, Ariz. (70 percent); Camden, Ark. (24 percent); Commerce Township, Mich. (4 percent); Indianapolis, Ind. (1 percent); and various other continental U.S. (CONUS) and outside CONUS locations (1 percent).  Work is expected to be completed in February 2014.  Contract funds in the amount of $2,419,482 will be obligated at time of award, $2,331,175 of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-D-0002).

Aero Thermo Technology, Inc., Huntsville, Ala., is being awarded a $6,779,733 cost-plus-fixed-fee contract to provide guidance systems, technical, analytical and program services to support the TRIDENT II Submarine Launched Ballistic Missile guidance systems requirements for strategic systems programs.  They will support key guidance system technology development and coordination between the Navy and the Air Force for current and next generation strategic systems.  The Navy and Air Force will conduct closely coordinated strategic ballistic missile technology development and application programs based on recommendations of the U.S. Strategic Command, Defense Planning Guidance, and Nuclear Posture Reviews.  Both services invest in research, development, test and evaluation projects to ensure unique, critical design, and development skills relevant to strategic systems remain viable to support current and future ballistic missile requirements.  This contract contains options, which if exercised, will bring the contract total to $20,741,835.  Work will be performed in Huntsville, Ala., and work is expected to be completed Dec. 3, 2013.  If options are exercised, work will continue through Dec. 31, 2015.  Contract funds in the amount of $1,411,994 will be obligated at the time of award.  Contract funds in the amount of $3,856,327 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The Navy’s Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0013).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

 Lockheed Martin Services, Inc., Gaithersburg, Md., is being awarded a $70,000,000 contract modification (FA8734-08-D-0003, P00023) to the personnel services delivery transformation contract.  The location of the performance is Randolph Air Force Base, Texas.  Work is expected to be completed by April 2016.  Type of appropriation is fiscal 2013 through fiscal 2015.  The contracting activity is AFLCMC/HIBK, Randolph Air Force Base, Texas.

DEFENSE LOGISTICS AGENCY

L-3 Communications Avionics Systems, Inc., Grand Rapids, Mich., was awarded contract (SPRRA1-13-D-0026).  The award is a firm-fixed-price, sole-source contractDefense_Logistics_Agency for $18,631,032 for Chinook (CH-47) Helicopter flight display units.  Location of performance is Michigan with a March 7, 2017 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2013 Army Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

The Missile Defense Agency (MDA) has awarded a sole-source, cost-plus-award-fee contract action to Raytheon Missile Systems Co., Tucson, Ariz.,under contract (HQ0276-11-C-0002), modification P00032.  The total value of this effort is $62,309,991,increasing the total contract value from $594,376,724 to $656,686,715.  Under this modification, the contractor will perform Standard Missile-3 Block IB in-service engineering support.  The work will be performed in Tucson, Ariz.  The performance period is from date of award through Sept. 30, 2015.  Fiscal 2013 Research, Development, Test and Evaluation funds will be used to incrementally fund this effort.  Contract funds will not expire at the end of the current fiscal year.  This is not a Foreign Military Sales acquisition.  The MDA, Dahlgren, Va., is the contracting activity.

ARMY

J & J Maintenance Inc., Austin, Texas, (W912DY-13-D-0018); and Linc Government Services L.L.C., Hopkinsville, Ky., (W912DY-13-D-0019); were awarded a $585,000,000 firm-fixed-price multiple award task order contract among seven vendors.  Five other vendors were previously awarded.  The award will provide for the construction services in support of the Medical Repair and Renewal program.  Work location will be determined with each order, with an estimated completion date of July 10, 2017.  The bid was solicited through the Internet, with 27 bids received.  The U.S. Army Corps of Engineers, Huntsville, Ala., is the contracting activity.

Hensel Phelps Kiewit Joint Venture, Chantilly, Va., was awarded a $564,689,000 firm-fixed-price, incrementally-funded contract.  This increment is worth $56,000,000.  The award will provide for the design and construction of a high performance computing center on Fort Meade, Md.  Work will be performed in Fort Meade, with an estimated completion date of Sept. 1, 2015.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-13-C-0005).

Textron Marine & Land Systems, New Orleans, La., was awarded a $113,431,277 firm-fixed-price contract.  The award will provide for the procurement of Mobile Strike Force vehicles to support the Afghanistan National Security Forces.  This contract is in support of Foreign Military Sales for Afghanistan.  Work will be performed in New Orleans, with an estimated completion date of Feb. 28, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command,Department of the Army Warren, Mich., is the contracting activity (W56HZV-13-C-0170).

The Boeing Co., Mesa, Ariz., was awarded a $41,111,000 cost-plus-fixed-fee contract.  The award will provide for the incremental funding modification in support of AH-64 Apache Block III system development.  Work will be performed in Mesa, with an estimated completion date of Sept. 30, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0001).

Macnak-Saybr JV 1, Lakewood, Wash., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum value of $30,000,000.  The award will provide for general construction services.  Work location will be determined with each order, with an estimated completion date of March 31, 2016.  The bid was solicited through the Internet, with 13 bids received.  The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-D-1003).

The Boeing Co., Ridley Park, Pa., was awarded a $22,480,813 cost-plus-fixed-fee contract.  The award will provide for deployed field-service support for the CH-47 Fleet and the cargo helicopter project management office.  Work location will be determined with each order, with an estimated completion date of Sept. 30, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0065).

The Boeing Co., Ridley Park, Pa., was awarded a cost-plus-fixed-fee contract with a maximum value of $17,890,174.  The award will provide for the non-deployed field-service support for the CH-47 Fleet and the cargo helicopter project management office.  Work location will be determined with each order, with an estimated completion date of Sept. 30, 2015.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0097).

BH Defense LLC., Arlington, Va., was awarded a $17,846,157 firm-fixed-price contract.  The award will provide for the services in support of the Iraq International Academy to ensure the continued development of Iraq’s defense forces through the education and development of its senior leadership.  This contract is in support of Foreign Military Sales for Iraq.  Work will be performed in Iraq, with an estimated completion date of Feb. 29, 2016.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Bragg, N.C., is the contracting activity (W91247-13-C-0015).

Department of the Blind Visually Impaired, Richmond, Va., was awarded a $15,802,629 firm-fixed-price contract.  The award will provide for the necessary support services for the function of the food and dining facility on Fort Lee, Va.  Work will be performed in Fort Lee, with an estimated completion date of Feb. 29, 2016.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Contracting Command, Fort Lee, Va., is the contracting activity (W91QF5-13-D-0003).

Department of the ArmyBenchmark Electronics Incorporated, Rochester, Minn., was awarded a $14,882,971 firm-fixed-price contract.  The award will provide for the procurement of a maximum of 12,000 transceiver field units in support of Program Manager Air Warrior.  Work will be performed in Rochester, with an estimated completion date of Feb. 27, 2018.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-D-0002).

DynCorp International, Fort Worth, Texas, was awarded a $14,197,819 cost-plus-award-fee incrementally-funded contract.  This increment is worth $5,858,421.  The award will provide for the modification of an existing contract to extend logistics support services for the Directorate of Logistics.  Work will be performed in Fort Campbell, Ky., with an estimated completion date of Sept. 30, 2013.  Fifteen bids were solicited, with five bids received.  The U.S. Army Contracting Command, Fort Campbell, Ky., is the contracting activity (W911SE-07-D-0005).

 S M Resources Corp., Inc., Lanham, Md., was awarded a cost-plus-fixed-fee incrementally-funded contract worth a maximum value of $9,999,999.  This increment is worth $53,206.  The award will provide for the Chemical Biological Applications and Risk Reduction mission support services.  Work location will be determined with each order, with an estimated completion date of Feb. 24, 2016.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-13-D-0001).

Northrop Grumman Information Systems, McLean, Va., was awarded a $9,784,125 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to exercise the option for systems sustainment in support of the biometrics database.  Work will be performed in Alexandria, Va., with an estimated completion date of Feb. 28, 2014.  There were 20 bids solicited, with 16 bids received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W91QUZ-07-D-0005).

South Carolina Commission for the Blind, Columbia, S.C., was awarded a $9,498,655 firm-fixed-price, incrementally-funded contract.  This increment is worth $3,097,841.  The award will provide for the modification of an existing contract to extend food services support at Fort Jackson, S.C.  Work will be performed in Fort Jackson, with an estimated completion date of May 31, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Jackson, S.C., is the contracting activity (W9124C-13-C-0010).

Alliant Techsystems Operations, Plymouth, Minn., was awarded a $9,259,272 firm-fixed-price contract.  The award will provide for the modification of an existing contract to refurbish Spider munitions control units TS-04 system to the TS-09 version.  Work will be performed in Plymouth; Wilmington, Mass; and Rocket City, W.Va.; with an estimated completion date of Jan. 31, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-06-C-0154).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $72,200,000 undefinitized modification to the previously awarded Low Rate Initial Production Lot 6 advance acquisition contract (N00019-11-C-0083).  This modification provides for the procurement of support equipment at Pilot Training Center 1, Luke Air Force Base for the F-35 Lightning II Conventional Take-Off and Landing air system program.  In addition, this modification provides for the associated Data Quality Integration Management supplier support tasks, and all other sustainment data products for the U. S. Air Force and the governments of Italy and Australia.  Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in August 2014.  Contract funds in the amount of600px-US-DeptOfNavy-Seal.svg $36,100,000 will be 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 ($55,009,524; 76.2 percent); and the governments of Italy ($10,314,286; 14.3 percent); and Australia ($6,876,190; 9.5 percent).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Titan Maritime L.L.C., Pompano Beach, Fla., is being awarded a $43,000,000 ceiling modification to previously awarded contract (N00024-D-12-4119) for salvage; salvage related towing, harbor clearance, ocean engineering and point-to-point towing services to support the director of ocean engineering, supervisor of salvage and diving.  Work will be performed in the vicinity of the U.S. West Coast (80 percent), Hawaii (10 percent) and Eastern Pacific (10 percent), and is expected to be completed by February 2014.  No funding will be obligated at this time.  The initial order fulfilling the minimum government liability amount of $50,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command is the contracting activity.

Science Applications International Corp., McLean, Va., is being awarded a $21,207,322 firm-fixed-price contract for global sustainment of Anti-Terrorism Force Protection Ashore Program Systems and associated equipment and software at 66 military installations worldwide.  The work to be performed provides for preventive and corrective maintenance to sustain all Anti-Terrorism Force Protection Ashore Systems, associated equipment and software.  This includes providing centralized comprehensive life cycle sustainment support for all of the hardware, software/firmware and cabling or other signal/data transmission sub-systems necessary for the systems to function as intended.  Service call management is also included as part of this requirement.  The contract is incrementally funded with the first increment of $3,655,433 being allocated at the time of award.  The second increment will be funded in April 2013 at $17,551,889.  The contract also contains five unexercised options, which if exercised would increase cumulative contract value to $74,398,851.  Work will be performed worldwide, and is expected to be completed by March 2014.  Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $3,655,433 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity (N39430-13-C-1201).

Shell Marine Products (U.S.), Houston, Texas, is being awarded a one-year $15,952,820 indefinite-delivery/indefinite-quantity contract with firm-fixed-price task orders for the supply and related services of lube oil products for the engineering directorate of Military Sealift Command and other government agencies.  This contract includes four one-year option periods, which, if exercised, would bring the cumulative value to $80,361,824.  Work will be performed where needed at ports worldwide and is expected to be completed May 2014.  If all option periods are exercised work will continue through May 2018.  Fiscal 2013 Navy Working Capital funds in the amount of $15,952,820 are obligated for and will expire at the end of the current fiscal year.  This contract was competitively procured via solicitations posted to Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with more than 50 companies solicited and three offers received.  Military Sealift Command, Washington, D.C., is the contracting activity (N00033-13-D-8020).

Northrop Grumman Systems Corp., Electronic Systems Sector, Land and Self Protection Systems Division, Rolling Meadows, Ill., is being awarded an $11,665,702 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0043) for software and the integration of that software into the hardware design of the AN/APR-39D(V)2 processor and appropriate antennas and receiver resources in support of various naval aviation platforms.  Work will be performed in Rolling Meadows, Ill., and is expected to be completed in March 2014.  Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $11,665,702 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Northrup Grumman Systems Corp., Chantilly, Va., was awarded contract (SPRBL1-13-D-0012).  The award is a firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity contract for $49,288,375 for guardrail modernization system spare parts.  Locations of performance are Virginia and California with a March 5, 2018 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2013 through fiscal 2017 Army Working Capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Md.

Short Bark Industries, Inc., Vonore, Tenn.*, was awarded contract (SPM1C1-13-D-1030).  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for $23,017,500 for various types of Permethrin Army Combat Uniform coats.  Locations of performance are in Tennessee, Puerto Rico, and Mississippi with a March 4, 2014 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tennier Industries, Inc., Boca Raton, Fla.**, was awarded contract (SPM1C1-13-D-1029).  The award is a firm-fixed-price contract for $22,977,600 for cold weather, soft shell, loft parkas and trousers.  Locations of performance are in Florida, Tennessee, and Kentucky with a March 4, 2014 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Avfuel Corp., Ann Arbor, Mich.**, was awarded contract (SP0600-13-D-0026).  The award is a fixed-price with economic-price-adjustment contract for $6,749,966 for fuel.  Locations of performance are in Michigan and Florida with a March 31, 2017 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 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Tactical & Survival Specialties, Inc., Harrisonburg, Va.***, was issued a modification exercising the third option year on contract (SPM8EJ-09-D-0001/P00020).  The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $5,638,289,738 in support of the Special Operational Equipment Tailored Logistics Support Program.  Location of performance is Virginia with a March 9, 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 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

W.S. Darley & Co., Itasca, Ill.**, was issued a modification exercising the third option year on contract (SPM8EJ-09-D-0002/P00019).  The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $5,559,591,157 in support of the Special Operational Equipment Tailored Logistics Support Program.  Location of performance is in Illinois with a March 9, 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 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Source One Distributors Inc., Wellington, Fla.****, was issued a modification exercising the third option year on contract (SPM8EJ-09-D-0004/P00021).  The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $5,304,877,527 in support of the Special Operational Equipment Tailored Logistics Support Program.  Location of performance is in Florida with a March 9, 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 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 ADS, Inc., Virginia Beach, Va.**, was issued a modification exercising the third option year on contract (SPM8EJ-09-D-0003/P00021).  The modification is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $3,549,597,144 in support of the Special Operational Equipment Tailored Logistics Support Program.  Location of performance is in Virginia with a March 9, 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 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

University of Dayton Research Institute, Dayton, Ohio, (FA8650-13-D-5600) is being awarded a $45,000,000 indefinite-delivery/indefinite-quantity contract for the Quick Reaction Evaluation of Materials and Processes Program.  The location of performance is Wright-Patterson Air Force Base, Ohio.  Work is expected to be completed by May 31, 2019.  Type of appropriation is fiscal 2013.  The contracting activity is ARFL/RQKMS, Wright-Patterson Air Force Base, Ohio.

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, (F42610-98-C-0001, modification number to be awarded at time of award) is being awarded a356px-Seal_of_the_US_Air_Force.svg $22,226,876 contract modification contract for ICBM ICU II engineering change.  The location of the performance is Huntington Beach, Calif.  Work is expected to be completed by Aug. 3, 2013.  Type of appropriation is fiscal 2011 through 2016.  The contracting activity is AFNWC/PZBE, Hill Air Force Base, Utah.

*Small In HubZone Business

**Small Business

***Service-Disabled Veteran Owned Small Business

****Veteran Owned Small Business

NAVY

Lockheed Martin Corp., Baltimore, Md., is being provided funding in the amount of $696,629,123 under previously awarded contract (N00024-11-C-2300) for construction of two fiscal 2013 Littoral Combat Ships.  Work will be performed in Marinette, Wis. (56 percent); Walpole, Mass. (14 percent); Washington, D.C. (12 percent); Oldsmar, Fla. (4 percent); Beloit, Wis. (3 percent); Moorestown, N.J. (2 percent); Minneapolis, Minn. (2 percent) and various locations of less than one percent each totaling seven percent, and is expected to be complete by July 2018.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgAustal USA, Mobile, Ala., is being provided funding in the amount of $681,721,789 under previously awarded contract (N00024-11-C-2301) for construction of two fiscal 2013 Littoral Combat Ships.  Work will be performed in Mobile, Ala. (51 percent); Pittsfield, Mass. (13 percent); Cincinnati, Ohio (4 percent); Baltimore, Md. (2 percent); Burlington, Vt. (2 percent); New Orleans, La. (2 percent) and various locations of less than two percent each totaling 26 percent.  Work is expected to be complete by June 2018.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Moorestown, N.J., is being awarded a $100,685,094 cost-plus-incentive-fee, cost-plus-fixed-fee, and cost-only contract for Aegis Combat System Engineering Agent (CSEA) efforts for the design, development, integration, test and delivery of computer program baselines, associated technology insertion hardware design support, in-service baseline maintenance and associated training and studies.  The Aegis CSEA will evolve and maintain the Aegis Weapon System (AWS) and Aegis Combat System (ACS) for CG 47 class cruisers, DDG 51 class destroyers and future surface combatant Aegis ship classes.  Work will be performed in Moorestown, N.J. (55 percent); Manassas, Va. (34.1 percent); Pittsfield, Mass. (3.9 percent); Dahlgren, Va. (2.6 percent); Berlin, N.J. (1.6 percent); Columbia, Md. (1.4 percent); Birdsboro, Pa. (0.7 percent); Mount Laurel, N.J. (0.4 percent); Fairfax, Va. (0.2 percent); and less than 0.1 percent each in Bethesda, Md., Cherry Hill, N.J., Lexington Park, Md., Newport Beach, Calif., Philadelphia, Pa., Silver Spring, Md., and Washington, D.C., and is expected to be completed by May 2018.  Incremental funding in the amount of $2,924,119 will be obligated at time of award.  Contract funds in the amount of $50,000 will expire at the end of the current fiscal year.  This contract was competitively procured using full-and-open competitive procedures, with proposals solicited via the Navy Electronic Commerce Online and Federal Business Opportunities websites, and three offers were received in response to the solicitation.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5116).

Bath Iron Works, Bath, Maine, is being awarded a $12,326,893 modification to previously awarded contract (N00024-09-C-2302) to exercise an option for post-delivery support for the USS Coronado (LCS 4).  Bath Iron Works will perform the planning and implementation of deferred design changes that have been identified during the construction period.  The corrections and upgrades are necessary to support Coronado’s sailaway and follow-on post-delivery test and trials period.  Work will be performed in Mobile, Ala. (76 percent); Bath, Maine (18 percent); and Pittsfield, Mass. (6 percent), and is expected to be complete by February 2014.  Fiscal 2009 Shipbuilding and Conversion, Navy funding in the amount of $12,326,893 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, D.C., is the contracting activity.

Marine Hydraulics International*, Norfolk, Va., is being awarded a $6,951,085 modification to previously awarded contract (N00024-10-C-4405) to exercise options for the accomplishment of the USS Cole (DDG 67) fiscal year 2013 selected restricted availability.  A selected restricted availability includes the planning and execution of depot-level maintenance, alterations and modernizations that will update and improve the ship’s military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by June 2013.  Fiscal 2013 Operations & Maintenance, Navy contract funds in the amount of $6,951,085 will be obligated at time of award and will expire at the end of the current fiscal year.  The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Shell Energy North America (U.S.), L.P (Shell), Houston, Texas, was awarded contract SPE600-13-D-7519.  The award is a fixed-price with economic-price-adjustment contract with a maximum $35,250,227 for natural gas.  Locations of performance are Texas, Nevada, Montana, Washington, Oregon and California with a Sept. 30, 2015 performance completion date.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  There were eight responses to the Web solicitation.  Type of appropriation is fiscal 2013 through fiscal 2015 multiple agency funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

U.S. Worldmeds LLC*, Louisville, Ky., was awarded contract SPM2D0-13-D-0002.  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with aDefense_Logistics_Agency maximum $30,239,949 for pharmaceutical product support.  Location of performance is Kentucky with a March 3, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tiger Natural Gas Inc.*, Tulsa Okla., was awarded contract SPE600-13-D-7516.  The award is a fixed-price with economic-price-adjustment contract with a maximum $19,867,106 for natural gas.  Locations of performance are Oklahoma, Colorado and New Mexico, with a Sept. 30, 2015 performance completion date.  Using military services are Air Force and federal civilian agencies. There were eight responses to the Web solicitation.  Type of appropriation is fiscal 2013 through fiscal 2015 multiple agency funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir Va.

CIMA Energy Ltd.*,, Houston, Texas*, was awarded contract SPE600-13-D-7514.  The award is a fixed-price with economic-price-adjustment contract with a maximum $11,540,628 for natural gas.  Locations of performance are Texas and Utah, with a Sept. 30, 2015 performance completion date.  Using military services are Army and Air Force.  There were eight responses to the Web solicitation.  Type of appropriation is fiscal 2013 through fiscal 2015 multiple agency funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Intelligence and Information Systems, Aurora, Colo., (FA8807-10-C-0001, P00088) is being awarded a $12,099,527 contract modification to provide allowance of digital signatures of critical information exchanges and proof message origin.  The location of the performance is Aurora, Colo.  Work is expected to be completed by Feb. 28, 2015.  Type of appropriation is fiscal 2013.  The contracting activity is SMC/GPK, Los Angeles Air Force Base, Calif.

WASHINGTON HEADQUARTERS SERVICES

Logistics Management Institute, McLean, Va., has been awarded a $6,797,235.70 modification to the firm-fixed-price contract (HQ0034-10-F-0075) to provide support services to the Director, Defense Procurement and Acquisition Policy. Work will be performed in Arlington and McLean, Va., with an estimated completion date of600px-WHS_Insignia.svg Feb. 28, 2014.  Washington Headquarters Services, Acquisition Directorate, Arlington, Va., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Bayer Healthcare Pharmaceuticals, Wayne, N.J., was issued a modification exercising the first option year on contract SPM2D0-12-D-0002/P00006.  The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $49,401,788 for various pharmaceutical products.  Location of performance is New Jersey with a March 5, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tennier Industries*, Boca Raton, Fla., was awarded contract SPM1C1-13-D-1028.  The award is a fixed-price with economic price adjustment contract with a maximum $15,551,438 for universal camouflage patterned jackets.  Locations of performance are Florida, Tennessee, West Virginia and Georgia with a Feb. 28, 2014 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Exide Technologies, Milton, Ga., was awarded contract SPM7LX-13-D-0029.  The award is a fixed-price with economic price adjustment contract with a maximum $6,754,515 for procurement of storage batteries.  Locations of performance are Iowa and Georgia with a Feb. 24, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2012 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

AIR FORCE

DLT Solutions, Herndon, Va., is being awarded a $23,212,706 firm-fixed-price contract (FA8771-13-F-8100) for procurement of software maintenance and support for356px-Seal_of_the_US_Air_Force.svg perpetual enterprise Oracle software licenses.  The location of performance is Herndon, Va.  Work is expected to be completed by Feb. 28, 2014.  Type of appropriation is fiscal 2013. The contracting activity is AFLCMC/HIK, Maxwell Air Force Base-Gunter Annex, Ala.

L-3 Communications Vertex Aerospace L.L.C., Madison, Miss., is being awarded a $8,076.281 contract modification (FA3002-09-C-0006, P00022) for aircraft flightline maintenance for the F-16 aircraft in support of Taiwan’s F-16 program.  The location of  performance is Luke Air Force Base, Ariz.  Work is expected to be completed by Feb. 28, 2014.  Type of appropriation is international funding.  The contracting activity is AETC CONS/LGCI, Randolph Air Force Base, Texas.  Contract involves Foreign Military Sales.

600px-US-DeptOfNavy-Seal.svgNAVY

General Dynamics National Steel and Shipbuilding Co., Norfolk, Va., is being awarded a $14,648,643 modification to previously awarded cost-plus-award-fee contract (N00024-10-C-4401) to exercise options for repairs and alterations for the USS Fort McHenry (LSD 43) non dry-docking fiscal year 2013 chief of Naval operations (CNO) availability.  The CNO availability consists of various repairs and alterations such as engine replacement/repair, jacket water cooler, lagging and insulation, ballast tank repair/preserve, well deck repair, cylinder head and components, etc.  Work will be performed in Norfolk, Va., and is expected to be completed by August 2013.  Fiscal 2013 funding in the amount of $14,648,643 will be obligated at time of award, and will expire at the end of the current fiscal year.  The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Canadian Commercial Corp., Ottawa, Ontario, Canada, is being awarded a $9,839,099 firm-fixed-price, cost-reimbursable, indefinite-delivery/indefinite-quantity contract for services and supplies for land and sea-based modeling, testing and risk reduction flights for the U.S. Navy and the governments of Australia, Spain, Japan, South Korea and Norway.  In support of these efforts, the contractor will utilize a Vindicator II System comprised of contractor-owned unmanned air vehicles and high-speed maneuvering unmanned surface vehicles, as well as a contractor-owned helicopter radar signature simulator.  Work will be performed at the Naval Air Warfare Center Weapons Division (NAWCWD), Pt. Mugu, Calif. (30 percent); the Pacific Missile Range Facility, Barking Sands, Kauai, Hawaii (30 percent); NASA Wallops Flight Facility, Wallops Island, Va. (15 percent); Virginia Capes, Dam Neck, Va. (15 percent); NAWCWD China Lake, Calif. (5 percent); and Key West, Fla. (5 percent), and is expected to be completed in March 2018.  Fiscal 2013 Operations and Maintenance, Navy contract funds in the amount of $262,723 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to the FAR 6.302-1.  This contract combines purchase for the U.S. Navy (8,264,844; 85 percent) and the governments of Australia ($314,851; 3 percent); Spain ($314,851; 3 percent); Japan ($314,851; 3 percent); South Korea ($314,851; 3 percent); and Norway ($314,851; 3 percent) under the Foreign Military Sales Program.  The Naval Air Systems Command, Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-D-0005).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

HRL Laboratories L.L.C., Malibu, Calif., is being awarded a $10,150,974 cost-plus-fixed-fee contract (HR0011-13-C-0027).  This work is under the Structural Logic program, which seeks revolutionary structural designs that make up the basis for modern military platforms and systems by passively adapting to varying loads and simultaneously exhibiting high stiffness and high damping over a wide dynamic range.  The goal of the Structural Logic Phase II is to demonstrate that this radically new approach to structural design can be applied to relevant and real world tactical systems.  During Phase I of the program a wide range of relevant tactical applications were evaluated for the Structural Logic concepts and technologies including: space, armor, aerodynamic, hydrodynamic and civil engineering structural systems.  The government has selected a hydrodynamic application, in particular a high speed boat (watercraft) for the Phase II demonstration.  Work will be performed in Malibu, Calif. (34.3 percent); Baltimore, Md. (26.6 percent); Champaign, Ill. (18.6 percent); Chesapeake, Va. (8.2 percent); Austin, Texas (6.8 percent); Akron, Ohio (4.0 percent) and Portland, Maine (1.5 percent).  The work is expected to be completed by Feb. 27, 2015.  The Defense Advanced Research Projects Agency is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

 


beenetworknews.com           30 seconds

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOps – Procurements

Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — VARIOUS SAFETY & PROTECTIVE GEAR H92244-13-T-0186 043013 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information160px-Special_Operations_Specops_Army.svg included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0186. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 effective 01 April 2013. North American Industrial Classification Code (NAICS) 339999 with a standard business size of 500 employees applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9E.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

BRAND NAME OR EQUAL. IF QUOTING EQUAL, MUST SUBMIT SPECIFICATIONS WITH QUOTE FOR CONSIDERATION.

SECTION B Schedule of Supplies and Services

CLIN 0001 VARIOUS SAFETY & PROTECTIVE GEAR (See Extended Description for listing)
QTY: 1 LOT
FFP
FOB Destination

CLAUSES INCORPORATED BY REFERENCE:
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

SOFARS 5652.215-9016 Technical and Contractual Questions Concerning this Solicitation (JAN 2000)

As prescribed in 5615.209(l), insert the following provision, Editable and Fill-ins
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact:
Courtney Greco – Contract Specialist
courtney.greco@vb.socom.mil
PH – 757-862-9471
1636 Regulus Ave. Virginia Beach, VA 23461-2299

SOFARS 5652.232-9003 Paying Office Instructions (2005)

As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins
(a) The Primary Contracting Office Point of Contact is: Courtney Greco, Contract Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, courtney.greco@vb.socom.mil, 757-862-9471.
(b) The Administrative Contracting Office Point of Contact is: Courtney Greco, Contract Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, courtney.greco@vb.socom.mil, 757-862-9471.
(c) The Contracting Officer’s Representative is: Courtney Greco, Contract Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, courtney.greco@vb.socom.mil, 757-862-9471.
(d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449.
(e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office.
(f) Payment to the contractor shall be mailed to the following address to be determined before contract award.
(g) Special Payment Instructions: None.

SOFARS 5652.233-9000 Independent Review of Agency Protests (2005)
All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 862-0809.

All questions concerning this procurement, either technical or contractual must be submitted to courtney.greco@vb.socom.mil. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

Point of contact for this procurement is Courtney Greco at phone number: (757-862-9471) or email at courtney.greco@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Courtney Greco by email at courtney.greco@vb.socom.mil, fax at (757) 862-0809 or U.S. Postal mail addressed to NSWDG, Attn: Courtney Greco (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 10:00 am Eastern Standard Time (EST) on Tuesday, 30 April 2013.

Set-Aside: Total Small Business Place of Performance: 1636 REGULUS AVE VIRGINIA BEACH, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0186/listing.html
OutreachSystems Article Number: 130417/PROCURE/0485
Matching Key Words: film?; edit*; produc*; you; website; business*; event?; instruct*; commercial?; 

600px-US-DeptOfCommerce-Seal.svgDepartment of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast Seattle WA 98115-6349

T — REQUEST FOR INFORMATION: IDIQ for Shorezone Imaging and Mapping Services NFFS5000-13-01465 042913 Crystina R Elkins, CONTRACT SPECIALIST, Phone (206) 526-6036, Fax (206)527-3916, Email crystina.r.elkins@noaa.gov THIS IS A REQUEST FOR INFORMATION ONLY. Respondents are invited to provide comments on the content of this request to ensure that, in the event the Government chooses to issue a formal solicitation, every effort will be made to adequately address the scientific and technical challenges described below. As such, responses to this request must be available for unrestricted public distribution. Neither proprietary nor classified concepts or information should be included in any response. The following regulatory guidance applies to this Request for Information (RFI):

FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997)

The Government does not intend to award a contract on the basis of this Request for Information (RFI) or to otherwise compensate any interested party for information.

BACKGROUND:

The National Marine Fisheries Service (NMFS) located in Alaska has a requirement for a contractor to video, photograph, map and catalogue geomorphic and biological shore-zone resources at effective mapping scales of better than 1:10,000 for various locations in Alaska specifically, and potentially other coastal areas of the United States.

The objective of this requirement will be to:

1. Collect ShoreZone imagery of the Alaska coastline and potentially other coastlines along the United States,
2. Using this low-tide aerial video and still imagery, map the geologic and biological features and enter the data into a georeferenced data base,
3. Complete the necessary inventory and mapping needed for a continuous dataset for the entire coastline of Alaska following the methodology described in the paper “ShoreZone Mapping Protocol for the Gulf of Alaska” (August 2008),
4. A georeferenced GIS database which includes shoreline geomorphology, substrates, and biological habitats is required as indicated by research and management activities by federal, state, and local agencies and by nongovernmental organizations.

DESCRIPTION and TECHNICAL REQUIREMENTS:

Respondents are requested to provide information which addresses the vendor’s ability to meet the requirements listed below:

A. Capability of providing ShoreZone Imagery Collection performed by qualified personnel using state-of-the-art equipment. Contractor shall also be able to meet the following requirements:

FIELD SURVEY PLANNING – A field survey plan is developed for each low-tide window survey. The survey is conducted at the lowest daylight tides of the year with tidal elevations of 0.0 meters or lower. Surveys are only conducted in the summer months from May through August in order to ensure mapping of aquatic vegetation. Operating bases are identified, field survey personnel are identified, logistical helicopter support is arranged (including fuel caches where required) and accommodations for the survey crew are secured. The Field Survey Plan is developed in consultation with the contracting officer representative (COR) and should be reviewed by the COR prior to conducting the survey.

FIELD PERSONNEL – Typically a crew of four individuals are needed in the aircraft including a coastal geomorphologist, a coastal biologist, an in-flight navigator, and a pilot. When surveys necessitate using a smaller helicopter (such as a Robinson R-44) which only holds three persons plus necessary equipment, the geomorphologist or biologist may also do the duties of the navigator. The coastal geomorphologist is responsible for designing the survey, operating the video camera, and collecting the video imagery to sufficient resolution for ShoreZone mapping system. The coastal geomorphologist provides a continuous audio commentary on the geomorphology including specifics on the substrate character that may not be visible on the videography. The coastal biologist is responsible for working with the geologist to design the survey, operating the still-image camera, and shooting still imagery to sufficient resolution for ShoreZone mapping. The coastal biologist provides a continuous audio commentary on the intertidal biota with emphasis on the biological attributes and biobands used in the ShoreZone mapping system. An in-flight navigator is responsible for ensuring that aerial survey coverage is complete, and that the electronic navigation system is recording on second navigation fixes.

FIELD DATA PRODUCTS – The primary products originating from the field program are listed below. As technology changes, data formats change and the suggested specification below are minimum standards.

NAVIGATION DATA FILES – provide location of the survey information on second fix marks with associated latitude, longitude of each fix (to four decimal places) and global positioning system (GPS) clock time. The fixes should be collected to differentially corrected global positioning system (DGPS) standards (horizontal positioning accuracy typically +/- 5m).

VIDEOGRAPHY – low-tide, oblique aerial video imagery. Record videography on media that measures at least 530 lines per inch (LPI) resolution with GPS fix (lat/long) and time burned to each image. In 2006, imagery was recorded on miniDV tapes, which meets this standard, but technology is changing. Filming in HD and recording directly to digital video cards may be viable upgrades if previous standards are maintained at a minimum. In addition, GPS information is to be attached to metadata in the form of geotags: (eg. EXIF: Latitude 55, 44′ 18″, Latitude Reference – North latitude; Longitude 160, 0′ 51″, Longitude Reference – West longitude) and attributed to Alaska ShoreZone program (EXIF copyright: Alaska ShoreZone CC BY 3.0) via metadata. Record synchronous geomorphological narration on the left audio channel and biological narration recorded on the right audio channel. In the past, miniDV original tapes (originals) were used to create a master set of DVDs and then archived. A preferred upgrade would be all imagery placed on portable hard drives.

PHOTOGRAPHY – still photography is collected during the over fights and recorded digitally. Minimum 12 megapixel image quality is required. Other file formats must provide equivalent resolution. Images should frame from above the higher high water line to below the lower low water line levels unless broad, flat habitats preclude this. In these habitats maximize image from center halfway between higher high waterline to below the lower low waterline. Zooms of specific features are occasionally collected. The camera clock is synchronized to the GPS clock so that the exact time of each photo is recorded in the metadata for each image; this ensures that the exact location of each photo is known. Images should be geotagged (eg. EXIF: Latitude 55, 44′ 18″, Latitude Reference – North latitude; Longitude 160, 0′ 51″, Longitude Reference – West longitude) and attributed to Alaska ShoreZone program (EXIF copyright: Alaska ShoreZone CC BY 3.0). Photos are transferred to DVD or hard drive (or other storage device) and typically archived by day. On average the target is one photo every three seconds (1,200 photos per hour) or a minimum of 1,000 photos per hour. The number of photos taken per hour varies somewhat with habitat and location.

FLIGHTLINE MANUAL – a flight line manual shall be produced to show the flight path associated with each tape or DVD. The path is shown in reference to standard maps (either NTS topographic maps, NOAA charts or electronic shorelines derived from one of these two shoreline). Locations of all photos are shown on the flight line maps. A log is included with each tape to relate geographic features to flight path times and to photo locations.

SHOREZONE DATA ANALYSIS AND MAPPING REQUIREMENTS
ShoreZone mapping and data analysis requires oblique aerial imagery to be converted to repeatable units or classes of data; the data shall include both spatial representation that fixes the information on maps (i.e., a mapping system) and an attribute representation that classifies data into a discrete number of categories (i.e., a classification system). Both geological and biological attributes shall be mapped and classified with quality assurance and quality control (QAQC) procedures throughout the process.

GEOLOGICAL ATTRIBUTE MAPPING
The geomorphology mapper reviews the imagery, as well as other existing maps and air photos, and marks the shore units onto an electronic shoreline. A shore unit is the primary mapping unit which delineates locations of uniform sediment texture, geomorphology and wave exposure. Shore units may be represented as line segments, points or polygons. Each shore unit is further characterized by the geologist in terms of a collection of across-shore components. The best shoreline must be used to delineate the shoreline. Where there are large deviations in the digital shoreline, adjustments may be made. This shall be noted in the metadata.

Each shore unit is further characterized by the geologist in terms of a collection of across-shore components. The across-shore components are geomorphic features, such as cliffs, beach berms, tidal flats, with associated texture characteristics. The across-shore component attributes are entered into the database but are not delineated on maps. The components are described in terms of (a) observed forms and substrates (e.g., a cobble berm), (b) a landward to seaward sequence and (c) the tidal zone in which they occur (i.e., supratidal, intertidal or subtidal). Within a unit, there may be primary, secondary or tertiary components. The Component data is searchable for particular features (e.g., dunes, pebble beach berms, intertidal structures, mudflats greater than 100m in width).

BIOLOGICAL ATTRIBUTE MAPPING
The biota is characterized by a biologist in terms of recognizable and repeatable biotic assemblages that are called biobands. Biobands are attached, epibenthic species, both plants and animals, that are living in the intertidal zone, usually at characteristic across-shore elevations. In most cases, the biobands are named by a single indicator species (e.g., ‘Zostera’ bioband) but in some cases a characteristic colour/texture descriptor is used for a combination of indicator species (e.g., the ‘ Dark-Brown Kelps’ bioband that includes the lower intertidal, chocolate brown, stalked kelps). All of the biobands represent assemblages of biota and are not intended to indicate the occurrence of a single indicator species.

Each bioband is classified as absent (not observed in the unit), patchy (occurs within less than 50% of the unit) or continuous (occurs within more than 50% of the unit); biobands are nested within across-shore components. The bioband data are searchable and linked to both Unit and Component data.

SHORE STATION GROUND SURVEYS – Shore Station ground surveys provide the opportunity for close-up observations of species and substrates identified during aerial observations and therefore the opportunity to clarify the assumptions made regarding the characteristics of the coastal biobands and geologic substrate during aerial observations. The primary objectives of the shore stations investigations are to (1) obtain specific site information to enhance our knowledge and understanding of mapping classifications in a given area; (2) conduct detailed, site specific observations of substrate, morphology and biota at selected shore locations to better understand coastal processes and ecology; (3) collect detailed physical and biological measurements; (4) collect information on species assemblages to complement the aerial perspective of biobands; (5) document regional differences in the biota present in the biobands; and (6) to make this information publically available by adding it to the existing ShoreStation data on-line.

Both geomorphologic and biological information is acquired using the ShoreZone classification definitions provided in the ShoreZone protocol. Across-shore profiles are surveyed for width, elevation, sediment composition, geomorphology, and biota. The data are systematically recorded in Shore Station databases. Field photos are systematically recorded and are linked to the survey notes. Survey profiles are plotted to a common datum. Given sufficient funding the geographic extent of the ground survey should reflect the geographic extent of the aerial survey, should be planned for a similar tide window, and should include each habitat type within the survey area. Sediment samples may be required to be taken at shore stations to archive for hydrocarbon analyses in the event of a local or regional oil spill.

Transects will be conducted using the Emery profiling technique. A transect line is laid out perpendicular to the shoreline to measure beach length and slope with descriptions of biotic and geomorphic features recorded at points along the transect. Across-shore profiles are measured to describe details of the geomorphic features at the shore station. Elevations are measured from the uppermost supratidal zone, from the ‘marine limit’, as defined by the edge of terrestrial vegetation, across the shoreline to the waterline. See Figure 1 below. All biological species are recorded in the across-shore components and their relative abundance (e.g. rare, few, common, abundant). Complete photo documentation of the beach is a priority and must be georeferenced at a high-resolution.

Substrate categories recorded at ground stations in ShoreZone are defined according to the standard size classes and nomenclature of the Wentworth scale. Most substrate definitions are for ‘sediment’ substrates and defined by the sizes of the particles (or ‘clasts’). The two substrate types found at the bottom of the list are ‘biogenic’ and are formed by biological processes. On surveyed transects at the ground station, the substrate observations are recorded for each interval along the across-shore profile. Combinations of multiple substrates are often observed and are listed on the profile in order of relative abundance. Thin layers or veneers of one substrate or more over top of another can also be observed. These veneers are listed as substrates ‘over’ substrates (e.g., boulder, cobble over bedrock).

Shore Station data must be presented as a GIS layer. The data base must provide a list of species observed with representative photos. The data base must also have the capability to query the data by region, locale, station, select ShoreZone attributes (habitat class, biobands, etc.), and by species or species groups at a minimum. Data must include fully FGDC compliant metadata files for all ArcGIS feature classes. The ShoreStation datasets shall be combined with the existing datasets and be made accessible to the public on the NMFS website. The contractor shall provide technical support to NMFS for any problems that arise when combining the new datasets with the existing datasets.

Currently the Shore Station database houses over 400 ShoreZone Shore Stations that have been visited since 2002 throughout the Gulf of Alaska (including southeast, Prince William Sound, the outer Kenai Peninsula, Kodiak Island archipelago, Cook Inlet, and the Katmai National Park coast) and in Bering Strait, Kotzebue Sound, the Chukchi Sea and the Beaufort Sea. This online database has been designed to provide easy access to Shore Station data via a query able display of stations at local and regional geographic scales and the ability to download species lists and photos. The ground stations are ‘point features’ that are spatially linked to the Alaska ShoreZone web enabled database. New data collection must be compatible with the existing data formats.

OTHER SHOREZONE PRODUCTS – ShoreZone data can be used to generate products that are relevant to ecosystem, habitat, and fisheries management. The high resolution, attribute rich dataset is conducive to habitat modeling. The dataset is suitable for development of habitat capability models for various fish, shellfish and invertebrate species. It has been used to predict habitat use by green crab and pacific herring and it was used for sea cumber management applications. The landscape scale of dataset also makes it a useful tool for extrapolation of site data over broader spatial ranges. The ShoreZone data was used for management of marine debris. Various applications of the ShoreZone data have been developed for oil spill response.

ShoreZone has a public outreach component. NMFS maintains the ShoreZone data online and makes it accessible to the public at no cost. NMFS wants this data to be both physically and intellectually available to the public. Task orders may be issued to provide support for making the data physically and intellectually available to the public.

ShoreZone products requested may include the development of habitat capability/suitability models and extrapolation of the data base for specific purposes. Task orders may include: development of oil spill response tools; requests for training, webinairs, or presentations; development of reference manuals; development of training materials; development of ShoreZone publications, brochures, posters, or other informational materials; providing mounted ShoreZone photos; providing additional written reports and special analyses; copies of datasets; technical support for the full ShoreZone dataset maintained by NMFS; and developing potentially new applications of the ShoreZone dataset.

In some areas of the state, along the Arctic coast, ShoreZone mapping has been done from existing imagery. The contractor researched the available imagery and collected it from the source. Existing imagery may need to be used for other parts of Alaska as well for areas that are too remote or for areas where a permit cannot be acquired for aerial surveys (potentially Saint George and Saint Paul Islands). Future task orders may also include gathering, analyzing, and mapping ShoreZone habitats from existing imagery.

SUBMISSION OF DOCUMENTATION:

NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No contract will be awarded on the basis of responses received to this notice. Interested firms should submit, in writing the following: (1) name, address, a point of contact, telephone number, Data Universal Numbering System (DUNS) number, and a brief narrative regarding its capability to provide the services as described above; (2) a minimum of 3 examples of current and/or recently completed projects of the same or similar type of service described above. Include projects within the past 3-5 years, a brief description of the project, customer name, customer contact point and telephone number, timeliness of performance, customer satisfaction, and dollar value of the project; (3) State if your company is a Small Disadvantaged Business, HubZone Small Business, or Service-Disabled Veteran Owned Small Business and provide proof of Small Business Administration (SBA) HubZone certification; (4) Indicate whether your firm will submit a proposal for this project , if this project is set-aside for HubZone Small Business ,or Service-Disabled Veteran-Owned Small Business; (5) Indicate all applicable personnel and sub-contractors proposed to work on a contract arrangement. Firms submitting responses shall provide information that validates whether your company can meet the qualification criteria listed above. The capabilities will be evaluated solely for the purpose of determining if small business a set-aside is appropriate. The Government must ensure there is adequate competition among the potential pool of firms which can operate in the areas of consideration as specified above. Detailed information must be submitted by email to Crystina Elkins at Crystina.R.Elkins@noaa.gov by Monday, April 29, 2013 at 3:00 pm, local Pacific Standard Time, Seattle, Washington. Questions of any nature may be addressed IN WRITING to Crystina Elkins at the email address noted above. NO TELEPHONE INQUIRIES WILL BE HONORED. Submissions should not exceed 10MB since the NOAA email system may reject the message as being too large.

DISCLAIMER:

This RFI is issued solely for information gathering purposes and does not constitute a formal solicitation for proposals. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Respondents are advised that NOAA is under no obligation to provide feedback to respondents with respect to any information submitted under this RFI. Response to this RFI is strictly voluntary and is not required for participation in any future potential solicitation(s) on this topic. All costs associated with a response to the subject RFI are at the contractor’s own expense. Submissions may be reviewed by the Government, including NOAA and partner Federal Agencies and their immediate contractor staff.

URL: https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFS5000-13-01465/listing.html
OutreachSystems Article Number: 130416/PROCURE/0398
Matching Key Words: filming; 

Department of the Army, U.S. Army Corps of Engineers, USACE District, Huntington, USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street,Department of the Army Huntington, WV 25701-2070

R–3D Modeling and Anchor Borehole Analysis (ABA) Tool application change to upgrade the original system that was created solely for the US Army Corps of Engineers. W91237-13-T-0041 042913 Samantha Stanley, 304-399-5705 USACE District, Huntington This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

1. Action Code: S

2. Date: 0325

3. Year: 2013

4. Contracting Office Zip Code: 25701-2070

5. Classification Code:
R499 – Bluestone 3D Model and Anchor Borehole Analysis (ABA) Tool application

6. Contracting Office Address:
US Army Corps of Engineers, Huntington District, 502 8th Street, Huntington, WV 25701

7. Subject: R499 – Bluestone 3D Model and Anchor Borehole Analysis (ABA) Tool application

8. Proposed Solicitation Number: W91237-13-T-0041

9. Closing Response Date: 29 April 2013

10. Contact Points:
Samantha Stanley, Contract Specialist, (304) 399-5705

11. Contract Award Number: N/A

12. Contract Award Dollar Amount: N/A

13. Contract Line Item Number: N/A

14. Contract Award Date: N/A

15. Contractor: N/A

16. Description: The minimum Government need is a 3D Modeling and Anchor Borehole Analysis Tool application change to upgrade the original system that was created solely for the US Army Corps of Engineers. The modeling system must be updated to be compatible with MicroStation Version 8i and retain all of the functionality of the original program.
The proposed awardee is Stantec Consulting Services, Inc., 1409 North Forbes Road, Suite 1, Lexington, Kentucky 40511-2024. This source appears to be the only manufacturer that can provide the program upgrade.

17. Place of Contract Performance: N/A

18.Set-Aside Status: N/A

Place of Performance: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV 25701-2070 US URL: https://www.fbo.gov/spg/USA/COE/DACA69/W91237-13-T-0041/listing.html
OutreachSystems Article Number: 130413/PROCURE/0066
Matching Key Words: state!ky; 

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

U — VERTICAL WIND TUNNEL RENTAL H92244-13-T-0185 052313 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0006, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 01 April 2013.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 611620 with a business size standard of $7.0 million. The DPAS rating for this procurement is DO-S10.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

Section B Schedule of Supplies and Services

CLIN 0001 Vertical Wind Tunnel Rental; up to 75 consecutive hours from 11 August 2013 to 8 September 2013. Facility must be located within a 30 mile radius of Eloy AZ to coincide with other active/on-going training.
QTY: 75 HOURS
FOB ORIGIN

Section I Clauses

Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE

FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug-87
FAR 52.246-25 Limitation of Liability – Services Feb-97
FAR 52.247-29 F.o.b. Origin Feb-06
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.222-41 Service Contract Act of 1965, as amended Nov-07
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May-89
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation equirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 09:00 AM. Eastern Standard Time (EST) on 23 May 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0185/listing.html
OutreachSystems Article Number: 130412/PROCURE/0102
Matching Key Words: film?; produc*; train*; you; website; business*; event?; instruct*; commercial?; 


Department of Veterans Affairs, VA National Cemetery Administration Centralized Contracting Division, Department of Veterans Affairs National Cemetery Administration, 155 Van Gordon;Suite 510;Lakewood, CO;80228

99–Sod Needed for Winter Burial @ Fort Logan National Cemetery VA78613Q0221 042213 Geraldine Herrera 303-914-5703 geraldine.herrera@va.gov NOTICE: ThisVA is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Request for Quotation (RFQ) is VA786-13-Q-0221. No other solicitation will be issued in response to this announcement. This announcement will serve as both the synopsis and solicitation. Quotes in response to this combined synopsis/solicitation are due April 22, 2013 by 2:00PM MT and shall be emailed to Geraldine.Herrera@va.gov. Purchase order award will be made to the quoter/offeror whose quote is responsive, and offers the lowest aggregate price to perform the minimum quantities as specified in this announcement. This RFQ document incorporates provisions and clauses which are in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 111421 with a small business size standard of $0.75M. This requirement is set-aside 100% for Service Disabled Veteran Owned (SDVOSB) Small Business Concerns; and only qualified and eligible SDVOSB concerns may be considered for possible purchase order award. The period of performance is thirty (30) calendar days from receipt of a purchase order award. The place of performance where all work will be accomplished is the Fort Logan National Cemetery located at 4400 W. Kenyon Avenue, Denver, CO 80236. Interested parties may contact the Cemetery point-of-contact, James Hughes @ (303)761-0117 to schedule a site visit if necessary. The contractor shall provide both a unit price and total amount for each of the following Contract Line Item Numbers (CLINS). The contractor shall provide all labor, equipment and materials needed to install 60,000 sq feet of Kentucky Bluegrass blend sod, rolled and installed in areas designated by Fort Logan Staff. Fort Logan will prepare areas for installation. Price includes delivery and installation. Fort Logan Staff will coordinate actual delivery dates directly with the vendor as weather permits. Questions regarding this announcement shall be emailed to the Contract Specialist, Ms. Geraldine Herrera at (303) 914-5703. The deadline for receipt of questions is April 17, 2013, 2:00PM MT. Questions can be emailed to Ms. Herrera at Geraldine.Herrera@va.gov. Offerors/quoters must be registered in the System for Award Management (SAM) at https://www.sam.gov to be eligible to receive purchase order award. In addition, SDVOSB concerns must be registered and have an active account in http://www.vetbizregitery.gov to be eligible to receive an award. The selected Offeror must comply with the following commercial services terms and conditions, which incorporates by reference: FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications – Commercial Items – the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions – Commercial Items; FAR 52.212-5- Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items. The following clauses are included: 52.222-50, 52.219-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.232-30, 52.232-34, 52.222-41, and 52.222-26. In addition the following clauses are hereby incorporated as an addendum to FAR Clause 52.212-5.
852.203-70
COMMERCIAL ADVERTISING
JAN 2008
852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION JAN 2008
852.233-71 ALTERNATE PROTEST PROCEDURE (MAY 2010) NOTE MAY 2010
852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984
852.273-76 ELECTRONIC INVOICE SUBMISSION OCT 2008
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: Fort Logan National Cemetery;4400 W. Kenyon Avenue;Denver, CO 80236 U.S. URL:https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78613Q0221/listing.html
OutreachSystems Article Number: 130412/PROCURE/0453
Matching Key Words: state!ky; 


Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–Adutant General (AG) Support Services for IMCOM Atlantic, US Army Garrison-Fort Knox (Directorate of Human Resources/Military Personnel Division), Fort Knox, KY W9124D-13-R-0002 041513 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Pre-Solicitation Amendment #2, 4/11/13: When the solicitation is released, it will include specific clearance requirements to include completion of a DD Form 254.

Pre-solicitation Amendment #1, 4/10/13: A DD Form 254 required. Personnel clearance SECRET.

The Mission and Installation Contracting Command-Fort Knox intends to issue a request for proposal (RFP) for Adjutant General (AG) Support Services for IMCOM-Atlantic, US Army Garrison, Fort Knox, Directorate of Human Resources/Military Personnel Division (DHR/MPD), Fort Knox, KY 40121. The period of performance will be 1 July 2013 (phase-in 1-31 July) through 30 June 2014 with two, one-year option periods. Option periods will be exercised at the government’s discretion.

The solicitation will be for commercial, performance-based services. Offerors shall be required to submit their proposal in paper and electronic version. Proposals will be evaluated using lowest price technically acceptable source selection procedures. The government intends to award without discussions; therefore, the offeror’s initial proposal shall contain its best offer from a technical and price stand point.

This acquisition is offered for competition limited to eligible 8(a) concerns under NAICS code 561110 with a size standard of $7 million.

The solicitation will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov during the week of 15 April 2013 and will have an approximate 21- to 30-day response period. Amendments, if any, will also be posted to the FBO website; offerors are cautioned to check the website frequently and acknowledge all amendments.

Interested 8(a) firms are encouraged to monitor FBO for the solicitation, and also ensure eligibility data is active and up-to-date within the System for Award Management (SAM) and SBA 8(a) certifications.

The government will not compose or maintain any type of solicitation mailing list. All questions must be submitted in writing via email to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil. Any correspondence should reference the solicitation number. Each offeror is responsible for all costs of producing and submitting its proposal. Each proposal shall be submitted in accordance with the instructions contained in the solicitation. Proposals will not be accepted by email or facsimile. Questions regarding the solicitation shall be submitted in accordance with instructions contained in the solicitation.

Set-Aside: Competitive 8(a) Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/46b49c357a34ff6d697932aebac6f69c
OutreachSystems Article Number: 130412/PROCURE/0557
Matching Key Words: age:state!ky; state!ky; 

Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road Suite 0119 Fort Belvoir VA 22060-6220

99 — CBRNE Personal Protective Equipment SP4705-13-T-0002 041613 Antoinette J. Gregg, Phone 7037671189, Email Antoinette.Gregg@dla.mil COMBINEDDefense_Logistics_Agency SYNOPSIS/SOLICITATION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued.
This is a Request for Quote (RFQ) and the solicitation number is SP4705-13-T-0002. No formal solicitation will be issued. Review the attached Statement of Work for more details. This solicitation is issued as 100% small business set-aside. The NAICS code is 339113 and the size standard is 500.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-66 effective 01 April 2013, Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2012-48. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil.

The DLA Contracting Services Office intends to procure acquisition on behalf of DLA to provide CBRNE in the event of a Hazmat incident.

Contract Line items:
0001 -3M FR-7500B Respirator
0002 – Tychem F Suits
0003 – Overboots
0004 – Gloves
0005 – Respirator Carriers
0006 – Respirator Canisters
0007 – Chemical Tape
Description of Requirements:
The contractor shall provide focused efforts on developing and executing additions to the GEMSTONE gaming system. Initial focus of development will be on refining existing architecture, and adding flexibility to the system to allow for easier repurposing of the system in accordance with the statement of work. Date (s) and place (s) of delivery and FOB Point:
0001- 0007 N/A Defense Logistics Agency (DLA)
FOB: Destination

Provision at 52.212-1, Instructions to Offerors-Commercial (FEB 2012), applies to this acquisition and addendum 52.212-1 ADDENDUM – INSTRUCTIONS TO OFFERORS – - COMMERCIAL ITEMS (JUN 2008)(b)(2) Quote shall be received no later than 20 September, 2012 9:00 A.M (Eastern Standard Time). Fax responses and email response will not be accepted. Submit offers to the address located in Block 9 on Page 1 of SF 1449. Advance copies of the response can be email at Beverly.j.williams@dla.mil. Note: All responses must include the solicitation number on the cover page. For email, the solicitation number must be included within the subject line.
(b)(12) Submit one (1) original copy of the Quote and one (1) copy of the Quote. Within the copy, remove all mention of the contractor’s name.
(4) Technical Quote: Provide a written narrative that describes your technical qualifications and addresses your ability to meet the requirements set forth in the Performance Work Statement. Proof of any certifications mentioned within the resume must be included in the technical Quote for the person being proposed to perform the required services.
(8) Certifications and Representations. FAR clause 52.212-3, Alt I: complete applicable fill-ins.
(10) Past Performance: Offers shall include the resume of the person(s) proposed to provide the required services as within the Performance Work Statement. Resume(s) shall describe the proposed personnel’s credentials. Offeror must provide past performance reference for the same or similar services provided. For past performance references provide the current points of contact information, identify any government contract number, type of services provided, a description of the services provided, and number of years services provided. (m) Questions and/or requests for information concerning this solicitation should be submitted in writing via email, within three days of the issuance date of this solicitation, to Antoinette J. Gregg, at email address: antoinette.gregg@dla.mil.(End of Provision);52.212-2 Evaluation-Commercial Items (JAN 1999) LOWEST PRICE TECHNICALLY ACCEPTABLE EVALUATION
The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. If applicable, offers must also meet the requirements of FAR 52.211-6 Brand Name or Equal.

(2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (3)Delivery: Offerors must meet the required delivery date. or if POP: Offerors must be able to start performance on the required period of performance.(4)Responsibility: Offerors must meet the standard for FAR 9.104.; 52.212-3 Offeror Representations and Certification-Commercial Items (APR 2012);52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2012); 52.219-28 Post-award Small Business Program Rerepresentation APR 2009; 52.232-17 Interest (OCT 2010);52.242-13 Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012); 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution DLAD (AUG 2004).
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012). DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991).

The resulting contract will be firm-fixed price. The period of performance will be for 30 days after the date of award. The Government will make award to the responsible offeror who has the lowest price and is technically acceptable.

Offerors must be submitted via one of the following methods by 9:00 AM ET, April 16, 2013:Email to: antoinette.gregg@dla.mil; Fax to: 703-767-1172 Attn: Antoinette Gregg or Mail to : DLA Contracting Services Office, ATTN: Antoinette J. Gregg, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060.

To be eligible for award of a Government contract, contractors must be properly registered in the Government’s Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @www.ccr.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a Quote will be provided any changes/amendments and considered for future award.

See attached equipment list for additional information.

Set-Aside: Total Small Business Place of Performance: 8725 John J. Kingman Road Fort Belvoir, VA 22060 US URL: https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-13-T-0002/listing.html
OutreachSystems Article Number: 130411/PROCURE/0435
Matching Key Words: writ*; copy; technical; standard; 


Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–Adutant General (AG) Support Services for IMCOM Atlantic, US Army Garrison-Fort Knox (Directorate of Human Resources/Military Personnel Division), Fort Knox, KY W9124D-13-R-0002 041513 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Pre-solicitation Amendment #1, 4/10/13: A DD Form 254 required. Personnel clearance SECRET.

The Mission and Installation Contracting Command-Fort Knox intends to issue a request for proposal (RFP) for Adjutant General (AG) Support Services for IMCOM-Atlantic, US Army Garrison, Fort Knox, Directorate of Human Resources/Military Personnel Division (DHR/MPD), Fort Knox, KY 40121. The period of performance will be 1 July 2013 (phase-in 1-31 July) through 30 June 2014 with two, one-year option periods. Option periods will be exercised at the government’s discretion.

The solicitation will be for commercial, performance-based services. Offerors shall be required to submit their proposal in paper and electronic version. Proposals will be evaluated using lowest price technically acceptable source selection procedures. The government intends to award without discussions; therefore, the offeror’s initial proposal shall contain its best offer from a technical and price stand point.

This acquisition is offered for competition limited to eligible 8(a) concerns under NAICS code 561110 with a size standard of $7 million.

The solicitation will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov during the week of 15 April 2013 and will have an approximate 21- to 30-day response period. Amendments, if any, will also be posted to the FBO website; offerors are cautioned to check the website frequently and acknowledge all amendments.

Interested 8(a) firms are encouraged to monitor FBO for the solicitation, and also ensure eligibility data is active and up-to-date within the System for Award Management (SAM) and SBA 8(a) certifications.

The government will not compose or maintain any type of solicitation mailing list. All questions must be submitted in writing via email to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil. Any correspondence should reference the solicitation number. Each offeror is responsible for all costs of producing and submitting its proposal. Each proposal shall be submitted in accordance with the instructions contained in the solicitation. Proposals will not be accepted by email or facsimile. Questions regarding the solicitation shall be submitted in accordance with instructions contained in the solicitation.

Set-Aside: Competitive 8(a) Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/8d49c17ba51b0d9eafd13813e1e7757d
OutreachSystems Article Number: 130411/PROCURE/0528
Matching Key Words: age:state!ky; state!ky; 


General Services Administration, Public Buildings Service (PBS), Design and Construction (1PC), 10 Causeway Street Boston MA 02222-1077

R — ART IN ARCHITECTURE for the Land Port of Entry at Derby Line, Vermont GS-01P-13-BZ-P-0006 042913 Kathryn E. Thomas, Contracting Officer, Phone 617-140px-US-GeneralServicesAdministration-Logo.svg565-8826, Fax 617-565-5967, Email kathryn.thomas@gsa.gov – Alexandria L. Kelly, Contract Specialist, Phone 617-565-5724, Fax 617-565-5967, Email alexandria.kelly@gsa.gov The deadline for artist registration is extended until APRIL 29, 2013.
Place of Performance: The Derby Line Land Port of Entry, Derby Line, Vermont. The project site is located between the northbound and southbound lanes of Interstate 91 at the International Boundary in Derby Line, Vermont. Derby Line, VT US URL: https://www.fbo.gov/spg/GSA/PBS/1PC/GS-01P-13-BZ-P-0006/listing.html
OutreachSystems Article Number: 130411/PROCURE/0531
Matching Key Words: naics!711510; 

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — CABLE CUTTERS & ACCESSORIES H92244-13-T-0182 052113 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0182, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 01 April 2013.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9E.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

BRAND NAME OR EQUAL. IF QUOTING EQUAL, MUST SUBMIT SPECIFICATIONS WITH QUOTE FOR CONSIDERATION.

Section B Schedule of Supplies and Services

CLIN 0001 VARIOUS CABLE CUTTERS & ACCESSORIES
(SEE EXTENDED DESCRIPTION FOR LISTING AND QUANTITY)
MFR: ROCKSMITH PRECISION MACHINING INC.
QTY: 1 LOT
FOB DESTINATION

Section I Clauses

Following Clauses and Provision applies to this procurement.

CLAUSES INCORPORATED BY REFERENCE
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 8:00 AM Eastern Standard Time (EST) on 21 May 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

Set-Aside: Total Small Business Place of Performance: 1636 REGULUS AVENUE VIRGINIA BEACH, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0182/listing.html
OutreachSystems Article Number: 130410/PROCURE/0512
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 

Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywinedept of health and human services Road, Room 3000 Atlanta GA 30341-4146

R — Waiting Room-Delivered Video to Enhance Antiretroviral Therapy Readiness, Adherence, and Retention in Care for HIV-Positive Minority Persons SNR56653 041913 Sherrie N. Randall, Contract Specialist, Phone 7704882866, Fax 7704882868, Email iom2@cdc.gov – Teri M Routh-Murphy, Contracting Officer, Phone 770-488-2713, Fax 770-488-2778, Email tnr3@cdc.gov This is a sources sought announcement to determine the availability of potential vendors (including, but not limited to, GSA vendors under the Advertising and Integrated Marketing Solutions SIN 541-5 “Integrated Marketing Services”, small business (e.g. 8 (a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantage business, and women-owned small business) that can provide support to the Division of HIV/AIDS Prevention (DHAP) to develop a waiting room-delivered video to enhance antiretroviral therapy (ART) readiness and adherence and retention in care for HIV-positive minority persons.

Background:
Research findings from the HIV Prevention Trials Network HPTN052 study published in 2011 concluded that HIV-positive men and women could reduce their risk of transmitting the virus to their sexual partners by 96% when taking oral antiretroviral therapy (ART). The ability of patients to initiate and adhere to a rigorous and complex ART treatment regime is challenging. There are many reasons for failing to initiate treatment or adhering to a precise and consistent medication schedule that is needed for treatment to be successful. Factors shown to influence treatment readiness and decrease adherence include a patient’s comprehension of their HIV infection and treatment recommendations, health beliefs associated with the benefits of therapy, fears or ambivalence about starting treatment, dosing/regime barriers psychiatric/co-morbidity factors, and lack of social or provider support.

The Centers for Disease Control and Prevention’s (CDC) Compendium of HIV Prevention Interventions with Evidence of Effectiveness has identified 8 intervention programs that have demonstrated varying levels of efficacy for improving ART-related outcomes among HIV-positive persons. These programs included six educational/behavioral interventions to improve ART adherence, and two Directly Administered Antiretroviral Therapy (DAART) interventions. All of these interventions are delivered in individual- or small group-level formats and require considerable resources to implement and substantial time commitments from clients. As a result, there is a significant need for treatment readiness/adherence interventions that can be brought to scale quickly, provide maximum coverage, and be sustained at relatively little cost. The development of a video-based structural intervention through this contract directly supports CDC’s High-Impact HIV Prevention framework.

The Patient Protection and Affordable Care Act is poised to bring millions of uninsured people – including many HIV-infected minority persons – into the health care system when it is implemented in 2014. Clinical settings may be increasingly more dependent on adopting simple, low-cost, low-intensity waiting room delivered interventions, which can be administered with minimal staff time as part of routine clinical services, to supplement more intensive but effective interventions that require additional patient or staff time to implement. Stand-alone video-based interventions have been found to be efficacious, low-cost, and require limited staff time or training. The stand-alone video-based approach focusing on encouragement of ART among treatment-naï ve patients and ART adherence among HIV-positive patients in treatment may prove to be an important prevention tool in achieving goals of the National HIV/AIDS Strategy, such as improving health outcomes for persons living with HIV/AIDS and reducing HIV-related disparities and health inequities.

This video also could be a key product to assist CDC’s prevention efforts with HIV-positives. In addition, this video will have broad applicability beyond CDC’s DHAP and should be feasible, practical, and cost-effective to extend to virtually all medical care settings across the U.S. that provide HIV medical care to HIV-positive persons, including Health Resources and Services Administration-funded grantees, Veterans Administration-funded clinical care sites, and all private HIV treatment and care clinics.

Purpose and Objectives:

The purpose of this contract is to develop, beta-test, and refine a brief, video-delivered, waiting room intervention that promotes early initiation of ART among treatment-naïve HIV-positive patients, adherence to ART and retention in care among HIV-positive patients currently on therapy, sexual risk reduction tailored to HIV-positive persons, and patient-initiated discussion of these topics with their providers.

Specific objectives of the contract include the following:

1. Develop a draft theory-based, brief, video-delivered waiting room intervention that promotes early initiation of ART among treatment-naïve clients, adherence to ART and retention in care among HIV-positive patients currently on therapy, and sexual risk reduction tailored to HIV-positive minority persons.
2. Develop “movie style” posters to enhance viewership and a User’s Guide to improve the integration of the video into HIV/AIDS treatment facilities.
3. Conduct a beta-test of the draft video intervention in up to four HIV/AIDS treatment facilities meeting specific programmatic criteria.
4. Document the feasibility and use of this intervention during routine clinical care.
5. Collect observational data and supplemental patient-level medical record data from participating treatment facilities as part of the beta-test of the draft video intervention.
6. Refine the draft video intervention based on analysis of the patients’ reactions.
7. Produce interim and final progress reports.
8. Create and deliver interim data sets and final data sets.

The Vendor shall demonstrate capability with the following requirements:

1. Demonstrate evidence of prior collaboration with governmental or nongovernmental organizations including state and local health departments and other groups that provide HIV prevention and/or treatment services for HIV-positive African Americans and Hispanic/Latinos, including Men Having Sex With Men (MSM).
2. Demonstrate ability to design and produce a video-waiting room intervention for HIV/AIDS treatment facilities.
3. Demonstrate the ability to conduct beta-testing for a video-waiting room intervention.
4. Demonstrate the capacity to design, collect and manage electronic datasets from multiple facilities and the ability to ensure data safety.
5. Demonstrate evidence of ability to create and transfer interim and final data sets to customers.

Capability Statement:

Vendors who believe they have the ability to satisfy all of the above stated objectives are encouraged to submit a capability statement. The capability statements will be evaluated based on the information provided in relation to the objectives and requirements above and the current in-house capacity to perform the work including: (a) knowledge of staff availability, experience, and training; (b) prior completed projects of a similar nature; and (c) examples of prior completed contracts, dollar value of the contracts, references, and other related information.

Capability statements shall include the following information: company name, address, point of contact, phone/fax/email, business size and status (e.g. small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantage business, and women owned small business) and current GSA Schedules under SIN 541-5, “Integrated Marketing Services”. The remainder of the capability statement should be tailored to the information outlined in this Sources Sought Announcement and must demonstrate that similar work has been performed in the past.

Submission Instructions:

Interested parties having the capabilities necessary to perform the stated requirements may submit capability statement (maximum 10 pages) via email to Sherrie Randall (srandall@cdc.gov). The subject line of the email shall be “Antiretroviral Therapy “. Responses are due no later than April 19, 2013 by 12:00PM EST. Capability statements will not be accepted after the due date.

Disclaimer and Important Notes:

This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. RESPONSES TO THIS NOTICE WILL NOT BE CONSIDERED ADEQUATE RESPONSES TO A SOLICITATION.

URL: https://www.fbo.gov/spg/HHS/CDCP/PGOA/SNR56653/listing.html
OutreachSystems Article Number: 130405/PROCURE/0528
Matching Key Words: video*; produc*; train*; site?; page?; education*; business*; produce?; instruct*; 

600px-US-DeptOfLabor-Seal.svgDepartment of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001

R — MANAGEMENT AND PROFESSIONAL SUPPORT SERVICES DOL131RP21638 052013 Stacy Conaway, CONTRACT SPECIALIST, Email conaway.stacy@dol.gov The U.S. Department of Labor(DOL), Occupational Safety and Health Administration(OSHA) is soliciting an Request for Proposal (RFP) for Management/Professional Support Services under DOL 131RP21638.
This procurement is a Total Business Set-Aside. The NAICS code is 541990, with a Small Business Standard of $7 million. All responsible sources that are determined a small business in accordance with the U.S. Small Business Administration and must be registered in the System for Award Management at http://www.sam.gov, in order to be considered for award.

The contract award is intended to provide, a full range of specialized management and professional support services required to meet OSHA’s requirements while complying with applicable laws, regulations, policy and procedures. The offeror shall furnish labor mix categories with proven experience in Technical Writing, Management Systems and Organization, Program Budgeting, Planning and Financial Management and Human Resources. Offerors are encouraged to submit a proposal in the most economic and efficient manner, within the confines of the Performance Wok Statement and the proposed labor mix categories.

All responsible sources may submit a proposal once the solicitation is issued. This solicitation will be posted for your review on Monday April 8, 2013. The solicitation is for commercial items prepared in accordance with the format in FAR 12 and 15 as supplemented with additional information included in this notice.

Your response time for the solicitation is no later than May 20, 2013 at 3pm EST.

Set-Aside: Total Small Business Place of Performance: OSHA -NATIONAL OFFICE 200 CONSTITUTION AVENUE NW WASHINGTON, DC 20210 US URL:https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RP21638/listing.html
OutreachSystems Article Number: 130404/PROCURE/0075
Matching Key Words: writ*; technical; standard; 


Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesdadept of health and human services MD 20894

R – Audiovisual Duplication Services NIHLM2013715-UHP 041213 Uyen H Phuong, Contracting Officer, Phone 301-496-6127, Fax 301-402-0642, Email phuongu@mail.nih.gov This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research.

The National Library of Medicine (NLM) is conducting a market survey to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses and/or HUBZone small businesses capable of serving the needs identified below.

Background
The National Library of Medicine (NLM) is a federal agency that is part of the National Institutes of Health (NIH) and is located in Bethesda, MD. NLM makes copies of audiovisuals for preservation purposes. Most of the materials to be duplicated are 16mm motion picture films and ¾” U-Matic videotapes. The physical condition of most originals is good; however, there are some items in fair to poor condition.

Purpose
This requirement covers the procedures for all source materials and for copies that are produced for and become the property of NLM. It does not apply to copies requested and paid for by patrons that become the property of the patron. NLM assumes responsibility for ensuring that materials sent for duplication are not subject to copyright restrictions.

All work shall be performed at the vendor’s facility. The schedule of delivery will be determined at the time of the award. It is anticipated that the period of performance will be for a base year with options for two successive one year periods.

Vendor Requirements
Independently, and not as an agent of the Government, the Contractor shall furnish all necessary labor, materials, supplies, equipment, and services needed to complete this project according to the work proposed below. All work performed under this procurement shall be monitored by NLM Project Officer.

This effort is to provide audiovisual duplication services from the following groups:

 Film-to-video transfer
 Video-to-video transfer

This is a Small Business Sources Sought Notice. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disable, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. This Sources Sought notice is not a Request for Proposals (RFP), nor is an RFP available. Interested firms responding to this sources sought notice must adhere to the following:

(a) Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government’s requirements for the above. The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 10 pages.

(b) The capability statement must identify the responder’s small business type and size; DUNS number; NAICS code; and technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and email addresses.

(c) All capability statements must be submitted electronically no later than 4:30pm Eastern Standard time on Friday April 12, 2013 to Ms. Uyen Phuong at phuongu@mail.nlm.nih.gov.

Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2013715-UHP/listing.html
OutreachSystems Article Number: 130404/PROCURE/0552
Matching Key Words: video*; film?; duplicat*; produc*; page?; business*; produce?; videotap*; video; audiovisual; serv*; 

FedBizOps – Awards

190px-United_States_Army_Corps_of_Engineers_logo.svgDepartment of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070

R–Geotechnical Engineering Services for the Nashville District U.S. Army Corps of Engineers. W912P5-12-R-0005 Jamie Davies, 615-736-7921 USACE District , Nashville W912P5-13-D-0003 $5,000,000.00 031313 0001 STANTEC CONSULTING SERVICES INC. (809863694)
1409 N FORBES RD STE 1
LEXINGTON, KY 40511-2024 Award posting.
URL: https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-12-R-0005/listing.html
OutreachSystems Article Number: 130404/AWARDS/0773
Matching Key Words: state!ky; 

Other Federal Procurements (Small)

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net

R — INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ), DE SOL F13PS00238 Description The U.S. Fish and Wildlife Service (FWS) intends to issue a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ), Design/Build (D/B) Construction, Multiple Award Task Order Contract (MATOC) for the Southeast region (Region 4). This is a competitive, best value, source selection that will be conducted in accordance with Federal Acquisition Regulation (FAR Part 15.3). In using this best value approach, the Government seeks to award to offerors who give the greatest confidence that they will best meet our requirements affordably. Projects are located at U.S. Fish and Wildlife Region 4 sites such as national fish hatcheries and national wildlife refuges in the southeastern United States. The Southeast region consists of the States of Arkansas, Louisiana, Tennessee, Kentucky, North Carolina, South Carolina, Mississippi, Alabama, Georgia, Florida, Puerto Rico, and the Virgin Islands. The MATOC will be for 5 years total consisting of a base year plus 4 one-year renewable options, and will result in award to multiple Design/Builders (D/B). The D/B will be requested to submit proposals on a rotational basis after consideration of individual task orders. Extenuating circumstances such as familiarity with a site or specialized skills may dictate that a particular D/B be chosen out of order at the discretion of the Contracting Officer (CO). There will be two (2) evaluation phases. Phase I (Short-list Criteria) and Phase II (Award Selection Criteria. Only applies to short-listed contractors). The sample Task Order referenced under Award Selection Criteria (Phase Two) is a real project and will be awarded as a task order to the short-listed D/B firm having the best design solution. The contract type will be firm fixed price, indefinite delivery indefinite quantity (IDIQ) contract with individual Task Orders. Each Task Order will have a Guaranteed Maximum Price (GMP). Task Orders may vary in size but are expected to be issued for projects in the $50,0 Overview Reference number: F13PS00238 Issue date: 04/09/2013 Response due: 06/06/2013 02:00 PM ET Set Aside: N/A NAICS: PSC / FSC: Agency: DOI Contracting office: FWS, DIVISION OF CONTRACTING AND GR 1875 CENTURY BOULEVARD SUITE 310 Atlanta, GA 30345-3310 Place of Performance: Contact: Walter Cowan Phone: Fax: Email: walter_cowan@fws.gov Vendors conference: Location: Details: NO PREPROPOSAL CONFERENCE IS SCHEDULED For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130410/SMALL/0717
Matching Key Words: state!ky; 

USABID State and Local Purchases

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Auditing assistance with COT SOC 2 RFP : 1300000345 Aud SOL Auditing assistance with COT SOC 2 RFP : 1300000345 Auditor Of Public Accounts Pro Services Request for Proposals(RFP) Published On : 4/15/13 Amended On : 4/15/13 Closing On : 4/26/13 4:30 PM EDT Time Left: 10 Days, 04:48:39 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130417/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Services and Equipment for Lane Closure on William B. Natcher Br SOL UK-1250-13 Services and Equipment for Lane Closure on William B. Natcher Bridge For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130417/BID/0381
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – LEGAL SERVICES RFP : 1300000346 Finance – Office Of The SOL LEGAL SERVICES RFP : 1300000346 Finance – Office Of The Secretary Pro Services Request for Proposals(RFP) Published On : 4/12/13 Amended On : Closing On : 4/19/13 4:00 PM EDT Time Left: 4 Days, 04:23:33 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130416/BID/0014
Matching Key Words: age:state!ky; state!ky; 


Connecticut – State Judicial Branch http://www.jud2.ct.gov/BidNotices/bid_login.htm State of Connecticut; 90 Washington Street Hartford, CT 06106; eMail: sue.rushkowski@jud.state.ct.us.

T - Videographer Services – To provide comprehensive digital video p SOL 02-1229 Videographer Services – To provide comprehensive digital video production, duplication and conversion services for the purpose of documenting various training programs.Deadline to Submit Questions: Friday, April 5, 2013 by 4:00 p.m.The due date for this RFP has been revised to Friday, April 26, 2013 at 2:30 p.m.Addendum No. 1 – click here to view Addendum No. 1Commodity Class: 002 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130416/BID/0166
Matching Key Words: video*; duplicat*; produc*; train*; production?; 


Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – Spanish Translating, Interpreting Services SOL RFP 19-13 Spanish Translating, Interpreting Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130416/BID/0314
Matching Key Words: age:state!ky; state!ky; 

Kentucky - Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – Document Disposal Paper Shredding SOL 18-13 Document Disposal Paper Shredding For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130414/BID/0203
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Golf OnLine Tee Times, Marketing, RFP : 1300000304 Offi SOL Golf OnLine Tee Times, Marketing, RFP : 1300000304 Office Of The Controller Susan Noland Info Technology Request for Proposals(RFP) Published On : 4/11/13 Amended On : Closing On : 5/10/13 3:30 PM EDT Time Left: 28 Days, 04:06:23 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130413/BID/0004
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Jan Svcs Postal Bldg DFSS DBS RFB : 1300000871 Faciliti SOL Jan Svcs Postal Bldg DFSS DBS RFB : 1300000871 Facilities & Support Services Services NPS Request for Bids(RFB) Published On : 4/9/13 Amended On : Closing On : 4/23/13 1:30 PM EDT Time Left: 13 Days, 01:41:18 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130411/BID/0010
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Sponsorship – Goose Creek 5K – EP Tom Sawyer State Park RFP : 1 SOL Sponsorship – Goose Creek 5K – EP Tom Sawyer State Park RFP : 1300000335 Kentucky Department Of Parks Request for Proposals(RFP) Published On : 4/3/13 Amended On : Closing On : 4/10/13 11:00 AM EDT Time Left: 5 Days, 22:54:34 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130405/BID/0026
Matching Key Words: age:state!ky; state!ky; 


Comm-Pass : Commonwealth of Massachusetts; Help Desk 888-627-8283 http://www.comm-pass.com

R – Progress Report and Vaiour Race to the Top Projects-Intent Only SOL null Document Title: Progress Report and Vaiour Race to the Top Projects-Intent Only Document Status: OPEN Version: 00000 Estimated Value (US$): Not Available Estimated Units: Not Available Open Date: 04/04/2013 10:02AM Close Date: 04/05/2013 07:59AM Last Changed Date:   Comm-PASS Category: Office, Recreation, Education – Related Equipment, Services & Supplies /  SERVICES-All Other Not Shown or Combinations Issuing Organization: Department of Education / Department of Elementary and Secondary Education Procurement Type: Restricted To Use By Issuing Entity Only Applicable Procurement Law: MGL c. 7, 22, 22N; c. 30, 51, 52; 801 CMR 21.00 and 808 CMR 1.00. For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: Yes Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: Yes Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No Search Key Words: ARRA, Federal Stimulus, Copy Editing, Writing, Layout, Proofing Text, RTTT, Alan Mahood, Helene Bettencourt, DESE, ESE, MADOE, DOE, Description: This posting is serving as an Intent only, as required by all ARRA-funded projects. An Intent must be posted prior to the release of a Solicitation on Comm-PASS. The complete RFQ, open to RFR # 811617 awarded vendors ONLY, will be available on Comm-PASS on Friday, April 5, 2013 at 8:00 AM under Document Number 13RFQOPRAM1. Related Solicitation Number: 13RFQOPRAM1-Intent Only For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130405/BID/0040
Matching Key Words: writ*; copy; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – 305 Erickson Hall Office Conversion Drawing 1 Addendum 1Drawing SOL CCK-1868-13 305 Erickson Hall Office Conversion Drawing 1 Addendum 1Drawing 2 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130405/BID/0374
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – Price Contract for a One-Stop Contruction Career Center SOL IFB-3043-0-2013/MBB Price Contract for a One-Stop Contruction Career Center For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130404/BID/0410
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

R – Locksmith Service and Supplies SOL IFB-3044-0-2013/LS Locksmith Service and Supplies For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130404/BID/0411
Matching Key Words: age:state!ky; state!ky;

Kentucky State Procurement

Kentucky State University, Director of Purchasing, ASB 423, 400 East Main Street, Frankfort, KY 40601

R — CURRICULUM DEVELOPMENT/DESIGN SERVICES. RFP-13-06 DUE 17-MAY-2013 Tonya Y. Montgomery, Director of Purchasing, Phone: (502) 597-6434; Website:http://www.kysu.edu/about/divisions/financeandbusiness/procurementservices/Bids_and_+RFPs.htm This Request for Proposal is issued to solicit proposals from qualified organizations and individuals to develop and design a curriculum for the Building Bridges to Opportunities, a workforce development program. Bridges to Opportunities Pre-Construction Trades Training is a work readiness program newly created by Kentucky State University (KSU) in partnership with the Kentucky Transportation Cabinet (KYTC) that will consist of providing training and supportive services to individuals in order to help develop a qualified and capable workforce for the Louisville Southern Indiana Ohio River Bridges (LSIORB) Project and other regional construction projects. KYTC and KSU will partner with the Kentucky Education and Workforce Development Cabinet to provide administrative support as well as initial screening and testing for participants in the Bridges to Opportunities program. Bridges to Opportunities will act as a vehicle through which a participant can seek out various existing construction trade training programs and connect with the design build team awarded the contract for the LSIORB Project and other contractors seeking a qualified workforce. SCOPE OF SERVICES: Kentucky State University is requesting proposals for Curriculum Development/Design Services. The organization or individual engaged to provide curriculum development/design services for KYTC will be responsible for duties which include, but are not limited to: 1. Providing the KYTC with general background information and education regarding the design and implementation of a curriculum for work readiness for various trades in the construction industry. 2. Identifying learning objectives for development of qualified individuals to participate in construction trade training programs. 3. Developing and designing a curriculum, to be implemented by KYTC, for work readiness for various trades in the construction industry. Kentucky State University RFP-13-06 Page 7 4. Identifying, accessing, and utilizing appropriate subject matter experts in the curriculum development process.5. Including alternative approaches to accommodate the varying knowledge levels of potential participants as well as the different learning styles that may be present within a group of participants. 6. Formalizing training content into a comprehensive set of documents, including but not limited to: a. Instructor manual including lesson plans, preparation requirements b. Student manual including handouts, study guides, and other training materials c. Evaluation Tools d. Ensuring that content and methods are suitable to older youth and adult learners. 7. Allocate support services funds to assist participants in becoming employed or being retained in employment by contractor or subcontractor. Support services includes: purchasing tools, uniforms, temporary transportation (bus passes), or other emergency funds needed to facilitate employment. 8. Deploying training curriculum at intervals as needed to accommodate participants referred to training by the Office of Employment and Training or Kentucky State University Bridges Staff. 9. Conduct performance evaluation of the services provided under contract. All questions should be submitted in writing to Tonya Montgomery no later than 4:30 p.m. Eastern time on April 23, 2013 and should be faxed to (502) 597-6588. Any questions received after this date and time will be returned unanswered. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130416/KY/2846
Matching Key Words: age:state!ky; state!ky; 


Kentucky State University, Director of Purchasing, ASB 423, 400 East Main Street, Frankfort, KY 40601

U — CURRICULUM DEVELOPMENT/DESIGN SERVICES. RFP-13-06 DUE 17-MAY-2013 Tonya Y. Montgomery, Director of Purchasing, Phone: (502) 597-6434; Website:http://www.kysu.edu/about/divisions/financeandbusiness/procurementservices/Bids_and_+RFPs.htm This Request for Proposal is issued to solicit proposals from qualified organizations and individuals to develop and design a curriculum for the Building Bridges to Opportunities, a workforce development program. Bridges to Opportunities Pre-Construction Trades Training is a work readiness program newly created by Kentucky State University (KSU) in partnership with the Kentucky Transportation Cabinet (KYTC) that will consist of providing training and supportive services to individuals in order to help develop a qualified and capable workforce for the Louisville Southern Indiana Ohio River Bridges (LSIORB) Project and other regional construction projects. KYTC and KSU will partner with the Kentucky Education and Workforce Development Cabinet to provide administrative support as well as initial screening and testing for participants in the Bridges to Opportunities program. Bridges to Opportunities will act as a vehicle through which a participant can seek out various existing construction trade training programs and connect with the design build team awarded the contract for the LSIORB Project and other contractors seeking a qualified workforce. SCOPE OF SERVICES: Kentucky State University is requesting proposals for Curriculum Development/Design Services. The organization or individual engaged to provide curriculum development/design services for KYTC will be responsible for duties which include, but are not limited to: 1. Providing the KYTC with general background information and education regarding the design and implementation of a curriculum for work readiness for various trades in the construction industry. 2. Identifying learning objectives for development of qualified individuals to participate in construction trade training programs. 3. Developing and designing a curriculum, to be implemented by KYTC, for work readiness for various trades in the construction industry. Kentucky State University RFP-13-06 Page 7 4. Identifying, accessing, and utilizing appropriate subject matter experts in the curriculum development process.5. Including alternative approaches to accommodate the varying knowledge levels of potential participants as well as the different learning styles that may be present within a group of participants. 6. Formalizing training content into a comprehensive set of documents, including but not limited to: a. Instructor manual including lesson plans, preparation requirements b. Student manual including handouts, study guides, and other training materials c. Evaluation Tools d. Ensuring that content and methods are suitable to older youth and adult learners. 7. Allocate support services funds to assist participants in becoming employed or being retained in employment by contractor or subcontractor. Support services includes: purchasing tools, uniforms, temporary transportation (bus passes), or other emergency funds needed to facilitate employment. 8. Deploying training curriculum at intervals as needed to accommodate participants referred to training by the Office of Employment and Training or Kentucky State University Bridges Staff. 9. Conduct performance evaluation of the services provided under contract. All questions should be submitted in writing to Tonya Montgomery no later than 4:30 p.m. Eastern time on April 23, 2013 and should be faxed to (502) 597-6588. Any questions received after this date and time will be returned unanswered. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130416/KY/2847
Matching Key Words: age:state!ky; state!ky;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, N00189 NAVSUP Fleet Logistics Center Norfolk Portsmouth Office Building 1500 Code 530 Portsmouth, VA

R–Marine Design and Engineering Support services: naval architecture, structural, mechanical, electrical and electronic areas as necessary for the600px-US-DeptOfNavy-Seal.svg Norfolk Naval Shipyard. N0018913RN015 David Felling 757-396-9692 Valerie Moore 757-396-9829 The subject requirement is in support of the Norfolk Naval Shipyard’s Engineering and Planning Department, Expanded Division, Code 280. The Norfolk Naval Shipyard (NNSY) is designated as the Navy’s Hull Planning Yard (HPY) for all of the fleet’s CVN-68 Class Nuclear Aircraft Carriers, East Coast Conventional Aircraft Carriers, Helicopter Landing and “Jump Jet” Amphibious Assault Craft (LHAs), Dock Landing and “Jump Jet” Amphibious Assault Craft (LHDs), Tenders (ASs, ADs) and Floating Dry-docks.
The requirements are to provide marine design and engineering services for the Norfolk Naval Shipyard. Under the Ship Alt Installation Effort, the contractor shall perform tasks as follows: ship checks, static and dynamic calculations, engineering effort to design and develop Ships Installation Drawings (SIDs), onsite Engineering functions, combat system support, the update and correction of selected record drawings, perform calculations and design analysis, drawing schedules, ship check reports, logistics support and weight and moment data and other technical data and specifications necessary to accomplish a full range of alterations, repairs and improvements to naval and technical service when ordered by written task orders for ships, crafts and submarines.
These efforts shall include full interdisciplinary participation in naval architecture, structural, mechanical, electrical and electronic areas as necessary to provide a complete, integrated product.
Performance is primarily expected to be in Portsmouth, VA.
It is desirable for Contractors to have a facility within one hour land commuting distance from Norfolk Naval Shipyard, Portsmouth, VA. When the contractor is specifically directed on an individual delivery order, some work under this contract may be required to be performed at a facility other than the contractor’s local facility. To meet this requirement it would be beneficial to the Government for the contractor to have remote offices in or near Jacksonville, Florida, San Diego, CA, and Bremerton, WA.
This acquisition will result in Cost-Plus Fixed-Fee Indefinite Delivery, Indefinite Quantity, Multiple Award Contracts, requiring the issuance of individual task orders against it. The period of performance for this acquisition is anticipated to begin on February 01, 2014 and continue through January 31, 2019.
The total anticipated contract period of performance is five years.
The acquisition will be solicited as a Partial Small Business Set-aside on a competitive basis using FAR part 15. The NAICS Code is 541330 – $35.5M and the FSC/SVC is C216 Architect & Engineering Services – Marine Engineering. Offers will be evaluated on the basis of best value to the Government. The evaluation factors are: Past Performance, Technical and Cost/Price. The anticipated technical evaluation sub-factors are:Technical Approach and Management Plan. The Small Business Subcontracting Plan has a required goal of 23% for Small Businesses. The total estimated labor hours are 294,480 per year, or 1,472,400 hours over five years.

This solicitation and any subsequent amendments will be posted to the NECO website: https://www.neco.navy.mil. The anticipated posting date of the solicitation is on or about 29 May 2013 with a closing on 10 July 2013. Complete proposal submittal requirements, total estimated labor hours, and performance work statement to be included in the solicitation. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offerors to access the posted documents. Prospective offerors should register themselves on the NECO website.
Prospective offerors should also register at FEDBIZOPPS on the interested vendor list. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or FAXed. All responsible sources may submit a bid, proposal or quotation which shall be considered by Fleet Logistics Center Norfolk (FLCN.) Offerors must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr.gov. All questions regarding this solicitation shall be submitted in writing to the Contract Specialist, David Felling, Code 530, fax: 757-396-9895, or email: david.felling@navy.mil.
Set-Aside: Partial Small Business URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018913RN015/listing.html
OutreachSystems Article Number: 130521/PROCURE/0050
Matching Key Words: writ*; copy; technical; 


600px-US-DeptOfLabor-Seal.svgDepartment of Labor, Employment Training Administration, Job Corps Philadelphia Region, The Curtis Center, Suite 815 170 South Independence Mall West Philadelphia PA 19106-3315

R — Physician Services and NP/PA for Job Corps Center PPA052013 060413 Kimberly M Castle, Buyer, Phone 6064332258, Email castle.kimberly@jobcorps.org THIS IS A SUBCONTRACING OPPORTUNITY
The Carl D. Perkins Job Corps, operated by Horizons Youth Services for the Department of Labor, is seeking a qualified Physician and Nurse Practitioner/Physicians Assistant.   The requirement for the physician will consist of 5 hours per week/48 weeks per year.   The subcontract agreement/scope of work is attached.

The NP/PA must have a collaborative agreement with the Physician.   The requirement for the NP/PA will consist of 5 hours per week/48 weeks per year.   The subcontract agreement/scope of work is attached.

Deadlines for the bids will be June 4, 2013, 4:00 EST.   If you have any questions, please feel free to contact me via e-mail Castle.Kimberly@jobcorps.org.

Place of Performance: Carl D. Perkins Job Corps Center 478 Meadows Branch Road Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/PhiladelphiaPA/PPA052013/listing.html
OutreachSystems Article Number: 130521/PROCURE/0053
Matching Key Words: state!ky; 


Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

R–The National Guard Bureau Contracting Officer intents to hold Industry day May 23, 2013 from 1300-1600 at 111 S. George Mason Drive, Arlington, VA. in MPRs600px-National_Guard_Logo.svg A/B. Please note there is no parking available at this location.
W9133L-13-R-0019 053013 Ellieth Rodriguez, 703-601-4378 National Guard Bureau, Contracting Support The ARNG National Guard Bureau contracting office intents to issue a commercial solicitation on/about May 15, 2013 for Traditional Advertising Services in support of the Army National Guard Recruiting and Retention. This will be a Full and Open Competition posted on FedBizOpz. The Government will issue one single award ID/IQ with a period of performance of one year and two option years. Current incumbent is Laughlin and Marinaccio & Owens Inc. Current contract has reached the end of the fourth option year. Current period of performance ends September 30, 2013; the Government intents to have a transition period starting in August 2013.
The Government intents to conduct an industry day at NGB headquarters in Arlington VA on/about May 23, 2013; further details will be posted with the solicitation. No questions will be answered before that date. Solicitation will be posted under NAICS Code 541810, 512110, 541860, 541830, and 541850.
Please note that the government is seeking highly specialized skills and experienced personnel in traditional advertising, therefore, vendors without the skills or experience in traditional advertising need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required.
Contract Type:
This will be a firm-fix price with Time and Material (T&M) reimbursable ODCs CLINs. The Army National Guard Bureau will award a single award (ONE) indefinite delivery/indefinite quantity contract for advertisingproducts and services as specified in each individual Task Orders. The contract will have a 12-month base period plus two (2), 12-month option periods. The contract will be awarded to a single prime contractor. Historically, as many as 75 Task Orders over a five-year period have been issued to the awardee for these services. The value of the Task Orders issued under the current contract has ranged from $3,200 to $30 million. The primary objective of this contract is to satisfy current and emerging advertising needs tailored to addressed recruiting and retention target groups. Evaluation criteria will be based on BEST VALUE.

Scope of Work:
Contractor must provide all necessary management, supervision, manpower, materials, supplies and equipment (except as otherwise provided) to plan, schedule, coordinate, and assure effective performance of the National Guard national advertising objectives.

The Contractor shall provide services that support completing requirements set forth in individual Task Orders. These services may include but are not limited to: the preparation of written text, artwork, graphics, radio and television commercials, and other creative work, as well as placing the creative work in magazines, newspapers, pamphlets, and brochures on traditional and emerging media avenues (online and off-line). The Contractor may be required to assess the educational needs of a target audience, compare them to the needs addressed by current public information sources, and address any follow-on efforts that are required. These services may also include providing direct support for the writing and editing of materials, which may include video, radio, television, public service announcements, appropriate voice-over talent, pamphlets, brochures, leaflets and web/social media pages/sites/ad materials

The Contractor shall provide advertising services, on a Task Order basis, that are both national and local in scope. Projects will include, but shall not be limited to: TV and radio materials development and production, web-based media, social media site development and maintenance, web-based applications development and other audiovisual materials production; market and creative research; direct marketing; lead processing/fulfillment/database operations and analysis; print production; placement of paid media; strategies for paid and organic search engine marketing, search engine optimization services, photography and motion filming; public relations; management of marketing sponsorship programs and

tie-ins. Additionally, Contractor shall oversee all aspects of development/production of materials related to marketing sponsorship programs and tie-ins, coordination with other advertising stakeholders and contract holders on an as-needed basis and with respect to application of current campaign style standards and approved photography produced by Contractor. The Contractor shall ensure, to the extent advisable and with the exception of broadcast materials featuring professional talent (typically for voice-over and/or music), all materials developed are the sole intellectual property of the government and can be reproduced, altered, localized, promoted and distributed by the government at will and into perpetuity.
Authorized government representatives, including the Contracting Officer’s Representative (COR), will be identified and/or appointed under the basic contract award or at the Task Order level.

An update will be provided with the posting of the solicitation scheduled on or about May 15, 2013.

Place of Performance: National Guard Bureau, Contracting Support ATTN: NGB-AQC, 111 S. George Mason Drive Arlington VA 22204 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-13-R-0019/listing.html
OutreachSystems Article Number: 130521/PROCURE/0479
Matching Key Words: video*; edit*; produc*; web; site?; page?; education*; produce?; production?; distribut*; commercial?; video; audiovisual; serv*; filming; naics!512110; 


600px-US-DeptOfLabor-Seal.svgDepartment of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001

R — MANAGEMENT AND PROFESSIONAL SUPPORT SERVICES DOL131RP21638 060313 Stacy Conaway, CONTRACT SPECIALIST, Email conaway.stacy@dol.gov
****************The amendment date for the questions and answers portion has been changed. It will be posted on fbo.gov website on or before May 22, 2013.**********************

AMENDMENT STARTS

Your response time for the solicitation is no later than June 3, 2013 at 3pm EST.

The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 20th, 2013.
I will not be accepting anymore Past Performance Questionnaires.

AMENDMENT FINISH.

The U.S. Department of Labor(DOL), Occupational Safety and Health Administration(OSHA) is soliciting an Request for Proposal (RFP) for Management/Professional Support Services under DOL 131RP21638.
This procurement is a Total Business Set-Aside. The NAICS code is 541990, with a Small Business Standard of $14 million. All responsible sources that are determined a small business in accordance with the U.S. Small Business Administration and must be registered in the System for Award Management at http://www.sam.gov, in order to be considered for award.

The contract award is intended to provide, a full range of specialized management and professional support services required to meet OSHA’s requirements while complying with applicable laws, regulations, policy and procedures. The offeror shall furnish labor mix categories with proven experience in Technical Writing, Management Systems and Organization, Program Budgeting, Planning and Financial Management and Human Resources. Offerors are encouraged to submit a proposal in the most economic and efficient manner, within the confines of the Performance Wok Statement and the proposed labor mix categories.

All responsible sources may submit a proposal once the solicitation is issued. This solicitation will be posted for your review on Monday April 8, 2013. The solicitation is for commercial items prepared in accordance with the format in FAR 12 and 15 as supplemented with additional information included in this notice.

Your response time for the solicitation is no later than  June 3,  2013 at 3pm EST.

PLEASE SEE ATTACHED FOR THE SOLICITATION ONLY IN THIS ANNOUNCEMENT.

The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 22th, 2013.

I will not be accepting anymore Past Performance Questionnaires.

Set-Aside: Total Small Business Place of Performance: OSHA -NATIONAL OFFICE 200 CONSTITUTION AVENUE NW WASHINGTON, DC 20210 US URL:https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RP21638/listing.html
OutreachSystems Article Number: 130521/PROCURE/0482
Matching Key Words: writ*; technical; standard; 

Agency for International Development, Overseas Missions, Liberia USAID-Monrovia, USAID/Monrovia Department of State Washington DC 20521

R — Education Specialist VA-669-13-000007 052313 Sylvester s. Browne, Human Resource Specialist, Phone 23177766402, Email sbrowne@usaid.gov – Joseph720px-USAID-Identity.svg Bundor, Procurement Specialist, Phone 23177845523, Email jbundor@usaid.gov The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified individuals for the position of Education Specialist for its Mission in Liberia.
VACANCY #: VA-669-13-000007
OPEN TO: ALL INTERESTED QUALIFIED LIBERIAN CITIZENS
Current USAID/Liberia employees serving a probationary period are not eligible to apply.
POSITION: Education Specialist
OPENIING DATE: Wednesday, May 9, 2013
CLOSING DATE: Wednesday, May 23, 2013
SALARY: Ranging from US$19,443 – US$33,660 p.a. depending on experience, qualifications and salary history
WORK HOURS:Full-time: 40 hours/week

KEY RESPONSIBILITIES
The Education Specialist serves as a key member of the USAID/Liberia Education Team, supporting the Team’s efforts to achieve fundamental improvements in the education sector that lay the foundation for long-term, sustainable development.
A. Activity Manager and/or Agreement Officer’s Representative (AOR) for the Liberia Teacher Training Program (50%)
Serve as Activity Manager, and after adequate experience is gained and certification is achieved and authority is delegated, as AOR for the Liberia Teacher Training Program (LTTP) II cooperative agreement. LTTP II focuses on: strengthening the capacity of the Ministry of Education at the central and decentralized levels to plan and deliver quality education services; increasing teacher effectiveness; improving classroom learning environments; fostering effective early grade reading and math skills; extending access to women and girls; and expanding parents, communities and stakeholders’ participation in student learning; developing and strengthening the academic programs at Rural Teacher Training Institutes and the University of Liberia; and improving the qualifications of faculty through staff development.
B. Activity Manager or Agreement/Contracting Officer’s Representative (A/COR) for Washington-funded activities and/or other activities as assigned (15%)
In this capacity, the Education Specialist provides inputs and guidance in the design, implementation, monitoring, and evaluation of activities in education; prepares scopes or work/program descriptions; participates intechnical evaluation committees for the evaluation of proposals/applications, after award participates in project management including preparing and reviewing implementation documentation; compiles, analyzes, and prepares periodic reports on program activities; reviews work plans and implementation of plans; ensures contractors and grantees perform necessary requirements as outlined in their awards; remains in constant communication with implementing partners including frequent, regularly-scheduled meetings and frequent site visits; identifies problem areas and proposes solutions or recommendations to achieve expected results.
C. Complete and maintain program/project administrative and organizational procedures (25%)
The Education Specialist is responsible for collaborating with Education Team members on preparing program/project documents including concept papers, approval/concurrence documents, scopes of work, program descriptions, implementation letters, action memoranda, waivers, environment reviews, financial documents and briefing reports; drafting responses to unsolicited proposals/applications and requests for information; providing input for planning and performance reports including the Operational Plan, Performance Plan and Report, the Mission Resource Request or other documents, and Mission portfolio reviews; preparing briefing reports, memoranda, speeches and/or talking points, press releases, sector profiles, project fact sheets, success stories and other essential communication as required, for USAID/Liberia, USAID/Washington, U.S. Embassy and others.
D. Provide technical advice and promote communication on issues related to education practice (10%)
The Education Specialist provides leadership in education for the USAID/Liberia program in teacher training and other related education development areas by introducing, promoting, and ensuring effective implementation of innovative and effective education strategies; provides the Mission sound and appropriate guidance for project development and implementation methodology; reviews and provides input into USAID/Liberia’s review of documentation submitted to USAID/Washington, such as strategic plans, annual reports, and education sector or activity-related documents; serves as a liaison and promotes joint programming, linkages and cross-sector synergies; represents the Team Leader when requested, at meetings with Ministry of Education and with other donors and non-governmental organizations to ensure harmonization of USAID/Liberia activities.

The incumbent will also perform other duties as assigned and/or required.

REQUIRED QUALIFICATIONS
Education: The position requires a bachelor’s degree in Education or other relevant social science field; master’s degree or Ph.D. preferred. Demonstrated mastery in educational development and/or development project management may be accepted in lieu of the bachelor degree.
Prior Work Experience: Five to seven (5-7) years of progressively responsible experience in project management is required, preferably in international development and in one or a combination of the following areas: teacher training, teacher/educator professional development, education administration, curriculum and instruction, education policy and planning, systems strengthening, information communications technology, monitoring and evaluation. Candidates who possess the requisite project management experience in a closely related field and demonstrated interest in and capacity to acquire the requisite skills in the field of education may be considered.
Language Proficiency: Strong written and oral proficiency in English is required (Level IV-Fluency or V-Native speaker). The incumbent must have fluent listening comprehension, speaking, reading, writing skills and the ability to communicate quickly, clearly, concisely, and persuasively-both orally and in writing. Demonstrated ability to write technical, conceptual, logically structured, complex documents, reports, presentations and other communications. Note: Shortlisted candidates’ oral English skills will be evaluated during the interview, and English writing skills will be evaluated using a written exercise.
Knowledge: Broad knowledge of the theories, concepts and principles of international development approaches. Knowledge in the area of monitoring and evaluation and human and institutional capacity building. Knowledge of practices employed in modern educational systems; knowledge of educational development in areas such as teacher training, curriculum and materials development, primary/secondary education, testing and assessment, education technology, educational administration, and capacity building; advanced knowledge of project/program management, performance monitoring and evaluation. Knowledge of other key challenges, opportunities and development frameworks in the Liberian education and other human development sectors.
Skills and Abilities: Ability to identify, assess, and resolve impediments to project implementation; ability to obtain, organize and analyze education statistics and indicators and present information in concise reports; ability to analyze data for project planning and management; strong technical and interpersonal communication skills to develop and maintain collaborative working relationships with staff within USAID, the Ministry of Education, Liberian and U.S. Universities, principals and teachers, as well as students and diverse members of civil society. The Education Specialist is expected to bring advanced writing skills, proficiency in word processing and the ability to use related computer packages or programs (i.e., Outlook, Google, Internet, Word, PowerPoint, Excel, etc.) for internal and external communication and to track and present quality data.

SELECTION PROCESS & HOW TO APPLY
After initial screening of applications, only short-listed applicants will be contacted and invited for an interview and a written exercise. Applicants selected for interview will also be evaluated on their reference checks.
*** Candidates who submitted an application in April 2013 and who would still like to be considered for this position should confirm with Monrovia-hr@usaid.gov that USAID still has your application OR resubmit.
Complete applications shall be submitted no later than the closing date specified, and shall include the following:
1. A clearly typed application cover letter briefly summarizing why you believe you are qualified for this position.
2. Resume or CV
3. The names/contact details of three references that can attest to your professional qualifications and experience.
4. Documentation (e.g. copies of certificates or degrees) that address the minimum requirements of the position.
Please submit applications to:
Education Specialist, USAID/Liberia, C/O American Embassy, Gate 3, Mamba Point, Monrovia
or by e-mail to: Monrovia-hr@usaid.gov
To request a full copy of this vacancy announcement, please contact Monrovia-hr@usaid.gov.

Place of Performance: US Embassy, 502 Benson Street, Mamba Point Monrovia LR URL: https://www.fbo.gov/spg/AID/OM/LIB/VA-669-13-000007/listing.html
OutreachSystems Article Number: 130519/PROCURE/0069
Matching Key Words: writ*; copy; technical; 


600px-US-OfficeOfPersonnelManagement-Seal.svgOffice of Personnel Management, Facilities, Security and Contracting, Contracting, 1900 E Street, N.W., Room 1342 Washington DC 20415-7710

99 — Online Legislative Database, Tracking Tool OPM13-13-Q-0001 052413 Carrie M. Lopez, Contracting Specialist, Phone 2026066027, Email carrie.lopez@opm.gov COMBINED SYNOPSIS/SOLICITATION
Contracting Office Address: The U.S. Office of Personnel Management
1900 E Street, NW Rm. 1342
Washington, D.C. 20415

This is a combined synopsis/solicitation for a commercial service prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102 (g) and with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued.

The Solicitation number is: OPM1313Q0001 and is issued as a Request for Quotation (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-66 dated April 1, 2013.

The North American Industrial Classification System (NAICS) code is 511120, and the small business size standard is 500 employees. This procurement is approved as an unrestricted procurement action.

The period of performance consists of one (1) base year and two (2) option years beginning June 1, 2013. This service will support the United States Office of Personnel Management (OPM), Congressional and Legislative Affairs (CLA). This requirement will allow web access to the online subscription for up 20 licensed users.

Offerors are invited to submit their quotations to OPM Contracting in response to this notice by 12:00 PM Eastern Standard Time (EST), May 24, 2013. Only e-mailed requests for additional information will only be accepted at Carrie.Lopez@opm.gov through 3:00 PM EST, May 20, 2013. Quotations submitted in response to this notice shall include the solicitation number in the subject line and be signed, dated and submitted via email to Carrie.Lopez@opm.gov.

Vendors not registered in the System for Award Management (SAM) database on May 24, 2013 will not be considered. Vendors may register with SAM by accessing http://www.sam.gov. If an offeror does not meet the requirements of filing a VETS100/100A report, the offeror must provide a screenshot from the USDOL website that VETS100/100A reporting is not required with the offeror’s proposal.

The Office of Personnel Management intends to award one (1) Firm Fixed Price Purchase Order for an online legislative subscription services to the offeror that represents the Best Value to the Government.

All communications shall be directed within the stated deadlines to the attention of:
Name: Carrie M. Lopez
Title: Contract Specialist
Carrie.Lopez@opm.gov

U.S. Office of Personnel Management
1900 E Street NW
Washington, DC 20415

NOTE: COMMUNICATIONS WITH OFFICIALS OTHER THAN THE OPM CONTRACTING OFFICER INDICATED ABOVE, MAY COMPROMISE THE COMPETITIVENESS OF THIS ACQUISITION AND RESULT IN THE CANCELLATION OF THE SOLICITATION AND/OR EXCLUSION OF YOUR QUOTATION FROM CONSIDERATION.

(1) Statement of Objectives – Online Legislative database, tracking and analysis tool subscription service.

1. BACKGROUND

The U. S. Office of Personnel Management (OPM), Congressional and Legislative Affairs (CLA) is responsible for identifying, developing, enhancing, and delivering quality HR management solutions specifically related to the “acquiring and sustaining” portion of the HR Lifecycle to include the tools and technologies associated with delivering these solutions. The service offerings included in this solution are: Recruitment and Branding, Staffing/Examining, Testing, and On-boarding among others. HRM has four subordinate organizations: Staff Acquisition, Nationwide Testing (NWT), Automated Systems Management, and HR Tools and Technology.

2. SCOPE

In support of its mission, CLA needs to acquire a contractor to provide an annual online subscription service for legislative database, tracking and analysis services for a period of three (3) years (base year and 2 one-year option periods).

3. SUMMARY OF REQUIREMENTS

The Contractor shall be required to provide an annual online subscription services for legislative tracking, database and analysis tool through the web that offers the following content, tools, and features. The online subscription shall, but is not limited to, the following:

• Provides full text of Congressional Committee and floor amendments.
• Summarizes background information on bills, provides detailed synopsis of every bill in front of Congress, provides chamber floor debate information, and prospects for the passage of bills.
• Finds differences in language between any two bill text documents; view results in a side-by-side report showing portions that changed.
• Allows full access to searchable text of all bill versions and the links to a PDF from the Government Printing Office website.
• Tracks the status of bills as they move through the legislative process.
• Provides updates on the status of the Federal budget, continuing resolutions and the dates of budgets passed by Congress.
• Provides comprehensive coverage of every open Congressional committee and subcommittee markup.
• Provides daily updates regarding proceedings and debates of the House and Senate.
• Provides full text of every committee report searchable by keyword and bill number.
• Provides detailed synopsis of all legislation; links to all related news, analysis, and source material prepared by the Congressional Research Service (CRS).
• Provides CRS reports given to Members of Congress and their staff; provide expert analysis of each stage of the legislative process.
• Tracks and provides advance notice to hearings and meetings that they can/should attend.
• Providesdaily and weekly updates on congressional activity.
• Provides up-to-date information on Healthcare reform.
• Provides current member profiles; to include detailed information about every Member of Congress’ state, district, voting and electoral history, committee assignment, legislative priorities, and news.
• Maintains a current directory of members and their staff with the option to create mailings from the directory.
• Tracks legislation in all 50 States and the District of Columbia, including text of legislation as well as alerts and reports that can be customized by issue area.
• Tracks regulations in all 50 States and the District of Columbia, including text of regulations as well as alerts and reports on State regulations that can be customized by issue area.
• Provides State news reports on State legislation and regulations.
• Provides up to the minute information on healthcare reform, including information status of Healthcare Exchange implementation actions for each of the 50 States and the District of Columbia.
• Provides the ability to send email updates of new developments in selected issue areas.
4. DELIVERABLES

The Contractor shall provide an annual online subscription services for legislative tracking, database and analysis tool through the web that offers the following content, tools, and features for a period of three (3) years (base year and 2 one-year option periods) beginning June 1, 2013.

5. PERIOD OF PERFOMANCE

The period of performance for this purchase order shall be for a period of three (3) years (base year and 2 one-year option periods) beginning June 1, 2013

BASE YEAR: June 1, 2013 TO May 31, 2014
OPTION YEAR 1: June 1, 2014 TO May 31, 2015
OPTION YEAR 2: June 1, 2015 TO May 31, 2016.

6. PLACE OF PERFORMANCE

All work shall be conducted at Contractor’s facility. This requirement only requires online access to specific databases and online tools.

7. AWARD TYPE

The Government will award a firm-fixed price purchase order resulting from this solicitation.

8. QUALITY ASSURANCE SURVEILLANCE PLAN

The resultant contract will be for supplies to be delivered electronically; therefore this section is not applicable.

(2) OPM-Specific Clauses

1752.205-70 Announcement of Contract Award (July 2006)

OPM complies with FAR 5.3, Synopses of Contract Awards, in terms of synopsizing and publicly announcing contract awards. These actions take place at the time of, and not before, the contract is awarded. Contract award, in this case, means signature of the contractual document by the Contracting Officer and forwarding of the contractual document to the contract awardee. If the contract awardee wishes to make a separate public announcement, the awardee must obtain the approval of the Contracting Officer prior to releasing the announcement, and must plan to make announcement only after the contract has been awarded.

1752.209-74 Organizational Conflicts of Interest (July 2005)

(a) The Contractor warrants that, to the best of the Contractor’s knowledge and belief, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest (OCI), as defined in FAR 9.5, Organizational and Consultants Conflicts of Interest, or that the Contractor has disclosed all such relevant information.

(b) The Contractor agrees that if an actual or potential OCI is discovered after award, the Contractor shall make a full disclosure in writing to the Contracting Officer. This disclosure must include a description of actions, which the Contractor has taken or proposes to take, after consultation with the Contracting Officer, to avoid, mitigate, or neutralize the actual or potential conflict.

(c) The Contracting Officer may terminate this contract for convenience, in whole or in part, if it deems such termination necessary to avoid an OCI. If the Contractor was aware of a potential OCI prior to award or discovered an actual or potential conflict after award and did not disclose or misrepresented relevant information to the Contacting Office, the Government may terminate the contract for default, debar the Contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract.

(d) The Contractor must include this clause in all subcontracts and in lower tier subcontracts unless a waiver is requested from, and granted by, the Contracting Officer.

(e) In the event that a requirement changes in such a way as to create a potential conflict of interest for the Contractor, the Contractor must:
(1) Notify the Contracting Officer of a potential conflict, and;
(2) Recommend to the Government an alternate approach which would avoid the potential conflict, or
(3) Present for approval a conflict of interest mitigation plan that will:
(i) Describe in detail the changed requirement that creates the potential conflict of interest; and
(ii) Outline in detail the actions to be taken by the Contractor or the Government in the performance of the task to mitigate the conflict, division of subcontractor effort, and limited access to information, or other acceptable means.
(4) The Contractor must not commence work on a changed requirement related to a potential conflict of interest until specifically notified by the Contracting Officer to proceed.
(5) If the Contracting Officer determines that it is in the best interest of the Government to proceed with work, notwithstanding a conflict of interest, a request for waiver must be submitted in accordance with FAR 9.503.

1752.209-75 Reducing Text Messaging While Driving (Oct 2009)

(a) In accordance with Section 4 of the Executive Order, “Federal Leadership on
Reducing Text Messaging While Driving,” dated October 1, 2009, you are hereby encouraged to:

(1) Adopt and enforce policies that ban text messaging while driving company-owned or -rented vehicles or Government-owned, -leased or -rented vehicles, or while driving privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government; and

(2) Consider new company rules and programs, and reevaluating existing programs to prohibit text messaging while driving, and conducting education, awareness, and other outreach for company employees about the safety risks associated with texting while driving. These initiatives should encourage voluntary compliance with the company’s text messaging policy while off duty.

(b) For purposes of complying with the Executive Order:

(1) “Texting” or “Text Messaging” means reading from or entering data into any handheld or other electronic device, including for the purpose of SMS texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication.

(2) “Driving” means operating a motor vehicle on an active roadway with the motor running, including while temporarily stationary because of traffic, a traffic light or stop sign, or otherwise. It does not include operating a motor vehicle with or without the motor running when one has pulled over to the side of, or off, an active roadway and has halted in a location where one can safely remain stationary.

1752.222-71 Special Requirements for Employing Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (July 2005)

(a) If this contract contains FAR Clause 52.222-35 (Equal Opportunity for Special
Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans), your company must comply with the requirements of this clause, including the listing of employment opportunities with the local office of the state employment service system.

(b) If this contract contains FAR clauses 52.222-37 (Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans) or 52.222-38 (Compliance with Veterans’ Employment Reporting Requirements), you are reminded that your company must comply with the special reporting requirements described in those clauses. Your company must submit information on several aspects of its employment and hiring of special disabled and Vietnam era veterans or other veterans who served on active duty during a war or in a campaign or expedition for which a campaign badge has been authorized. You must submit this information no later than September 30 of each year, in the “Federal Contractor Veterans’ Employment Report” or VETS-100 Report. The U.S. Department of Labor has established a web site for submitting this report. The address is: http://www.vets100.cudenver.edu.

1752.223-71 Environmentally Preferable Products and Services (Feb 2013)

(a) Executive Order 13423, Strengthening Federal Environmental, Energy, and Transportation Management, requires in agency acquisitions of goods and services (i) use of sustainable environmental practices, including acquisition of biobased, environmentally preferable, energy-efficient, water-efficient, and recycled-content products, and (ii) use of paper of at least 30 percent post-consumer fiber content.

(b) By signing this offer or contract, the contractor will be deemed to have signed and agreed that all goods and services provided under this contract will comply with the above requirements of Executive Order 13514.

1752.224-71 Freedom of Information Act Requests (Sep 2009)

(a) Offerors are reminded that information furnished under this solicitation may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore:

(1) All items that are confidential to business, or contain trade secrets, proprietary, or personnel information must be clearly marked in all documents submitted to the U.S. Office of Personnel Management (OPM or The Government). Marking of items will not necessarily preclude disclosure when the OPM determines disclosure is warranted by FOIA. However, if such items are not marked, all information contained within the submitted documents will be deemed to be releasable.

(2) No later than five (5) business days after award of a contract, blanket purchase agreement (BPA), or order, the Contractor must provide OPM a redacted copy of the contract/BPA/order in electronic format. This copy will be used to satisfy any requests for copies of the contract/BPA/order under the FOIA. If the Contracting Officer believes that any redacted information does not require protection from public release, the issue will be resolved in accordance with paragraph 3.104-4(d) of the Federal Acquisition Regulation.

(b) Any information made available to the Contractor by the Government must be used only for the purpose of carrying out the provisions of this contract and must not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract.

(c) In performance of this contract, the Contractor assumes responsibility for protection of the confidentiality of Government records and must ensure that all work performed by its subcontractors shall be under the supervision of the Contractor or the Contractor’s responsible employees.

(d) Each officer or employee of the Contractor or any of its subcontractors to whom any Government record may be made available or disclosed must be notified in writing by the Contractor that information disclosed to such officer or employee can be used only for a purpose and to the extent authorized herein, and that further disclosure of any such information, by any means, for a purpose or to an extent unauthorized herein, may subject the offender to criminal sanctions imposed by 19 U.S.C. 641. That section provides, in pertinent part, that whoever knowingly converts to their use or the use of another, or without authority, sells, conveys, or disposes of any record of the United States or whoever receives the same with intent to convert it to their use or gain, knowing it to have been converted, shall be guilty of a crime punishable by a fine of up to $10,000, or imprisoned up to ten years, or both.

1752.232-70 Invoice Requirements Large Business (Oct 2012)

(a) A proper invoice must include the following items (except for interim payments on cost reimbursement contracts for services):
(1) Name and address of the contractor.
(2) Invoice date and invoice number. (Contractors should date invoices as close as possible to the date of transmission.)
(3) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number).
(4) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed.
(5) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading.
(6) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment).
(7) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice.
(8) Taxpayer Identification Number (TIN). The contractor must include its TIN on the invoice only if required by agency procedures. (See 4.9 TIN requirements.)
(9) Electronic funds transfer (EFT) banking information.
(i) The contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision (e.g., 52.232-38, Submission of Electronic Funds Transfer Information with Offer), contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures.
(ii) The last four digits of the contractor’s bank account must be shown on each invoice submitted for payment. This information will be used as a cross-reference in situations where the EFT banking information in the Central Contract Registration is suspect.
(iii) EFT banking information is not required if the Government waived the requirement to pay by EFT.
(10) The vendor’s certification that their EFT banking information in the Central Contractor Registration is current, accurate and complete as of the date of the invoice.
(11) Any other information or documentation required by the contract (e.g., evidence of shipment).

(b) Any invoice that does not contain all of the information listed in paragraph (a) above will be rejected as improper, and a new complete corrected invoice must be submitted. The payment due date for the corrected invoice will be calculated from the date it is received in the Prompt Pay e-mail box.

(c) ALL large business invoices-without exception-must have unique identifying numbers, and be submitted via e-mail to OPM’s Prompt Pay e-mail box at:

PromptPay@opm.gov

Please note that OPM cannot guarantee payment of invoices sent by any other means, such as regular mail or e-mail to other addresses.

(d) Please attach only one invoice to each e-mail, and use the following format for the subject line of the e-mail:

<Contractor name>&<Invoice no>&<Amount>&< Contract Number>/<Call or Order Number>

Example:
ABC Co&AB-1298433&10000.00&OPM00-00-X-0000/X0000

(e) Payment due dates will only be calculated from the date that invoices are received in the Prompt Pay e-mail box.

(f) Inquiries regarding payment of invoices should be e-mailed to InvoiceInquiries@opm.gov. The relevant invoice must be attached to the inquiry e-mail, and the subject line of the e-mail must state “INQUIRY,” followed by the information described in paragraph (d) above.

Example:
INQUIRY: ABC Co&AB-1298433&10000.00&OPM00-00-X-0000/X0000

Do NOT use the Prompt Pay e-mail box for inquiries.

(g) If the supplies, services, technical or other reports are rejected for failure to conform to the technical requirements of the contract, or for damage in transit or otherwise, the invoice will be rejected and returned to the Contractor.

1752.232-71 Method of Payment (July 2005)

(a) Payments under this contract will be made either by check or by wire transfer through the Treasury Financial Communications System at the option of the Government.

(b) The Contractor must forward the following information in writing to the Contracting Officer not later than seven (7) days after receipt of notice of award:
(1) Full Name (where practicable), title, telephone number, and complete mailing address of responsible official(s):
(i) to whom check payments are to be sent, and
(ii) who may be contacted concerning the bank account information requested below.
(2) The following bank account information required to accomplish wire transfers:
(i) Name, address, and telegraphic abbreviation of the receiving financial institution.
(ii) Receiving financial institution’s 9-digit American Bankers Association (ABA) identifying number for routing transfer of funds. (Provide this number only if the receiving financial institution has access to the Federal Reserve Communications System.)
(iii) Recipient’s name and account number at the receiving financial institution to be credited with the funds. If the receiving financial institution does not have access to the Federal Reserve Communications System, provide the name of the correspondent financial institution through which the receiving institution receives electronic funds transfer messages. If a correspondent financial institution is specified, also provide:
(A) Address and telegraphic abbreviation of the correspondent financial institution.
(B) The correspondent financial institution’s 9-digit ABA identifying number for routing transfer of funds.

(c) Any changes to the information furnished under paragraph (b) of this clause shall be furnished to the Contracting Officer in writing at least 30 days before the effective date of the change. It is the Contractor’s responsibility to furnish these changes promptly to avoid payments to erroneous addresses or bank accounts.

(d) The document furnishing the information required in paragraphs (b) and (c) must be dated and contain the signature, title, and telephone number of the Contractor official authorized to provide it, as well as the Contractor’s name and contract number.

1752.232-74 Providing Accelerated Payment to Small Business Subcontractors (Oct 2012)

(a) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (Note: OMB Policy Memorandum M-12-16 is accessible on line at: http://www.whitehouse.gov/sites/default/files/omb/memoranda/2012/m-12-16.pdf.)

(b) Upon receipt of accelerated payments from the Government, the contractor is required to pay all small business subcontractors on an accelerated timetable to the maximum extent practicable after receipt of invoice and all proper documents.

(c) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business.

1752.233-70 OPM Protest Procedures (Dec 2010)

(a) An interested party who files a protest with OPM has the option of requesting review
and consideration of the protest by either the Contracting Officer (CO) or the Senior Procurement Executive (SPE). The protest must clearly indicate the official to whom it is directed.

(b) If the protest is directed to the SPE, a copy of the protest must be sent to the Director of the Contracting Group at the same time the protest is filed with the CO in accordance with FAR 52.233-2. The address of the Director of the Contract Group is:

William N. Patterson, Director
Contracting Group, FSC
U.S. Office of Personnel
1900 E Street N.W., Room 1342
Washington, DC 20415

(c) Review and consideration of a protest by the SPE is an alternative to review and consideration by the CO.

1752.237-70 Non-Personal Services (July 2005)

(a) As stated in the Office of Federal Procurement Policy Letter 92-1, dated September 23, 1992, Inherently Governmental Functions, no personal services shall be performed under this contract. No Contractor employee will be directly supervised by the Government. All individual employee assignments, and daily work direction, shall be given by the applicable employee supervisor. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor must promptly notify the Contracting Officer of this communication or action.

(b) The Contractor must not perform any inherently Governmental actions under this contract. No Contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee may state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with the contract, Contractor employees must identify themselves as Contractor employees and specify the name of the company for which they work. In all communications with other Government Contractors in connection with this contract, the Contractor employee must state that they have no authority to in any way change the contract and that if the other Contractor believes this communication to be a direction to change their contract, they should notify the Contracting Officer for that contract and not carry out the direction until a clarification has been issued by the Contracting Officer.

(c) The Contractor must insure that all of its employees working on this contract are informed of the substance of this clause. Nothing in this clause limits the Government’s rights in any way under any other provision of the contract, including those related to the Government’s right to inspect and accept the services to be performed under this contract. The substance of this clause must be included in all subcontracts at any tier.

1752.239-70 Internet Protocol Version 6 (IPV6) (Nov 2012)

In accordance with OPM CIO Directives, this acquisition requires all functionality, capabilities and features to be supported and operational in both a dual-stack IPv4/IPv6 environment and an IPv6 only environment. Furthermore, all management, user interfaces, configuration options, reports and other administrative capabilities that support IPv4 functionality will support comparable IPv6 functionality. Respondents are required to include in their response a letter of self-certification that their product has been tested in both a dual-stack IPv4/IPv6 and IPv6 only environment and meets this requirement. OPM reserves the right to require the respondent’s products to be tested within an OPM or 3rd party test facility to show compliance with this requirement.

In accordance with FAR 11.002(g) and OPM CIO Directives, this acquisition must comply with the NIST USGv6 Profile and IPv6 Test Program.

1752.239-71 Information Technology Systems Security (Nov 2012)

The activities required shall necessitate the Offeror’s access to a Federal Automated Information System (AIS) or systems. The Offeror’s proposal must include a detailed outline of its present and proposed Information Technology systems security program and demonstrate that it is commensurate with OPM security requirements for the information and information system they will have access to based on the Federal Information Processing Standard (FIPS) 199 categorization. At a minimum, the offeror must meet the security requirements for a Moderate-impact system as defined by FIPS 199. Similar information must be detailed for any subcontract proposed.

1752.239-72 Contractor Access to OPM IT Systems (Nov 2012)

OPM’s Center for Information Services has implemented policies to ensure the security and safety of OPM’s information systems. One policy is the ability to audit who has access to OPM IT systems. For that reason the contractor must:

(a) Immediately following contract award, the contractor must provide to the distribution list “System Access Control” (systemaccesscontrol@opm.gov) an initial and complete list of employee’s names that require access to OPM information systems.

(b) The contractor must send a staffing change report (Attachment 1) by the fifth day of each month after contract award to the Contracting Officer’s Representative, contract administrator and systemaccesscontrol@opm.gov on a monthly basis. A template for the submission is attached. The report must contain the listing of all staff members who left or were hired under this contract in the past 60 days. This form must be submitted even if no separation has occurred during this period. Failure to submit a ‘Contractor Staffing Change Report’ each month will result in the suspensions of all user ids associated with this contract. The Contractor Staffing Change Report is supplied in Attachment 2 of this document.

(c) Each contractor employee is required to utilize individual identification and authorization to access OPM IT systems. Using shared accounts to access OPM IT systems is strictly prohibited. OPM will disable accounts and access to OPM IT systems will be revoked and denied if carriers share accounts. Users of the systems will be subject to periodic auditing to ensure compliance to OPM Security and Privacy Policies.

(d) The Government, at its discretion, may suspend or terminate the access and/or use of any or all Government access and systems for conducting business with any/or all Contractors when a security or other electronic access, use or misuse issue gives cause for such action. The suspension or termination may last until such time as the Government determines that the situation has been corrected or no longer exists.

(e) The contractor Contracting Officer’s Technical Representative (COTR) and the OPM Helpdesk must be notified at least 5 days prior to a contractor being removed from a contract. For unplanned terminations or removals of contractor employees from the contractor organization that occur with less than five days notice, the COTR and OPM Helpdesk must be notified immediately. OPM Personal Identification Verification (PIV) cards issued to contractors must be returned to the COTR prior to departure.

(f) The contractor must allow OPM access to OPM information including data schemas, meta data, and other associated data artifacts that are required to ensure OPM can fully and appropriately retrieve OPM information that can be stored, read, and processed.
1752.239-73 Section 508 Standards (Feb 2013)

(a) All electronic and information technology (EIT) procured through this RFQ must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this
requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.access-board.gov/sec508/508standards.htm.

(b) The following standards have been determined to be applicable to this RFQ:
(1) 1194.21. Software applications and operating systems.
(2) 1194.22. Web-based intranet and Internet information and applications.
(3) 1194.23 Telecommunications products.
(4) 1194.24 Video and multimedia products.
(5) 1194.25 Self Contained, closed products
(6) 1194.26 Desktop and portable computers.
(7) 1194.31 Functional performance criteria.
(8) 1194.41 Information, documentation, and support

(c) The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future

(d) OPM is required by Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d), to offer access to electronic and information technology for disabled individuals within its employ, and for disabled members of the public seeking information and services. This access must be comparable to that which is offered to similar individuals who do not have disabilities. Standards for complying with this law are prescribed by the Architectural and Transportation Barriers Compliance Board (“The Access Board”).

(e) The current deliverable(s) must incorporate these standards as well as any agency specific standards developed by OPM. The attached technical description contains further information on how this is to be done. Your response to the solicitation should contain documentation of your compliance with these standards. However, the Contracting Officer may request additional technical documentation, if necessary to make this determination.

(f) The final work product must include documentation that the deliverable conforms with the Section 508 Standards promulgated by the US Access Board.

(g) In the event of a dispute between you and OPM, then OPM’s assessment of the Section 508 compliance will control and you will need to make any additional changes needed to conform with OPM’s assessment, at no additional charge to OPM.

1752.239-74 OPM and Federal Security Policies (Nov 2012)
Information systems and system services provided to OPM by any contractor or other government organization (hereafter referred to as ‘contractor’) must comply with current OPM security policies and guidance. The contractor shall meet and comply with all OPM IT Security Policies described in the OPM Security and Privacy Policy Handbook and all other current OPM security polices and security guidance approved for use at the time of contract approval.
Contractors are also required to comply with current Federal regulations and guidance found in; the Federal Information Security Management Act (FISMA), the Privacy Act of 1974, the E-Government Act of 2002, Section 208, National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) and the 800-Series Special Publications (SP), Office of Management and Budget (OMB) memorandum, and other relevant Federal laws and regulations that OPM must comply with
1752.239-75 Minimum Information System Security Requirements (Nov 2012)
(a) Contractor and federal systems must adhere to minimum security requirements following the guidance provided in NIST’s FIPS publication 200, Minimum Security Requirements for Federal Information and Information Systems and the corresponding security controls described in the current version of NIST Special Publication 800-53, Recommended Security Controls for Federal Information Systems and Organizations.

(b) Federal Information Processing Standard (FIPS) publication 199 must be utilized to determine the security categorization (High, Moderate, or Low) for OPM and contractor systems. OPM must determine the categorization for contractor systems. The security categorization, as determined by OPM, must be utilized to identify the security control baseline requirements. The security requirements are the controls baseline, as defined in NIST SP 800-53.

1752.239-76 Security Assessment and Authorization (Nov2012)
(a) All information systems that input, store, process, and/or output OPM information must be authorized to operate by an Authorizing Official (AO) prior to operation either as a stand-alone system or included as a sub-system or component of another system for authorization. Only an Authorizing Official (AO) may authorize an information system to operate. AOs must be government employees. Contractors must adhere to current OPM security Assessment and Authorization (A&A) policies, procedures, and guidance for security A&A activities.

(b) Security authorization documentation must be developed with the use of OPM security documentation templates. Templates are available for all security documentation including; System Security Plan, FIPS 199 Security Categorization, Security Assessment Report, and Contingency Plan. The OPM authorization checklist must be followed throughout the security authorization process to ensure proper oversight from OPM Information Technology Security and Privacy (ITSP) program.

(c) Prior to Security Assessment and Authorization, a Privacy Threshold Analysis (PTA) for all systems must be completed and provided to the OPM Privacy Officer for a determination. If determination is made that a Privacy Impact Assessment (PIA) is required, it must be completed in accordance with the OPM Privacy Impact Assessment Guide.
1752.239-77 Privacy Act Compliance (Nov 2012)

(a) Contractors must comply with the Privacy Act of 1974 rules and regulations in the design, development, or operation of any system of records on individuals to accomplish an OPM function for a System of Records (SOR) .

(b)In the event of violations of the Act, a civil action may be brought against OPM involved when the violation concerns the design, development, or operation of a SOR on individuals to accomplish an OPM function, and criminal penalties may be imposed upon the officers or employees of OPM when the violation concerns the operation of a SOR on individuals to accomplish an OPM function. For purposes of the Act, when the contract is for the operation of a SOR on individuals to accomplish an OPM function, the contractor/subcontractor is considered to be an employee of the agency.

1752.239-78 Federal Reporting Requirements (Nov2012)

Contractors operating information systems on behalf of OPM must comply with Federal Information Security Management Act (FISMA) reporting requirements. Annual and Quarterly data collection will be coordinated by OPM. Contractors must provide OPM with the requested information based on the timeframes provided with each request. Contractor systems must comply with monthly data feed requirements as coordinated by OPM. Reporting requirements are determined by the Office of Management and Budget (OMB), and may change each reporting period. It is expected that all OPM contractor systems will provide OPM with all information in order for OPM to fully satisfy FISMA reporting requirements for contractor systems.
1752.239-79 Cloud Computing (Nov2012)

(a) Contractors handling OPM information or operating information systems on behalf of OPM must protect OPM information and information systems against unauthorized access, use, disclosure, disruption, modification, or destruction per the Federal Information Security Management Act (FISMA) and OPM Security and Privacy policy.

(b) OPM information stored in a cloud environment remains the property of OPM, not the contractor or cloud service provider. OPM retains ownership of the information. The cloud provider does not have rights to the OPM information for any purposes other than those explicitly stated in the contract.

(c) The cloud provider must protect OPM information from unauthorized access by cloud provider personnel, contractors, or other cloud service subscribers.
(d) The cloud provider must allow OPM access to OPM information including data schemas, meta data, and other associated data artifacts that are required to ensure OPM can fully and appropriately retrieve OPM information from the cloud environment that can be stored, read, and processed.
1752.239-80 IT Security and Privacy Awareness Training (Nov 2012)
All contractor personnel must complete mandatory security and privacy training prior to gaining access to OPM information systems and provide their completion certificate number to their COTR or supervisor. The following training requirements are mandatory, non-compliance may result in revocation of system access.
• Security and privacy awareness training must be completed prior to gaining access to OPM systems. The certificate number provided when the training is completed must be provided to the COTR of supervisor.Training instructions will be provided by OPM.
• Annual security and privacy refresher training must be completed on an annual basis. OPM will provide notification and instructions on completing this training.
• The OPM Rules of Behavior must be acknowledged prior to gaining access, and reviewed at least annually. OPM will provide access to the rules of behavior and provide notification when a review is required.
1752.239-81 Specialized IT Security Awareness Training for Security Staff (Federal/Contractor) (Nov 2012)
IT security contractor personnel are required to complete specialized IT security training based on the role-based requirements below. Contractors are required to report training completed to ensure competencies that address this training. Reporting instructions are sent by OPM to all OPM employees and contractors. Contractors must ensure their training hours satisfying the below training requirements are submitted to OPM Information Technology Security and Privacy (ITSP) upon completion of training.

IT Security Roles/Functions Recommended Hours for Specialized Training
Contractor System Manager\Owner 1-2
Information Security Specialist
Information System Security Officer (ISSO) 20-40
Privacy Officer 5-10
System Administrator
Network Administrator
Database Administrator
Service Desk Personnel/HelpDesk
Programmer/Developer 10-20

1752.239-82 HSPD-12 Compliance (Nov 2012)
(a) The Contactor shall be subject to screening prior to authorizing access to information systems; and rescreening according to change in position risk designation, new position with higher risk designation, or other according to HSPD-12 requirements.

(b) Contracting Officer’s Technical Representative (COTR) approval is required for contractors. Contractors shall sign access agreements before access is granted to OPM information and information systems.

(c) Procurements for services and products involving facility or system access control shall be in accordance with HSPD-12 policy and the Federal Acquisition Regulation.

(d) All new system development for OPM systems must include requirements to enable the use PIV credentials, in accordance with NIST FIPS 201, Personal Identity Verification (PIV) of Federal Employees and Contractors, prior to being operational.
1752.239-83 Federal Desktop Core Configuration / United States Government Configuration Baseline Compliance (Nov 2012)
(a) The contractor shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC)\United States Government Configuration Baseline (USGCB). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista.) For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP and for the Windows Vista settings, see http://csrc.nist.gov/itsec/guidance_vista.html.

(b) The standard installation, operation, maintenance, updates, and/or patching of software shall not alter the configuration settings from the approved FDCC\USGCB configuration. The information technology should also use the Windows Installer Service for installation to the default “program files” directory and should be able to silently install and uninstall.

(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.
1752.239-84 FIPS 140-2 Encryption Requirements (Nov2012)
Cryptographic modules used to protect OPM information must be FIPS 140-2 compliant and validated by the Cryptographic Module Validation Program (CMVP). Contractors must provide the validation certificate number to OPM for verification. Encryption is required to protect sensitive federal and contractor data when transmitting between systems.

1752.239-86 Contractor System Oversight/Compliance (Nov 2012)

(a) All contractor systems, service providers and third-party vendors must complete the IT OPM Offsite System Security Self-Assessment Survey and submit the assessments to their Contracting Officer and the CIO IT Security and Privacy Office for review and evaluation. This is a supplemental requirement and does not replace contract requirements under FISMA. The federal government has the authority to conduct site reviews for compliance validation. Full cooperation by contractor and third-party providers is required for audits and forensics.

(b) The Contractor shall support the OPM in its efforts to assess and monitor the contactor systems and infrastructure. The contractor shall provide logical and physical access to the contractor’s facilities, installations, technical capabilities, operations, documentation, records, and databases upon request. The contractor will be expected to perform automated scans and continuous monitoring activities which may include, but not limited to, authenticated and unauthenticated scans of networks, operating systems, applications, and databases and provide the results of the scans to OPM or allow OPM personnel to run the scans directly.

1752.239-87 Additional Security Requirements (Apr 2012)

(a) As prescribed in the FAR clause 24.104:

• If the system involves the design, development, or operation of a system of records on individuals, the contractor shall implement requirements in FAR clause 52.224-1, “Privacy Act Notification” and FAR clause 52.224-2, “Privacy Act”

(b) Information technology acquisitions shall use OPM established configuration settings, or utilize common security configurations available from the National Institute of Standards and Technology’s website athttp://checklists.nist.gov where OPM standards do not exist. (FAR part 39).

1752.242-70 Contract Performance Information (July 2005)

(a) Dissemination of Contract Performance Information

The Contractor must not publish, permit to be published, or distribute for public consumption, any information, oral or written, concerning the results or conclusions made pursuant to the performance of this contract, without the prior written consent of the Contracting Officer. Two copies of any material proposed to be published or distributed must be submitted to the Contracting Officer for approval.

(b) Contractor Testimony

All requests for the testimony of the Contractor or its employees, and any intention to testify as an expert witness relating to: (a) any work required by, and or performed under, this contract: or (b) any information provided by any party to assist the Contractor in the performance of this contract, must be immediately reported to the Contracting Officer. Neither the Contractor nor its employees must testify on a matter related to work performed or information provided under this contract, either voluntarily or pursuant to a request, in any judicial or administrative proceeding unless approved by the Contracting Officer or required by a judge in a final court order.

(3) List of Attachments

Attachment 1 Contractor Staffing Change Report

52.212-1 Instruction to Offerors- Commercial Items, (FEB 2012)

Is incorporated by Reference.

PREPARING THE TECHNICAL PORTION OF THE PROPOSAL

(a) An offeror’s proposal must demonstrate their ability to provide the full range of items as detailed in the Statement of Objective. To be deemed technically acceptable the contractor MUST be able to provide all of the items detailed in the Section 3 -Summary of Requirements.

(b) Quotations which merely offer to conduct the work in accordance with the requirements of the Government’s scope of work will be considered nonresponsive and will not be given any further consideration.

(c) Evaluation of the technical portion of proposals will be conducted by a technical review committee in accordance with the evaluation criteria stated in FAR Clause 52.212-2 – Evaluation, below.

1. PREPARING THE TECHNICAL PORTION OF THE QUOTATION

(a) The offeror shall include in its quotation a discussion of the offeror’s proposed technical approach to respond to the requirements in the statement of objectives (SOO). Present clear and convincing evidence that youunderstand the scope of work as described in the SOO, and that your technical approach to accomplishing this work is sound. Include:

• A narrative describing your understanding of this requirement.
• A description of your technical expertise for meeting the requirements of this solicitation. Your narrative should, at a minimum:
• Indicate the initial plan to gain an understanding of OPM’s operations needs;
• Discuss the anticipated methodology to complete the work described in of the Statement of Objectives; and
• Describe your strategy for dealing with potential significant technical, administrative, or managerial problems that could arise, particularly those issues that impact deliverable deadlines;

(b) In addition to its proposed technical approach, the offeror shall summarize its corporate experience (including results) with the provision in contracts similar to this solicitation that the offeror has successfully performed in the past five years. The information presented shall be in sufficient detail to describe the previous experience and effectiveness of the offeror in similar or closely related work, and to demonstrate the offeror’s current ability to accomplish the tasking in this solicitation.

This summary should include:
• Firm Experience: statement of the offering firm’s level of involvement, degree of success, number of resources and overall performance on efforts similar in nature to the requirements of this project.
• Experience of Available Resources: statement of the level of involvement, degree of success, number of resources and overall performance on efforts similar in nature to the requirements of this project, including the provision of resumes of resources that will be available for this project.

(c) Also include the following information for three (3) contracts and/or subcontracts for requirements as similar as possible to the current requirement:

• Name of contract or project;
• Contract Number;
• Role (Prime or Subcontractor);
• Sponsoring Organization or Company;
• Contract type;
• Period of Performance;
• Total Contract Value;
• Contract Manager and telephone number;
• Program Manager and telephone number;
• Project description, scope of work preformed, services or products delivered;
• Major success or accomplishments, and
• Major problems, lessons learned, and solution(s) applied if applicable.

(d) The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. A Table of Contents should be created using the Table of Contents feature in MS Word. MS Word (.doc) files shall use the following Page Setup parameters:

Margins – Top, Bottom, Left, Right – 1″
Gutter – 0″
From Edge – Header, Footer – 0.5″
Page Size, Width – 8.5″
Page Size, Height – 11″

The following additional restrictions apply:

• Each paragraph shall be separated by at least one blank line.
• A standard, 11-point minimum font size applies.
• Times New Roman font is required.
• Tables and illustrations may use a reduced font size not less than 8-point and may be landscape.

Proposal page limits are as follows:

• Technical Proposal – 3
• Price Proposal – no page limit

(e) Pages that exceed the page limits will be considered nonresponsive and will not be given any further consideration.. Page numbers, headers and footers may be within the page margins ONLY, and are not bound by the font requirements. Company logos are prohibited with the exception of the Title Page. Pages that exceed the margin, font or total page limit will not be evaluated. Pages deleted due to violation of the margin or font restrictions will not count against the page limitation. Page count will NOT be based upon the numbers of pages, printed but rather dictated by the number of pages in a print layout view in the application based upon the above-prescribed document settings. Counting pages in the order they appear for viewing will make up the page count. The page limits are applicable to graphs, tables, drawings and any other attachments submitted with the proposals and not specifically excluded by the solicitation. Any index, table of contents, glossary or integrated master schedule will not be included in the maximum page limitation.

(f) Offeror(s) are responsible for including sufficient details to permit a complete and accurate evaluation of each proposal. Each file of the proposal shall consist of a Table of Contents, Summary Section and the Narrative discussion. The Summary Section shall contain a brief abstract of the file. Proprietary information shall be clearly marked.

2. ADDITIONAL INSTRUCTIONS FOR PREPARING THE TECHNICAL PORTION OF THE QUOTATION

(a) Quotations which merely offer to conduct the work in accordance with the requirements of the Government’s scope of work will be considered non responsive and will not be given further consideration. The offeror must submit an explanation of the proposed technical approach in conjunction with the tasks to be performed in achieving the project objectives.

(b) Evaluation of the technical portion of quotations will be conducted by a technical review committee in accordance with the evaluation criteria stated in the 52.212-2 Evaluation - Commercial Items below.

3. INSTRUCTIONS FOR PREPARING THE BUSINESS PORTION OF THE
QUOTATION

A. PRICE INFORMATION

Offerors shall submit Firm-Fixed Price quotation responses for all deliverables. Offerors shall submit a detailed breakdown of prices for each deliverable. In addition, a summary total amount shall be furnished for the entire project.

The business portion of the quotation must contain sufficient information to allow the Government to perform a basic analysis of the proposed price of the work.

B. INFORMATION OTHER THAN PRICING DATA

The vendor shall submit sufficiently detailed information to permit the Contracting Officer and authorized representatives to evaluate the offer.

Unless otherwise stated in this solicitation, the information may be submitted in the offeror’s own format.

C. PRICING

The vendor shall clarify for each line item if the unit price represents the vendor’s published prices, or lower.

The Contractor must quote on all of the items listed above. Failure to quote on all of the items will result in elimination of that quotation.

FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)

(a) The Government will award a firm fixed priced purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

• Technical Capability
• Past Performance
• Price

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

1. Basis for Award

The Government is conducting this source selection in accordance with the competitive negotiation source selection procedures contained in FAR Part 15.

The Government anticipates awarding a firm-fixed price contract to the responsible offeror whose quotation represents the best value to the Government, and who lowest priced offer is deemed to be technically acceptable. Best value as defined in FAR Part 2, is the expected outcome of an acquisition that in the Government’s estimation, provides the greatest overall benefit in response to the requirement. The Government will be conducting this procurement by using the Lowest Price Technically Acceptable (LPTA) method.

When conducting the evaluation, the Government may use information provided by the offeror in their quotations as well as information obtained from the offeror’s past performance information. Each offeror is responsible for ensuring that the information provided is thorough, accurate, and complete.

The Government reserves the right to evaluate proposals and award contracts without discussions with the offerors, with the exception of clarifications as described in FAR 15.306(a). Evaluations may be based on the offeror’s initial proposal. Therefore, the offeror’s proposal should contain the offeror’s most advantageous proposal from a technical and price standpoint.

2. Price

Price will be assessed for completeness, reasonableness, price realism and affordability. Price will not be given a specific rating, but will be evaluated and provided to the Contracting Officer as part of the integrated assessment.

3. Past Performance

Past performance will be evaluated in accordance with FAR 15.305Offerors with no past performance will result in an assignment of a neutral/unknown confidence rating, which will indicate neither a FAVORABLE nor UNFAVORABLE evaluation rating. In addition, if a Joint Ventures (JV) does not have any past performance as a JV or if the individual companies that comprise the JV do not have any past performance, then the JV will receive a neutral/unknown confidence rating. If the individual members do have past performance experience, then that performance will be evaluated on behalf of the Joint Venture. If the Joint Venture acts as the Prime, but has subcontractors, the subcontractor’s past performance (if there is any) will also be used in the evaluation.

4. Exchanges

Exchanges with offerors after receipt of quotations do not constitute a rejection or counter offer by the government.

5. Best Value Determination

The Government intends to award a firm-fixed price purchase order contract to the responsible offeror whose quotation has been determined to be technically acceptable and their lowest proposed price is deemed to be realistic, fair and reasonable.

52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2012)

An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.
(a) Definitions. As used in this provision-
“Economically disadvantaged women-owned small business (EDWOSB) concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and dailybusiness operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program.
“Forced or indentured child labor” means all work or service-
(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for whic
OutreachSystems Article Number: 130519/PROCURE/0446
Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; education*; business*; documentation; event?; distribut*; instruct*; commercial?; 

Library of Congress, Contracts Services, Fedlink Section, 101 Independence Ave SE LA-318 Washington DC 20540-9414

R — FEDLINK Information Retrieval Services Strategic Sourcing LCFDL13R7100 061713 Deborah B Burroughs, Senior Contract Specialist, Email flicc-cl@loc.gov – Charles A. Wilson, Contract Specialist, Email flicc-cl@loc.gov The Library of Congress is posting Request for Proposal (RFP) #LCFDL13R7100 for Information Retrieval Services Strategic Sourcing for the LC/FEDLINK Program. The objective of the solicitation is to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts493px-US-LibraryOfCongress-BookLogo.svg for acquisition of or access to commercial off-the-shelf (COTS) electronic information resources in many publication formats for the FEDLINK program. FEDLINK is a nationwide interagency consortium sponsored by the Library of Congress. These will be multi-agency contracts (MACs) established in accordance with the Library of Congress (LC) Fiscal Operations Improvement Act, P.L. 106-481, Section 103 (2 U.S.C. § 182c.) Any federal entity including the executive branch, the legislative branch, the judicial branch, and independent agencies as well as contractors to government agencies who are authorized to use federal sources of supply may be authorized to place orders under these contracts in accordance with the terms and procedures described in the solicitation.
Contractors shall be capable of providing products/services for ordering agencies with multiple organizational levels and geographic locations nationwide and/or worldwide. The Contractor shall also be capable of handling multiple purchase orders simultaneously. Contracts may be divided into four lots. Lot 1- Electronic Databases/Publications is the core of this solicitation. Vendors must offer products/services under Lot 1 in order to provide products/services under Lot 3 and must offer products/services under Lot 1 and/or Lot 2 in order to provide products/services under Lot 4. The four lots to be offered are:

Lot 1 – Electronic Databases/Publications. Products under Lot 1 covers publishers and vendors who provide access to commercial off-the-shelf electronic materials in many publication formats: information retrieval database services, newsfeeds, current awareness services, portal or content management services, electronic serials, and electronic books.

Lot 2 – Document Delivery Services. Under Lot 2 vendors shall provide machine-readable or print copies of published and unpublished materials in response to specific citation requests. Materials typically include journal and newspaper articles, conference papers and proceedings, annual reports, technical reports, dissertations and theses, official legal, financial and patent documents.

Lot 3 – Vendor Associated Publications. Under Lot 3 vendors and publishers that offer Electronic databases/publications under Lot 1 may also provide their commercial off-the-shelf print, video, microform or multimedia publications.

Lot 4 – Specialized Access/Product Integration. Under Lot 4 vendors that offer commercial electronic databases/publications or document delivery services under Lots 1 and/or Lot 2 may tailor their electronic resources packages for individual customers. Vendors may offer specialized file groupings, access to customer’s own files, special interfaces, and research assistance.

The services of book jobbers and serials subscription agents are covered under separate LC/FEDLINK solicitations and are not the subject of this solicitation. This solicitation EXCLUDES general or standard computer or telecommunications equipment not essential for content access or retrieval; furniture and supplies; database development and implementation for customers; and personal services such as on-sitereference/research staff.

Any questions regarding this RFP must be submitted in writing no later than Thursday, June 5, 2013 by 12 noon EST to flicc-cl@loc.gov.

A pre-proposal conference for RFP #LCFDL13R7100 for FEDLINK Information Retrieval Services will be held on Tuesday, June 4, 2013 at 1:00pm to 2:00pm at:

The Library of Congress
Madison Building, Sixth Floor
West Dining Room
101 Independence Avenue, SE
Washington, DC 20540

The pre-proposal conference may be attended in person or via web cast. Please register for the conference at fliccfno@loc.gov and indicate whether attending in person or via web cast. Instructions for the web cast will be sent to registrants.

Vendors are responsible for ensuring that all RFP amendments are received prior to submittal of proposals. Please check this site periodically for amendments or clarifications to the RFP. All proposals must be submitted as specified in Section L of the solicitation. For information about the Library of Congress FEDLINK Program, please visit http://www.loc.gov/flicc.

URL: https://www.fbo.gov/spg/LOC/CS/FEDLINKCS/LCFDL13R7100/listing.html
OutreachSystems Article Number: 130517/PROCURE/0065
Matching Key Words: video*; produc*; conference?; web; site?; instruct*; commercial?; 


356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Direct Reporting Unit – Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750 Joint Base Andrews MD 20762

99 — Mass Notification Service FA7014-13-T-3017 052913 Jermaine Williams, Ctr., Contract Specialist, Email jermaine.williams.ctr@afncr.af.mil – William Caffaro, Contracting Officer, Email william.caffaro@afncr.af.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7014-13-T-3017. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. The North American Industry Classification System (NAICS) code for this acquisition is 511210. The proposed contract type will be firm fixed-price and set-aside for Small Business.

CONTRACT LINE ITEM NUMBER:

LINE ITEM 0001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE: ________.

System Requirements:

• Provide a minimum of 5 System Administrator Accounts and 2,000 Recipient Accounts.
• Issue mass notifications via web, email or phone to 2,000 personnel within 20 minutes.
• Allow recipients to respond by voice, email or menu choice via phone.
• 5,000 minutes of telephonic use per year in the base subscription.
• Ability to create and change mass notification message templates and message groups with easy to understand instructions that require little or no computer knowledge by the user.
• Ability to provide customized notifications to recipients in computer generated voice.
• Ability to record in human voice is desired but not required.
• Easily import contact data using MS Excel 2010 and later versions that will have the following categories but not limited to only these only: name/rank/office symbol/home phone/office phone/mobile phone…
• Allow access control and security with permissions.
• Ability to create individual contact groups.
• Compatible with Department of Defense Unclassified and Classified networks.
• Vendor shall provide Initial system operation and maintenance training for staff of 10 personnel within 15 days after contract award, and annual refresher training thereafter at no additional cost.
• Period of Performance shall begin no later than 01 Sep 2013.
• 24/7 maintenance and support.

Option Year 01:

LINE ITEM 1001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE:________.

Option Year 02:

LINE ITEM 1001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE: ________.

Option Year 03:

LINE ITEM 1001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE: ________.

PERIOD OF PERFORMANCE:

01 Sep 13 to 30 Aug 14.

PERFORMANCE LOCATION:

WASHINGTON DC

FAR PROVISIONS:

The provision at 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: 52.252-1: http://farsite.hill.af.mil , 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. The following provisions are also applicable by reference: 52.202-1, 52.217-5, 52.252-1, 252.212-7001.

The provision at 52.212-2, Evaluation-Commercial Items is applicable to this solicitation and is hereby incorporated by full text:

52.212-2 EVALUATION–COMMERCIAL ITEMS (JAN 1999)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers:

I.) Lowest Price (including options)

II.) Brand Name or Equal

(End of provision)

The provision at 52.212-3 — Offeror Representations and Certifications (Apr 2012) — Commercial Items is applicable to this solicitation and is hereby incorporated by reference. Offeror must include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.

FAR CLAUSES:

The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-99, 52.253-1, 52.252-2: http://farsite.hill.af.mil , 52.252-6: (b) DFARS (Chapter 2), 252.204-7003, 252.204-7004, 252.212-7001, 252.225-7001, 252.225-7009, 252-247-7023, 252.211-7003 and 5352.242-9000. The following Clauses are also included: 52.217-8, 52.217-9, 52.222-50.

FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6 and 52.232-33.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-82203 or e-mail at http://www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically through Wide Area Work Flow. You can register at https://wawf.eb.mil.

LOCAL CLAUSES:

5352.201-9101, Ombudsman (AUG 2010)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Elizabeth Hair, 1500 W Perimeter RD Suite 5750, Joint Base Andrews MD 20762, Phone # 240-612-6112. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

All responses and quotes must be received no later than 5:00 P.M. Eastern Time on 29 May 2013. Only written quotes with detailed technical information along with any amendments issued and acknowledged will be considered. All Brand Name or Equal offers must include information clearly stating technical equivalency with the requested brand name. Quotes will only be accepted via e-mail to the Contract Specialist listed below.

Please e-mail all responses and quotes concerning this solicitation in writing to Mr. Jermaine Williams, Ctr, Contract Specialist at jermaine.williams.ctr@afncr.af.mil. An official authorized to bind your company shall sign and date the quote.
Set-Aside: Total Small Business Place of Performance: Washington, DC US URL: https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-13-T-3017/listing.html
OutreachSystems Article Number: 130517/PROCURE/0486
Matching Key Words: writ*; copy; technical; 


Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St. Arlington VA 22209

99 – Documentary Video SAQMMA13PEPFAR 052013 JoAnn B Carroll, Contracting Officer, Phone 703-875-6038, Fax 703-516-1709, Email carrolljb@state.gov – JoAnn B Carroll, Contracting Officer, Phone 703-875-6038, Fax 703-516-1709, Email carrolljb@state.gov The U. S. Department of State (DoS), Bureau of the Office of the U.S. Global AIDS Coordinator, has a requirement for a contractor to provide a documentary video in support of the President’ Emergency Plan for AIDs Relief (PEPFAR). 600px-US-DeptOfState-SealThis service includes the following: A 10 minute documentary based on information that consist of PEPFAR; Edited 2-3 minute and 5 minute clips; Short clips that can be imbedded and cited in remarks or presentations delivered by PEPFAR or other U. S. Government Officials; and Short clips that can be uploaded to PEPFAR social media channels (YouTube, Facebook, Twitter, etc.). All completed footages shall become the property of the U.S. government. The final products must be 508 compliant and be accompanied by a full transcript. The countries listed shall be visited to collect footages for the documentary are: Botswana, South Africa, & Zimbabwe; Cote d’Ivoire; Cambodia & Vietnam; Haiti & Dominican Republic; and Kenya, Malawi, & Rwanda. The PEPFAR documentary shall be launched in advance of World AIDS day, December 1, 2013 and all shooting and editing must be completed by October 15, 2013. Additional requirement: Offeror shall be responsible for providing a transcript, with the Government responsible for any requirements to translate the documentary. There are no Security Requirements. The NAICS code is 512240. It’s anticipated that this requirement will be awarded for a nine month period, with the period of performance starting June 1, 2013 through February 15, 2014, with a due date of October 15, 2013 for Documentary. Information is being sought from all small businesses including 8(a), HUBZone, and Service-Disabled Veteran-Owned Firms. Teaming arrangements are encouraged. Should your firm be interested in this requirement please submit your company’s capability statement in a 12 pitch Times New Roman, 3 page documentation limit to Tracy Ford via e-mail address at FordTR@state.gov by 2:00 Eastern Standard time on May 20, 2013. No telephone calls are accepted. For further information on postings for this requirement, FEDBIZOPPS has a notification system if you register at its website at http://www.fedbizopps.gov/.
Set-Aside: Total Small Business Place of Performance: See synopsis (various) US URL: https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13PEPFAR/listing.html
OutreachSystems Article Number: 130517/PROCURE/0551
Matching Key Words: documentar*; 

600px-US-DeptOfLabor-Seal.svgDepartment of Labor, Employment Training Administration, Office of Contracts Management, 200 Constitution Avenue, NW N-4649 Washington DC 20210

U — Operation of the Earle C Clements Job Corps Center DOLJ13PA20010Amended 062513 Jillian L Matz, Contracting Officer, Phone 202-693-2836, Fax 202-693-3846, Email matz.jillian@dol.gov This request for proposal is for the Operation of the Earle C Clements Job Corps Center, located in Morganfield, Kentucky.

PLEASE NOTE: THIS PRE-SOLICIATION NOTICE IS A RE-POST OF THE PRE-SOLICIATION NOTICE THAT WAS ISSUED ON FEBRUARY 4, 2013.  DUE TO A CHANGE IN THE CONTRACTING OFFICER, IT WAS NECESSARY TO RE-POST THIS NOTICE, AS ACCESS TO PRIOR POSTINGS BY THE CONTRACTING OFFICER ARE NOT PERMITTED.  THE EMPLOYMENT AND TRAINING ADMINISTRATION APOLOGIZES FOR ANY INCONVENIENCE THAT THIS RE-POSTING CAUSES.

SOLICITATION NUMBER DOLJ13PA20010 CONTAINS A POSTING OF THE SOLICITATION AND AMENDMENTS 0001 THROUGH 0004.
THIS NOTICE, DOLJ13PA20010 BEGINS WITH AMENDMENT NO. 0005, POSTED ON MAY 15, 2013.
URL: https://www.fbo.gov/spg/DOL/ETA/OJC/DOLJ13PA20010Amended/listing.html
OutreachSystems Article Number: 130516/PROCURE/0122
Matching Key Words: state!ky; 


Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road Suite 0119 Fort Belvoir VA 22060-6220

R — DLA, EEO Investigation Services
DO135001 053113 constance v. house, Contract Specialist, Phone 7037671168, Fax 703-767-1172, Email constance.house@dla.mil – Beverly J Williams, Contracting Officer, Phone 703-767-1192, Fax 703-767-1130, Email Beverly.J.Williams@dla.mil This a Sources Sought forDefense_Logistics_Agency information seeks to obtain industry concepts, capability and market information for Defense Logistics Agency (DLA) Equal Employment Opportunity (EEO)Investigation Services. This Request for information (RFI)does not in anyway constitute a Request-For-Proposal (RFP) and as such, shall not be construed as a commitment by the Government. The Government does not intend to award a contract on the basis of this notice, nor otherwise pay for proposal preparation costs supporting submission of a response to this RFI. Responses to this RFI shall include the name of the organization, point-of-contact, disclosure of small business status against Northern America Industry Classification System (NAICS) code 561611, Investigation Services, corporate capabilities, and experience of potential key personnel as it relates to the following criteria: (1) The lead contractor must be a United States Corporation or business entity; (2) Relevant experience with establishment, operation and management of consortia, partnerships and other collaborative technical and business arrangements; (3) relevant experience with the technical topics addressed above. To assist the Government in the analysis of the marketplace, responses shall be submitted electronically to the point of contact listed below on or before Friday, May 31, 2013, 11:00 am Eastern Daylight Time. All respondents are require to complete the System for Award Management (SAM) process to be considered eligible for any potential Department of Defense contracts. SAM registration information can be obtained at http://www.sam.gov. Electronic responses are preferred.
POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE:

1. Company name, address, phone number, primary contact (s), email address, NAICS code(s), business size (i.e. small/8(a)) and DUNS Number.

2. Provide a Statement of Capability that demonstrate the offeror’s past performance in providing this type of service.

All responses shall be submitted to the Defense Logistics Agency, Attn: Constance House, 8725 John J. Kingman Road, Fort Belvoir, VA 22060, email address: constance.house@dla.mil, reference Sources Sought for DLA, EEO Investigation Services. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government will use responses to this sources sought synopsis to make appropriate acquisition decisions.

Background

The Defense Logistics Agency (DLA) is responsible for ensuring that Equal Employment Opportunity (EEO) complaints are processed fairly, promptly, thoroughly and in strict compliance with the Equal Employment Opportunity Commission (EEOC) complaint processing procedures. These procedures are set forth in Title 29 of the Code of Federal Regulations (CFR), Part 1614; EEOC Management Directive (MD) 110, Federal Sector Complaints Processing Manual; EEOC’s published enforcement guidance; and related documents. Part 1614.102 (c) (4) and (5) of the CFR assigns the Director of Equal Employment Opportunity the authority to receive and investigate individual complaints of discrimination. In implementing the regulations, it is required that discrimination complaints be promptly investigated. Such investigations must include a thorough review of the circumstances under which the alleged discrimination occurred.

The DLA is interest in receiving market information to provide highly qualified and experienced small businesses capable of conducting formal investigations into allegations of discrimination filed against the Defense Logistics Agency.

PERFORMANCE WORK STATEMENT

DEFENSE LOGISTICS AGENCY
EQUAL EMPLOYMENT OPPORTNITY (EEO) INVESTIGATIONS

1.0 INTRODUCTION

The Defense Logistics Agency (DLA) is responsible for ensuring that Equal Employment Opportunity (EEO) complaints are processed fairly, promptly, thoroughly and in strict compliance with the Equal Employment Opportunity Commission (EEOC) complaint processing
procedures. These procedures are set forth in Title 29 of the Code of Federal Regulations (CFR), Part 1614; EEOC Management Directive (MD) 110, Federal Sector Complaints Processing Manual; EEOC’s published enforcement guidance; and related documents. Part 1614.102 (c) (4) and (5) of the CFR assigns the Director of Equal Employment Opportunity the authority to receive and investigate individual complaints of discrimination.

In implementing the regulations, it is required that discrimination complaints be promptly investigated. Such investigations must include a thorough review of the circumstances under which the alleged discrimination occurred.

The purpose of this Performance Work Statement is to articulate the requirements to secure a highly qualified and experienced contractor to conduct formal investigations into allegations of discrimination filed against the Defense Logistics Agency.

2.0 TASKS

The contractor shall provide the following:

2.1 A fair, impartial, and timely EEO investigation of formal complaints of discrimination to identify and obtain evidence from all relevant sources and gather sufficient information relevant to the claims in the complaint to ascertain the validity of the allegation.

2.2 The contractor will investigate complaints of discrimination for the entire DLA Enterprise which consist of six (6) EEO Offices geographically dispersed across the United States.

2.3 The contractor shall complete a factually accurate Report of Investigation not later than Forty-Five (45) calendar days after receipt of case assignment/request letter.
The Report of Investigation shall be in accordance with, and satisfies the requirements of EEOC’s Management Directive 110, Chapter 6 – Development of Impartial and Appropriate Factual Records – with regard to both substance and form.

2.4 In the event a complainant amends his/her complaint during the investigation, the contractor/investigator will inform the Complainant that he/she must contact the

servicing EEO Office. If the Agency accepts the Complainant’s amendment, the contractor shall be granted reasonable additional time to complete the investigation as needed and the 45 day requirement shall we waived.

2.5 In addition to ongoing investigation services provided by the Contract throughout the duration off the performance period, the contractor shall provide adequate qualified staff to address the agency’s pending investigations. The contractor shall investigate all complaints not later than 45 calendar days from the date of assignment.

2.6 Investigations for three types of discrimination complaints, (1) Individual, (2) Consolidated and (3) Joint complaints.

An individual complaint exists when there is one complaint of discrimination filed by an employee, a former employee, or applicant for employment.

A consolidated complaint exists when two or more complaints of discrimination are filed by the same employee, former employee or applicant for employment, in which there are substantially similar or identical allegations of discrimination.
The Contractor is required to submit one report addressing all issues in the consolidated complaint.

A joint complaint exists when two or more complaints of discrimination consisting of substantially similar allegations of discrimination or relating to the same matter are filed by two or more complainants. The Contractor is required to submit separate reports on each complaint as stipulated in the “Contract/Performance Work Statement.”

2.7 Regardless of the type of discrimination complaint, work shall be performed in four major phases: (a) preparing for the investigation, (b) interviewing affiants and preparing their affidavits, (c) obtaining evidence and developing statistical information and (d) preparing the report of investigation. To conduct the investigation as efficiently as possible, the Contractor shall do the following:

2.7.1 Preparing for the Investigation:

Receive the case assignment from the servicing EEO Office not later than five (5)
calendar days from the date the complaint was accepted for investigation.

Thoroughly review the claims and the case file provided by the Agency. In the event upon review, the Contractor determines the claims have been improperly framed by the Agency, the Contractor will immediately notify the servicing EEO Office or Contracting Officer Representative (COR).

Plan and schedule the steps of investigation.

Make preliminary phone calls/emails to identifiable affiants/witnesses and coordinate his/her telephonic or on-site visit (if applicable). Preliminary contact of identifiable affidavits/witnesses at this point in the planning stage shall not take the place of face-to-face on site interviews.

2.7.2 Interview Affiants and Prepare their Affidavits:

The Contractor shall interview affiants identified by the Agency that have first- hand knowledge of the allegations raised in a complaint. After a review of the case file, the Contractor may interview additional witnesses not previously identified with the approval of the designated Agency representative.

2.7.3 Obtain Evidence and Statistical Information:

The Contractor shall determine the relevancy of evidence (e.g., documents) and statistical information. The Contractor shall have access to relevant personnel records and statistical data. The EEO Office shall retrieve those records/data identified and make such records/data available to the Contractor. The Contractor will review the
records/data collected and make one copy thereof. The Contractor shall assemble the records/data collected in the appropriate format to include the name and group identifier (race, color, religion, national origin, sex (including pregnancy and gender identity), sexual orientation, disability, age, genetic information, and/or reprisal for each person identified.

As may be necessary, the Contractor shall make oral/written follow-up requests to the servicing EEO Office or COR for evidence or statistical information. The EEO Office will contact the office that maintains the records and will coordinate the collection of evidence determined relevant by the Contractor. The servicing EEO Office shall provide data collected to the Contractor within 10 calendar days of the written request. Travel for the sole purpose of obtaining documentary or statistical evidence is not authorized under this contract.

The investigation shall include a thorough review of the circumstances under which the alleged discrimination occurred; the treatment of members of the complainant’s group as compared with the treatment of other similarly situated employees, if any; and any policies and/or practices that may constitute or appear to constitute discrimination, even though they have not been expressly cited by the complainant.

2.7.4 Preparing the Report of Investigation:

The Contractor shall ensure individual complaints are properly and thoroughly investigated; to include a thorough review of the circumstance under which the alleged discrimination occurred. The Contractor shall summarize the information collected during the investigation. The Contractor shall not make recommendations, comments, or conclusions.

Completed reports of Investigation shall include information listed below: – Contractor’s case assignment and/or request letter
Copy of Complaint

EEO Counselor’s Report and its attachments

Transmittal Letters

Acceptance letter with statement of issues and basis/bases accepted

A chart showing the relationship between the complainant, the witnesses alleged to be responsible for the action(s) and other affiants included in the Report of Investigation at the time of the alleged discriminatory events(s) or acts(s). If any of these relationships have changed, show the current relationship.

Affidavits typed, initialed, and signed from each affiant.

Documentation relevant to the issue(s) and basis(es) separately identified by the source and attested to for the accuracy. The investigator shall note any evidence of tampering with original documents that may not be apparent from the copies in the Report of Investigation.
Statistical data relevant to the issue(s) and basis(es) in the complaint. Survey of the general environment may include (1) interviews with persons
who may have knowledge of the environment; (2) policies and practices related to the work situation where the complaint arose that may constitute or appear to constitute discrimination even though not expressly cited by the complainant; or (3) working conditions.

3.0 DELIVERABLES

3.1 The Contractor shall provide one (1) electronic copy in both a Microsoft Word and PDF version on a compact disk (CD). The Report of Investigation shall be assembled in accordance with the instruction contained in the MD-110 Chapter 6, Section III; have a title page (see Appendix M), tabbed, pages numbered sequentially, and contain all documents pertinent to the complaint. All electronic copies must be password protected and have Optional Character Recognition (OCR) capability. See Clause 10.0 “Personally Identifiable Information (PII) below.” The Contractor shall provide Hard Copy only at the specific advanced request of the Agency.
3.2 The Report of Investigation (ROI) shall contain the following:
1. The notice of the EEO Counselor to the Complainant pursuant to 29 C.F.R. § 1614.105(d).
2. The written report of the EEO counseling efforts pursuant to § 1614.105(c), and any attached documents.
3. A copy of the complaint.
4. Acknowledgment of filing of complaint. If the agency did not accept all of the claims set forth in the complaint, the complaint file should include the agency’s partial dismissal determination and the agency’s rationale for its action.
5. A statement of claim(s) to be investigated.
6. A record of any activity before the EEOC, Office of Federal Operations.
7. Evidence collected by the investigator.
8. A summary of the investigation.

Features of the Complaint File
The completed complaint file shall have the following features:
1. Case index to documents and exhibits.
2. Tabbed sections for documents, exhibits, and explanatory material.
3. A typed summary of the investigation signed and dated by the investigator and containing a discussion and analysis of the evidence. See Section VIII of MD-110, Chapter 6 and Volume 2, EEOC’s Compliance Manual for further guidance.
Format for the Complaint File
The following is a suggested format for complaint files.

Binder – Heavy-duty cover or binder (if requested by the Agency otherwise submit in electronic format on a Compact Disk CD).
Title Page
Summary of investigation/summary analysis of the facts. The summary should cite to exhibits and evidence.
Case Index – The index to the file should list the contents of the file by tab and sequential page number.
Tab A – should contain the formal complaint and documents submitted by the complainant. (Individual documents under each tab should be consecutively numbered in addition to being identified as part of the tab. Example A-1, A-2, A-3, etc.).

Tab B – should contain the EEO Counselor’s report and all documents generated in the informal process. Included here should be the notice of right to file a complaint.
Tab C – should contain the agency’s notice of claims to be investigated pursuant to Section IV.A.1 of this Chapter. Copies of any other documents bearing on delineation of the claims to be investigated should also be included. Documents pertaining to the partial dismissal of claim(s) should be included in this tab.
Tab D – should document attempts at informal resolution; however, documentation should not include the substance of such attempts.
Tab E – should contain any documentation of appellate activity and any decisions affecting the processing of the complaint.
Tab F – should contain the evidence and documents in a logical order, with documents further separated by numerical tabs as necessary.
Tab G – should contain any miscellaneous material.

In addition Exhibits shall include the following:

Contractor’s case assignment letter and letter of authority

Relationship Chart
Affidavits – each affidavit shall be tabbed (for hard copy copies only) Documentation relevant to the issues(s) and basis(es). Each document shall be
tabbed and/or sub-tabbed. For example, each applicant resume’ shall have a
sub-tab; a tab shall separate all of the resumes from other file documents
(applicable to Hard Copy ROIs). Statistical information

4.0 TECHNICAL REQUIREMENTS Offeror Technical Qualifications:
Offerors must provide in their Proposal written technical information that demonstrates their
qualifications to meet all requirements of the Performance Work Statement (PWS) including highly qualified personnel to perform the required services.

This technical information must include the following information:

4.1 Understanding the Work. The Offeror must demonstrate in their Proposal the understanding of the requirements specified in the PWS. To include discussion of anticipated difficulties and problem areas, together with potential or recommended approaches for their resolution with an emphasis on risk mitigation.

4.2 Plans and Methods of approach and Completion. The Offeror must demonstrate in their quote a proposed plan to meet the task requirements defined in the PWS. The Offeror must provide a soundness approach and the extent to which the quote demonstrates satisfactory methods of accomplishing the requirements of the PWS. The Offeror must state the skills and size of the proposed staff/personnel to perform the requirements specified in the PWS, which includes security requirements.

4.3 Staffing Plan/Resumes. The Offeror must demonstrate an ability to provide a cadre of highly qualified staff personnel to perform the tasks requirements of the PWS.

4.5 The Offeror shall provide in its proposal a list of at least three (3) recent past or present references by Federal agencies and/or private sector companies for it is/was employed.

4.6 The Offeror shall provide in its proposal a sampling of a least seven (7) resumes of
Investigators. The resumes shall include but not limited to the following: Years of experience
The manner in which his/her experience was obtained

Formal education

Types and number of Complaints investigated

List of Federal agencies for which they have performed work

References

Certification of receipt of annual training requirements

The investigative report format is to be prepared and assembled as outlined in the U.S. EEOC Management Directive 110, Chapter 6 “Development of Impartial and Appropriate Factual Records.”http://www.eeoc.gov/federal/directives/md110/chapter6.html

4.7 The Offeror shall ensure all Investigators receive the minimum required annual training in accordance with U.S. EEOC guidelines.

4.8 The Offeror shall address in its proposal the ability to provide adequate qualified staff to address the Agency’s need to investigate cases pending investigation promptly and accurately. The Contractor shall investigate all complaints not later than 45 calendar days from the date of assignment.

4.9 The Offeror must prepare a detailed investigative plan before each investigation begins.

5.0 PAST PERFORMANCE

Past Performance will be evaluated based on each offeror’s written submission and any additional, applicable relevant Past Performance criteria standards.

5.1 Demonstrate relevant past corporate experience by providing evidence of past performance of work similar to the work contemplated by this RFQ during the last three

years. Identify any federal, state and local government, and private contract customers (contract number, technical point of-contact, address, and telephone number.

5.2 Provide a list of references who will be able to provide information about offeror performance during the past three (3) years regarding:

The quality and timeliness of offeror work

The reasonableness of offeror prices, costs, and claims

The reasonableness of offeror business behavior i.e. offeror willingness to cooperate and helpfulness in solving problems

Offeror concern for the interests of their customer

Offeror integrity

Offeror ability to provide qualified personnel

5.3 At least three references are required. The offeror shall provide at least three references with their past performance.

5.4 Before including any person as a reference, verify the accuracy, currency, and completeness of the reference’s mailing address, e-mail address, and telephone number, and that the reference is willing to cooperate in this evaluation effort. The inability to reach any of an offeror’s references or their unwillingness to provide the requested information may affect the Government’s evaluation capability.

5.5 Offerors must either provide the above information with their proposal or affirmatively state that no past performance history exists.

6.0 CONTRACTOR LOCATIONS AND TRAVEL REQUIREMENTS

6.1 The Agency has employees geographically dispersed across the entire United States and Outside the Continental United States (OCONUS).

6.2 Although the Agency will likely in most cases request the Contractor to conduct electronic investigations (telephone, email, fax), the contractor must have the ability to conduct onsite investigations if required. The determination for the need for either type will be made by the Agency. Onsite investigations to OCONUS locations are not likely, however the Contractor shall provide an onsite investigation to an OCONUS location if the Agency determines based on the sensitivity and severity of the facts in the case warrant such.

6.3 In order to minimize the costs of travel for onsite investigations, the Offeror shall have a full or part-time staff of highly qualified and experienced investigators that is geographically dispersed across the United States. If the Offeror does not have investigators which it either employs on a full time or part time basis, it shall have ready access to a sufficient pool of geographically dispersed, highly qualified and experienced

investigators that can fulfill the requirements identified in Paragraph 5.0 “Contractor’s Location and Travel Requirements” above.

6.4 The Contractor will make every effort to assign investigators to a case which is in a reasonable geographic proximity to the location of the onsite investigation in an effort to minimize the costs of travel expense to the Agency.

6.5 Reasonable travel expenses will be paid through this contract to the Contractor for on-site investigations and will be agreed upon on a case-by-case basis between the Agency and the Contractor.

6.6 All travel requirements will be approved by the government in advance and will be conducted in accordance with the Joint Travel Regulations (JTR).

7.0 SECURITY

7.1 The Offeror shall ensure all Investigators can successfully pass a security background investigation and maintain current security eligibility as investigators will have escorted access to Government and military facilities and access to non-critical sensitive information. The governing regulation is the DoD 5200.2-R, Personnel Security
Program. The Contractor shall be responsible for any background investigations required.

7.2 The Offeror shall have a cadre of Investigators who possess and maintain active
Secret and Top Secret security clearances.

8.0 ADMINISTRATIVE SUPPORT BY THE AGENCY

Administrative support provided to Contractor will be limited to the following:

One copy of the Counselor’s Report and pertinent documents related to the formal filing of complaints.

Assistance with obtaining evidence and statistical information from internal DLA
organizations when prior attempts by the Investigator were unsuccessful

Government Furnished Property – Office space for interviews

Government Furnished Property – Access to copier and fax machines when required

The Contractor is responsible for all administrative, clerical, and photocopying support not provided for above, as well as appropriate sanitation of all documents.

9.0 DELIVERY

9.1 At the conclusion of the investigation and upon development of the Report of Investigation, the Contractor shall return all files and related documents to the servicing EEO Office.

9.2 Delivery of the Report of Investigation shall be made to the servicing EEO Office not later than three (3) calendar days after completion of the Report of Investigation.

9.3 The Agency has six (6) servicing EEO Offices and the DLA organization for which the complaint arose will determine what office is the servicing EEO Office. Report of Investigations shall be delivered to one of the following EEO Offices (mailing addresses will be provided to the successful Offeror upon award of the contract):

DLA Headquarters EEO Operations Division, Fort Belvoir, VA DLA Troop Support, Philadelphia, PA
DLA Aviation, Richmond, VA

DLA Disposition Services/DLA Logistics Information Service, Battle, Creek, MI DLA Distribution, New Cumberland, PA
DLA Land & Maritime, Columbus, OH

9.4 The servicing EEO Office will receive and review the Repot of Investigation for sufficiency within seven (7) calendar days upon receipt. In the event the report of investigation is not sufficient, it will be returned to the Contractor to make appropriate corrections within seven (7) calendar days. An investigation will be deemed complete when the Agency has determined the Report of Investigation is sufficient.

10.0 DELAY IN PROCESSING

10.1 A complete and factually accurate Report of Investigation must be received by the Agency not later than forty-five (45) calendar days of receipt of case assignment/request letter.

10.2. The Contractor shall reduce its price quoted above for each Report of Investigation untimely received by the Agency by the following schedule

If Report of Investigation is 1 to 3 days late Invoice to be paid shall be 97 percent

If Report of Investigation is 4 to 6 days late Invoice to be paid shall be 95 percent

If Report of Investigation is 7 to 10 days late Invoice to be paid shall be 93 percent

If Report of Investigation is 11 days or more Invoice to be paid shall be 90 percent

10.3 To the extent the Contractor is unable to complete the investigation and provide the Report of Investigation in the required timeframe identified above due to delays attributable to the Government, the Contractor must immediately contact the Contracting

Officer Representative (COR). The Contractor shall not be held responsible for delays attributable to the Government.

11.0 INVOICING

The Contractor shall invoice the Government upon completion of each case through Wide Area Workflow (WAWF). In the event a supplemental investigation is required, the contractor shall invoice upon completion of the supplemental investigation including the price for the initial investigation and the supplemental investigation (itemized).

11.1 The invoice will include the DLA Contract Number and period of performance for all CLINSs, DLA Complaint Case Number, type of investigation for example, Individual case – continuing violation, dates of investigation, invoice number and date, contractor’s business address, phone/fax numbers, and email address. The invoice shall also include the payment remittance information.

11.2 The contractor shall make the following headings under the Period of Performance: CLIN Number, Labor Category, Rate Per Hour (if applicable). Each Labor Category shall have its own CLIN number.

11.3 All invoices shall be received by the Agency not later than 20 calendar days of completion of the Investigation and shall be addressed to:

HQs Defense Logistics Agency (DLA) DLA-DO, Room 1127
8725 John J. Kingman Road, Stop 2533
Fort Belvoir, VA 22060-6221

11.4 Invoices will be certified and approved for payment upon notification from the servicing EEO Office that a Report of Investigation is sufficient.

12.0 CONFLICT OF INTEREST

12.1 If for any reason, the DLA Agency/Servicing EEO Office or the Contractor determines a potential or real conflict of interest exists in the Investigation of a DLA complaint by the Contractor, the Contractor or the Agency shall immediately notify the other party. The Contractor shall cease all work until a discussion between the parties is conducted to determine the appropriate course of action going forward. If it is determined that a real conflict exists between a particular Investigator and an Agency witness, the Contractor shall reassign the Investigation to another investigator.

13.0 PROTECTING PERSONALLY IDENTIFIABLE INFORMATION (PII)

13.1 Emails to and from the Contractor must not contain unprotect PII. Any electronic communication that contains PPI must be password protected. The Contractor will be provided a unique password by the servicing EEO Office to secure all electronic documents containing PII. Additionally, the contractor shall be responsible for the protection of PII in their custody at all times including all documents containing PII retained by the contractor after completion of the EEO investigation.

14.0 WITHDRAWAL, DISMISSAL, AND SETTLEMENT
14.1 In the event a complainant withdraws his/her complaint or the complaint is dismissed, or settled prior to the conclusion of the investigation, the Agency shall pay the Contractor their basic per case rate minus the cost for the reproduction of the Report of Investigation and any agreed upon number of copies (if applicable) and/or format the Report of Investigation would have been delivered (e.g. Original hard copy and/or CD copy). All documentation collected and produced to the point of the settlement or withdrawal of the case shall be returned by the Contractor/Investigator to the servicing EEO Office.

15.0 ATTACHMENTS, APPENDICES, AND EXHIBITS

15.1 The applicable pertinent federal regulation and directives are found at 29 Code of
Federal Regulations, Part 1614; and EEOC Management Directive (MD) 110.

http://ecfr.gpoaccess.gov/cgi/t/text/text- idx?c-ecfr&tpl-/ecfrbrowse/Title29/29cffr1614_main_02.tpl

http://www.eeoc.gov/federal/directives/md110/chapter6.html

16.0 PERIOD OF PERFORMANCE

The Period of Performance (PoP) is the following:

Base Year: 30 September 2013 through 29 September 2014
Option Year 1: 30 September 2014 through 29 September 2015
Option Year 2: 30 September 2015 through 29 September 2016
Option Year 3: 30 September 2016 through 29 September 2017
Option Year 4: 30 September 2017 through 29 September 2018

17.0 CONTRACTOR REQUIREMENTS TO ENTER DEFENSE LOGISTIC AGENCY FACILITIES

For on-site investigations, all Investigators must have a photo ID that is accepted by the security personnel to enter any DLA facility and its grounds or buildings. Once contract is awardedtThe Contracting Officer Representative will provide the Contractor with the DLA security Office requirements regarding acceptable photo IDs. Investigators shall arrive not later than 30 minutes prior to a scheduled investigation regardless of where the investigation is located.

Contractors must wear appropriate contractor badges and be escorted through DLA by approved DLA personnel at all times when on a DLA facility, its grounds, or buildings.

Contractors must identify themselves as a DLA Contractor working under a DLA Contract at all times when communicating with any DLA employee or other individual associated with the investigation for he/she is investigating.

Contractors must not speak on behalf of the government at any time before, during, or after an
EEO investigation.

Set-Aside: Total Small Business Place of Performance: 8725 John J. Kingman Road Fort Belvoir, VA 22192 US URL: https://www.fbo.gov/spg/DLA/J3/DLA-DSS/DO135001/listing.html
OutreachSystems Article Number: 130516/PROCURE/0607
Matching Key Words: documentar*; writ*; copy; technical; procedure?; 

212px-US-DeptOfEnergy-Seal.svgDepartment of Energy, Federal Locations, Western Area Power Administration,

R — Consulting Svcs – Strategic Roadmapping Services DE-SOL-0005617 052013 DD DD, Contract Specialist, Phone 7209627156, Email daly@wapa.gov This is a Combined Synopsis/Solicitation, no other documents shall be provided. Below is the Statement of Objectives:
Background

Western Area Power Administration (Western) in Lakewood, Colorado, is seeking professional consultant services to assist in the development of a Strategic Roadmap to help guide decisions and planning. This Roadmap shall include electricity marketing, transmission services, construction, and maintenance of transmission lines and substations. It shall provide a 10-year future view of the potential strategies for Western continuance in providing premier power marketing and transmission services to customers, as well as contributing toward enhancing America’s energy security and sustaining our nation’s economic vitality.

The purpose of this Statement of Objectives (SOO) is to detail objectives with regard to developing a Strategic Roadmap for Western.

The Contractor shall demonstrate they possess the necessary experience, expertise, working knowledge, and skills to perform all requested work, which includes the analysis necessary to develop business models, plans, and recommendations in support of the development of the Strategic Roadmap.

**Experience working with a Federal Power Marketing Administration is required as well as knowledge and experience in Roadmapping for electric utilities and municipalities**

Objectives or Scope of Effort

The Strategic Roadmap shall be a multi-level analytical tool that arrays desired business outcomes along a timeline with considerations for Corporate Governance, Enterprise Risk, Technology, Financial, and other relevant factors.

Requested is a recommendation with focus on sound business practices and capital investment strategies, which provide options/guidance with regard to more efficient and effective business operations. (I.e. Western)

The concept is anticipated to view any initiative not as an endpoint, but rather as part of a larger process, and make recommendations regarding longer term strategic needs as opposed to the tactical urgency. The recommended process utilized to create this roadmap shall portray the future vision regarding the role and relevancy of Western 10 years into the future, including description of how it got there – rather than defining the steps. The concept shall leverage Western’s strengths and shall offer recommendations to assist Western in being flexible and adaptable to changing market conditions.

This Roadmap shall provide Western with objective recommendations that detail options and guidance for moving forward and possibly aid in the future establishment of the Western-wide strategic and organizational direction, as well as alignment of Western’s long-term value and relevancy to customers, stakeholders, and employees.

Anticipated Outcomes Contained in Roadmap:

• Align governance, organizational structure, and business processes
• Provide a filter and context to facilitate decision making and strategic planning
• Enable employee understanding and seeing the interplay and alignment of capital plans, projects, Operations & Maintenance, governance issues and other strategic initiatives
• Provide a path and destinations to achieve the long-term goals and future desired state
• Identify and address gaps and opportunities in current strategic initiatives, capital plans, policies, procedures, programs, and operations
• Provide a story to tell current customers and stakeholders about Western’s strategy and future plans

Deliverables: Due dates & times TBD after Award

Develop and provide ‘Strategic Roadmap’ (utilizing data collected through collaboration/participation from internal and external stakeholders)
Final Report to document the process in complete detail;
Provide high level written recommendations;
Build the basis for planning.

Options – to be negotiated and priced if requested:

Option 1: May be required to prepare formal presentation and assist in presenting roadmap and strategy to customers, stakeholders, management officials, and employees

Option 2: May be required to provide support to Management in cascading the information to both internal and external customers

Due to fast response time – ‘Questions’ shall be submitted NLT May 16, 2013 by noon – in writing to daly@wapa.gov;

Submission of RFP’s: daly@wapa.gov; NLT May 20, 2013 1pm MT

52.212-2 Evaluation-Commercial Items

EVALUATION-COMMERCIAL ITEMS (JAN 1999)

(a) The Government will award an open market order resulting from this Request for Proposal (RFP) to the responsible offeror whose offer conforming to the RFP will be the best value to the Government, price and other factors considered.
FAR Subpart 2.1-Definitions
2.101 Definitions.
“Best value” means the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement.

The following factors shall be used to evaluate offers:

Factor 1: Technical Criteria Requirements
1) Expertise/Experience:
The Offeror shall submit:
1) Proposed skill level detailing specific expertise, and experience, as related to development, preparation, and presentation of federal government strategic roadmapping.
2) Technical Approach:

Detail the proposed technical approach for delivery of required final requested ; include any proposed subcontracting support and what activity shall be accomplished by the subcontractor.

Factor 2: Past Performance
Past Performance will be evaluated based on regency (similar/same service support) and relevancy to the requirements as stipulated in the Statement of Objectives.
Required is Past Performance information in conducting strategic roadmapping for other governmental organizations. The Government will evaluate the Past Performance of the Offeror by contacting client references for similar work performed. The Government shall determine how well the Offeror performed the same or similar services under previous Government as well as private sector contracts. Required is a minimum of three (3) client references for Strategic Roadmapping accomplished within the past two (2) years. Current contact information for client references shall be provided within the proposal.
An Offeror that lacks recent and relevant work will be assigned a neutral rating.

Factor 3: Pricing
1) Best Pricing:
Offeror’s shall submit their best pricing as Western intends to award an open market order under the procedures of FAR Part 12 and 13. Western will review the Offeror’s pricing to determine if the proposed pricing is fair and reasonable based on market research, historical awards, and in comparison to other price quotes received. Western reserves the right to reject any quote where the pricing is not fair and reasonable in comparison to the scope of work or appears to be unbalanced.
2) Price Reduction Request:
Western is seeking price reductions from the Offeror with the request for proposal. The Offeror is responsible for including a response in their package submission to indicate they are offering a discount or price reduction into their quoted prices or there is no discount or reduction offered. Prices will be evaluated by comparison to the offeror’s schedule prices and other price quotes received.
As the technical merits of the quotes become more equal, price may become the determining factor.
(b) No Options
(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)

52.212-4 Contract Terms and Conditions – Commercial Items. (FEB 2012) 2
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (May 2011) 7
52.204-12 Data Universal Numbering System Number Maintenance (DEC 2012) 7
52.204-13 Central Contractor Registration Maintenance (DEC 2012) 8
52.217-8 Option to Extend Services. (NOV 1999) 9
52.222-17 Nondisplacement of Qualified Workers. (JAN 2013) 9
52.227-14 Rights in Data–General. (DEC 2007) 13
52.252-2 Clauses Incorporated by Reference. (FEB 1998) 17
952.242-70 Technical Direction. (DEC 2000) 17
DOE-G-1007 Contracting Officer’s Representative 18
WES-G-1001 CORRESPONDENCE PROCEDURES (WAPA, JAN 2008) 18
WES-G-1003 ASSIGNED CONTRACTING OFFICER (WAPA, JAN 2008) 18
WES-G-1004 CONTRACTOR’S CONTRACT ADMINISTRATION (WAPA, FEB 2008) 19
DOE-H-1052 Lobbying Restriction (Energy and Water Development and Related Agencies Appropriations Act, 2010) 19
WES-H-1003 STATE OF COLORADO TAX EXEMPTION (WAPA, FEB 2008) 19
WES-H-1014 LABOR HOUR CONTRACT (WAPA, FEB 2008) 19
WES-H-1018 REQUIREMENT FOR SIGNED, PAPER DOCUMENTS (WAPA, SEP 2011) 19
WES-H-1022 INDEMNITY (WAPA, FEB 2008) 20
WES-H-1023 REQUIRED INSURANCE (WAPA, FEB 2008) 20
WES-H-1031 FOREIGN VISITORS AND CONTRACT EMPLOYEES (WAPA, MAY 2005) 20
WES-H-1048 LIMITATION OF COSTS RESULTING FROM SUBCONTRACTING PRICE ADJUSTMENTS (WAPA, FEB 2008) 20
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. (JAN 2013) 21
52.212-1 Instructions to Offerors – Commercial Items. (FEB 2012) 26
52.216-1 Type of Contract. (APR 1984) 30
WES-L-1002 REQUIREMENTS FOR ELECTRONIC SUBMISSION OF PROPOSALS (WAPA, SEP 2011) 30
WES-L-1012 QUESTIONS CONCERNING THE SOLICITATION (WAPA, MAR 2002) 30

52.212-3 Offeror Representations and Certifications-Commercial Items. (DEC 2012) 31

52.212-4 Contract Terms and Conditions – Commercial Items. (FEB 2012)

(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights -(1) Within a reasonable time after the defect was discovered or should have been discovered; and

(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract.

(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.

(d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.

(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.

(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.

(g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include–

(i) Name and address of the Contractor;

(ii) Invoice date and number;

(iii) Contract number, contract line item number and, if applicable, the order number;

(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;

(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading;

(vi) Terms of any discount for prompt payment offered;

(vii) Name and address of official to whom payment is to be sent;

(viii) Name, title, and phone number of person to notify in event of defective invoice; and

(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.

(x) Electronic funds transfer (EFT) banking information.

(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.

(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer–Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer–Other Than Central Contractor Registration), or applicable agency procedures.

(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.

(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.

(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings.

(i) Payment. (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.

(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315.

(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause.

(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made.

(5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall–

(i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the–

(A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment);

(B) Affected contract number and delivery order number, if applicable;

(C) Affected contract line item or subline item, if applicable; and

(D) Contractor point of contact.

(ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer.

(6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in Section 611 of the Contract Disputes Act of 1978 (Public Law 95-563), which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid.

(ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract.

(iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if–

(A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days;

(B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or

(C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2).

(iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment.

(v) Amounts shall be due at the earliest of the following dates:

(A) The date fixed under this contract.

(B) The date of the first written demand for payment, including any demand for payment resulting from a default termination.

(vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on–

(A) The date on which the designated office receives payment from the Contractor;

(B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or

(C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor.

(vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract.

(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:

(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or

(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination.

(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.

(l) Termination for the Government’s convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor’s records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided.

(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.

(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession.

(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.

(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.

(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.

(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity.

(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order:

(1) The schedule of supplies/services.

(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause.

(3) The clause at 52.212-5.

(4) Addenda to this solicitation or contract, including any license agreements for computer software.

(5) Solicitation provisions if this is a solicitation.

(6) Other paragraphs of this clause.

(7) The Standard Form 1449.

(8) Other documents, exhibits, and attachments.

(9) The specification.

(t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.

(2)(i) If a Contractor has legally changed its business name, “doing business as” name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day’swritten notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.

(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.

(3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor’s CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of payment” paragraph of the EFT clause of this contract.

(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via CCR accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757. (End of clause)

52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (May 2011)

(a) Definitions. As used in this clause -

“Postconsumer fiber” means-(1) Paper, paperboard, and fibrous materials from retail stores, office buildings, homes, and so forth, after they have passed through their end-usage as a consumer item, including: used corrugated boxes; old newspapers; old magazines; mixed waste paper; tabulating cards; and used cordage; or

(2) All paper, paperboard, and fibrous materials that enter and are collected from municipal solid waste; but not

(3) Fiber derived from printers’ over-runs, converters’ scrap, and over-issue publications.

(b) The Contractor is required to submit paper documents, such as offers, letters, or reports that are printed or copied double-sided on paper containing at least 30 percent postconsumer fiber, whenever practicable, when not using electronic commerce methods to submit information or data to the Government. (End of clause)

52.204-12 Data Universal Numbering System Number Maintenance (DEC 2012)

(a) Definition. Data Universal Numbering System (DUNS) number, as used in this clause, means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities, which is used as the identification number for Federal Contractors.

(b) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted-

(1) Via the internet at http://fedgov.dnb.com/webform or if the Contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or

(2) If located outside the United States, by contacting the local Dun and Bradstreet office. (End of clause)

52.204-13 Central Contractor Registration Maintenance (DEC 2012)

(a) Definitions. As used in this clause-

Central Contractor Registration (CCR) database means the primary Government repository for Contractor information required for the conduct of business with the Government.

Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities, which is used as the identification number for Federal Contractors.

Data Universal Numbering System+4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at subpart 32.11) for the same concern.

Registered in the CCR database means that-

(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and

(2) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record “Active”. The Contractor will be required to provide consent for TIN validation to the Government as a part of the CCR registration process.

(b) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis, from the date of initial registration or subsequent updates, its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.

(c)(1)(i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day’swritten notification of its intention to-

(A) Change the name in the CCR database;

(B) Comply with the requirements of subpart 42.12 of the FAR; and

(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor shall provide with the notification sufficient documentation to support the legally changed name.

(ii) If the Contractor fails to comply with the requirements of paragraph (c)(1)(i) of this clause, or fails to perform the agreement at paragraph (c)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.

(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor’s CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the EFT clause of this contract.

(3) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted-

(i) Via the internet at http://fedgov.dnb.com/webform or if the Contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or

(ii) If located outside the United States, by contacting the local Dun and Bradstreet office.

(d) Contractors may obtain additional information on registration and annual confirmation requirements at https://www.acquisition.gov. (End of clause)

52.217-8 Option to Extend Services. (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by writtennotice to the Contractor within thirty days (30) of contract expiration date.
(End of clause)

52.222-17 Nondisplacement of Qualified Workers. (JAN 2013)

(a) Service employee, as used in this clause, means any person engaged in the performance of a service contract other than any person employed in a bona fide executive, administrative, or professional capacity, as those terms are defined in 29 CFR part 541. The term “service employee” includes all such persons regardless of any contractual relationship that may be alleged to exist between a contractor or subcontractor and such persons.

(b) The Contractor and its subcontractors shall, except as otherwise provided herein, in good faith offer those service employees employed under the predecessor contract whose employment will be terminated as a result of award of this contract or the expiration of the contract under which the service employees were hired, a right of first refusal of employment under this contract in positions for which the service employees are qualified.

(1) The Contractor and its subcontractors shall determine the number of service employees necessary for efficient performance of this contract and may elect to employ fewer employees than the predecessor Contractor employed in connection with performance of the work.

(2) Except as provided in paragraph (c) of this clause, there shall be no employment opening under this contract, and the Contractor and any subcontractors shall not offer employment under this contract, to any person prior to having complied fully with this obligation.

(i) The successor Contractor and its subcontractors shall make a bona fide express offer of employment to each service employee as provided herein and shall state the time within which the service employee must accept such offer, but in no case shall the period within which the service employee must accept the offer of employment be less than 10 days.

(ii) The successor Contractor and its subcontractors shall decide any question concerning a service employee’s qualifications based upon the individual’s education and employment history, with particular emphasis on the employee’s experience on the predecessor contract, and the Contractor may utilize employment screening processes only when such processes are provided for by the contracting agency, are conditions of the service contract, and are consistent with Executive Order 13495.

(iii) Where the successor Contractor does not initially offer employment to all the predecessor contract service employees, the obligation to offer employment shall continue for 90 days after the successor contractor’s first date of performance on the contract.

(iv) An offer of employment will be presumed to be bona fide even if it is not for a position similar to the one the employee previously held, but is one for which the employee is qualified, and even if it is subject to different employment terms and conditions, including changes to pay or benefits. (See 29 CFR 9.12 for a detailed description of a bonafide offer of employment).

(c)(1) Notwithstanding the obligation under paragraph (b) of this clause, the successor Contractor and any subcontractors (i) may employ under this contract any service employee who has worked for the contractor or subcontractor for at least three months immediately preceding the commencement of this contract and who would otherwise face lay-off or discharge, (ii) are not required to offer a right of first refusal to any service employee(s) of the predecessor contractor who are not service employees within the meaning of the Service Contract Act, 41 U.S.C. 6701(3), and (iii) are not required to offer a right of first refusal to any service employee(s) of the predecessor contractor whom the Contractor or any of its subcontractors reasonably believes, based on the particular service employee’s past performance, has failed to perform suitably on the job (see 29 CFR 9.12(c)(4) for additional information). The successor Contractor bears the responsibility of demonstrating the appropriateness of claiming any of these exceptions.

(2) In addition, any Contractor or subcontractor that has been certified by the U.S. Small Business Administration as a HUBZone small business concern must ensure that it complies with the statutory and regulatory requirements of the HUBZone Program (e.g., it must ensure that at least 35 percent of all of its employees reside within a HUBZone). The HUBZone small business Contractor or subcontractor must consider whether it can meet the requirements of this clause and Executive Order 13495 while also ensuring it meets the HUBZone Program’s requirements.

(3) Nothing in this clause shall be construed to permit a Contractor or subcontractor to fail to comply with any provision of any other Executive order or law. For example, the requirements of the HUBZone Program (see FAR subpart 19.13), Executive Order 11246 (Equal Employment Opportunity), and the Vietnam Era Veterans’ Readjustment Assistance Act of 1974 may conflict, in certain circumstances, with the requirements of Executive Order 13495. All applicable laws and Executive orders must be satisfied in tandem with, and if necessary prior to, the requirements of Executive Order 13495, 29 CFR part 9, and this clause.

(d)(1) The Contractor shall, not less than 30 days before completion of the Contractor’s performance of services on the contract, furnish the Contracting Officer with a certified list of the names of all service employees working under this contract and its subcontracts at the time the list is submitted. The list shall also contain anniversary dates of employment of each service employee under this contract and its predecessor contracts with either the current or predecessor contractors or their subcontractors. Where changes to the workforce are made after the submission of the certified list described in this paragraph, the Contractor shall, in accordance with paragraph (e) of this clause, not less than 10 days before completion of the services on this contract, furnish the Contracting Officer with an updated certified list of the names of all service employees employed within the last month of contract performance. The updated list shall also contain anniversary dates of employment, and, where applicable, dates of separation of each service employee under the contract and its predecessor contracts with either the current or predecessor Contractors or their subcontractors.

(2) Immediately upon receipt of the certified service employee list but not before contract award, the contracting officer shall provide the certified service employee list to the successor contractor, and, if requested, to employees of the predecessor contractor or subcontractors or their authorized representatives.

(3) The Contracting Officer will direct the predecessor Contractor to provide written notice (Appendix B to 29 CFR chapter 9) to service employees of their possible right to an offer of employment with the successor contractor. Where a significant portion of the predecessor Contractor’s workforce is not fluent in English, the notice shall be provided in English and the language(s) with which service employees are more familiar. Thewritten notice shall be-

(i) Posted in a conspicuous place at the worksite; or

(ii) Delivered to the service employees individually. If such delivery is via email, the notification must result in an electronic delivery receipt or some other reliable confirmation that the intended recipient received the notice.

(e)(1) If required in accordance with 52.222-41(n), the predecessor Contractor shall, not less than 10 days before completion of this contract, furnish the Contracting Officer a certified list of the names of all service employees working under this contract and its subcontracts during the last month of contract performance. The list shall also contain anniversary dates of employment of each service employee under this contract and its predecessor contracts either with the current or predecessor Contractors or their subcontractors. If there are no changes to the workforce before the predecessor contract is completed, then the predecessor Contractor is not required to submit a revised list 10 days prior to completion of performance and the requirements of 52.222-41(n) are met. When there are changes to the workforce after submission of the 30-day list, the predecessor Contractor shall submit a revised certified list not less than 10 days prior to performance completion.

(2) Immediately upon receipt of the certified service employee list but not before contract award, the contracting officer shall provide the certified service employee list to the successor contractor, and, if requested, to employees of the predecessor contractor or subcontractors or their authorized representatives.

(f) The Contractor and subcontractor shall maintain the following records (regardless of format, e.g., paper or electronic) of its compliance with this clause for not less than a period of three years from the date the records were created.

(1) Copies of any written offers of employment or a contemporaneous written record of any oral offers of employment, including the date, location, and attendance roster of any service employee meeting(s) at which the offers were extended, a summary of each meeting, a copy of any written notice that may have been distributed, and the names of the service employees from the predecessor contract to whom an offer was made.

(2) A copy of any record that forms the basis for any exemption claimed under this part.

(3) A copy of the service employee list provided to or received from the contracting agency.

(4) An entry on the pay records of the amount of any retroactive payment of wages or compensation under the supervision of the Administrator of the Wage and Hour Division to each service employee, the period covered by such payment, and the date of payment, and a copy of any receipt form provided by or authorized by the Wage and Hour Division. The Contractor shall also deliver a copy of the receipt to the service employee and file the original, as evidence of payment by the Contractor and receipt by the service employee, with the Administrator or an authorized representative within 10 days after payment is made.

(g) Disputes concerning the requirements of this clause shall not be subject to the general disputes clause (52.233-1) of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR part 9. Disputes within the meaning of this clause include disputes between or among any of the following: The Contractor, the contracting agency, the U.S. Department of Labor, and the service employees under the contract or its predecessor contract. The Contracting Officer will refer any service employee who wishes to file a complaint, or ask questions concerning this contract clause, to the: Branch of Government Contracts Enforcement, Wage and Hour Division, U.S. Department of Labor, 200 Constitution Avenue NW., Washington, DC 20210. Contact email:
displaced@dol.gov.

(h) The Contractor shall cooperate in any review or investigation by the Department of Labor into possible violations of the provisions of this clause and shall make such records requested by such official(s) available for inspection, copying, or transcription upon request.

(i) If it is determined, pursuant to regulations issued by the Secretary of Labor (Secretary), that the Contractor or its subcontractors are not in compliance with the requirements of this clause or any regulation or order of the Secretary, appropriate sanctions may be imposed and remedies invoked against the Contractor or its subcontractors, as provided in Executive Order 13495, the regulations, and relevant orders of the Secretary, or as otherwise provided by law.

(j) The Contractor shall take such action with respect to any such subcontract as may be directed by the Secretary of Labor as a means of enforcing such provisions, including the imposition of sanctions for noncompliance. However, if the Contractor, as a result of such direction, becomes involved in litigation with a subcontractor, or is threatened with such involvement, the Contractor may request that the United States, through the Secretary, enter into such litigation to protect the interests of the United States.

(k) The Contracting Officer will withhold, or cause to be withheld, from the prime Contractor under this or any other Government contract with the same prime Contractor, such sums as an authorized official of the Department of Labor requests, upon a determination by the Administrator, the Administrative Law Judge, or the Administrative Review Board, that there has been a failure to comply with the terms of this clause and that wages lost as a result of the violations are due to service employees or that other monetary relief is appropriate. If the Contracting Officer or the Administrator, upon final order of the Secretary, finds that the Contractor has failed to provide a list of the names of service employees working under the contract, the Contracting Officer may, in his or her discretion, or upon request by the Administrator, take such action as may be necessary to cause the suspension of the payment of contract funds until such time as the list is provided to the Contracting Officer.

(l) Subcontracts. In every subcontract over the simplified acquisition threshold entered into in order to perform services under this contract, the Contractor shall include a provision that ensures-

(1) That each subcontractor will honor the requirements of paragraphs (b) through (c) of this clause with respect to the service employees of a predecessor subcontractor or subcontractors working under this contract, as well as of a predecessor Contractor and its subcontractors;

(2) That the subcontractor will provide the Contractor with the information about the service employees of the subcontractor needed by the Contractor to comply with paragraphs (d) and (e) of this clause; and (3) The recordkeeping requirements of paragraph (f) of this clause. (End of clause)
52.227-14 Rights in Data–General. (DEC 2007)

(a) Definitions. As used in this clause–

“Computer database” or “database” means a collection of recorded information in a form capable of, and for the purpose of, being stored in, processed, and operated on by a computer. The term does not include computer software.

“Computer software” –

(1) Means (i) Computer programs that comprise a series of instructions, rules, routines, or statements, regardless of the media in which recorded, that allow or cause a computer to perform a specific operation or series of operations; and

(ii) Recorded information comprising source code listings, design details, algorithms, processes, flow charts, formulas, and related material that would enable the computer program to be produced, created, or compiled.

(2) Does not include computer databases or computer software documentation.

“Computer software documentation” means owner’s manuals, user’s manuals, installation instructions, operating instructions, and other similar items, regardless of storage medium, that explain the capabilities of the computer software or provide instructions for using the software.

“Data” means recorded information, regardless of form or the media on which it may be recorded. The term includes technical data and computer software. The term does not include information incidental to contract administration, such as financial, administrative, cost or pricing, or management information.

“Form, fit, and function data” means data relating to items, components, or processes that are sufficient to enable physical and functional interchangeability, and data identifying source, size, configuration, mating and attachment characteristics, functional characteristics, and performance requirements. For computer software it means data identifying source, functional characteristics, and performance requirements but specifically excludes the source code, algorithms, processes, formulas, and flow charts of the software.

“Limited rights” means the rights of the Government in limited rights data as set forth in the Limited Rights Notice of paragraph (g)(3) if included in this clause.

“Limited rights data” means data, other than computer software, that embody trade secrets or are commercial or financial and confidential or privileged, to the extent that such data pertain to items, components, or processes developed at private expense, including minor modifications.

“Restricted computer software” means computer software developed at private expense and that is a trade secret, is commercial or financial and confidential or privileged, or is copyrighted computer software, including minor modifications of the computer software.

“Restricted rights,” as used in this clause, means the rights of the Government in restricted computer software, as set forth in a Restricted Rights Notice of paragraph (g) if included in this clause, or as otherwise may be provided in a collateral agreement incorporated in and made part of this contract, including minor modifications of such computer software.

“Technical data, ” means recorded information (regardless of the form or method of the recording) of a scientific or technical nature (including computer databases and computer software documentation). This term does not include computer software or financial, administrative, cost or pricing, or management data or other information incidental to contract administration. The term includes recorded information of a scientific ortechnical nature that is included in computer databases (See 41 U.S.C. 403(8)).

“Unlimited rights” means the rights of the Government to use, disclose, reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly, in any manner and for any purpose, and to have or permit others to do so.

(b) Allocation of rights. (1) Except as provided in paragraph (c) of this clause, the Government shall have unlimited rights in–

(i) Data first produced in the performance of this contract;

(ii) Form, fit, and function data delivered under this contract;

(iii) Data delivered under this contract (except for restricted computer software) that constitute manuals or instructional and training material for installation, operation, or routine maintenance and repair of items, components, or processes delivered or furnished for use under this contract; and

(iv) All other data delivered under this contract unless provided otherwise for limited rights data or restricted computer software in accordance with paragraph (g) of this clause.

(2) The Contractor shall have the right to–

(i) Assert copyright in data first produced in the performance of this contract to the extent provided in paragraph (c)(1) of this clause;

(ii) Use, release to others, reproduce, distribute, or publish any data first produced or specifically used by the Contractor in the performance of this contract, unless provided otherwise in paragraph (d) of this clause;

(iii) Substantiate the use of, add, or correct limited rights, restricted rights, or copyright notices and to take other appropriate action, in accordance with paragraphs (e) and (f) of this clause; and

(iv) Protect from unauthorized disclosure and use those data that are limited rights data or restricted computer software to the extent provided in paragraph (g) of this clause.

(c) Copyright–

(1) Data first produced in the performance of this contract. (i) Unless provided otherwise in paragraph (d) of this clause, the Contractor may, without prior approval of the Contracting Officer, assert copyright in scientific and technical articles based on or containing data first produced in the performance of this contract and published in academic, technical or professional journals, symposia proceedings, or similar works. The prior, express written permission of the Contracting Officer is required to assert copyright in all other data first produced in the performance of this contract.

(ii) When authorized to assert copyright to the data, the Contractor shall affix the applicable copyright notices of 17 U.S.C. 401 or 402, and an acknowledgment of Government sponsorship (including contract number).

(iii) For data other than computer software, the Contractor grants to the Government, and others acting on its behalf, a paid-up, nonexclusive, irrevocable, worldwide license in such copyrighted data to reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly by or on behalf of the Government. For computer software, the Contractor grants to the Government, and others acting on its behalf, a paid-up, nonexclusive, irrevocable, worldwide license in such copyrighted computer software to reproduce, prepare derivative works, and perform publicly and display publicly (but not to distribute copies to the public) by or on behalf of the Government.

(2) Data not first produced in the performance of this contract. The Contractor shall not, without the prior written permission of the Contracting Officer, incorporate in data delivered under this contract any data not first produced in the performance of this contract unless the Contractor–

(i) Identifies the data; and

(ii) Grants to the Government, or acquires on its behalf, a license of the same scope as set forth in paragraph (c)(1) of this clause or, if such data are restricted computer software, the Government shall acquire a copyright license as set forth in paragraph (g)(4) of this clause (if included in this contract) or as otherwise provided in a collateral agreement incorporated in or made part of this contract.

(3) Removal of copyright notices. The Government will not remove any authorized copyright notices placed on data pursuant to this paragraph (c), and will include such notices on all reproductions of the data.

(d) Release, publication, and use of data. The Contractor shall have the right to use, release to others, reproduce, distribute, or publish any data first produced or specifically used by the Contractor in the performance of this contract, except–

(1) As prohibited by Federal law or regulation (e.g., export control or national security laws or regulations);

(2) As expressly set forth in this contract; or

(3) If the Contractor receives or is given access to data necessary for the performance of this contract that contain restrictive markings, the Contractor shall treat the data in accordance with such markings unless specifically authorized otherwise in writing by the Contracting Officer.

(e) Unauthorized marking of data. (1) Notwithstanding any other provisions of this contract concerning inspection or acceptance, if any data delivered under this contract are marked with the notices specified in paragraph (g)(3) or (g) (4) if included in this clause, and use of the notices is not authorized by this clause, or if the data bears any other restrictive or limiting markings not authorized by this contract, the Contracting Officer may at any time either return the data to the Contractor, or cancel or ignore the markings. However, pursuant to 41 U.S.C. 253d, the following procedures shall apply prior to canceling or ignoring the markings.

(i) The Contracting Officer will make written inquiry to the Contractor affording the Contractor 60 days from receipt of the inquiry to provide written justification to substantiate the propriety of the markings;

(ii) If the Contractor fails to respond or fails to provide written justification to substantiate the propriety of the markings within the 60-day period (or a longer time approved in writing by the Contracting Officer for good cause shown), the Government shall have the right to cancel or ignore the markings at any time after said period and the data will no longer be made subject to any disclosure prohibitions.

(iii) If the Contractor provides written justification to substantiate the propriety of the markings within the period set in paragraph (e)(1)(i) of this clause, the Contracting Officer will consider such written justification and determine whether or not the markings are to be cancelled or ignored. If the Contracting Officer determines that the markings are authorized, the Contractor will be so notified in writing. If the Contracting Officer determines, with concurrence of the head of the contracting activity, that the markings are not authorized, the Contracting Officer will furnish the Contractor a written determination, which determination will become the final agency decision regarding the appropriateness of the markings unless the Contractor files suit in a court of competent jurisdiction within 90 days of receipt of the Contracting Officer’s decision. The Government will continue to abide by the markings under this paragraph (e)(1)(iii) until final resolution of the matter either by the Contracting Officer’s determination becoming final (in which instance the Government will thereafter have the right to cancel or ignore the markings at any time and the data will no longer be made subject to any disclosure prohibitions), or by final disposition of the matter by court decision if suit is filed.

(2) The time limits in the procedures set forth in paragraph (e)(1) of this clause may be modified in accordance with agency regulations implementing the Freedom of Information Act (5 U.S.C. 552) if necessary to respond to a request thereunder.

(3) Except to the extent the Government’s action occurs as the result of final disposition of the matter by a court of competent jurisdiction, the Contractor is not precluded by paragraph (e) of the clause from bringing a claim, in accordance with the Disputes clause of this contract, that may arise as the result of the Government removing or ignoring authorized markings on data delivered under this contract.

(f) Omitted or incorrect markings. (1) Data delivered to the Government without any restrictive markings shall be deemed to have been furnished with unlimited rights. The Government is not liable for the disclosure, use, or reproduction of such data.

(2) If the unmarked data has not been disclosed without restriction outside the Government, the Contractor may request, within 6 months (or a longer time approved by the Contracting Officer in writing for good cause shown) after delivery of the data, permission to have authorized notices placed on the data at the Contractor’s expense. The Contracting Officer may agree to do so if the Contractor–

(i) Identifies the data to which the omitted notice is to be applied;

(ii) Demonstrates that the omission of the notice was inadvertent;

(iii) Establishes that the proposed notice is authorized; and

(iv) Acknowledges that the Government has no liability for the disclosure, use, or reproduction of any data made prior to the addition of the notice or resulting from the omission of the notice.

(3) If data has been marked with an incorrect notice, the Contracting Officer may–

(i) Permit correction of the notice at the Contractor’s expense if the Contractor identifies the data and demonstrates that the correct notice is authorized; or

(ii) Correct any incorrect notices.

(g) Protection of limited rights data and restricted computer software. (1) The Contractor may withhold from delivery qualifying limited rights data or restricted computer software that are not data identified in paragraphs (b)(1)(i), (ii), and (iii) of this clause. As a condition to this withholding, the Contractor shall–

(i) Identify the data being withheld; and

(ii) Furnish form, fit, and function data instead.

(2) Limited rights data that are formatted as a computer database for delivery to the Government shall be treated as limited rights data and not restricted computer software.

(3) (Reserved)

(h) Subcontracting. The Contractor shall obtain from its subcontra
OutreachSystems Article Number: 130515/PROCURE/0066
Matching Key Words: writ*; copy; technical; standard; operating; 


Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division D, ACC-APG – Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013

R–Seek information for acquisition planning to support the Office of the Deputy Assistant Secretary of the Army for Cost & Economics (DASA-CE)150px-AMC_dui requirement. W91CRB-13-R-0048 052813 Ralph F. Kaminski, 410-278-4982 ACC-APG – Aberdeen Division D Estimated Dollar Value: $2.5 million

Type Contract: A single Cost-Plus Fixed Fee Term Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract. A three-year ordering period from date of award.

Business Size Standard: The North American Industrial Classification System (NAICS) code is 541690, Other Scientific and Technical Consulting Services. $14 million.

The DASA-CE Mission is to provide the Army decision-makers with cost, performance and economic analysis in the form of expertise, models, data, estimates and analyses at all levels.

The objective of this effort is for the contractor to provide technical support services in the concentrated areas of (a) data collection, mapping, analysis, normalization, and database implementation; (b) development of cost estimating relationships (CER), cost-performance estimating relationships (CPER), cost factors, new cost sub-models, and new costing methodologies; (c) performing special cost analysis studies relating to Aircraft Systems, including a broad spectrum of special programs; and (d) training to include classroom, small group, and one-on-one database, CER, CPER, and cost models instruction and support.

A draft copy of the Performance Work Statement (PWS) is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark . This document provides specific, detailed requirements to fulfill this requirement.

Respondents to this notice shall provide a capability statement limited to ten (10) pages in a Microsoft Word document. The capability statement shall be inclusive of responding to the following questions.

1. Questions relating to the North American Industrial Classification System (NAICS) code 541690.
a. Provide your business size for (NAICS) code 541690, socioeconomic status as a small business, or other than small.
b. Is another NAICS code more appropriate? Please provide rational for using another NAICS code.

2. What is your firm’s intent on this requirement?
a. Providing a proposal as a Prime____
b. Subcontracting____

3. Follow-up to 2 above. What is the interest in teaming arrangements? Please indicate whether the intent is to propose under a teaming arrangement, and identify the teaming partner, its role, and size status under NAICS 541690.

4. If the described requirement were to be issued as a Small Business set aside, please discuss how your firm would be capable of providing a proposal which complies with FAR clause 52.219-14 quote mark Limitations on Subcontracting quote mark in which your firm must do at least 50% of the work?

5. Questions relating to adequate accounting system for a cost type contract.
a. Does your firm have an accounting system approved by the DCAA for your firm’s Commercial And Government Entity (CAGE) Code? Firms answering no to 5a provide a response to question 5b.
b. Could your firm provide the type and version of accounting software used and documentary support called for in Standard Form 1408, Section II, 2a through 2j to the Contracting Officer for evaluation with the Price Analyst to make a determination on the adequacy of the firm’s accounting system for this particular effort? A blank copy of a Standard Form 1408 Section II is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark .

6. Please provide 3 examples of relevant experience representative of your firm’s ability to provide the services cited in the PWS.

7. Respond electronically to this sources sought notice by sending the 10-page Microsoft word document attached to electronic mail (email) to email address ralph.f.kaminski.civ@mail.mil with a copy to email address donna.j.bader2.civ@mail.mil. Responses are due by 5:00 P.M. (EDT) 28 May 2013.
Place of Performance: ACC-APG – Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD 21005-3013 US URL:https://www.fbo.gov/notices/3e3ec4f306dea1331544719a8a5151c6
OutreachSystems Article Number: 130515/PROCURE/0532
Matching Key Words: documentar*; 


150px-AMC_duiDepartment of the Army, Army Contracting Command, ACC-APG – Aberdeen Division D, ACC-APG – Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013

R–Seek information for acquisition planning to support the Office of the Deputy Assistant Secretary of the Army for Cost & Economics (DASA-CE) requirement. W91CRB-13-R-0049 052813 Ralph F. Kaminski, 410-278-4982 ACC-APG – Aberdeen Division D Estimated Dollar Value: $3 million

Type Contract: A single Cost-Plus Fixed Fee Term Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract. A three-year ordering period from date of award.

Business Size Standard: The North American Industrial Classification System (NAICS) code is 541611 Administrative Management and General Management Consulting Services. $14 million.

The DASA-CE Mission is to provide the Army decision-makers with cost, performance and economic analysis in the form of expertise, models, data, estimates and analyses at all levels.

The objective of this effort is for the contractor to provide technical support services in the concentrated areas of (a) data collection, mapping, analysis, normalization, and database implementation; (b) development of cost estimating relationships (CER), cost-performance estimating relationships (CPER), cost factors, new cost sub-models, and new costing methodologies; (c) performing special cost analysis research; and (d) training to include classroom, small group, and one-on-one database, CER, CPER, and cost models instruction and support.

A draft copy of the Performance Work Statement (PWS) is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark . This document provides specific, detailed requirements to fulfill this requirement.

Respondents to this notice shall provide a capability statement limited to ten (10) pages in a Microsoft Word document. The capability statement shall be inclusive of responding to the following questions.

1. Questions relating to the North American Industrial Classification System (NAICS) code 541611.
a. Provide your business size for (NAICS) code 541611, socioeconomic status as a small business, or other than small.
b. Is another NAICS code more appropriate? Please provide rational for using another NAICS code.

2. What is your firm’s intent on this requirement?
a. Providing a proposal as a Prime____
b. Subcontracting____

3. Follow-up to 2 above. What is the interest in teaming arrangements? Please indicate whether the intent is to propose under a teaming arrangement, and identify the teaming partner, its role, and size status under NAICS 541611.

4. If the described requirement were to be issued as a Small Business set aside, please discuss how your firm would be capable of providing a proposal which complies with FAR clause 52.219-14 quote mark Limitations on Subcontracting quote mark in which your firm must do at least 50% of the work?

5. Questions relating to adequate accounting system for a cost type contract.
a. Does your firm have an accounting system approved by the DCAA for your firm’s Commercial And Government Entity (CAGE) Code? Firms answering no to 5a provide a response to question 5b.
b. Could your firm provide the type and version of accounting software used and documentary support called for in Standard Form 1408, Section II, 2a through 2j to the Contracting Officer for evaluation with the Price Analyst to make a determination on the adequacy of the firm’s accounting system for this particular effort? A blank copy of a Standard Form 1408 Section II is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark .

6. Please provide 3 examples of relevant experience representative of your firm’s ability to provide the services cited in the PWS.

7. Respond electronically to this sources sought notice by sending the 10-page Microsoft word document attached to electronic mail (email) to email address ralph.f.kaminski.civ@mail.mil with a copy to email address donna.j.bader2.civ@mail.mil. Responses are due by 5:00 P.M. (EDT) 28 May 2013.

Place of Performance: ACC-APG – Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD 21005-3013 US URL:https://www.fbo.gov/notices/61c8067f98803ee2928f7741485b92f5
OutreachSystems Article Number: 130515/PROCURE/0533
Matching Key Words: documentar*; 


Department of the Air Force, Direct Reporting Unit – AFPC/SVC, AFPC/SVC – AFNAFPO, 2261 Hughes Ave Ste #156 Lackland AFB TX 78236-9854

99 — High Adventure & Outdoor Recreation F41999-13-I-7008 060313 Annie Flores, Contract Specialist, Phone 210-395-7831, Email Gloria.Flores@us.af.mil – Mignon Tolbert, Contract Specialist, Phone 210-395-7828, Fax 210-395-7819, Email Mignon.Tolbert@us.af.mil This is a Request for Information (RFI) only. Modified 14 May 2013 to include attachment.

This RFI is issued by the Air Force Nonappropriated Fund Purchasing Office (AFNAFPO). All requirements, solicitations and subsequent contracts, if any, awarded through356px-Seal_of_the_US_Air_Force.svg AFNAFPO area funded wholly with Nonappropriated funds. These funds are generated through user fees and charges at Air Force morale, welfare, and recreation (MWR) programs worldwide. THEY ARE NOT APPROPRIATIONS FROM CONGRESS OR “TAXPAYER” DOLLARS.

The Air Force Personnel Center Services Directorate (AFPC/SV)  seeks information and pricing to obtain and sustain a High Adventure and Outdoor Recreation program at a corporate level. AFPC/SV is particularly interested in gathering information regarding a solution that allows a partnership for paid and unpaid programs or events; however, AFPC/SV will accept information on any similar viable solutions. AFPC requests information and pricing for a complete solution to  include by not limited to: hardware/equipment, operating solutions, any licensing or installation of equipment, training, marketing and/or any maintenance and support. Responses should include any standard maintenance, warranty packages, software or video content updates and price. Responses may include industry standars, benchmarks, and best practice information regarding high adventure and outdoor recreation programs.

Basic Need: The AFPC/SV is seeking information on High Adventure and Outdoor Recreational programs offering more convenient, cost-effective recreational programs. Information is sought on solutions which meet the following minimum criteria:

- Enables military families, group or individual events/programs with or without instruction, i.e. camping, hiking, white water rafting, kayaking, biking, rock climbing, fishing, horseback riding, overnight boating tours, etc.

- Provide a high quality informational video, content to include a number of programs currently offered.

- Offer beginner, intermediate, and advanced level programs/events.

- Solution must include all support equipment or hardware, any software and video content required, to be fully operational. This will include at a minimum: information kiosk, projector and screen, speakers, class video instruction, video updates, software and software updates.

- A pricing module to include kiosk maintenance and support, installation and warranty.

Respondents Replies to RFI:
- To maintain consistency and equality in this process, vendors are requested to use Electronic submissions only. Microsoft Word or PDF file will be the only acceptable formats for responses.

AFPC will not provide reimbursement for any expenses incurred in connection to this RFI including cost of preparing a response, providing any additional information, or preparing/presenting a demonstration.

Place of Performance: **POC information for RFI only. Location for services would be Air Force wide.** AFPC/SVCSB 2261 Hughes Ave, Ste 156 JBSA Lackland, TX 78236-9854 US URL:https://www.fbo.gov/spg/USAF/AFSVA/AFNAFPO/F41999-13-I-7008/listing.html
OutreachSystems Article Number: 130515/PROCURE/0709
Matching Key Words: video*; train*; event?; instruct*; 

600px-US-DeptOfLabor-Seal.svgDepartment of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001

R — MANAGEMENT AND PROFESSIONAL SUPPORT SERVICES DOL131RP21638 060313 Stacy Conaway, CONTRACT SPECIALIST, Email conaway.stacy@dol.gov AMENDMENT STARTS

Your response time for the solicitation is no later than June 3, 2013 at 3pm EST.

The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 20th, 2013.
I will not be accepting anymore Past Performance Questionnaires.

AMENDMENT FINISH.

The U.S. Department of Labor(DOL), Occupational Safety and Health Administration(OSHA) is soliciting an Request for Proposal (RFP) for Management/Professional Support Services under DOL 131RP21638.
This procurement is a Total Business Set-Aside. The NAICS code is 541990, with a Small Business Standard of $14 million. All responsible sources that are determined a small business in accordance with the U.S. Small Business Administration and must be registered in the System for Award Management at http://www.sam.gov, in order to be considered for award.

The contract award is intended to provide, a full range of specialized management and professional support services required to meet OSHA’s requirements while complying with applicable laws, regulations, policy and procedures. The offeror shall furnish labor mix categories with proven experience in Technical Writing, Management Systems and Organization, Program Budgeting, Planning and Financial Management and Human Resources. Offerors are encouraged to submit a proposal in the most economic and efficient manner, within the confines of the Performance Wok Statement and the proposed labor mix categories.

All responsible sources may submit a proposal once the solicitation is issued. This solicitation will be posted for your review on Monday April 8, 2013. The solicitation is for commercial items prepared in accordance with the format in FAR 12 and 15 as supplemented with additional information included in this notice.

Your response time for the solicitation is no later than  June 3,  2013 at 3pm EST.

PLEASE SEE ATTACHED FOR THE SOLICITATION ONLY IN THIS ANNOUNCEMENT.

The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 20th, 2013.

I will not be accepting anymore Past Performance Questionnaires.

Set-Aside: Total Small Business Place of Performance: OSHA -NATIONAL OFFICE 200 CONSTITUTION AVENUE NW WASHINGTON, DC 20210 US URL:https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RP21638/listing.html
OutreachSystems Article Number: 130514/PROCURE/0512
Matching Key Words: writ*; technical; standard; 

FedBizOpps – Awards

General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA),

R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Lorena Aslan 817-850-8407 GS07F264AA $500,000 052013 541 2,541 4B140px-US-GeneralServicesAdministration-Logo.svg THREE ROADS COMMUNICATIONS, INC. 5346B BALLENGER CREEK PIKE FREDERICK MD USA 21703-2828 No Description Provided
URL: https://www.fbo.gov/notices/18e9fd6107a7967d6655a5070bc8a1fa
OutreachSystems Article Number: 130521/AWARDS/0602
Matching Key Words: naics!512110; 

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Naval Sea Systems Command, NUWC Division Newport, N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI

T–”Virtual Studio” and Multi-Media Digital Assets N6660413R0880 Pamela J. Sheehan-McGuire, 401-832-1834, Email: pamela.sheehanmcguir@navy.mil N6660413P0880 $149,233.63 051613 All Splice Media (DUNS 182107479) 1338 N Formosa Ave, Los Angeles, CA 90046-4406 CLIN 0001 Media Lab Integration, 1 Job
CLIN 0002 Media Management, 1 Job.
URL: https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660413R0880/listing.html
OutreachSystems Article Number: 130519/AWARDS/0704
Matching Key Words: naics!512110;

Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center San Diego, N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 – 3rd Floor San Diego, CA

69–ACQUISITION OF AUDIO VISUAL SYSTEM FOR VIRTUAL SIMULATION ROOMS. N0024413R0026 Jack Faulkner 619-556-6937 Fleet Logistics Center San600px-US-DeptOfNavy-Seal.svg Diego N0024413C0013 $197886 051613 0001 MECHDYNE CORPORATION (DUNS 968974766) 11 EAST CHURCH STREET SUITE 400 MARSHALLTOWN IA 50158-5011 Installation of two identical Audio Visual Systems in adjacent classrooms used for medical simulation training of San Diego area medical personnel. The systems will be used to create realistic background images, videos and sounds to help immerse trainees into feeling that they are opperating in an environment other than a closed classroom setting.
URL: https://www.fbo.gov/spg/DON/NAVSUP/200/Awards/N0024413C0013.html
OutreachSystems Article Number: 130517/AWARDS/0875
Matching Key Words: video*; train*; 

VADepartment of Veterans Affairs, VA National Cemetery Administration Construction Support Division, VA National Cemetery Administration, Department of Veterans Affairs;NCA Contracting Service;425 I Street, NW;Washington DC 20001

99–National Cemetery Administration Interpretive Signage for Civil War-Era Cemeteries VA786A13R0004 EVENEL JEAN-JACQUES CONTRACT SPECIALIST VA786A-13-C-0018 $378,075.37 050813 ALL ITEMS CULTURAL RESOURCE ANALYSTS INC;151 WALTON AVE;LEXINGTON;KY;405082315 No Description Provided
URL: https://www.fbo.gov/spg/VA/VANCAVACO/VaNca101/Awards/VA786A-13-C-0018.html
OutreachSystems Article Number: 130514/AWARDS/0742
Matching Key Words: state!ky; 

Other Federal Procurements (Small)

FedConnect https://www.fedconnect.net/FedConnect/

PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net
T — ULSG AV Production - Mod 0002 SOL P13PS00734 Description ULSG AV Production - Mod 0002 Overview Reference number: P13PS00734 Issue date: 05/14/2013 Response due: 05/23/2013 03:00 PM ET Set Aside: Total Small Business NAICS: 512110-Motion Picture and Video Production PSC / FSC: T006-PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODU Agency: DOI Contracting office: NPS, HFC – Acquisition Management 230 Zachary Taylor Street P.O. Box 50 Harpers Ferry, WV 25425 Place of Performance: Contact: PAMELA BLAYLOCK Phone: 304-535-6482 Fax: 304-535-4141 Email: pamela_blaylock@nps.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130515/SMALL/7783
Matching Key Words: video*; film?; produc*; conference?; business*; production?; 

USABID State and Local Purchases

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Project # 2348.0Warren Court Demo and Abatement Addendum #1Plans SOL CCK-1879-13 Project # 2348.0Warren Court Demo and AbatementAddendum #1Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130519/BID/0234
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

T – Printing of Stationary and Business Cards SOL IFB-3063-0-2013/KBM Printing of Stationary and Business Cards For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0347
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – Relocate Communications DuctbankAttachment AAttachment
BAttachme SOL CCK-1882-13 Relocate Communications DuctbankAttachment AAttachment BAttachment CAttachment D Addendum #1 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0349
Matching Key Words: age:state!ky; state!ky; 


Michigan Inter-governmental Trade Network (MITN) Purchasing System http://www.mitn.info/Bids/ViewOpenSolicitations.asp Serving the purchasing needs of more than 90 local agencies across the state of Michigan.

99 – Kentucky Bluegrass Sod SOL Kentucky Bluegrass Sod For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0652
Matching Key Words: state!ky; 


Texas – Texas Marketplace-Electronic State and Local Business Daily http://esbd.cpa.state.tx.us/newbidshow.cfm The Texas Marketplace – Electronic State Business Daily; PO Box 12728; Austin, TX 78711 Phone: 512-936-0236 Fax: 512-936-0440

99 – TEXAS TECH UNIVERSITY, Big Screen Video Spot Production SOL Agency Requisition Number: 2013-547 TEXAS TECH UNIVERSITY, Big Screen Video Spot Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0973
Matching Key Words: video*; produc*; production?; 


Texas – Texas Tech University https://suppliers.sciquest.com/texastech/Rfx/BidOpp_List.aspx                                                                                                                                           Purchasing & Contracting; Mail Stop 41094; Lubbock, TX 79409-1094; (806) 742-3844
99 – 2013-547: Big Screen Video Spot Production SOL 2013-547: Big Screen Video Spot Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0989
Matching Key Words: video*; produc*; production?; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – TO PROCURE SERVICE OF IFTA RETURN PROCESSING RFP : 1300000369 SOL TO PROCURE SERVICE OF IFTA RETURN PROCESSING RFP : 1300000369 Office Of The Controller Susan Noland Info Technology Request for Proposals(RFP) Published On : 5/10/13 Amended On : Closing On : 6/19/13 3:30 PM EDT Time Left: 37 Days, 03:48:42 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130514/BID/0003
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – KET GED GRAPHIC ARTIST RFP : 1300000362 Kentucky Educat SOL KET GED GRAPHIC ARTIST RFP : 1300000362 Kentucky Educational Television Request for Proposals(RFP) Published On : 5/10/13 Amended On : Closing On : 5/17/13 4:30 PM EDT Time Left: 4 Days, 04:46:48 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130514/BID/0007
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

Bruce S. Rosenblatt & Associates LLC,* Oakland, California (N00189-15-D-0009); CDI Marine Co. LLC, Virginia Beach, Virginia (N00189-15-D-0010); Gryphon Technologies LC, Washington, District of Columbia (N00189-15-D-0011); Marine Systems Corp.,* Boston, Massachusetts (N00189-15-D-0012); QED Systems Inc. Virginia Beach, Virginia (N00189-15-D-0013); and Valkyrie Enterprises LLC,* Virginia Beach, Virginia (N00189-15-D-0014), are each being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite quantity multiple award contract for marine design and engineering services to support the Norfolk Naval Shipyard in Portsmouth,600px-US-DeptOfNavy-Seal.svg Virginia, in its mission of ship repair and conversion. Bruce S. Rosenblatt & Associates LLC is being awarded $14,903,984, and if all options are exercised the total value will be $74,763,644. CDI Marine Co. LLC is being awarded $14,608,637, and if all options are exercised the total value will be $73,630,372. Gryphon Technologies LC is being awarded $14,619,412, and if all options are exercised the total value will be $73,794.734. Marine Systems Corp. is being awarded $13,890,103, and if all options are exercised the total value will be $71,384,499. QED Systems Inc. is being awarded $12,081,784, and if all options are exercised the total value will be $61,062,634. Valkyrie Enterprises LLC is being awarded $11,420,253, and if all options are exercised the total value will be $57,292,504. Work will be performed at Portsmouth, Virginia (95 percent); San Diego, California (2 percent); Jacksonville, Florida (1 percent); Bremerton, Washington (.5 percent); Pascagoula, Mississippi (.5 percent); Sasebo, Japan (.5 percent); and Yokosuka, Japan (.5 percent). Work will be completed by Jan. 31, 2016, and if all options are exercised, work will continue until Jan. 31, 2020. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $6,000 will be obligated for the minimum guarantee and will be equally divided among the six contractors. Contract funds will expire at the end of the current fiscal year. The requirement was competitively procured through full and open competition and solicited through the Federal Business Opportunities website, with seven offers received in response to this solicitation. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity.

John Bean Technologies Corp., Ogden, Utah, is being awarded a $20,903,104 ceiling-priced, indefinite-delivery/indefinite quantity contract for the procurement of up to 80 shipboard mobile electric power plants. Work will be performed in Ogden, Utah, and is expected to be completed in December 2019. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $6,268,840 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was solicited via an electronic request for proposals, with four offers received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-D-0017).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

US Foods International Inc., Gardena, California, has been awarded a maximum $50,422,296 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a sole-source acquisition. This contract is a ten-month bridge contract. The locations of performance are California and South Korea, with a Nov. 28, 2015 performance completion date. The using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. The type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-4008).

ARMY

Navistar Defense, Lisle, Illinois, was awarded a $15,381,152 firm-fixed-price contract with options for eight MRAP MaxxPro Hardware Kits to support MaxxPro vehicle standardization and reset. Work will be performed in Lisle, Illinois, with an estimated completion date of July 16, 2016. Bids were solicited via the Internet with one received. Fiscal 2015 other procurement (Army) funds in the amount of $15,381,152 are being obligated at the time of the award. Army Contracting Command,Department of the Army Warren, Michigan, is the contracting activity (W56HZV-15-C-0070).

FLIR Systems Inc., Wilsonville, Oregon, was awarded a $7,860,549 firm-fixed-price contract to overhaul UH-60 turret assembly, infrared. Funding and work location will be determined with each order, with an estimated completion date of Jan. 29, 2020. Bids were solicited via the Internet with one received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-D-0001).

600px-US-DeptOfNavy-Seal.svgNAVY

J. Walter Thompson, Atlanta, Georgia, is being awarded a maximum amount $770,000,000 indefinite-delivery/indefinite quantity, cost-plus-fixed-fee, firm-fixed-price contract for recruitment and advertising support services for the Marine Corps Recruiting Command. Task order 0001 in the amount not-to-exceed $65,709,409 will be issued at time of award. Work will be performed in Atlanta, Georgia (60 percent) and Dallas, Texas (40 percent). The term for task order 0001 has an expected completion date of December 2015. The ordering period for the contract is five years. Fiscal 2015 operational and maintenance incremental funds in the amount of $60,297,382 are being obligated at time of award for task order 0001 and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one proposal received. The United States Marine Corps Regional Contracting Office-National Capital Region, Quantico, Virginia, is the contracting activity (M00264-15-D-0008).

Lockheed Martin Corp., Mission Support and Training, Orlando, Florida, is being awarded a $78,522,055 modification to a previously awarded cost-plus-incentive-fee contract (N68335-10-C-0225) for the procurement of 29 electronic Consolidated Automated Support System (eCASS) low rate initial production units. Systems being procured include: eCASS radio frequency systems (29), self-maintenance and test calibration operational test program sets (14), calibration equipment kits (12), shore installation kits (29), ship installation kits (6), test program sets development suites (5), high power mission equipment kits (MEKs) (7), electro-optic MEKs (21) and production assets (1). Work will be performed in Orlando, Florida (30 percent); Hunt Valley, Maryland (28 percent); North Reading, Massachusetts (14 percent); Irvine, California (10 percent); San Diego, California (8 percent); Austin, Texas (5 percent); Minneapolis, Minnesota (2 percent); Bohemia, New York (1 percent); Everett, Washington (1 percent) and Woodstock, New York (1 percent), and is expected to be completed in July 2017. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $78,522,055 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded an $18,931,794 modification to a previously awarded cost-plus-fixed fee, firm-fixed-price contract (N00019-13-C-0021) to exercise an option for four V-22 Block A to B (50-69) series upgrade kits. Work will be performed in Cherry Point, North Carolina, and is expected to be completed in May 2016. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $18,931,794 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $10,000,000 ceiling priced modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to redesign, test and certify the F-35 Ground Based Data Security Assembly Receptacle. Work will be performed in Fort Worth, Texas (51 percent) and Orlando, Florida (49 percent), and is expected to be completed in April 2016. Fiscal 2015 research, development, test and evaluation (Air Force) funds in the amount of $4,900,000 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.

Ameresco Inc., Columbia, Maryland, is being awarded a $7,056,587 firm-fixed-price contract for the design and construction of the megawatt combined heat and power microturbine plant, at Camp Barrett, Marine Corps Base Quantico. The work to be performed provides for a more reliable, secure, energy efficient and cost effective solution to providing high temperature hot water and electricity to Camp Barrett facilities. Work will be performed in Quantico, Virginia, and is expected to be completed by September 2016. Fiscal 2013 military construction (Defense) contract funds in the amount of $7,056,587 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 14 proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-15-C-0001).

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded a $6,976,389 firm-fixed-price contract for 43-calendar day shipyard availability for the Mid Term Availability of USNS Leroy Grumman (T-AO 195). Work will include clean and gas free tanks, voids, cofferdams and spaces, steel RAS (Replenishment At Sea) and FAS (Fuel At Sea) Kingpost Brackets, miscellaneous steel & 01 Level Expansion Joint, ultrasonic thickness hull, port and starboard main engine 12k overhaul, Marine Sanitation Device system flush, replace steering differential box and saddle winch and motor overhauls. The contract includes options which, if exercised, would bring the total contract value to $7,147,109. Work will be performed in Norfolk, Virginia, and is expected to be completed by April 12, 2015. Fiscal 2015 maintenance and repair funds in the amount of $6,976,389 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with three offers received. The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-15-C-1001).

ARMY

General Dynamics Ordnance and Tactical Systems Inc., Scranton, Pennsylvania (W15QKN-15-D-0016) and Medico Industries Inc., Wilkes Barre, Pennsylvania (W15QKN-15-D-0017), was awarded a $301,640,000 firm-price, economic-price-adjustment contract to manufacture and deliver 155mm Artillery M795 metal parts assemblies. The funding and work location will be determined with each order, with an estimated completion date of Jan. 30, 2020. Bids were solicited via the Internet with three received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $22,473,678 modification (P00003) to contract W56HZV-14-C-0238 to exercise option one for 50 Paladin Fire Control Systems, spares and training for M109A6 Paladins. Fiscal 2015 other procurement (Army) funds in the amount of $22,473,678Department of the Army were obligated at the time of the award. The estimated completion date is Jan. 30, 2018. Work will be performed in York, Pennsylvania. Army Contracting Command, Warren, Michigan, is the contracting activity.

Corinthian Contractors Inc.,* Arlington, Virginia (W91236-15-D-0028) and Environmental Design & Construction LLC*, Washington, District of Columbia (W91236-15-D-0029), were awarded a $17,000,000 firm-fixed-price indefinite-delivery/indefinite quantity contract for construction services for remediation and improvements to the storm drainage system at Arlington National Cemetery. Funding will be determined with each order with an estimated completion date of Jan. 29, 2020. Bids were solicited via the Internet with four received. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity.

L-3 National Security Solutions, Reston, Virginia, was awarded a $13,091,377 modification (P00010) to contract W52P1J-13-C-0038 for fully integrated medical communications for combat casualty care. Fiscal 2013/2014/2015 other procurement (Army), research, development, testing and evaluation, and operations and maintenance (Army) funds in the amount of $11,391,852 were obligated at the time of the award. Estimated completion date is Jan. 31, 2016. Work will be performed in Frederick, Maryland. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Broadway Electric Inc.,* Elk Grove Village, Illinois, was awarded a $6,980,000 firm-fixed-price contract to repair electrical and mechanical systems, provide concrete, make valve chamber drainage improvements and re-coat valves, piping and other equipment within the Chicagoland Underflow Plan McCook Reservoir Distribution Tunnel System, Illinois. Work will be performed in Willow Springs, Illinois, with an estimated completion date of April 24, 2016. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $6,980,000 are being obligated at the time of the award. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-15-C-0003).

Melton Sales & Service,* Bordentown, New Jersey, was awarded a $6,577,634 modification (P00005) to contract W911N2-12-D-0011 to remanufacture the engine and power train components of route clearance vehicles. Funding and work location will be determined with each order with an estimated completion date of Jan. 29, 2016. Army Contracting Command, Letterkenny Army Depot, Pennsylvania, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Boeing Co., St. Louis, Missouri, has been awarded a $222,722,137 fixed-price-incentive, requirements-type contract for performance based support of consumable items used across various platforms. The estimated value cited is based on demand quantities for the life of the contract. This contract was a sole-source acquisition. ThisDefense_Logistics_Agency contract has a five-year base with one five-year option period. The location of performance is Missouri, with a Sept. 16, 2019 performance completion date. The using military services are Army, Navy, Air Force and Marine Corps. The type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-14-D-002U-0004).

O.E.S. Inc.,** Wainwright, Arkansas, has been awarded a maximum $9,939,010 modification (P00045) exercising the third one-year option period of a one-year base contract (SP3300-10-C-0037) with four one-year option periods for warehouse and distribution support services. This is a fixed-price-incentive, firm-target contract. The locations of performance are Arkansas and California, with a Jan. 31, 2016 performance completion date. The using service is Defense Logistics Agency Distribution. The type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

Moog Inc., East Aurora, New York, has been awarded a maximum $8,660,106 firm-fixed-price contract for aircraft servomechanisms. This contract was a sole-source acquisition. This contract has a one-year base. The location of performance is New York, with an April 30, 2016 performance completion date. The using military service is Air Force. The type of appropriation is fiscal year 2015 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-07-D-9412).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Sumaria Systems, Inc., Danvers, Massachusetts, has been awarded a $94,415,523 cost-plus-fixed fee contract for advisory and assistance services. The contractor will provide management and professional services, engineering and technical services, studies, analyses and evaluation services to accomplish the unit’s mission to develop, produce, deploy, modernize and support U.S. and coalition partner F-16 fighter aircraft weapon systems and subsystems. Work will be performed at Wright-Patterson Air Force Base, Ohio and Hill Air Force Base, Utah, and is expected to be complete by March 31, 2020. This contract involves foreign military sales. This award is the result of a competitive acquisition with 12 offers received. Fiscal 2015 operations and maintenance, research, development, test and evaluation and aircraft procurement funds in the amount of $5,601,512 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-8101).

General Electric Co., Cincinnati, Ohio, has been awarded a $50,195,839 modification (P00026) to previously awarded contract FA8122-09-D-0001 for spares for the F110, F101 and F118 engines. Work will be performed at Cincinnati, Ohio, and is expected to be complete by Dec. 31, 2017. No funds are being obligated at the time of award. Air Force Materiel Command, Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $23,507,045 modification (P00011) to previously awarded contract FA8525-13-D-0001 for sustainment support of the C-5 Aircraft. Contractor will provide continuation of contractor logistic services sustainment for the Avionics Modernization and Reliability Enhancement and Re-engining Programs (AMP/RERP). Work will be performed at Marietta, Georgia, and is expected to be complete by Jan. 31, 2016. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Robbins Air Force Base, Georgia, is the contracting activity (FA8525-13-D-0001).

Exelis Systems Corp. Systems Div., Patrick Air Force Base, Florida, has been awarded an $11,817,799 cost-plus-award-fee modification (P00978) to previously awarded contract F04701-01-C-0001. The contractor will provide launch and test range systems support functions for the Eastern and Western Range. Work will be performed at Patrick Air Force Base, Florida and Vandenberg Air Force Base, California, and is expected to be complete by March 31, 2015. Fiscal year 2015 operations and maintenance funds in the amount of $11,151,626 are being obligated at the time of award. Space and Missile Center, Los Angeles Air Force Base, California, is the contracting activity.

NAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $139,249,010 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0075) to exercise an option for the procurement of 100 Tomahawk Block IV All-Up-Round missiles. Work will be performed in Tucson, Arizona (32 percent); Camden, Arkansas (11 percent); Ogden, Utah (8 percent); Anniston, Alabama (4 percent); Glenrothes, Scotland (4 percent); Minneapolis, Minnesota (4 percent); Fort Wayne, Indiana (4 percent); Spanish Fork, Utah (3 percent); Vergennes, Vermont (3 percent); Ontario,600px-US-DeptOfNavy-Seal.svg California (3 percent); El Segundo, California (2 percent); Westminster, Colorado (2 percent); Walled Lake, Michigan (2 percent); Middletown, Connecticut (2 percent); Berryville, Arkansas (2 percent); Huntsville, Alabama (1 percent); Dallas, Texas (1 percent); Farmington, New Mexico (.2 percent); and various locations inside and outside the Continental United States (11.8 percent), and is expected to be completed in August 2017. Fiscal 2015 weapons procurement (Navy) funds in the amount of $139,249,010 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $10,581,620 modification to the previously awarded cost-plus-incentive-fee contract (N00019-11-C-0083) in support of the F-35 Lightning II Low Rate Initial Production (LRIP) Lot VI for the Government of Italy. This modification provides for the F-35 Italian National Database, including a Database Generation System to support delivery of the first Italian full mission simulator. Work will be performed in Turin, Italy (80 percent) and Orlando, Florida (20 percent), and is expected to be completed in April 2017. International Partner funds in the amount of $10,581,620 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.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

InDyne Inc., Reston, Virginia (FA8730-15-D-0001), L-3 National Security Solutions Inc., Reston, Virginia (FA8730-15-D-0002), Northrop Grumman Systems Corp., Herndon, Virginia (FA8730-15-D-0003), and Xator Corp., Destin, Florida (FA8730-15-D-0005), have each been awarded an indefinite-delivery/indefinite-quantity contract for force protection site security systems. The total not-to-exceed combined amount for these multiple contracts is $486,000,000. The contractors will worldwide acquisition, upgrade and sustainment of a family of Integrated Base Defense Security Systems. The location of performance will be determined in each delivery and all are expected to be complete by Jan. 28, 2022. This award is the result of a competitive acquisition with 12 offers received. Fiscal year 2015 operations and maintenance funds in the amount of $5,000 are being obligated to each company at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Hawker Beechcraft Corp., Wichita, Kansas, has been awarded a $7,412,342 modification (P00038) to previously awarded contract FA8620-11-C-3000 for basic life support and security for the Iraq King Air 350 Program. Work will be performed in Iraq and is expected to be complete by Sept. 30, 2015. This award is the result of a sole-source acquisition and is 100 percent foreign military sales to Iraq. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Northrop Grumman Space & Mission Systems Corp., Aurora, Colorado, has been awarded a $6,999,767 cost-plus-fixed-fee contract for prototype software, demonstrations, hardware and reports. Contractor will develop value-added technologies that will leverage modern commercial products and practices to enable adaptive processing for pervasive ISR. Work will be performed at Aurora, Colorado, and Fairfax, Virginia, and is expected to be complete by Feb. 14, 2018. This award is the result of a competitive acquisition with two offers received. Fiscal year 2014 research, development, test and evaluation funds in the amount of $5,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-15-C-0011).

ARMY

Guyco Inc., Lampasas, Texas, was awarded a $75,493,905 firm-fixed-price contract with options for the design and construction of the VOLAR barracks and Central Energy Plant (CEP) renovations in the west 39000 blocks, for the design and construction of the whole block revitalization of the west 39000 block, to include Barracks Buildings 39004, 39005,39006, 39007, 39012, 39013, 39017 and CEP 39015, renovation of laundry facilities in each barracks, replacement of distribution piping, water and sewer lines to all buildings within the west 39000 block, sidewalk replacement, parking lot reconfiguration and reconstruction and landscaping. All options will be exercised at time of award. Work will be performed at Ft. Hood, Texas, with an estimated completion date of March 1, 2017. Bids were solicited via the Internet with seven received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $75,493,905 are being obligated at the time of the award. Army Corps of Engineers, Ft. Worth, Texas, is the contracting activity (W9126G-15-C-0009).

L-3 Communications Corp., Madison, Mississippi, was awarded a $52,081,320 modification (P00144) to contract W58RGZ-10-C-0107 to acquire maintenance/modifications for the Army’s fleet of C-12/RC-12/UC-35 fixed wing aircraft. Fiscal 2015 operations and maintenance (Army) funds in the amount of $52,081,320 were obligated at the time of the award. The estimated completion date isDepartment of the Army July 31, 2015. The work will be performed in Madison, Mississippi. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Corp., Missile and Fire Control, Grand Prairie, Texas, was awarded a $46,509,372 cost-plus-fixed-fee contract for the Extended Area Protection and Survivability (EAPS) Integrated Demonstration (ID) Program to demonstrate the technology required to counter rocket, artillery and mortar threats and other selective targets. This will transition to the Indirect Fire Protection Capability Increment 2-Intercept (IFPC2-I) Program. Funding and work location will be determined with each order with an estimated completion date of Sept. 26, 2019. Bids were solicited via the Internet with one received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-D-0040).

General Dynamics C4 Systems, Scottsdale, Arizona, was awarded a $13,331,955 cost-plus-fixed-fee incrementally funded contract to support the Mobile User Objective System (MUOS) software load line (Handheld, Manpack and Small Form Fit (HMS) with updated waveform, HMS MUOS Terminal (HMT) (hardware & software), on site field support representatives and personnel training. Work will be performed in Scottsdale, Arizona, with an estimated completion date of Dec. 31, 2015. One bid was solicited with one received. Fiscal 2014 research, development, testing and evaluation funds in the amount of $12,701,995 are being obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W15P7T-15-C-0002).

Booz Allen Hamilton Inc., McLean, Virginia, was awarded a $12,613,178 modification (P00008) to contract W15QKN-14-C-0032 for support services for the PEO EIS Integrated Personnel and Pay System Army (PD-IPPS-A). Fiscal 2015 research, development, test and evaluation funds in the amount of $12,613,178 were obligated at the time of the award. The estimated completion date is Jan. 31, 2016. Work will be performed in McLean, Virginia. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Northrop Grumman Systems Corp., Boulder, Colorado, was awarded a $11,600,000 modification (P00016) to contract W9113M-12-C-0055 for the Pre-Planned Product Improvement (P3I) of the Joint Tactical Ground Station (JTAGS) system. The P3I effort involves design, development, upgrade, testing, certification, production and fielding of JTAGS P3I units as well as associated exerciser and institutional training suites. Letter contract modification is for Block 2 Phase 1 Production (CLIN 0200 series) only. Fiscal 2014 and 2015 other procurement (Army) funds in the amount of $5,684,000 were obligated at the time of the award. The estimated completion date is Dec. 12, 2016. Work will be performed in Colorado Springs, Colorado. Army Space and Missile Defense Command, Huntsville, Alabama, is the contracting activity.

Smiths Detection, Edgewood, Maryland, was awarded a $9,510,995 modification (P00048) to contract W911SR-07-C-0080 to exercise the option to purchase 1,687 M4A1 Joint Chemical Agent Detectors, six Platform Interface Kits and 116 Sieve Packs. Fiscal 2014/2015 other procurement (Army) and other procurement funds in the amount of $9,510,996 were obligated at the time of the award. The estimated completion date is Sept. 30, 2016. Work will be performed in Edgewood, Maryland. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

U.S. Food Phoenix Division, Phoenix, Arizona, has been awarded a maximum $46,859,081 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support for customers in Arizona area, zone one. This contract was a competitive acquisition, and four offers were received. This contract has a one-year base with one one-year and one two-year option periods. The location of performance is Arizona, with a Jan. 18, 2017 performance completion date. The using military services are Army, Air Force and federal civilian agencies. The type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-3128).

 

pitanim



BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $49,771,971 modification (P00005) to contract W56HZV-14-C-0054 to acquire six M1A2 Systems Enhanced Package v2 Abrams tanks. Fiscal 2014 other procurement funds in the amount of $6,019,674 were obligated at the time of the award. EstimatedDepartment of the Army completion date is Jan. 31, 2017. Work will be performed in Lima, Ohio; Scranton, Pennsylvania; Anniston, Alabama; and Tallahassee, Florida. Army Contracting Command, Warren, Michigan, is the contracting activity.

Palomar Display Products,* Carlsbad, California, was awarded a $28,594,810 firm-fixed-price indefinite-delivery/indefinite-quantity contract to produce Binocular Image Control Units, associated spares, repairs and engineering services. Funding and work location will be determined with each order, with an estimated completion date of Feb. 13, 2020. One bid was solicited with one received. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-D-0003).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $402,787,272 fixed-price incentive firm and cost-plus-fixed-fee modification (PZ0001) to previously awarded contract FA8730-15-C-0001 for Japan Airborne Warning and Control System (AWACS) Mission Computing Upgrade Program. Contractor will provide upgrade of four E-767 aircraft and three ground support facilities. Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by June 30, 2020. This contract is 100 percent foreign military sales to Japan. 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.

Decypher, San Antonio, Texas (FA8650-15-D-4052); Peerless Technologies Corp., Fairborn, Ohio (FA8650-15-D-4051); P3S, San Antonio, Texas (FA8650-15-D-4053); Prairie Quest Consulting, Fort Wayne, Indiana (FA8650-15-D-4054); Solutions Through Innovative Technologies Inc., Dayton, Ohio (FA8650-15-D-4055); SpecPro Technical Services, San Antonio, Texas (FA8650-15-D-4056), have been awarded a combined $20,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for services to units of the 711th Human Performance Wing. Contractor will provide advisory and assistance services, non- advisory and assistance services and personal services. They include administrative and functional support, medical and biomedical research assistance, clinical and clinical hyperbaric medicine services, environmental bio-terrorism support, technology evaluation and research studies support. Work will be performed at Wright-Patterson Air Force Base, Ohio; San Antonio, Texas; Cincinnati, Ohio; Baltimore, Maryland; St. Louis, Missouri, and other geographically separated units and is expected to be complete no later than Dec. 13, 2015. This award is the result of a limited competitive acquisition with six offers received. Fiscal year 2015 and 2016 defense health program, operations and maintenance and research, development, test and evaluation funds in the total amount of $800,309 are being obligated at the time of award. Each company is receiving different amounts. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

United Technologies Corp. doing business as Pratt & Whitney, East Hartford, Connecticut, has been awarded an estimated $16,663,785 for the second option to previously awarded requirements for firm-fixed-price contract FA8121-10-D-0008. Contractor will provide remanufacture of FI00-PW-I 00/200/220/220E/229 engine modules. Work will be performed at Columbus, Georgia, and is expected to be complete by April 22, 2015. This contract is 100 percent foreign military sales for Chile, Egypt, Jordan, Thailand, Taiwan, Greece and Indonesia. This award is the result of a sole source acquisition and one offer was received. Air Force Space Command, Tinker Air Force Base, Oklahoma, is the contracting activity.

Gulfstream Aerospace Corp., Savannah, Georgia, has been awarded $13,006,223 in modifications to task orders 0015 and 0016 on previously awarded contract FA8106-13-D-0002. Contractor will provide seven additional months of services for logistics support for the Navy C-20 and C-37 fleet. Work will be performed at Savannah, Georgia; Naval Air Station Sigonella, Italy; Andrews Air Force Base, Maryland; Hickam Air Force Base, Hawaii; and Marine Corps Base, Hawaii, and is expected to be complete by Jan. 31, 2016. Fiscal year 2015 Navy operation and maintenance in the amount of $13,006,223 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Northrop Grumman Space Mission Systems Corp., San Diego, California, has been awarded a $6,926,501 modification (P00094) to previously awarded contract FA8726-09-C-0010 for risk management framework. Contractor will meet cybersecurity requirements using the new Risk Management Framework. Work will be performed at San Diego, California, and is expected to be complete by June 22, 2015. This award is the result of a sole-source acquisition. Fiscal year 2015-operations and maintenance funds in the amount of $6,926,501 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $39,608,596 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0008) for procurement of electronic components in support of F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Air Force, U.S. Marine Corps, U.S. Navy, International Partners and the Governments of Israel and Japan. These components are in support of production, sustainment and operations and maintenance requirements resulting from diminishing manufacturing sources. Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2015. Fiscal 2014 aircraft procurement, Navy and Air Force, international partner and foreign military sales funds in the amount of $28,894,731 are600px-US-DeptOfNavy-Seal.svg 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 ($16,843,735; 43 percent), the U.S. Marine Corps ($5,996,093; 15 percent), U.S. Navy ($3,710,236; 9.4 percent), international partners ($10,485,085; 26.5 percent) and the governments of Israel ($1,362,337; 3.1 percent) and Japan ($1,211,110; 3 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority.

Alliant Techsystems Operations LLC, Clearwater, Florida, is being awarded a not-to-exceed $30,656,796 ceiling priced contract for the manufacture, upgrade, repair and test assemblies of the AN/AAR-47 (V) Missile Warning Set comprised of electro-optic countermeasure sensors, countermeasure signal processors and countermeasure signal simulators for the U.S. Navy, U.S. Air Force, U.S. Army and Governments of India, Norway, Spain and Australia. Work will be performed in Clearwater, Florida (45 percent); Austin, Texas (20 percent); Quebec, Canada (16 percent); and other various locations within the United States (19 percent), and is expected to be completed in April 2017. Fiscal 2013, 2014, and 2015 aircraft procurement (Navy and Air Force), National Guard reserve, foreign military sales and working capital (Defense) funds in the amount of $29,587,778 will be obligated at time of award, $9,398,286 of which will expire at the end of the current fiscal year. This award combines purchases for the U.S. Navy ($10,474,978; 35 percent), U.S. Air Force ($ 10,432,828; 35 percent), Defense Working Capital funds ($3,318,600; 11 percent), National Guard Reserve ($2,644,580; 10 percent) and the Governments of India ($1,080,884; 3.5 percent), Norway ($985,070; 3.2 percent), Spain ($610,068; 2 percent) and Australia ($40,770; .3 percent). This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0030).

Rolls Royce Naval Marine Inc., Walpole, Massachusetts, is being awarded a $9,891,150 modification to previously awarded contract (N00024-08-C-4203) for additional engineering services to complete development and delivery of one AG916RF gas turbine-generator set for Navy land-based testing. Rolls Royce will provide the engineering services and support for the design, development, fabrication, assembly and test of one Advanced Power Generation Module (APGM), designated as the AG916RF gas turbine-generator set, to be delivered to the Navy land based test site located at the Naval Surface Warfare Center Ship Systems Engineering Station, Philadelphia, Pennsylvania. This APGM set will be based on specifications established by the DDG-1000 shipyard for the lead ship installation and modified to suit the DDG 51 Flight III power requirements. Work will be performed in Indianapolis, Indiana (80 percent) and Walpole, Massachusetts (20 percent), and is expected to be completed by September 2017. Fiscal 2015 research, development, test and evaluation contract funds in the amount of $9,891,150 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.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

US Foods Lexington, Lexington, South Carolina, has been awarded a maximum $35,500,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support in the South Carolina area. This contract was a sole-source acquisition. This is a nine-month bridge contract. Location of performance is South Carolina, with a Nov. 7, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-3146).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Agile Defense Inc.,* Reston, Virginia, has been awarded a competitive $26,191,017 cost-plus-award-fee task order (HR0011-15-F-0002) with options for unclassified information technology services and support for the Defense Advanced Research Projects Agency Mission Services Office Information Technology Directorate. The services and support include office computing, networking, communications services, design and development and technical support services. The task order was competedP amongst all holders of the General Services Administration Alliant Small Business Government-wide Acquisition Contract. Seven offers were received. The base-year award has a 10-month period of performance. Fiscal year 2015 research and development funds in the amount of $18,309,770 are being obligated at time of award. Work will be performed in Arlington, Virginia. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

ARMY

ABM Government Services, Hopkinsville, Kentucky (W912DY-15-D-0029); ACEPEX Management Corp.,* Montclair, California (W912DY-15-D-0030); EMCOR Government Services, Arlington, Virginia (W912DY-15-D-0031); Electronic Metrology Laboratory,* Franklin, Tennessee (W912DY-15-D-0032); Facility Services Management,* Clarksville, Tennessee (W912DY-15-D-0033); J&J Maintenance Inc., Austin , Texas (W912DY-15-D-0034); Johnson Controls Building Automation Systems, Huntsville, Alabama (W912DY-15-D-0035); Quality Services International,Department of the Army San Antonio, Texas (W912DY-15-D-0036); SODEXO Management Gaithersburg, Maryland (W912DY-15-D-0037); and VW International, Alexandria, Virginia (W912DY-15-D-0038), were awarded a $990,000,000 firm-fixed-price shared contract amount for operations and maintenance services at government medical and related non-medical facilities including hospitals, clinics, administrative, pharmacies, veterinarian, dental, training, research, utility and energy plants, labs and storage facilities, as well as some nonmedical facilities associated with these medical facilities.. Funding and work location will be determined with each order with an estimated completion date of Feb. 11, 2020. Bids were solicited via the Internet with 22 received. Army Corps of Engineers, Engineer Support Center, Huntsville, Alabama, is the contracting activity.

ABM Government Services, Hopkinsville, Kentucky (W91278-15-D-0020); EMCOR Government Services Inc., Arlington, Virginia (W91278-15-D-0021); Facilities Services Management Inc., Clarksville, Tennessee (W91278-15-D-0022); J&J Worldwide Services, Austin, Texas (W91278-15-D-0023); and Jones Lang LaSalle, Washington, District of Columbia (W91278-15-D-0024), were awarded a $248,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, task order contract with options for the operation, maintenance and minor construction for Army Medical Command facilities in CONUS, Alaska, Hawaii and Puerto Rico. Funding and work location will be determined with each order, with an estimated completion date of Feb. 8, 2020. Bids were solicited via the Internet with six received. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Airbus Defense and Space Inc., Herndon, Virginia, was awarded a $220,564,993 modification (P00882) to contract W58RGZ-06-C-0194 to procure forty-one 72A Lakota Helicopters to include forty-one Airborne Radio Communications 231 Radios. Fiscal 2015 other procurement funds in the amount of $220,564,993 were obligated at the time of the award. Estimated completion date is July 31, 2017. Work will be performed Columbus, Mississippi. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Robertson Fuel Systems, Tempe, Arizona, was awarded a $45,352,938 firm-fixed-price foreign military sales contract (Korea, Turkey, UAE) to supply Extended Range Fuel Systems and associated support equipment for the CH-47 helicopter. Funding and work location will be determined with each order, with an estimated completion date of Dec. 31, 3019. Bids were solicited via the Internet with one received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-D-0025).

Raytheon/Lockheed Martin Javelin J/V was awarded a $25,368,524 modification (P00013) to foreign military sales contract W31P4Q-14-C-0127 (Ireland, Australia, New Zealand, France, Lithuania, Jordan, Norway, Taiwan) for life cycle contractor support and repairs for U.S. Army, Marines, Army National Guard and FMS customers. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $25,368,524 were obligated at the time of the award. Estimated completion date is Feb. 28, 2016. Work will be performed in Tucson, Arizona. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Elbit Systems of America, Fort Worth, Texas, was awarded a $13,185,756 modification (P00013) to foreign military sales contract W58RGZ-12-C-0164 (Indonesia) for 300 Apache Aviator Integrated Helmets. Fiscal 2010/2013/2014 other procurement funds in the amount of $13,185,756 were obligated at the time of the award. Estimated completion date is April 30, 2017. Work will be performed in Fort Worth, Texas. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Wolverine Services LLC,* Colorado Springs, Colorado, was awarded an $11,371,140 firm-fixed-price contract for base operations services. Work will be performed at the following Alaskan locations: Fort Wainwright, Donnelly, Yukon and Black Rapids training areas with an estimated completion date of April 11, 2021. Bids were solicited via the Internet with six received. Funding will be determined with each order. Army Contracting Command, Fort Wainwright, Alaska, is the contracting activity (W912D0-15-D-0004).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Beacon Point Associates, LLC,** Pembroke Pines, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment/supplies, optical/laboratory equipment/supplies, components and systems accessories. This contract was a competitive acquisition, and fifty-five offers were received. This is a five-year base contract with no option year periods. Location of performance is Florida with a Feb. 11, 2020 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-15-D-0012).

AIR FORCE

COLSA Corp., Huntsville, Alabama, has been awarded a $23,748,310 modification (P00023) to exercise the option on previously awarded contract FA9200-10-D-0166. Contractor will provide additional diverse non-engineering, technical and acquisition management support services already being provided under the basic contract. Work356px-Seal_of_the_US_Air_Force.svg will be performed at Eglin Air Force Base, Florida, and is expected to be complete by July 31, 2015. This contract involves foreign military sales. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.

OASIS System LLC, Lexington, Massachusetts, has been awarded a $23,748,310 indefinite-delivery/ indefinite quantity modification (P00025) to exercise the option on previously awarded contract FA9200-10-D-0173. Contractor will provide additional diverse non-engineering, technical and acquisition management support services already being provided under the basic contract. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by July 31, 2015. This contract involves foreign military sales. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $16,492,000 undefinitized delivery order against a previously issued Basic Ordering Agreement (N00019-14-G-0020) for the procurement and installation of vehicle management computer retrofit modification kits into designated aircraft that are critical to meeting F-35 Lightning II requirements. Work will be performed in Fort Worth, Texas (45 percent); Ogden, Utah (20 percent); Cherry Point, North Carolina (20 percent); Yuma, Arizona (5 percent); Eglin Air Force Base, Florida (5 percent); and Edwards Air Force Base, California (5 percent), and is expected to be completed in August 2016. Fiscal 2013 and 2015 aircraft procurement (Navy, Marine Corps and Air Force), fiscal 2015 research, development, test and evaluation funds (Navy, Marine Corps and Air Force) and International Partner funds in the amount of $8,246,000 are being obligated on this award, $4,051,934 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a one-year $13,939,606 modification to a previously awarded multiple award indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract (N66001-12-D-0060) for support of technology insertion, software and systems engineering, modeling and simulation, systems integration testing, integrated logistics in support of information technology and other Command, Control, Communications, Computers, and Intelligence (C4I) efforts. This is one of two contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This contract includes one remaining one-year option which, if exercised, would bring the potential, cumulative value of this contract to an estimated $68,088,407. Work will be performed in San Diego, California, and work is expected to be completed by Feb. 11, 2016. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued using research, development, test and evaluation; other procurement (Navy); operations & maintenance (Navy); Navy working capital fund; and Defense working capital funds. This contract was competitively procured via Request for Proposal N66001-11-R-0026 published on the Federal Business Opportunities website, and the SPAWAR e-Commerce Central website. Two proposals were received and two were selected. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-12-D-0060).

Science Applications International Corp. Inc., McLean, Virginia, is being awarded a one-year $12,236,396 modification to a previously awarded multiple award indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract (N66001-12-D-0061) for support of technology insertion, software and systems engineering, modeling and simulation, systems integration testing integrated logistics in support of information technology and other Command, Control, Communications, Computers, and Intelligence (C4I) efforts. This is one of two contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This contract includes one remaining one-year option which, if exercised, would bring the potential, cumulative value of this contract to an estimated $59,770,490. Work will be performed in San Diego, California, and work is expected to be completed Feb. 11, 2016. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued using research, development, test and evaluation; other procurement (Navy); operations and maintenance (Navy); Navy working capital fund; and Defense working capital funds. This contract was competitively procured via Request for Proposal N66001-11-R-0026 published on the Federal Business Opportunities website, and the SPAWAR e-Commerce Central website, with two proposals received and two were selected. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Systems Engineering Support Co. Inc.,* San Diego, California, is being awarded a $7,566,497 indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract for design, engineering, integration, fabrication and testing support of the Data Multiplex Systems (DMS), the Fiber Optic Data Multiplex System, and the Gigabit Ethernet Data Multiplex System, collectively referred to as xDMS. This is a three-year contract which includes two one-year options, which if exercised, would bring the contact value to $12,975,000. Work will be performed in San Diego, California, and work is expected to be completed Feb. 11, 2018. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued using ship construction (Navy), other procurement (Navy) and foreign military sales funds. This contract was competitively procured via solicitation N66001-14-R-0013 and publication on the Federal Business Opportunities website and SPAWAR e-Commerce Central website, with two offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0058).

ARMY

Four LLC,* Centreville, Virginia (W52P1J-15-D-0006); ImmixTechnology, Inc., McLean, Virginia (W52P1J-15-D-0007); and Carahsoft Technology Corp., Reston, Virginia (W52P1J-15-D-0008), were awarded a $49,000,000 firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract to support the Army’sDepartment of the Army commercial off-the-shelf information technology software requirements. Funding and work location will be determined with each order, with an estimated completion date of Feb. 10, 2020. Bids were solicited via the Internet with three received. Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.

Prime AE Group, Inc.,* Columbus, Ohio, was awarded a $35,000,000 firm-fixed-price, indefinite-delivery contract, with options, for architectural and engineering services primarily in support of the Department of Homeland Security. Funding and work location will be determined with each order, with an estimated completion date of Feb. 10, 2020. Bids were solicited via the Internet with 29 received. U.S. Army Corps of Engineers, Fort Worth District, Fort Worth, Texas, is the contracting activity (W9126G-15-D-0001).

FEH Associates Inc.,* Sioux City, Iowa, was awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multi-disciplinary contract with options for architectural and engineering services. Funding and work location will be determined with each order, with an estimated completion date of Feb. 10, 2017. Bids were solicited via the Internet with 12 received. National Guard Bureau – Iowa, Johnston, Iowa, is the contracting activity (W912LP-15-D-0001).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded a maximum $37,979,459 firm-fixed-price contract for outer wing weapons panel. This contract was a sole-source acquisition. This is a three-year base contract. Location of performance is Florida, with a November 2018 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPM4AX-12-D-9401-THA6).

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $9,365,128 modification to the previously awarded cost-plus-incentive-fee contract, N00019-13-C-0016. This modification is for common recurring sustainment and annualized and non-annualized common depot activation services in support of Low Rate Initial Production Lot VIII F135 propulsion systems.600px-US-DeptOfNavy-Seal.svg Work will be performed in Hartford, Connecticut, and is expected to be completed in April 2017. Fiscal 2013 aircraft procurement (Navy, Air Force, and Marine Corps) funds and international partner funds in the amount of $9,365,128 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Air Force ($4,610,815; 49 percent); the U.S. Navy/Marine Corps ($3,935,433; 42 percent); and the international partners ($818,880; 9 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $14,488,097 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to incorporate Block 3i requirements into the F-35 United States Reprogramming Laboratory, including software upgrade, hardware refresh, end-to-end demonstration and certification and accreditation. Work will be performed at Fort Worth, Texas (88 percent) and Orlando, Florida (12 percent), and is expected to be completed in June 2016. Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $8,806,815 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.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Racoe Inc.,* Celina, Tennessee, has been awarded a maximum $8,732,834 modification (P00103) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1022), with four one-year option periods, for Marine Corps combat utility uniform trousers. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Tennessee and Mississippi, with a Feb. 13, 2016, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

The Caesar Rodney School District, Camden Wyoming, Delaware was awarded an $8,682,650 modification (P00002) to contract HEVAS6-13-C-0001exercising the second of four option periods for comprehensive education program services, for kindergarten through 12th grade, for eligible children of Department of Defense personnel who reside on Dover Air Force Base, Delaware. The period of performance for this option is March 1, 2015, through June 30, 2016. Type of appropriation is fiscal year 2015 operations and maintenance funds. The contracting activity for this action is the Department of Defense Education Activity, Domestic Dependent Elementary and Secondary Schools, Peachtree City, Georgia.

NAVY

Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts, is being awarded a maximum amount $302,443,626 firm-fixed-price, fixed-price-incentive and cost-plus-incentive-fee contract for the ongoing acquisition of Trident (D5) MK 6 Guidance System Repair Program with failure verification, test, repair and recertification of inertial measurement units, electronic assemblies and electronic modules. Work will be performed in Pittsfield, Massachusetts (42 percent); Minneapolis, Minnesota (29 percent); Clearwater, Florida (22 percent); and Cambridge, Massachusetts (7 percent), and work is expected to be completed March600px-US-DeptOfNavy-Seal.svg 31, 2019. Fiscal 2015 weapons procurement (Navy) contract funds in the amount of $260,861,626 and fiscal 2015 United Kingdom contract funds in the amount of $41,582,000 are being obligated at time of award. The contract funds will not expire at the end of the current fiscal year. This contract is a sole source acquisition pursuant to 10 U.S.C. 2304(c)(1). Strategic Systems Program, Washington, District of Columbia, is the contracting activity (N00030-15-C-0003).

Raytheon Co., McKinney, Texas, is being awarded $10,464,556 for job order 0060 under previously issued Basic Ordering Agreement (N00164-12-G-JQ66) for procurement of Multi-Spectral Targeting Systems Turret Units, electronic units and power converter units and data for the MH-60 Royal Australian Navy. This contract involves foreign military sales to Australia. 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 for all tri-service and NATO laser guided munitions. Work will be performed in McKinney, Texas, and is expected to be completed by April 2017. Fiscal 2015 foreign military sales funding in the amount of $10,464,556 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), as set forth is FAR 6.302-1(b)(1)(ii) – only one or limited responsible sources and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

Q.E.D. Systems Inc., Virginia Beach, Virginia, is being awarded a $10,321,412 cost-plus-fixed-fee level-of-effort contract with performance-incentive-fee components for third-party advanced planning services in support of chief of naval operations availabilities, continuous maintenance availabilities (CMAVs), inactivation CMAVs, sustainment availabilities, phased modernization availabilities, re-commissioning availabilities, continuous maintenance and emergent maintenance for Navy surface combatant ship classes. This contract includes options which, if exercised, would bring the cumulative value to $198,061,731. Work will be performed in Norfolk, Virginia (60 percent) and San Diego, California (40 percent), and is expected to be completed by February 2016. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $514,950 will be obligated at 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 one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-4400).

Reid Middleton Inc.,* Everett, Washington, is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinite-delivery/indefinite quantity architect-engineering contract for structural engineering services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work provides for structural engineering services for a wide variety of buildings and structures of various sizes and configurations, as well as high bay structures, long-span structures, containment vessels tanks, weight handling equipment, retaining structures, towers and bridges. 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 February 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-D-2410).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, has been awarded a $221,000,000 indefinite-delivery/indefinite-quantity contract for F-16 support equipment and related services. Work will be performed at Nashua, New Hampshire and Ft. Worth, Texas, and is expected to be complete by Feb. 4, 2020. This award is the result of a sole-source acquisition and is 100 percent foreign military sales to multiple countries including Morocco, Egypt, Oman, Pakistan, Indonesia and Portugal. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-15-D-0001).

Tunista Services, Honolulu, Hawaii, has been awarded a $46,652,395 firm-fixed-price contract for operation and maintenance of the Barry M. Goldwater Range and Gila Bend Air Force Auxiliary Field. Work will be performed at Gila Bend, Arizona, and is expected to be complete by Sept. 30, 2019. This award is the result of a competitive acquisition with three offers received. Fiscal year 2015 operations and maintenance funds in the amount of $1,789,066 are being obligated at the time of award. The 56th Contracting Squadron, Luke Air Force Base, Arizona, is the contracting activity (FA4887-15-D-0001).

DEFENSE LOGISTICS AGENCY

Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $19,353,052 firm-fixed-price contract for aircraft spare parts. This contractDefense_Logistics_Agency was a sole-source acquisition. This is a three-year base contract with one two-year option period. Location of performance is Maryland, with a Feb. 9, 2018 performance completion date. Using military services are Air Force and Marine Corps. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4AX-14-D-9425).

 

pitanim


BUSINESS AN CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

Trax International Corp., Las Vegas, Nevada was awarded a $46,143,438 cost-plus-award-fee multi-year incrementally funded contract with options to support and service the Army Electronic Proving Ground testing of a broad spectrum of equipment throughout the equipment’s life cycle. Work will be performed in Ft. Huachuca, Arizona, with an estimated completion date of March 31, 2020. Bids wereDepartment of the Army solicited via the Internet with eight received. Fiscal 2015 research, development, testing and evaluation funds in the amount of $100,000 are being obligated at the time of the award. Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity (W91RUS-15-C-0006).

PCCP Constructors JV, Metairie, Louisiana, was awarded a $15,900,000 modification (P00012) to contract W912P8-12-C-0049 to procure 5000 HP/VFD(variable frequency) starters for permanent canal closures and pumps along the 17th St., Orleans Ave., and London Ave. outfall canals at or near Lake Pontchartrain, Orleans, and Jefferson Parishes, Louisiana, with an estimated completion date of Jan. 7, 2017. Fiscal 2015 other procurement funds in the amount of $15,900,000 were obligated at the time of the award. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Lion-Vallen Industries, Dayton, Ohio, is being awarded a $24,996,000 firm-fixed-price requirements contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program Individual Issue Facility and Unit Issue Facility warehouse network. Contractor support consists of managing individual combat clothing equipment, chemical, biological, radiological, and nuclear defense equipment, special training allowance pool, soft-walled shelters and camouflage netting, and contractor-owned contractor-operated Asset Visibility Capability system. Work will be performed in Barstow, California (23 percent); Camp Lejeune, North Carolina (18 percent); Camp Pendleton, California (13 percent); Okinawa, Japan (10 percent); Miramar, California (9 percent); Camp Geiger, North Carolina (7 percent); Twentynine Palms, California (4 percent); Cherry Point, North Carolina (4 percent); Kaneohe Bay, Hawaii (3 percent); Yuma, Arizona (2 percent); Beaufort, South Carolina (2 percent); Iwakuni, Japan (2 percent); New River, North Carolina (2 percent); and Bridgeport, California (1 percent). Work is expected to be completed in February 2016. Fiscal 2015 operations and maintenance funds in amount of $24,996,000 are being obligated at the time of award and funds will expire at the end of the current fiscal year. This was a sole source contract in accordance with 10 U.S.C. 2304 (c)(1), as implemented by the FAR 6.302-1, only one source. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-15-D-0001).

Thermo-Fisher Scientific, Franklin, Massachusetts, is being awarded a $19,900,325 firm-fixed-price contract for the provision of thermoluminescent dosimetry equipment and accessories to be used by Department of the Navy personnel who work in the vicinity of radioactive equipment. The equipment being procured is considered commercial-off-the-shelf. Personnel dosimetry is used to measure an individual’s radiation exposure and to aid in minimizing exposure. Personnel dosimetry has medical, epidemiological, and legal significance and must be conscientiously practiced by trained personnel with the appropriate approved equipment. Work will be performed in West Bethesda, Maryland, and work is expected to be completed in March 2020. Fiscal 2013 other procurement (Navy) funding in the amount of $11,888 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) – only one responsible source and no other supplies will satisfy agency requirements (FAR 6.302-1). Only one source will satisfy the agency’s needs because it is essential to have complete compatibility and interchangeability between the new and existing systems. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-15-D-0001).

Lockheed Martin Corp., Information Systems and Global Services, King of Prussia, Pennsylvania, is being awarded a $7,922,203 modification to a previously awarded cost-plus-fixed-fee contract (N00019-10-C-0064) for software development in support of the Tactical Tomahawk Weapons Control System, including system engineering, software, hardware deployment and support, and management efforts required to field the system. This contract combines purchases for the U.S. Navy ($7,853,820; 99 percent) and the government of the United Kingdom ($68,383; 1 percent) under the Foreign Military Sales (FMS) program. Work will be performed in King of Prussia, Pennsylvania, and is expected to be completed in November 2017. Fiscal 2015 research, development, test and evaluation; fiscal 2015 other procurement, (Navy); fiscal 2015 operations and maintenance (Navy); fiscal 2011, 2012, 2014 shipbuilding and conversion (Navy), and FMS contract funds in the amount of $7,922,203 are being obligated on this award, $1,231,980 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded an $11,799,019 firm-fixed-price modification (P00003) to previously awarded contract356px-Seal_of_the_US_Air_Force.svg FA8504-14-C-0003 for three additional C-130-J center wing boxes. Work will be performed at Marietta, Georgia, and is expected to be complete by Sept. 29, 2017. Fiscal year 2013, 2014 and 2015 aircraft procurement funds in the amount of $11,799,019 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Proaim Americas LLC,* Grover, Missouri, has been awarded a maximum $35,000,000 fixed-price with economic-price-adjustment contract for dental and medical equipment. This contract was a competitive acquisition and 72offers were received. This is a five-year base contract with no option periods. Location of performance is Missouri with a Mar. 8, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-15-D-0007).

NAVY

ERAPSCO, Columbia City, Indiana, is being awarded a $20,427,800 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-14-D-0025) to exercise an option for the procurement of up to 5,000 AN/SSQ-125 sonobuoys. Work will be performed in DeLeon Springs, Florida (52 percent), and Columbia City, Indiana (48 percent), and is expected to be completed in600px-US-DeptOfNavy-Seal.svg October 2017. No funding will 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 activity.

Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, is being awarded an $11,490,540 modification to a previously awarded firm-fixed-price, indefinite-delivery/ indefinite-quantity contract (N00019-15-D-5501) for the procurement of 1,695 ancillary equipment items for the AN/ARC-210 family of electronic protection radio equipment for domestic and Foreign Military Sales aircraft. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2018. Contract funds will not be obligated at the time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $163,430,987 firm-fixed-price contract for numerous aircraft platform spare supply parts. This contract was a sole-source acquisition. This is a five-year base contract. Location of performance is Connecticut with a Feb. 29, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-15-D-9002).

Trajen Flight Support LP, doing business as Atlantic Aviation, Plano, Texas (SP0600-15-D-0029), $38,393,369; Alliance Aviation Services,* Fort Worth, Texas (SP0600-15-D-0031), $32,847,331; Trajen Flight Support LP, doing business as Atlantic Aviation, Plano, Texas (SP0600-15-D-0030), $18,198,885, have each been awarded a fixed-price with economic-price-adjustment contract, under solicitation SP0600-14-R-0221, for jet fuel. These contracts were sole-source acquisitions. They are four-year contracts. Location of performance is Texas with a March 31, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Short Bark Industries Inc.,* Vonore, Tennessee, has been awarded a maximum $23,721,200 modification (P00112) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1030) with four one-year option periods for various types of coats. This is a firm-fixed-price contract. Locations of performance are Tennessee, Puerto Rico, and Mississippi with a March 4, 2016, performance completion date. Using military service is Army. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Hawthorne Services, Charleston, South Carolina, has been awarded a maximum $21,659,928 firm-fixed-price contract for contractor-owned/contractor-operated and government-owned/contractor-operated fuel storage services. This contract was a competitive acquisition and four offers were received. This is a 20-year base contract. Locations of performance are South Carolina and Texas with a Feb. 28, 2035, performance completion date. Using military service is Army. Type of appropriation is fiscal year 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-C-5002).

General Petroleum Corp.,** Rancho Domingo, California, has been awarded a maximum $6,660,000 fixed-price with economic-price-adjustment contract for marine gas oil. This contract was a competitive acquisition, and three offers were received. This is a four-year base contract with no option periods. Location of performance is California with an April 30, 2019 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0363).

ARMY

Advantech Inc.,** Annapolis, Maryland (W912DY-10-D-0055, Mod No: P00010); Omega Group Industries Corp.,** Henderson, Nevada (W912DY-10-D-0056, Mod No: P00011); Odell International LLC,** Huntersville, North Carolina (W912DY-10-D-0057, Mod No: P00010); Partners Healthcare Group LLC,** Brentwood, Tennessee (W912DY-10-D-0058, Mod No: P00011); Martek Global Services Inc.,**Department of the Army Bethesda, Maryland (W912DY-10-D-0059, Mod No: P00012) were awarded a $34,400,000 modification to their existing contracts for troop-ready project support for planning, outfitting, and transitioning the staff and patients associated with healthcare construction projects from 2010 to 2015. Funding and work location will be determined with each order with an estimated completion date of Sept. 30, 2015. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Mission Systems and Training, Baltimore, Maryland, was awarded a $65,376,167 firm-fixed-price contract for MK 41 Vertical Launching System (VLS) proprietary Baseline VII electronics and associated equipment and spares. Proprietary Baseline VII electronics and associated equipment and spares are incorporated into the MK 41 VLS which provides a missile launching system for CG 47 and DDG 51 Class surface combatants of the U.S. Navy, surface combatants of allied navies, and Aegis Ashore requirements for the Missile Defense Agency’s Ground Ballistic Missile Defense Program. It is the primary missile launching system aboard Navy combatants used to store, safe, inventory and launch missiles of various types. This contract includes options which, if exercised, would bring the cumulative value of this contract to $106,754,499. This contract combines purchases for the U.S. Navy ($65,376,167; 61.2 percent) and the governments of Saudi Arabia ($30,951,905; 29 percent) and Norway ($10,426,427; 9.8 percent) under the Foreign Military Sales program. Work will be performed in Clearwater, Florida (25 percent); Burlington, Massachusetts (23 percent); Simpsonville, South Carolina (18 percent); Baltimore, Maryland (11 percent); Sterling Heights, Michigan (7 percent); Timonium, Maryland (6 percent); San Jose, California (3 percent), Charlottesville, Virginia (3 percent); Gardena, California (2 percent); and Tualatin, Oregon (2 percent), and is expected to be completed by August 2019. Fiscal 2013 and 2014 shipbuilding and conversion (Navy) and fiscal 2014 defense wide procurement funding in the amount of $65,376,167 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 FAR 15.4. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-5327).

Olin Corp., Winchester Ammunition Division, East Alton, Illinois, is being awarded a $45,596,240 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 5.56 mm frangible cartridges. This non-toxic cartridge is utilized for indoor, outdoor and close quarter battle training. Work will be performed in East Alton, Illinois, and is expected to be completed by March 2020. Fiscal 2014 procurement of ammunition (Navy and Marine Corp) funding in the amount of $9,800,000 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-15-D-JN08).

Boeing Co., St. Louis, Missouri, is being awarded a $30,259,124 firm-fixed-price contract for procurement of one each production Harpoon Joint Common Test Station assets and associated logistics elements for the governments of Australia and Saudi Arabia. Work will be performed in St. Louis, Missouri, and is expected to be completed in May 2018. Foreign military sales funds in the amount of $30,259,124 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 governments of Australia ($17,171,950; 56.75 percent) and Saudi Arabia ($13,087,174; 43.25 percent) under the Foreign Military Sales program. This contract was not competitively procured pursuant to FAR.6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0076).

Lockheed Martin Corp., Mission Systems and Training, Manassas, Virginia, is being awarded a $29,209,925 modification to previously awarded contract (N00024-11-C-6294) for the development and production of the Acoustic Rapid Commercial-Off-The-Shelf Insertion (A-RCI) and common acoustics processing for Technology Insertion 12 (TI12) through Technology Insertion 14 (TI14) for the U.S. submarine fleet and for foreign military sales. A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of commercial off-the-shelf-based hardware and software. This modification will purchase TI14 system upgrades for six ships including spares and pre-cable kits. Work will be performed in Clearwater, Florida (30 percent), and Manassas, Virginia (70 percent), and is expected to be completed by September 2018. Fiscal 2014 and 2015 other procurement (Navy) funding in the amount of $29,209,925 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 Navy Yard, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Riviera Beach, Florida, is being awarded a $28,822,369 modification to previously awarded contract (N00024-13-C-6300) to upgrade three Low Rate Initial Production 1 Remote Multi-Mission Vehicles to a v6.0 configuration for inclusion in the Remote Minehunting System (RMS). The RMS is a mission module used by the Littoral Combat Ship to identify and destroy surface, subsurface and bottom moored mines. Work will be performed in Palm Beach, Florida (87 percent); Syracuse, New York (13 percent); and is expected to be completed by February 2017. Fiscal 2015 research and development in the amount of $10,596,221 will be incrementally funded. 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.

General Dynamics Electric Boat Corp., Groton Connecticut, was awarded a $24,326,791 modification to previously awarded contract (N00024-11-C-2109) for engineering and technical design services to support research and development (R&D) of advanced submarine technologies for current and future submarine platforms. The contract provides for R&D studies to support the manufacturability, maintainability, producibility, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, machinery systems, acoustics, hydrodynamics, ship control, logistics, human factors, materials, weapons handling and stowage, submarine safety, and affordability of submarines. The program also supports near term insertion of Virginia-class technology; identification of Ohio-class replacement technology options; future submarine concepts; and core technologies. Work will be performed in Groton, Connecticut, and is expected to be completed by October 2015. Fiscal 2014 and 2015 research, development, test and evaluation contract funds in the amount of $240,000 will be obligated at time of award. Funds in the amount of $200,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Science Applications International Corp., San Diego, California, was awarded $13,577,198 to exercise a firm-fixed-price option under a previously awarded contract (M67854-12-C-4900) to provide operations and support for Marine Corps Enterprise information technology (IT) services, including the processes and functions necessary to ensure successful management, oversight, operations and maintenance of the Marine Corps Enterprise Network. Work will be performed at the Marine Corps Enterprise IT Center, Kansas City, Missouri (65 percent); Marine Corps Base, Quantico, Virginia (25 percent); and Marine Corps Base, Camp Lejeune, North Carolina (10 percent); and work is expected to be completed on March 27, 2017. Fiscal 2015 operations and maintenance (Marine Corps) funds in the amount of $13,577,198 will be obligated at the time of award and will expire at the end of the current fiscal year. The original contract was competitively procured via the Navy Electronic Commerce Online website, with six offers received. Marine Corps System Command, Quantico, Virginia, is the contracting activity.

TCOM L.P.,** Columbia, Maryland, was awarded an $11,236,214 modification to definitize a previously awarded letter contract (M67854-14-C-2400) on March 4, 2015, for contractor engineering technical support for the Kuwait Low Altitude Surveillance System (KLASS), to perform operation and maintenance of the KLASS aerostat. Work will be performed in Kuwait City, Kuwait (90 percent); Elizabeth City, North Carolina (5 percent); and Columbia, Maryland (5 percent); and is expected to be completed in June 2016. This is a Foreign Military Sales contract which is 100 percent funded by the government of Kuwait. The funds do not expire. This contract was not competitively procured, due to sole-source direction by international agreement in accordance with FAR 6.302-4. The Marine Corps System Command, Quantico, Virginia, is the contracting activity.

P & S Construction Inc.,** North Chelmsford, Massachusetts, is being awarded $7,157,000 for firm-fixed-price task order 0026 under a previously awarded multiple award construction contract (N40192-10-D-2804) to upgrade energy-efficient lighting at 45 buildings at Andersen Air Force Base, Guam. Work will be performed in Yigo, Guam, and is expected to be completed by March 2017. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,157,000 were 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, Marianas, Guam, is the contracting activity.

P & S Construction Inc.,** North Chelmsford, Massachusetts, was awarded $7,050,506 for firm-fixed-price task order 0023 under a previously awarded multiple award construction contract (N40192-10-D-2804) on March 5, 2015, to construct the Red Horse Airfield Operations Facility at Andersen Air Force Base, Guam. The work to be performed provides for the construction of a single story concrete building, in which the airfield operations will house the pavement and equipment training areas, maintenance bay area, secured tool room and secured tool storage, administrative area, mechanical, electrical, communications and other supporting facility areas. These areas will train airmen in their respective crafts that will include all Red Horse specific special capability training, such as asphalt milling, quarry operations, demolition operations, directional drilling, well drilling, and crane support. Work will be performed in Yigo, Guam, and is expected to be completed by July 2016. Fiscal 2015 military construction (Air Force) contract funds in the amount of $7,050,506 were obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, is the contracting activity.

AIR FORCE

ManTech SRS, Technologies Inc., Arlington, Virginia, has been awarded a $15,805,413 cost-plus-fixed-fee modification (P00031) to previously awarded contract number FA8811-10-C-0002 for support of the Launch Systems Directorate. Contractor will provide systems engineering, product assurance, program safety, systems security, risk management, and launch integration management. Work will be356px-Seal_of_the_US_Air_Force.svg performed at El Segundo, California, and is expected to be complete by March 23, 2016. Fiscal year 2015 operation and maintenance and procurement funds in the amount of $15,282,712 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

URS Federal Technical Services Inc., Germantown, Maryland, has been awarded a $7,550,719 modification (P00066) to previously awarded contract FA4890-10-C-0007 to exercise an option. The contractor will provided unmanned aircraft system operations center support that includes the MQ-1 Predator and MQ-9 Reaper. Work will be performed at Creech Air Force Base, Nevada; Ellsworth Air Force Base, South Dakota; Holloman Air Force Base, New Mexico; and Whiteman Air Force Base, Missouri, and is expected to be complete by March 31, 2016. Fiscal year 2015 operations and maintenance funds in the fully funded amount of $7,550,719 are being obligated at the time of award. Air Combat Command, Newport News, Virginia, is the contracting activity.

Defense_Logistics_AgencyDEFENSE COMMISSARY AGENCY

Lakeside Food Inc., Anniston, Alabama, was awarded an indefinite-delivery, requirements type contract to provide fresh shell protected eggs for resale at 25 commissary store locations in South Carolina, Georgia, and Florida in the Defense Commissary Agency’s East and Central areas. The estimated award amount is $7,329,190. Contractor will deliver fresh shell protected eggs to the store locations as needed. The contract is for a 24-month base period beginning April 19, 2015, through April 22, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed on April 18, 2020. Contract funds will not expire at the end of the current fiscal year. Ten firms were solicited, and four offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.

Hillandale Farms East, Spring Grove, Pennsylvania, is being awarded an indefinite-delivery, requirements type contract to provide fresh shell protected eggs for resale at 29 commissary store locations in Massachusetts, New York, Connecticut, Maine, Pennsylvania, Rhode Island, New Hampshire, New Jersey, Delaware, Maryland, Virginia, and District of Columbia in the Defense Commissary Agency’s East and Central areas. The estimated award amount is $6,511,619. Contractor will deliver fresh shell protected eggs to the store locations as needed. The contract is for a 24-month base period beginning April 19, 2015, through April 22, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed on April 18, 2020. Contract funds will not expire at the end of the current fiscal year. Ten firms were solicited, and four offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Isis Defense, Alexandria, Virginia, has been awarded a $7,034,317 firm-fixed-price, other transaction for prototypes agreement, for a research project entitled “Threat Intelligence Platform.” This agreement provides for the development of a threat intelligence and cyber analytics platform that will merge existing Defense Advanced Research Projects Agency big data research with novel approaches to high-performance computing and data storage hardware. Fiscal 2014 research, development, test and evaluation funds in the amount of $750,000 are being obligated at time of award. All work will be performed in Alexandria, Virginia, with an estimated completion date of March 2016. This award was a competitive acquisition, and 42 proposals were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

ARMY

Great Lakes Dredge and Dock, Oak Brook, Illinois, was awarded a $134,486,950 firm-fixed-price incrementally funded contract for the Savannah, Georgia, harbor expansion project involving new dredging for the entrance channel with an estimatedDepartment of the Army completion date of June 16, 2018.  Bids were solicited via the Internet with three received.  Fiscal 2015 other procurement funds in the amount of $35,000,000 are being obligated at the time of the award.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-C-0005).

600px-US-DeptOfNavy-Seal.svgNAVY

BAE Systems Information Solutions Inc., San Diego, California (N00019-15-D-0010); DCS Corp., Alexandria, Virginia (N00019-15-D-0011); Dynetics Inc., Huntsville, Alabama (N00019-15-D 0012); Progeny Systems Corp., Manassas, Virginia (N00019-15-D-0013); Raytheon Co. Intelligence, Information and Services, Dulles, Virginia (N00019-15-D-0014); Tapestry Solutions Inc., a Boeing Co., San Diego, California (N00019-15-D 0015); Northrop Grumman Systems Corp. Northrop Grumman Information Systems, Herndon, Virginia (N00019-15-D-0016); QinetiQ North America Inc., Reston, Virginia (N00019-15-D-0017); and Lockheed Martin Corp., IS&GS Development Segment, Information Systems & Global Solutions Business Area, King of Prussia, Pennsylvania (N00019-15-D-0018); are each being awarded indefinite-delivery/indefinite-quantity multiple award contracts for the software development, test and evaluation, maintenance, integration, training, and fielding of Strike Planning and Execution Systems.  The aggregate not-to-exceed amount for these multiple award contracts is $98,960,000 and each contractor will be provided a fair opportunity to compete for individual task orders.  Work will be performed at each contractor’s facility in San Diego, California; Alexandria, Virginia; Huntsville, Alabama; Manassas, Virginia; Dulles, Virginia; San Diego, California; Herndon, Virginia; Reston, Virginia; and King of Prussia, Pennsylvania.  Work performed under these contracts is expected to be completed in February 2020.  No contract funds will be obligated at the time of award.  Funds will be obligated as task orders are issued.  No funds will expire at the end of the current fiscal year.  These contracts were solicited via a multiple award request for proposals and nine offers were received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

L-3 National Security Solutions Inc., Reston, Virginia, is being awarded a $54,518,564 modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (with provisions for firm-fixed-price orders) (N65236-11-D-4805).  This ceiling increase is to provide for continued engineering and technical support services for command, control, communications and computer (C4) exercise planning and evaluation, integration, systems integration, operational systems, fielding, training, certification, maintenance, logistics, configuration management, systems engineering, network engineering, software engineering, documentation/graphics support, program management, quality assurance and life-cycle sustainment management support.  This contract included four options which, as a result of this modification, would bring the cumulative ceiling value of this contract to $136,247,954.  Work will be performed in Fayetteville, North Carolina, (84 percent) and Tampa, Florida, (16 percent) and is expected to be completed by September 2016.  No contract funds will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was previously competitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website, with three offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-11-D-4805).

L-3 Fuzing and Ordnance Systems, Cincinnati, Ohio, is being awarded a $22,018,632 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0073) to exercise an option for FMU-139 C/B electronic bomb fuze and accessories.  This includes 8,073 FMU 139 C/B electronic bomb fuzes (9 pack) for the U.S. Navy (5,924) and the Foreign Military Sales program (2,149) for the governments of Canada, Malaysia, Kuwait, and Italy; 2,038 FMU 139C/B electronic bomb fuzes (6 pack) for the government of Turkey; 100 accessory kits for the government of Italy; and 12 dummy fuzes for the government of Finland.  Work will be performed in Cincinnati, Ohio (65 percent), and Orlando, Florida (35 percent), and is expected to be completed in March 2018.  Fiscal 2014 procurement ammunition Navy-Marine Corps, (Navy) and 2015 overseas contingency operations, procurement ammunition Navy-Marine Corps, (Navy) funds in the amount of $12,009,192 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy (54.54 percent) and the governments of Turkey (25.28 percent); Finland (0.03 percent); Italy (4.02 percent); Kuwait (3.91 percent); Malaysia (5.84 percent); and Canada (6.38 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Computer Sciences Corp., Washington, District of Columbia, is being awarded an $8,343,366 cost-plus-fixed-fee modification to previously awarded contract (N00024-14-C-2307) to exercise an option for professional services in support of the Littoral Combat Ship program.  This contract is for professional support services in the areas of test and evaluation, lifecycle engineering and support, logistics and operational readiness, program management, business and financial management, systems engineering, production planning and production engineering, manning, personnel and training, human systems integration analysis and engineering, data management engineering, and combat systems development.  Work will be performed in Washington, District of Columbia, and is expected to be completed by June 2015.  Fiscal 2013 shipbuilding and conversion (Navy) and fiscal 2015 operations and maintenance (Navy) funding in the amount of $8,343,366 will be obligated at time of award and funds in the amount of $1,296,522 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $8,225,563 modification to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0004) for the procurement and delivery of electronic components to support low-rate initial production Lot VII F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Air Force, Marine Corps, Navy and international partners.  Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2016.  Fiscal 2014 aircraft procurement (Air Force); fiscal 2013 aircraft procurement (Marine Corps and Navy) and international partner funds in the amount of $8,225,563 will be obligated at time of award, none of which will expire this fiscal year.  This contract combines purchases for the U.S. Air Force ($4,883,926; 59.4 percent); the U.S. Navy ($1,542,294; 18.7 percent); U.S. Marine Corps ($1,028,196; 12.5 percent); and international partners ($771,147; 9.4 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Progeny Systems Corp.,* Manassas, Virginia, is being awarded a $6,839,124 modification to previously awarded contract (N00024-14-C-6220) for the production of the AN/WLY-1 System, AN/WSQ-9 Interface Kits, Intercept and Ranging Systems, Archival Media Center Kit(s) and Swinger Kit(s) systems and spares.  Work will be performed in Manassas, Virginia, and is expected to be completed by June 2016.   Fiscal 2015 other procurement (Navy), fiscal 2015 research, development, test and evaluation, and fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $6,839,124 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was awarded under the authority of 10 U.S.C. 2304(c)(5), authorized or required by statue 15 U.S.C. 638 (r) – aid to small business.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

Boeing Aerospace Operations, Oklahoma City, Oklahoma, has been awarded a $52,805,008 modification (P00228) to previously awarded contract FA8106-07-C-0001. Contractor will provide Avionics Modernization Program Phase II effort for the VC-25A aircraft to include Federal Aviation Administration approved avionics modification engineering services to manufacture or procure, install, and test one prototype. Work will be performed at Oklahoma City, Oklahoma, and is expected to be356px-Seal_of_the_US_Air_Force.svg complete by May 30, 2018. Fiscal year 2015 research, development, test and evaluation funds in the amount of $10,300,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Leidos Inc., Reston, Virginia, has been awarded a $25,341,311 modification (P00014) to previously awarded contract FA8807-14-C-0005 for up to 6-months extension for systems engineering and integration. Contractor will provide systems engineering and integration support for the Global Positioning Systems program. Work will be performed at Los Angeles Air Force Base, California, and is expected to be complete by Sept. 2, 2015. Fiscal year 2015 research, development, test and evaluation and missile procurement funds in the amount of $8,382,670 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Chattanooga Metropolitan Airport Authority, Chattanooga, Tennessee, has been awarded a maximum $38,441,312 fixed-price with economic-price-adjustment contract for jet fuel.  This contract was a sole-source acquisition.  This is a four-year base contract.  Location of performance is Tennessee with a Mar. 31, 2019, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0004).

GE Datex Ohmeda Inc., Madison, Wisconsin, has been awarded a maximum $19,847,688 modification (P00104) exercising the sixth one-year option period of a one-year base contract (SPM2D1-09-D-8348) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare and repair parts, and training.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Wisconsin with a March 5, 2016, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

DeRossi & Son Company Inc.,* Vineland, New Jersey, has been awarded a maximum $10,479,672 firm-fixed-price contract for men’s coats.  This contract was a competitive acquisition and three offers were received.  This is a one-year base contract.  Location of performance is New Jersey with a March 3, 2016, performance completion date.  Using military service is Army.  Type of appropriation is fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1033).

Piedmont Hawthorne Aviation LLC, doing business as Landmark Aviation, San Antonio, Texas, has been awarded a maximum $8,920,514 fixed-price with economic-price-adjustment, into-plane requirement contract for jet fuel.  This contract was a sole-source acquisition.  This is a four-year base contract.  Location of performance is Texas with a March 31, 2019, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0040).

Blu Pharmaceuticals LLC,* Franklin, Kentucky, has been awarded a maximum $7,648,841 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products.  This contract was a sole-source acquisition.  This is a one-year base contract with seven one-year option periods.  Location of performance is Kentucky with a March 4, 2016, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2015 war-stopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-15-D-0001).

Jaise Inc.,* doing business as Servion of Waco, Waco, Texas, has been awarded a maximum $7,177,505 fixed-price with economic-price-adjustment contract for jet fuel.  This contract was a sole-source acquisition.  This is a four-year base contract.  Location of performance is Texas with a March 31, 2019, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0036).

Top Gun Aviation Inc.,* Hammond, Louisiana, has been awarded a maximum $6,651,482 fixed-price with economic-price-adjustment contract for jet fuel.  This contract was a sole-source acquisition.  This is a four-year base contract.  Location of performance is Louisiana with a March 31, 2019, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0038).

ARMY

Massillon Construction and Supply LLC,* Massillon, Ohio (W91237-15-D-0005) and Mi-De-Con Inc.,* Ironton, Ohio (W91237-15-D-0004) were awarded a $15,000,000.00 firm-fixed-price contract with options for various small construction projects within the Great Lakes and Ohio River Division of the Corps of Engineers withDepartment of the Army an estimated completion date of March 2, 2018. Bids were solicited via the Internet with eight received. Funding will be determined with each order. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.

UPDATE: ECS Federal Inc., Fairfax, Virginia (W52P1J-15-D-0023); Deloitte Consulting LLP, New York, New York (W52P1J-15-D-0024); and LOGC2,* Huntsville, Alabama (W52P1J-15-D-0025) have been added as awardees to a previously announced (March 21, 2014) maximum $461,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity task order contract for program management support services for the Program Executive Office Enterprise Information Systems headquarters, directorates, project and product offices and related organizations. These contractors are being added to the previously awarded suite of contracts due to corrective action. Funding and work location will be determined with each order with an estimated completion date of Feb. 26, 2020. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

160px-Special_Operations_Specops_Army.svgSPECIAL OPERATIONS COMMAND

Johns Hopkins University Applied Physics Laboratory, a university affiliated research center in Laurel, Maryland, is being awarded an indefinite-delivery, indefinite-quantity contract with a maximum value of $405,000,000 for theoretical analyses, exploratory studies, and/or experiments in various fields of science and technology; and engineering and/or developmental work for the practical application of investigative findings and theories of a scientific or technical nature through employment of their eight core competencies in support of U.S. Special Operations Command. The work will be performed in Laurel, Maryland, and is expected to be completed by February 2020. Fiscal 2015 research, development, test and evaluation funds in the amount of $656,428 are being obligated at time of award. Contract funds will not expire as the end of the current fiscal year. The award is the result of a sole source acquisition. U.S. Special Operations Command is the contracting agency (H92222-15-D-0004).

NAVY

Sierra Nevada Corp., Rancho, California, is being awarded a $27,919,007 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00174-09-D-0003) to exercise option year four for the procurement and support of the transmitting set, countermeasures AN/PLT-5 to support explosive ordnance disposal personnel. The AN/PLT-5 is a man-portable system in support of the Joint Service Explosive Ordnance Disposal Counter Radio Controlled Improvised Explosive Device Electronic Warfare program. Work will be performed in Rancho, California, and is expected to be completed by March 2016. No funds will be obligated at the time of this action and contract funds will600px-US-DeptOfNavy-Seal.svg 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.

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $23,150,000 modification to previously awarded contract (N00024-09-C-2116) to continue construction preparation efforts for CVN 79. This modification allows continuation of ongoing planning, construction and material procurement that are aligned with the optimal build plan for the ship, and it affords an opportunity for the shipbuilder to incorporate further construction process improvements into the construction plan. Work will be performed in Newport News, Virginia, and is expected to be complete by October 2017. Fiscal 2015 shipbuilding and conversion (Navy) and 2015 research, development, test and evaluation funding in the amount of $23,150,000 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 Navy Yard, Washington, District of Columbia, is the contracting activity.

DRS Laurel Technologies Inc., Johnstown, Pennsylvania, is being awarded an $11,568,943 firm-fixed-price and time and materials contract for AN/USQ-82(V) Gigabit Ethernet Data Multiplex System hardware and installation and checkout repair for DDG 51 Flight I/II and IIA modernization, DDG 51 Class new construction, AEGIS Ashore, Australian Air Warfare Destroyer, Land Based Engineering Site, and other designated projects. This contract includes options which, if exercised, would bring the cumulative value of this contract to $28,510,531. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by June 2016. If options are exercised, work will continue through March 31, 2020. Fiscal 2015 other procurement (Navy) and fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $11,568,943 will be obligated at the time of award. No contract funds 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 (N00024-15-C4204).

The Boeing Co., Huntington Beach, California, is being awarded a $9,958,461 firm-fixed-price and time and materials contract for AN/USQ-82(V) Gigabit Ethernet Data Multiplex System hardware and installation and checkout repair for DDG 51 Flight I/II and IIA modernization, DDG 51 Class new construction, AEGIS Ashore, Australian Air Warfare Destroyer, Land Based Engineering Site, and other designated projects. This contract includes options which, if exercised, would bring the cumulative value of this contract to $27,535,133. Work will be performed in Huntington Beach, California, and is expected to be completed by June 2016. If options are exercised, work will continue through Sept. 30, 2020. Fiscal 2014 and 2015 other procurement (Navy) and fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $9,958,461 will be obligated at the time of award. No contract funds 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 (N00024-15-C4205).

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded an $8,431,030 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0022) to exercise an option for delivery of one Bell 407 Analog Helicopter, and preservation and storage of seven aircraft in support of the endurance upgrade of the MQ-8C Fire Scout. Work will be performed in Ozark, Alabama, and is expected to be completed in September 2015. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $8,431,030 will be 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.

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $7,067,175 modification to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0026) for retrofit modifications to the F-135 propulsion system, including production thrust recovery and integrated power package manifold. Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed in December 2016. Fiscal 2013 aircraft procurement (Air Force) funds in the amount of $3,568,757 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($3,568,757; 50 percent); the U.S. Navy ($3,445,521; 49 percent); and the international partners ($52,897; 1 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

pitanim

beenetworknews.com nation list.docx


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $485,000,000 firm fixed price with minimal cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. Contractor will provide multiple Sniper advanced targeting pods including initial spares, 1K forward-looking infrareds, and two-way data links. It also includes other items as specified in the contract. Work will be performed at Orlando, Florida, and is expected to be complete by March 26, 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,356px-Seal_of_the_US_Air_Force.svg is the contracting activity (FA8540-15-D-0001).

Carnegie Mellon University, Software Engineering Institute, Pittsburgh, Pennsylvania, has been awarded a $70,086,525 modification (P00139) to previously awarded contract FA8721-05-C-0003 for a ceiling increase and period of performance extension. The ceiling increase is required due to an increase in research and development requirements for non-Department of Defense work, work in support of classified and unclassified missions, and work on software programs. The period of performance extension is required to allow services to be continued or to be completed without a break in service. Work will be performed at Pittsburgh, Pennsylvania, and is expected to be complete by June 30, 2016. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

The Boeing Co., St. Louis, Missouri, has been awarded a $28,460,408 modification (P00078) to exercise the option on contract FA8678-10-C-0100 for purchase of QF-16 Full-Scale Aerial Target (FSAT) Lot 3. This option is for the purchase of 25 QF-16 FSATs and 25 four-year warranties of the QF-16 drone-peculiar equipment. Work will be performed at Cecil Field, Florida, and is expected to be complete by Oct. 31, 2017. Fiscal 2014 and 2015 procurement funds in the amount of $28,460,408 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Aerospace Testing Alliance, Tullahoma, Tennessee, has been awarded a $15,461,483 cost-plus-award-fee modification (P00349) to previously awarded contract F40600-03-C-0001. Contractor will increase the workload for the operations, maintenance, information management and support of Arnold Engineering Development complex. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be complete by Sept. 30, 2015. No funds are being obligated at the time of award. Air Force Test Center, Arnold Air Force Base Tennessee, is the contracting activity.

Newbegin Enterprises, Inc.,* Johnson City, Tennessee, has been awarded a $15,000,000 modification (P00007) to exercise the option on previously awarded contract FA4803-11-D-0001 for Air Forces Central Command (AFCENT) Internet-based contractor operated parts store. Contractor will provide automotive and related vehicle parts, automotive chemicals, corrosion control materials, upholstery material, and accessories for AFCENT vehicles and equipment located in the AFCENT area of responsibility. Work will be performed at Johnson City, Tennessee, and is expected to be complete by March 31, 2016. Funds will be obligated on individual delivery orders. The 20th Contracting Squadron, Shaw Air Force Base, South Carolina, is the contracting activity.

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded an $8,906,093 undefinitized contract action. Contractor will provide the Royal Jordanian Air Force, through a third party transfer, 10 United Kingdom Sniper advanced targeting pods with compact multiband datalink, digital data recorder with associated global scope software and data logger modules. Sniper advanced targeting pod system is integrated with F-16 aircraft to provide electro-optical and infrared imagery. Work will be performed at Orlando, Florida, and is expected to be complete by Nov. 27, 2016. This contract involves foreign military sales. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-15-C-0009).

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $6,502,584 modification (P00003) to previously awarded contract FA5641-15-C-0001 for base maintenance and operations services in Spain. Contractor will provide contingency support for the Marine Corps. Work will be performed at Moron, Spain, and is expected to be complete by March 27, 2016. Fiscal year 2015 operations and maintenance funds in the amount of $3,400,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 764th Specialized Contracting Squadron, Kaiserslautern, Germany, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

ADGC Bonita Pipeline JV,* Santee, California (N62473-15-D-2419); CJW Construction Inc.,* Santa Ana, California (N62473-15-D-2420); Kear Civil Corp.,* Phoenix, Arizona (N62473-15-D-2421); Martin Brothers Construction,* Sacramento, California (N62473-15-D-2422); and Orion Construction Corp.,* Vista, California (N62473-15-D-2423), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, repair and renovation, of wet utilities projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all five contracts combined is $99,000,000. The work to be performed provided for new construction, repair and renovation, primarily by design-build or secondarily by design-bid-build, of wet utilities projects. Types of projects may include, but are not limited to: water, steam, wastewater, storm sewer, pumping stations, treatment plants, storage tanks, and related work. All structures (including buildings) that are integral parts of the water, steam, and wastewater networks are included. Work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of March 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as a set-aside for small businesses via the Federal Business Opportunities website with 11 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contracts. No task orders are being issued at this time. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

A&D GC Inc.,* Santee, California (N62473-15-D-2403); Bristol General Contractors LLC,* Anchorage, Alaska (N62473-15-D-2404); Cox Construction Co.,* Vista, California (N62473-15-D-2405); I.E.-Pacific Inc.,* Escondido, California (N62473-15-D-2406); Insight Pacific LLC,* Anaheim, California (N62473-15-D-2407); and Penick Nordic JV IV,* La Mesa, California (N62473-15-D-2418), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction and repair of general building construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000. The work to be performed provides for new construction and repair within the North American Industry Classification System Code 236220, primarily by design-build or secondarily by design-bid-build, of general building construction. Types of projects may include, but are not limited to: administration buildings, school buildings, hospitals, auditoriums, fire stations, gymnasiums, office buildings, hangars, laboratories, and parking structures. Work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of March 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $30,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as a set-aside for small businesses via the Federal Business Opportunities website, with 42 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. No task orders are being issued at this time. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $93,553,851 modification to a previously awarded indefinite-delivery, requirements contract (N00019-14-D-0016) to exercise an option to provide intermediate, depot level maintenance and related logistics support for approximately 223 in-service T-45 F405-RR-401 Adour engines and MKII gas turbine starters. Work will be performed at the Naval Air Station (NAS) Meridian, Mississippi (47 percent); NAS Kingsville, Texas (46 percent); NAS Pensacola, Florida (6 percent); and NAS Patuxent River, Maryland (1 percent), and is expected to be completed in March 2016. No funds will 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 activity.

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $51,642,334 modification to previously awarded contract (N00024-14-C-5106) for fiscal 2015 Aegis Modernization (AMOD) production requirements. This contract modification is for the production of Multi-Mission Signal Processor equipment sets; Ballistic Missile Defense 4.0.2 equipment; Aegis Weapon System AMOD Upgrade equipment; and associated spares, special tooling, and test equipment, to support the fielding of AMOD capabilities to the fleet. Work will be performed in Moorestown, New Jersey (54 percent); Clearwater, Florida (45 percent); and Owego, New York (1 percent), and is expected to be completed by July 2017. Fiscal 2015 other procurement (Navy) and fiscal 2015 Defense-wide procurement funding in the amount of $51,642,334 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Baltimore, Maryland, is being awarded a $19,026,599 task order under previously awarded basic ordering agreement (BOA) (N00024-12-G-4329) for littoral combat ship fleet maintenance sustainment support. The BOA was initially awarded to Lockheed Martin for the design and construction of the Freedom-class littoral combat ship. Lockheed Martin currently administers and performs fleet maintenance requirements through both the use of its resources and the original equipment manufacturer, and the use of nationwide subcontractors that are capable of working on systems and subsystems. Work will be performed in San Diego, California, and is expected to be completed by September 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $19,026,599 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 ordering/contracting activity.

Exelis Inc., Information Systems Division, Herndon, Virginia, is being awarded an $18,240,767 modification to previously awarded contract (N00174-11-D-0002) to exercise option four for the continued procurement of post-production maintenance support of Navy crew fixed site systems. This action is to fulfill a requirement for equipment, maintenance and support for the Joint Service Explosive Ordnance Disposal Counter Radio Controlled Improvised Explosive Device Electronic Warfare (JSEOD CREW) program. The JSEOD CREW program provides all military explosive ordnance disposal services with a new electronic warfare capability to counter the threat from improvised explosive devices. Work will be performed in Boalsburg, Pennsylvania, and is expected to be completed by March 2016. No funds are being obligated at the time of award. No contract funds will 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.

Raytheon Co., Integrated Defense Systems, Sudbury, Massachusetts, is being awarded a $16,663,927 firm-fixed-price delivery order under previously awarded basic ordering agreement (N00024-14-G-5105) for fiscal 2015 Aegis modernization production requirements. This delivery order covers the production of Multi-Mission Signal Processor Ordnance Alteration (ORDALT) kits, kill assessment system ORDALT kits and spares, radio frequency coherent combiner kits, high voltage power supply sidewall capacitors, traveling waves tube monitoring circuits, and stabilized master oscillator ORDALT kits, as well as test and installation efforts, in support of the Aegis Modernization (AMOD) program. The AMOD program fields combat system upgrades that will enhance the anti-air warfare and Ballistic Missile Defense capabilities of Aegis-equipped Arleigh Burke-class destroyers and Ticonderoga-class cruisers. This delivery order includes options which, if exercised, would bring the cumulative value of this delivery order to $24,821,438. Work will be performed in Norfolk, Virginia (42 percent); Andover, Massachusetts (38 percent); Burlington, Massachusetts (12 percent); and Sudbury, Massachusetts (8 percent), and is expected to be completed by May 2017. Fiscal 2015 other procurement (Navy); fiscal 2015 Defense-wide procurement and fiscal 2015 research, development, test and evaluation funding in the amount of $16,663,927 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Co., Integrated Defense Systems, San Diego, California, is being awarded a $16,091,864 modification to previously awarded contract (N00024-14-C-5128) to exercise an option for continuing platform systems engineering agent support of the Ship Self Defense System (SSDS) MK 2 development for aircraft carrier/amphibious Modernization Advanced Capability Build (ACB) 12/Technical Insertion 12 (ACB12/TI12). Work to be performed includes the achievement of key milestones for non-recurring platform systems engineering to further mature the ACB 12, a tactical product. ACB 12 is slated for deployment, initially on CVN 78, CVN 72, and LHD 2, then to be extended to CVN 73 and other SSDS MK 2 enabled platforms. Work will be performed in San Diego, California (90 percent); Tewksbury, Massachusetts (2.5 percent); Portsmouth, Rhode Island (2.5 percent); St. Petersburg, Florida (2.5 percent); and Tucson, Arizona (2.5 percent); and is expected to be completed by December 2015. Fiscal 2011 shipbuilding and conversion (Navy) and fiscal 2015 research, development, test and evaluation funding in the amount of $1,187,942 will be obligated at time of award. Funds in the amount of $977,942 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Manassas, Virginia, is being awarded not-to-exceed $9,078,625 for delivery order 1195 under previously awarded basic ordering agreement (N00104-10-G-A109) for the repair of the AN/UYQ-70 advanced display system and the Navy’s current generation of commercial-off-the-shelf display and processor systems for tactical and command, control, communication, computer intelligence (C41) 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 Virginia Beach, Virginia (10 percent), and various Lockheed Martin repair units located throughout the U.S. (90 percent), and work is expected to be completed by April 2016. Fiscal 2015 working capital funds (Navy) in the amount of $4,448,526 will be obligated at the time of award and these funds will not expire before the end of the current fiscal year. One company was solicited for the non-competitive requirement and one offer was received in response to this solicitation in accordance with 10 U.S.C. 2304(c)(1). The Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-10-G-A-109).

BAE Systems, Honolulu, Hawaii, is being awarded an $8,433,456 modification to previously awarded contract (N00024-14-C-4412) to support the repair and alteration of USS O’Kane (DDG 77). USS O’Kane is undergoing a scheduled drydocking selected repair availability which is the opportunity in the ship’s life cycle to primarily conduct repair and alteration to systems and hull not available when the ship is waterborne. Work is being performed in Honolulu, Hawaii, and is expected to complete by November 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $8,433,456 will be obligated at time of award and will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

iGov Technologies Inc., Reston, Virginia, is being awarded a $7,400,323 firm-fixed-price task order under a previously awarded NASA contract (NNG07DA27B) for Marine Corps Enterprise Network (MCEN) Secret Internet Protocol Router (SIPR) (MCEN-S) Enterprise Service Stacks (ESS). The scope of this effort includes procuring and delivery of a technical solution, (i.e., hardware, software, and infrastructure), support services, user training, and lifecycle sustainment support to replace MCEN SIPR ESS. This task order includes options which, if exercised would bring the cumulative value of this order to $9,341,310. Work will be performed at Marine Corps Base Quantico, Quantico, Virginia (44 percent); Camp Pendleton, California (14 percent); Camp Lejeune, North Carolina (7 percent); Camp Foster, Okinawa, Japan (7 percent); Enterprise IT Center, Kansas City, Missouri (7 percent); Panzerkaserne-Barracks, Boblingen, Germany (7 percent); Marine Corps Base Kaneohe Bay, Kaneohe Bay, Hawaii (7 percent); and Marine Forces Reserve, New Orleans, Louisiana (7 percent). Work is expected to be completed on March 31, 2020. Fiscal 2013 procurement (Marine Corps) funds in the amount of $7,400,323 will be obligated at the time of award and will expire at the end of the current fiscal year. This task order was competitively procured through the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement Contract Holders; with four offers received. Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-15-F-4444).

SPECIAL OPERATIONS COMMMAND

General Electric Aviation, Cincinnati, Ohio, is being awarded a $91,910,570, indefinite-delivery/indefinite-quantity contract to provide life cycle contractor support160px-Special_Operations_Specops_Army.svg for the YT706-GE-700 engine and components for the Technology Applications Program Office at U.S. Special Operations Command. The majority of the work will be performed in Cincinnati, Ohio, and is expected to be completed by March 31, 2020. Fiscal 2015 operations and maintenance in the amount of $2,350,800 are being obligated at the time of award to fund Task Order 0001, which is anticipated to be effective on April 1, 2015, as a firm-fixed-price order. This contract was awarded through non-competitive award in accordance with FAR 6.302-1. U.S. Special Operations Command is the contracting activity (H92241-15-D-0002.)

Department of the ArmyARMY

Textron Systems, Unmanned Systems, Hunt Valley, Maryland, was awarded a $51,762,329 modification (P00025) to contract W58RGZ-14-C-0001 for performance based logistics and operational support for Shadow tactical unmanned aircraft systems for the Army and Marine Corps. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $45,404,029 were obligated at the time of the award. Estimated completion date is Oct. 31, 2015. Work will be performed in Hunt Valley, Maryland, Afghanistan, and Iraq. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Corp, Gaithersburg, Maryland, was awarded a $35,572,000 order dependent contract with options for information management and information technology services supporting the Army Corps of Engineers Information Technology to include headquarters, divisions, districts, centers and field operating activities. Funding and work location will be determined with each order with an estimated completion date of July 31, 2015. One bid was solicited with one received. Army Corps of Engineers Information Technology, Vicksburg, Mississippi, is the contracting activity (W91WMC-15-D-0001).

Raytheon Co., Tucson, Arizona, was awarded a $25,000,000 cost-plus-fixed-fee contract for engineering services for the M982 Excalibur program. Funding and work location will be determined with each order with an estimated completion date of March 26, 2020. One bid was solicited with one received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0019).

Northern Construction LLC, Ogden, Utah, was awarded a $122,777,054 firm-fixed-price contract to design and construct a fire crash rescue facility. Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of March 26, 2017. Bids were solicited via the Internet with two received. Fiscal 2015 other procurement funds in the amount of $122,777,054 are being obligated at the time of the award. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-15-C-0001).

Amherst Madison, Charleston, West Virginia (W91237-15-D-0007), and the Neighborgall Construction Co.,* Huntington, West Virginia (W91237-15-D-0008), were awarded a $10,000,000 firm-fixed-price contract with options for small construction projects within the boundaries of the Great Lakes and Ohio River Division, Corps of Engineers. Funding and work location will be determined with each order with an estimated completion date of March 26, 2020. Bids were solicited via the Internet with two received. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.

Deco Tool Supply Co.,* Davenport, Iowa, was awarded a $9,789,286 firm-fixed-price indefinite-delivery/indefinite-quantity contract for a mobile metal working shop and tools to fabricate metal repair parts in the field. Funding and work location will be determined with each order with an estimated completion date of March 26, 2020. Bids were solicited via the Internet with two received. Army Contracting Command – Joint Manufacturing and Technology Center, Rock Island, Illinois, is the contracting activity (W9098S-15-D-0016).

CJW Construction Inc., * Santa Ana, California, was awarded an $8,343,200 firm-fixed-price contract for maintenance dredging of the Houston ship channel. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 30, 2015. Bids were solicited via the Internet with four received. Fiscal 2014, 2015 operations and maintenance (Army) funds in the amount of $8,343,200 are being obligated at the time of the award. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-15-C-0011).

DEFENSE LOGISTICS AGENCY

Northrup Grumman Aerospace Systems, El Segundo, California, has been awarded a maximum $12,134,980 firm-fixed-price delivery order against a basicDefense_Logistics_Agency ordering agreement for aircraft vertical stabilizers. This was a sole source award. Location of performance is California with an October 2019 completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. (SPRPA1-11-G-002Z)

 

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Kaman Precision Products Inc., Orlando, Florida, has been awarded a $58,057,125 firm-fixed-price modification (P00028) to previously awarded contract FA8681-13-C-0029 for Lot 12 production of Joint Programmable Fuze systems. Contractor will provide an additional quantity of 15,742 state-of-the-art fuze systems being produced under the basic contract. Work will be performed at Orlando, Florida, and is expected to be complete by April 30, 2017. Fiscal 2013, 2014 and 2015 ammunition procurement funds in in the amount of $45,635,806 and fiscal 2015 overseas contingency operations funds in the amount of $12,421,319 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Goodwill Industrial Services Corp., Colorado Springs, Colorado, has been awarded a $31,754,270 indefinite-delivery/indefinite-quantity and firm-fixed-price contract for base and dormitory custodial services. Contractor will provide janitorial and custodial services to cadets, active-duty military members, civilian employees and contractor employees. Work will be performed at the U.S. Air Force Academy, Colorado, and is expected to be complete by March 31, 2022. This award is the result of a sole-source acquisition in accordance with Federal Acquisition Regulations Subpart 8.7 – Acquisition from Nonprofit Agencies Employing People Who Are Blind or Severely Disabled. Fiscal 2015 operations and maintenance funds in the amount of $4,245,090 are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-15-D-0004).

National Test Pilot School, Mojave, California, has been awarded a $22,486,003 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Contractor will provide test pilot professional, flight test engineer and/or weapon systems officer professional training to Israeli Air Force personnel. Work will be performed at Mojave, California, and is expected to be complete by March 31, 2020. This contract involves foreign military sales to Israel. This award is the result of a country directed sole-source acquisition. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-15-D-0003).

ARMY

Environet Inc,* Kamuela, Hawaii (W12QR-15-D-0019); T & T Construction Enterprises LLC,* Leitchfield, Kentucky (W912QR-15-D-0020); Q.B.S. Inc.,* Alliance, Ohio (W912QR-15-D-0021); SAF Inc.,* Akron, Ohio (W912QR-15-D-0022); and Fortis Networks Inc.,* Phoenix, Arizona (W912QR-15-D-0023), were awarded a $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, task order contract for the operation, maintenance, and construction of civil and military projectsDepartment of the Army within the Great Lakes and Ohio River Division mission boundaries of the Army Corps of Engineers. Work location and funding will be determined with each order with an estimated completion date of March 25, 2020. Bids were solicited via the Internet with 12received. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity.

General Dynamics C4 Systems, Scottsdale, Arizona, was awarded a $37,276,895 cost-plus-fixed-fee contract for software sustainment, logistics documentation, hardware, and enhancements to support the AN/PRC-154 and AN/PRC-154A versions of the Rifleman Radio. Work will be performed in Scottsdale, Arizona, with an estimated completion date of March 31, 2016. One bid was solicited with one received. Fiscal 2013, 2014, and 2015 other procurement (Army) funds in the amount of $37,576,895 are being obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-15-C-0005).

General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $12,597,837 modification (P00015) to contract W91RUS-12-C-0011 to provide brigade and battalion administrative, operations, and logistics staff support to the 160th Signal Brigade and its subordinate commands within the CENTCOM area of responsibility. Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,597,837 were obligated at the time of the award. Estimated completion date is March 31, 2016. Work will be performed in Kuwait, Qatar and Afghanistan. Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

Weeks Marine Inc., Covington, Louisiana, was awarded a $9,221,600 firm-fixed-price contract for construction and repair of existing earthen levees and stone dikes and subsequent hydraulic cutterhead dredging of borrow sites in Lake Pontchartrain. Work will be performed in St. John the Baptist Parish, Louisiana, with an estimated completion date of Nov. 30, 2015. Bids were solicited via the Internet with eight received. Fiscal 2015 military construction funds in the amount of $9,221,600 are being obligated at the time of the award. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-15-C-0021).

TSI Corp., Las Vegas, Nevada, was awarded a $9,112,856 modification (P00008) to contract W9124J-12-D-0012 to support the Ft. Hood Directorate of Public Works. Funding and exact work location will be determined with each order. Estimated completion date is March 31, 2017. Army Contracting Command, Ft. Hood, Texas, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $9,018,094 modification (P00021) to contract W56HZV-14-C-B019 to upgrade Stryker flat bottom vehicles to the Double V hull engineering change proposal configuration. Fiscal 2015 research, development, testing and evaluation funds in the amount of $9,018,094 were obligated at the time of the award. Estimated completion date is Nov. 26, 2018. Work will be performed in Sterling Heights, Michigan. Army Contracting Command, Warren, Michigan, is the contracting activity.

Stantec Consulting Services Inc, Raleigh, North Carolina, was awarded a $8,000,000 firm-fixed-price contract with options for miscellaneous architect-engineering services (large projects) for use on federal projects primarily at Ft. Bragg, and federal projects under the jurisdiction of the Savannah District or if requested, for other Army Corps of Engineers districts. Work location and funding will be determined with each order with an estimated completion date of March 25, 2019. Bids were solicited via the Internet with 29 received. Army Contracting Command, Savannah, Georgia, is the contracting activity (W912HN-15-D-0010).

Department of the ArmyNAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $26,000,000 ceiling-priced undefinitized contract action for critical missile subassemblies and supporting components for 300 Lot 15 AIM-9X missiles for the Navy and Air Force. Work will be performed in Keyser, West Virginia (42.3 percent); Santa Clarita, California (34.6 percent); and Hillsboro, Oregon (23.1 percent), and is expected to be completed in December 2017. Fiscal 2015 missile procurement (Air Force) and weapons procurement (Navy) funds in the amount of $11,404,620 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C 2304(c)(1). This contract combines purchases for the Air Force ($16,755,556; 64.44 percent) and Navy $9,244,444; 35.56 percent). 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 $16,771,463 modification to previously awarded cost-plus-award-fee/incentive-fee contract (N00024-10-C-4407) for USS San Diego (LPD 22) fiscal 2015 selected restricted availability. A select 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 $18,796,615. Work will be performed in San Diego, California, and is expected to be completed by November 2015. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $16,771,463 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.

Raytheon Co., El Segundo, California, is being awarded $16,380,000 for firm-fixed-price delivery order 0062 against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of six AN/APG-79 Active Electronically Scanned Array radar systems in support of the F/A-18 E/F aircraft. Work will be performed in Forest, Mississippi (50 percent); Andover, Massachusetts (30 percent); and El Segundo, California (20 percent), and is expected to be completed in March 2017. Fiscal 2013 aircraft procurement (Navy) funds in the amount of $16,380,000 are being obligated on this 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.

DZSP 21 LLC, Marlton, New Jersey, is being awarded $13,861,642 for modification P00066 under a previously awarded cost-plus-award-fee contract (N40192-13-C-3001) to exercise an option for base operations support services at Joint Region Marianas. The work to be performed provides for general management and administration services; port operations; ordnance; supply material management; facility management; facility investment; electrical; wastewater; steam; water; base support vehicles and equipment; and environmental. After award of this option, the total cumulative contract value will be $869,433,858. Work will be performed at various installations in the U.S. territory of Guam, and work under this option period is expected to be completed June 2015. Fiscal 2015 working capital funds (Navy, Transportation, Defense); fiscal 2015 operation and maintenance (Navy, Air Force, Army, Air National Guard, and Defense); fiscal 2015 family housing operation and maintenance (Navy); fiscal 2015 Defense Health Program funds; and fiscal 2015 Defense Commissary Agency account contract funds in the amount of $13,296,230 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

DEFENSE HEALTH AGENCY

TCoombs & Associates LLC, doing business as TCAssociates, Springfield, Virginia, was awarded an $8,531,500, firm-fixed-price, sole-source follow-on under contract number HT0011-15-C-0007. This requirement is for services to allow for the continuation of operational support of Tri-Service Workflow, Defense Health Agency Solutions Delivery, Process Integration Branch, which includes operational support and sustainment for currently existing military treatment facilities (MTFs) with Tri-Service Workflow products. Services include identifying and documenting existing clinical workflows and processes; with the purpose of refining these processes to improve patient care. The contractor will ensure the target information architecture and shall be responsible for transforming MTF workflow processes. Work will be performed in Falls Church, Virginia, with an estimated completion date of March 13, 2016. The Defense Health Agency, Contracts Operations Division – Falls Church, Virginia is the contracting activity (Awarded March 12, 2015).

DEFENSE LOGISTICS AGENCY

Sterlingwear of Boston Inc.,** East Boston, Massachusetts, has been awarded a maximum $6,787,668 modification (P00006) exercising the first one-year optionDefense_Logistics_Agency period of a one-year base contract (SPE1C1-15-D-1008) with four one-year option periods for uniformed police field jackets. This is a firm-fixed-price contract. Location of performance is Massachusetts with a March 31, 2016, performance completion date. Using service is Afghanistan National Police. Type of appropriation is fiscal year 2015 foreign military sales. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Gemini Industries Inc., Burlington, Massachusetts (FA8721-15-D-0001); PE Systems Inc., Fairfax, Virginia (FA8721-15-D-0002); SpectrumS4, Burlington, Massachusetts (FA8721-15-D-0003); Windmill International Inc., Nashua, New Hampshire (FA8721-15-D-0004); Odyssey Systems Consulting Group LTD, Wakefield, Massachusetts (FA8721-15-D-0005); Quantech Services Inc., Lexington, Massachusetts (FA8721-15-D-0006); P3I Inc., Hopkinton, Massachusetts (FA8721-15-D-0007); Creative Computing Solutions Inc., Rockville, Maryland (FA8721-15-D-0008); Abacus Technology Corp., Chevy Chase, Maryland (FA8721-15-D-0009) and Oasis Systems LLC, Lexington, Massachusetts (FA8721-15-D-0010), have been awarded a $851,000,000 indefinite-delivery/indefinite-quantity contract for engineering and technology acquisition support services. Contractor will provide disciplined systems/specialty engineering and technical/information assurance services, support, and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts; Lackland Air Force Base, Texas; Randolph Air Force Base, Texas; Maxwell Air Force Base-Gunter Annex, Alabama; and Wright-Patterson Air Force Base, Ohio. Additionally, support services may be required to be provided at various U.S. and international operating locations and is expected to be complete by March 26, 2018. This award is the result of a competitive small business set-aside acquisition with 10 offers received. Funds will be obligated with individual task orders. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $157,500,000 firm-fixed-price, prime vendor contract for maintenance, repair, and operations tailored logistics support program for the Northwest region. Estimated value cited is based on demand quantities for the life of the contract. This contract was a competitiveDefense_Logistics_Agency acquisition and 10 offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Illinois, with a March 24, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0024).

Philips Medical Systems, Andover, Massachusetts, has been awarded a maximum $77,172,660 modification (P00107) exercising the sixth one-year option period of a one-year base contract (SPM2D1-09-D-8349) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts, and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Massachusetts, with a March 29, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Department of the ArmyARMY

Trend Construction Inc.,* Orlando, Florida, was awarded a $95,000,000 firm-fixed-price contract with options for general construction and design/build construction for the South Atlantic Division, Army Corps of Engineers. Work location and funding will be determined with each order with an estimated completion date of March 24, 2019. Bids were solicited via the Internet with 44received. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-D-0001).

Northrop Grumman Technical Services, Sierra Vista, Arizona, was awarded a $48,691,384 modification (P00033) to contract WR8RGZ-13-C-0010 to continue contractor logistic services for the Hunter unmanned aircraft system. Fiscal 2015 operations and maintenance (Army) funds in the amount of $27,745,692 were obligated at the time of the award. Estimated completion date is March 29, 2016. Work will be performed in Sierra Vista, Arizona, and Afghanistan. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Smiths Detection, Edgewood, Maryland, was awarded a $23,275,693 modification (P00049) to contract W911SR-07-C-0080 to purchase 5,001 M4A1 joint chemical agent detectors; 1,879 communication adapters; and 2,501 Stryker communication adapters. Fiscal 2014 and fiscal 2015 other procurement (Army) funds in the amount of $23,275,693 were obligated at the time of the award. Estimated completion date is Sept. 30, 2017. Work will be performed in Edgewood, Maryland. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Cubic Applications Inc., San Diego, California, was awarded a $9,380,631 modification (P00009) to contract W91QVN-14-C-0033 for the operation of the Korea Battle Simulation Center. Fiscal 2015 operations and maintenance (Army) funds in the amount of $4,404,196 were obligated at the time of the award. Estimated completion date is March 31, 2016. Work will be performed in Korea. Army Contracting Command, Yongsan, Korea, is the contracting activity.

NAVY

Northrop Grumman Systems Corp., St. Augustine, Florida, is being awarded a $42,096,911 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-14-D-0022) to provide depot level maintenance and services in support of 44 F-5N/F aircraft for the Navy and Marine Corps Reserves. Services to be provided include aircraft inspections, repairs, overhauls, emergency repairs, modification, engineering support and procurement of structural components600px-US-DeptOfNavy-Seal.svg required to sustain continued safe, reliable, and available operations. Work will be performed in St. Augustine, Florida (96 percent); Springville, Utah (3 percent); and Emmen, Switzerland (1 percent), and is expected to be completed in March 2016. Fiscal 2015 operations and maintenance (Navy Reserve) and 2013 National Guard and Reserve equipment funds in the amount of $2,499,866 are being 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.

Tactical Engineering & Analysis Inc.,* San Diego, California, is being awarded a potential $19,651,998 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide tactical data link systems support to include research; systems engineering; software engineering; configuration management; human factors engineering for software design; system level hardware and software integration; test analysis and reporting; and quality assurance support. This is one of three multiple award contracts. Each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which, if exercised, would bring the potential value of this contract to $33,275,314. Work will be performed San Diego, California, and work is expected to be completed March 24, 2018. No funding will be obligated at the time of award. Funding will be obligated via task orders are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include research, development, test and evaluation, foreign military sales, and operations and maintenance (Navy). This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0073).

Computer Sciences Corp., San Diego, California, is being awarded a potential $17,844,438 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to provide tactical data link systems support to include research; systems engineering; software engineering; configuration management; human factors engineering for software design; system level hardware and software integration; test analysis and reporting; and quality assurance support. This is one of three multiple award contracts. Each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which, if exercised, would bring the potential value of this contract to $30,136,398. Work will be performed in San Diego, California, and work is expected to be completed March 24, 2018. No funding will be obligated at the time of award. Funding will be obligated via task orders are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include research, development, test and evaluation, foreign military sales, and operations and maintenance (Navy). This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0072).

Odyssey Systems Consulting Group, Wakefield, Massachusetts, is being awarded a potential $16,023,035 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide tactical data link systems support to include research; systems engineering; software engineering; configuration management; human factors engineering for software design; system level hardware and software integration; test analysis and reporting; and quality assurance support. This is one of three multiple award contracts. Each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which, if exercised, would bring the potential value of this contract to $27,128,654. Work will be performed in Wakefield, Massachusetts (20 percent), and San Diego, California (80 percent), and work is expected to be completed March 24, 2018. No funding will be obligated at the time of award. Funding will be obligated via task orders are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include research, development, test and evaluation, foreign military sales, and operations and maintenance (Navy). This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0074).

Beechcraft Corp., Wichita, Kansas, is being awarded an $11,703,143 firm-fixed-price contract for the procurement of one UC-12W aircraft for the Navy, including engineering technical services. Work will be performed in Wichita, Kansas, and is expected to be completed in July 2016. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $11,703,143 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-2017).

Wartsila Defense Industries, Chesapeake, Virginia, is being awarded $7,602,804 for firm-fixed-price task order 0003 under a previously awarded contract (N00025-13-D-0001) for water jet alterations and repairs for the Improved Navy Lighterage System (INLS). The work to be performed provides for water jet condition assessments, alterations, repairs, and inventory parts management for the INLS. Work will be performed in Jacksonville, Florida (86 percent), Norfolk, Virginia (13 percent), and San Diego, California (one percent), and is expected to be completed by March 2016. Fiscal 2014 and fiscal 2015 other procurement (Navy) and fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,602,804 are being obligated on this award; of which $35,000 will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity.

Correction: Space and Naval Warfare Systems Command contracts awarded March 23 to Lafayette Group Inc.,* Vienna, Virginia (N66001-15-D-0028) $92,739,725, and Science Applications International Corp., McLean, Virginia (N66001-15-D-0029) $83,818,576, both should have stated the completion date as March 22, 2020.

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

Northrop Grumman Aerospace Systems of Redondo Beach, California, has been awarded a maximum $21,803,101 modification (P00308) to the previously awarded contract to provide on-orbit operations and sustainment for the Space Tracking and Surveillance System. The modification brings the total cumulative face value of the cost-plus-award-fee contract to $2,386,832,669 from $2,365,029,568. Work will be performed at the Missile Defense Space Center at Colorado Springs, Colorado, and at Northrop Grumman Aerospace Systems in Redondo Beach, California, with an expected completion date of March 31, 2016. Fiscal year 2015 research and development funds in the amount of $10,616,237 are being obligated at time of award. The Missile Defense Agency, Colorado Springs, Colorado, is the contracting activity (F04701-02-C-0009).

DEFENSE COMMISSARY AGENCY

Spokane Produce, Spokane, Washington, is being awarded an estimated $14,598,051 indefinite-delivery, requirements type contract to provide fresh fruits and vegetables (FF&V), packaged salads, live potted plants and ornamental produce for resale at nine commissary store locations (Area 4, Group 1) in the Defense Commissary Agency’s West Area. The contractor will deliver FF&V, packaged salads,Defense_Commissary_Agency_logo live potted plants and ornamental produce to the store locations as needed. The contract is for a 24-month base period beginning March 29, 2015, through March 28, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed March 28, 2020. Contract funds will not expire at the end of the current fiscal year. Seventeen firms were solicited and seven proposals were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.

DiTomaso Inc., Anchorage, Alaska, is being awarded an estimated $11,736,698 indefinite-delivery, requirements type contract to provide fresh fruits and vegetables (FF&V), packaged salads, live potted plants and ornamental produce for resale at five Alaska commissary store locations (Area 4, Group 2) in the Defense Commissary Agency’s West Area. Contractor will deliver FF&V, packaged salads, live potted plants and ornamental produce to the store locations as needed. The contract is for a 24-month base period beginning March 29, 2015, through March 28, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed March 28, 2020. Contract funds will not expire at the end of the current fiscal year. Seventeen firms were solicited and three proposals were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Co., Raytheon Missile Systems, Tucson, Arizona, has been awarded a $528,797,459 fixed-price incentive firm contract modification (P00004) to exercise the option on previously awarded contract FA8675-15-C-0022. Contractor will provide Advanced Medium Range Air to Air Missile (AMRAAM) Lot 29 production and other AMRAAM system items. Work will be performed at Tucson, Arizona, and is expected to be complete by Jan. 31, 2018. This contract involves foreign military sales. Fiscal year 2015 Air Force and Navy production funds in the amount of $294,661,588 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Beechcraft Defense Co., Wichita, Kansas, has been awarded a $27,048,576 firm-fixed-price contract for purchase of one King Air 350 extended range aircraft modified with intelligence, surveillance, and reconnaissance capability; one Scorpion ground station and one complete spare Scorpion ground station. Work will be performed at Wichita, Kansas, and San Diego, California, and is expected to be complete by March 23, 2017. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales to Iraq. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-C-3016).

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $15,117,867 modification to exercise and option (P00006) to previously awarded contract FA8509-14-C-0001. The modification provides for contractor logistics services in support of the AC-130W and AC-130J precision strike package. Work will be performed at Cannon Air Force Base, New Mexico; Hurlburt Field, Florida; and various deployment locations, and is expected to be complete by March 31, 2016. Fiscal year 2015 operations and maintenance funds in the amount of $15,117,867 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

TW Metals, Exton, Pennsylvania, has been awarded a maximum $120,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity,Defense_Logistics_Agency prime-vendor contract for metals, metal products, and incidental services for the Northeast region. Estimated value cited is based on demand quantities for the life of the contract. This contract was a competitive acquisition and four offers were received. This is a five-year base contract with no option periods. Location of performance is Pennsylvania with a March 23, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E5-15-D-0013).

600px-US-DeptOfNavy-Seal.svgNAVY

Rolls Royce Corp., Indianapolis, Indiana, is being awarded a $59,513,856 indefinite-delivery/ indefinite-quantity contract for integrated logistics support services for KC-130J aircraft propulsion systems (installed and spares), including supplies. Work will be performed in Indianapolis, Indiana (41 percent); Winnipeg, Canada (21 percent); Oakland, California (16 percent); Sterling, Virginia (14 percent); Al Mubarak, Kuwait (2.1 percent); Iwakuni, Japan (2 percent); Cherry Point, North Carolina (1.3 percent); Miramar, California (1.3 percent); and Fort Worth, Texas (1.3 percent), and is expected to be completed in February 2016. Fiscal 2015 operations and maintenance (Navy and Navy Reserve) and Foreign Military Sales funds in the amount of $21,216,339 will be obligated at time of award, $16,252,549 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1. This contract combines purchases for the Navy ($54,981,135; 92.38 percent) and the government of Kuwait ($4,532,721; 7.62 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0009).

Battelle Memorial Institute, Columbus, Ohio, is being awarded a $15,000,000 cost-plus-fixed-fee modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62583-11-D-0515) to exercise option period four for environmental services and technologies support at Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California. The work to be performed provides for environmental services and technology support to satisfy overall operational objectives of the Navy and Marine Corps installations and to other federal organizations worldwide. Support services include technology implementation, technical consultation, research and development, testing and evaluation, administrative support, range cleanup, sustainability and management, site operation and maintenance, climate change initiatives, green and sustainable remediation practices development, leadership in environmental and energy design support, and training. The total contract amount after exercise of this option will be $75,000,000. No task orders are being issued at this time. Work will be performed at various installations worldwide; and work for this option is expected to be completed in March 2016. 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 and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

ARMY

General Dynamics C4 Systems, Scottsdale, Arizona, was awarded a $49,107,571 modification (P00002) to contract W15P7T-15-C-0002 to support software, logistics documentation, and hardware for the manpack radio. Fiscal 2014 and fiscal 2015 other procurement (Army) funds in the amount of $23,006,909 were obligated at the time of the award. Estimated completion date is March 31, 2016.Work will be performed in Scottsdale, Arizona. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $32,359,523 modification (P00016) to contract W52P1J-12-C-0026 to procure 120mm M1002 new production cartridges and 120mm M865 recapitalization cartridges for 120mm tank training ammunition. Fiscal 2014 and fiscalDepartment of the Army 2015 other procurement funds in the amount of $32,359,523 were obligated at the time of the award. Estimated completion date is March 31, 2017. Work will be performed St. Petersburg, Florida. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $29,184,589 modification (P00023) to contract W52P1J-12-C-0027 to procure 120mm M1002 new production cartridges and 120mm M865 recapitalization cartridges for 120mm tank training ammunition Fiscal 2014 and fiscal 2015 other procurement funds in the amount of $29,094,589 were obligated at the time of the award. Estimated completion date is Oct. 31, 2016. Work will be performed at Plymouth, Minnesota. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

AM General, South Bend, Indiana, was awarded a $9,458,080 firm-fixed-price multi-year contract with options for 60 power packs, part number 5717314, and 650 power packs, part number 5717268. Work will be performed in South Bend, Indiana, with an estimated completion date of March 24, 2017. Bids were solicited via the Internet with one received. Fiscal 2015 other procurement funds in the amount of the complete appropriation are being obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0024).

 pitanim


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

General Dynamics, National Steel and Shipbuilding Co. (NASSCO), San Diego, California, was awarded a $31,773,194 modification to previously awarded cost-plus-incentive-fee contract (N00024-13-C-4404) for USS America (LHA 6) fiscal600px-US-DeptOfNavy-Seal.svg 2015 post-shakedown availability. During a post-shakedown availability, NASSCO will repair or improve the design of the ship in preparation for final contractor trials. Work will be performed in San Diego, California, and is expected to be completed by November 2015. Fiscal 2015 shipbuilding and conversion (Navy); fiscal 2015 other procurement (Navy) and fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $31,773,194 will be obligated at time of award. Funds in the amount of $9,553,086 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. (Awarded April 22, 2015)

Boeing Co., Huntington Beach, California, is being awarded an $11,102,857 modification to previously awarded contract (N00024-15-C-4205) for the production and maintenance of support kits for the AN/USQ-82(V) Gigabit Ethernet Data Multiplex System. The contractor will provide shipsets for DDGs 119, 121 and 122 and maintenance support kits for DDGs 119, 121 and 122. Work will be performed in Huntington Beach, California, and is expected to be completed by July 2016. Fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $11,102,857 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Henry Schein Inc., Melville, New York, has been awarded a maximum $28,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental and medical supplies. This contract was a competitive acquisition, and six offers were received. This is a one-year base contract with four one-year option periods. Location of performance is New York with an April 22, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-15-D-0007).

Tiger Natural Gas, Inc.,* Tulsa, Oklahoma, has been awarded a maximum $14,782,044 fixed-price with economic-price-adjustment contract for direct supply natural gas deliveries. This contract was a competitive acquisition and four offers were received. This is a two-year base contract with no option periods. Locations of performance are Oklahoma and New Mexico with a Sept. 30, 2017 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 multi-agency funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-7518).

IGI Resources, Inc., Boise, Idaho, has been awarded a maximum $10,128,665 fixed-price with economic-price-adjustment contract for direct supply natural gas deliveries. This contract was a competitive acquisition, and four offers were received. This is a two-year base contract with no option periods. Locations of performance are Idaho and Washington with a Sept. 30, 2017 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 multi-agency funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-7516).

Aviall Services, Inc., Dallas, Texas, was awarded a $7,896,669 modification (P00003) to long-term, indefinite-quantity contract SPE4AX-13-D-9427 for spare parts associated with the J85 engine platform. Work will be performed in Dallas with an estimated completion date of Sept. 30, 2016. Fiscal 2015 Defense Working Capital Funds in the amount of $7,896,669 were obligated at time of award. DLA Aviation, Richmond, Virginia is the contracting activity. (Awarded Feb. 20, 2014)

CIMA Energy Ltd.,* Houston, Texas, has been awarded a maximum $6,618,966 fixed-price with economic-price-adjustment contract for direct supply natural gas deliveries. This contract was a competitive acquisition, and four offers were received. This is a two-year base contract with no option periods. Locations of performance are Texas and Utah, with a Sept. 30, 2017, 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 Energy, Fort Belvoir, Virginia (SPE600-15-D-7515).

ARMY

Gahagan & Bryant Assoc. Inc.,* was awarded a $12,000,000 firm-fixed-price indefinite delivery contract for architectural and engineering support to the National Planning Center of Excellence Coastal Storm Management Service. Funding and work location will be determined with each order, with an estimated completion date of April 22, 2016. Bids were solicited via the Internet with six received. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-15-D-0004).

Ibis Tek LLC.,* Butler, Pennsylvania, was awarded a $9,721,601 modification (P00013) to contract W56HZV-13-C-0036 to purchase 58-gallon and 78-gallon armorDepartment of the Army b-kits for medium tactical vehicles. Work will be performed in Butler, Pennsylvania, with an estimated completion date of June 30, 2016. Fiscal 2015 other procurement funds in the amount of $9,721,601 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.

BAE Land Systems Land & Armaments LP, Santa Clara, California, was awarded a $6,640,878 modification (P00034) to contract W56HZV-13-C-0018 for system technical support and sustainment system technical support for Bradley vehicles. Work will be performed in Santa Clara, California; Sterling Heights, Michigan; and York, Pennsylvania, with an estimated completion date of Dec. 17, 2015. Fiscal 2013 and 2015 other procurement (Army) and operations and maintenance (Army) funds in the amount of $6,640,878 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Noble Supply & Logistics,* Rockland, Massachusetts, has been awarded a maximum $96,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, tailored-logistics-support, prime-vendor contract for maintenance, repair and operations for the European Zone 1 region. Estimated value cited is based on demand quantities for the life of the contract. This contract was a competitive acquisition, and nine offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Massachusetts with an April 21, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE5B1-15-D-0001).

Atlantic Diving Supply Inc.,** Virginia Beach, Virginia, has been awarded a maximum $69,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, tailored-logistics-support, prime-vendor contract for maintenance, repair and operations for the European Zone 2 region. Estimated value cited is based on demand quantities for the life of the contract. This contract was a competitive acquisition, and nine offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Virginia with an April 21, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE5B1-15-D-0002).

Belmont Instrument Corp.** Billerica, Massachusetts, has been awarded a maximum $19,658,018 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for purchase of fluid warmers, accessories and repair parts. This contract was a competitive acquisition and 36 offers were received. This is a five-year base contract with no option periods. Location of performance is Massachusetts with an April 21, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-15-D-0002).

Delta Coals LLC,** Nashville, Tennessee, has been awarded a maximum $7,857,690 firm-fixed-price, requirements contract for bituminous coal deliveries. This contract was a competitive acquisition, and three offers were received. This is a one-year base contract with no option periods. Locations of performance are Tennessee and Virginia with a May 31, 2016, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2015 service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-0652).

NAVY

Raytheon Co., Marlborough, Massachusetts, is being awarded an $89,094,388 firm-fixed-price contract for 25 Submarine High Data Rate (SubHDR) antenna systems. The SubHDR antenna system is used to provide submarines with high-capacity communications in the extremely high frequency and super high frequency bands and enables reception of the global broadcast service. This contract combines purchases for the U.S. Navy (80 percent) and the government of the United Kingdom600px-US-DeptOfNavy-Seal.svg (20 percent) under the Foreign Military Sales program. Work will be performed in Massachusetts (37.84 percent); Florida (19.02 percent); New Jersey (17.02 percent); California (12.26 percent); New Hampshire (7.64 percent); Pennsylvania (3.38 percent); and Utah (2.84 percent), and work is expected to be completed by June 20, 2018. Fiscal 2014 and 2015 ship submersible nuclear funds in the amount of $35,563,190 will be obligated at the time of award. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1) – only one responsible source. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-C-0022).

Atlantic Diving Supply Inc., Virginia Beach, Virginia, (N61331-15-D-0013); EDO Corp., Panama City, Florida (N61331-15-D-0014); and Piping Systems International Inc., Bay Minette, Alabama (N61331-15-D-0015), are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award supply contracts for the provision of hardware, materials and supplies to support the littoral and mine systems and science and technology programs. Examples of programs being supported include the Organic Airborne Mine Countermeasure Systems, Remote Minehunting Systems, unmanned maritime systems, mine warfare programs, Littoral Combat Ship (LCS) mission module integration, LCS fleet introduction and sustainment, seaframe construction, MH-60 integration, acoustics, magnetics, electro-optics, signal processing, automatic target recognition and senor and data fusion. The maximum dollar value, including the base period and four option years, for all three contracts combined is $35,000,000 and the companies will compete for individual delivery orders. Work will be conducted in various Navy ship homeports and is expected to complete in April 2020. At time of award, Atlantic Diving Supply is being awarded a delivery order for $15,028, EDO Corp. is being awarded a delivery order for $82,221, and Piping Systems International Inc. is being awarded a delivery order for $220,012. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $317,261 will be obligated at the time of award, and funds will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity.

MAQ Diversified Inc.,** Vienna, Virginia (N62645-15-D-5020); Matrix Providers Inc.,* Denver, Colorado (N62645-15-D-5021); Potomac Healthcare Solutions LLC,* Woodbridge, Virginia (N62645-15-D-5022); Med Pros Group LLC, doing business as ProHealth Staffing,* Houston, Texas (N62645-15-D-5023); and Dilligas Corp., doing business as U.S. Got People,* San Antonio, Texas (N62645-15-D-5024), are each being awarded a 40-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for various ancillary services to include Allied Health, technician, technologist, and assistant labor bands at military treatment facilities in the western region of the U.S. The aggregate not-to-exceed amount for these multiple award contracts combined is $28,339,864 and the companies will have the opportunity to bid on each individual task order as they are issued. Work will be performed at the Naval Health Clinic Hawaii (28 percent); Naval Hospital Oak Harbor, Washington (24 percent); Naval Hospital Lemoore, California (12 percent); Naval Medical Center, San Diego, California (10 percent); Naval Hospital Camp Pendleton, California (9 percent); Naval Hospital Twentynine Palms, California (7 percent); Naval Hospital Bremerton, Washington (7 percent); Naval Hospital Guam (2 percent), and any associated branch clinics in the western region (1 percent). Work performed under these contracts is expected to be completed Sept. 30, 2017. Fiscal 2015 Defense Health Program funds in the amount of $2,927,324 will be obligated at the time of award under initial task orders, and the funds will expire at the end of the current fiscal year. Funding is predominantly from the Defense Health Program; however, other funding initiatives such as psychological health/traumatic brain injury, overseas contingency operations and wounded, ill, and injured may be used. These are all one-year funding types. These contracts were solicited via a multiple award electronic request for proposals as a 100 percent Small Disabled Veteran-Owned Small Business set-aside; 19 offers were received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

Marine Hydraulics International Inc., Norfolk, Virginia, is being awarded a $9,848,963 modification to previously awarded contract (N00024-10-C-4405) for USS Cole (DDG-67) fiscal 2015 selected restricted availability. The scheduled availability includes the planning and execution of maintenance, repairs and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in Norfolk, Virginia, and is expected to be completed by November 2015. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $9,848,963 will be obligated at time of award, and will expire at the end of the current fiscal year. The Mid Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

Department of the ArmyARMY

Schultz & Assoc. Architects,** Fargo, North Dakota, was awarded a $10,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract with options to design military projects for repair and/or eventual construction. Funding and work location will be determined with each order with an estimated completion date of April 21, 2020. Bids were solicited via the Internet with nine received. National Guard Bureau, Bismarck, North Dakota, is the contracting activity (W901UZ-15-D-0001).*Woman owned small business

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $51,414,644 modification (P00024) to foreign military sales contract W56HZV-13-D-0015 (Iraq) for contractor logistical support and training for M1A1 tanks for the government of Iraq with an estimated completion date of Dec. 31, 2015. Funding and work location will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity.

Burns & McDonnell Engineering Co. Inc., was awarded a $45,000,000 contract for architectural and engineering services for the Army and Air National Guard to include Puerto Rico, Guam, the Virgin Islands, and the District of Columbia. Funding and work location will be determined with each order with an estimated completion date of April 20, 2020. Bids were solicited via the Internet with 33received. National Guard Bureau, Arlington, Virginia, is the contracting activity (W9133L-15-D-0003).

URS Federal Services Inc., Germantown, Maryland, was awarded a $21,235,209 modification (0001) to contract W52P1J-12-G-0028 for maintenance, supply, and transportation support to the Logistics Readiness Center, Ft. Polk, Louisiana. Funding will be determined with each order with an estimated completion date of May 17, 2020. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $13,386,756 cost-plus-fixed-fee foreign military sales contract (Iraq, Uzbekistan, United Arab Emirates, Spain) with options for receiving, repairing, maintaining, storing, preparing for issue and issuing Army prepositioned stock equipment in southwest Asia in support of the 403nd Army Field Support Battalion, Kuwait. Work will be performed in Kuwait with an estimated completion date of Aug. 31, 2015. One bid was solicited with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $5,578,468.29 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0016).

Azimuth Inc., Morgantown, West Virginia, was awarded a $12,186,000 contract for configuration consulting and design; system integration and testing; installation of multi-vendor compute equipment; customization of software; training; product technical support, software documentation; failure analysis; phone and web support; training materials; technical manuals; safety assessment report; logistics demonstration plan; and system fielding. Funding and work location will be determined with each order with an estimated completion date of April 20, 2016. Bids were solicited via the Internet with four received. Army Corps of Engineers, Alexandria, Virginia, is the contracting activity (W5J9CQ-15-D-0006).

NAVY

Kollsman Inc., Merrimack, New Hampshire, is being awarded a $43,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for procurement of Night Targeting Systems Upgrade (NTSU) and associated support for the U.S. Marine Corps (USMC). The NTSU system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high-altitude600px-US-DeptOfNavy-Seal.svg target acquisition, tracking, range-finding, and laser designation for the USMC. Work will be performed in Merrimack, New Hampshire, and is expected to be completed by April 2020. Fiscal 2013 National Guard and Reserve equipment appropriation funding in the amount of $13,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was negotiated on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The Naval Surface Warfare Center-Crane Division, Crane, Indiana, is the contracting activity (N00164-15-D-JQ30).

General Dynamics, National Steel and Shipbuilding Co., San Diego, California, is being awarded a $24,161,138 cost-plus-award-fee, cost-plus-incentive-fee, with firm-fixed-priced and cost-only components contract for littoral combat ships (LCS) sustainment execution in support of LCSs homeported in or visiting San Diego, California. This sustainment execution contract is for both LCS variants. The company will be to provide planned maintenance, facility maintenance, execution planning, accomplishment of Chief of Naval Operations availabilities, emergent and continuous maintenance, fly-away support and engineering support. This contract includes two options which, if exercised, would bring the cumulative value of this contract to $96,338,503. Work will be performed in San Diego, California, and is expected to be completed by April 2016. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $6,138,041 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 (N00024-15-C-4313).

Costello Construction of Maryland Inc.,* Columbia, Maryland, is being awarded a $10,175,000 firm-fixed-price contract for construction of a parking garage for the Center for Cyber Security at the U.S. Naval Academy. The multi-level parking garage will have approximately 306 parking spaces, built with cast-in-place concrete frame, structural tee’s and panels on a pile foundation system. Special foundation features for the parking facility include pile foundation system and earth berm, including underground retaining wall structure and waterproofing. Environmental mitigation includes relocation of an existing bio-retention feature. Work will be performed in Annapolis, Maryland, and is expected to be completed by October 2016. Fiscal 2015 military construction (Navy) contract funds in the amount of $10,175,000 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, Washington, District of Columbia, is the contracting activity (N40080-15-C-0151).

Hamilton Sundstrand Corp., Rockford, Illinois, is being awarded $7,573,995 for firm-fixed-price delivery order 7009 against previously awarded contract (N00383-12-D-001N) for the repair of the V-22 Osprey aircraft constant frequency generator. Work will be performed in Rockford, Illinois, and work is expected to be completed by Sept. 30, 2016. Fiscal 2015 working capital (Navy) funds in the amount of $7,573,995 will obligated at the time of award and will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302.1. Naval Supply Systems Command Weapon Systems Support, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Graybar Electric Co. Inc., St. Louis, Missouri, has been awarded a maximum $23,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime-vendor contract for maintenance, repair, and operations for the Southwest Zone 1 region. This contract was a sole-source acquisition. This is a four-month bridge contract. Location of performance is Missouri, with an Aug. 24, 2015, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0025).

Science Application International Corp., Fairfield, New Jersey, has been awarded a maximum $21,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime-vendor contract for maintenance, repair, and operations for the Southwest Zone 2 region. This contract was a sole-source acquisition. This is a four-month bridge contract. Location of performance is New Jersey, with an Aug. 24, 2015, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0026).

AIR FORCE

Mirador Enterprises Inc., El Paso, Texas (FA4801-14-D-0002 P0003); Mesa Verde Enterprises Inc., Alamogordo, New Mexico (FA4801-14-D-0003 P0001); Dawn Inc./McTech Corp. JV, Albuquerque, New Mexico (FA4801-14-D-0005 P0001); R-Con Construction Inc., Las Cruces, New Mexico (FA4801-14-D-0004 P0001); E-Corp., and Albuquerque, New Mexico (FA4801-14-D-0006 P0001), have been awarded individual indefinite-delivery/indefinite-quantity contract modifications valued at $3,000,000 for a combined $15,000,000 to exercise an option year. Contractor will provide basic construction services. Work will be performed at or near356px-Seal_of_the_US_Air_Force.svg Holloman Air Force Base, New Mexico, and is expected to be complete by June 15, 2016. No funds are being obligated at the time of award. The 49th Contracting Squadron, Holloman Air Force Base, New Mexico, is the contracting activity.

Lockheed Martin, Fort Worth, Texas, has been awarded a $14,050,549 cost-plus, firm-fixed-price modification (P00580) to previously awarded contract FA8611-08-C-2897 for F-22 sustainment. Contractor will provide trainer hardware modifications, training system development, and distributed mission operations federation and integration. Work will be performed at Langley Air Force Base, Virginia; Elmendorf Air Force Base, Alaska; Tyndall Air Force Base, Florida; Hickam Air Force Base, Hawaii; Sheppard Air Force Base, Texas; and St. Louis, Missouri, and is expected to be complete by Dec. 31, 2017. Fiscal 2015 aircraft procurement funds for trainer hardware modifications in the amount of $2,110,680, fiscal 2015 operations and maintenance funds for training system development in the amount of $10,056,939 and fiscal 2015 operations and maintenance funds for distributed mission operations federation and integration in the amount of $1,882,930 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8611-08-C-2897).

Mirador Enterprises Inc., El Paso, Texas, has been awarded a $9,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract modification (P00002) to exercise an option on previously awarded contract FA4801-14-D-0007 for construction services. Contractor will provide basic construction type services. Work will be performed at or near Holloman Air Force Base, New Mexico, and is expected to be complete by June, 15, 2016. No funds are being obligated at the time of award. The 49th Contracting Squadron, Holloman Air Force Base, New Mexico, is the contracting activity.

United Launch Services LLC, Littleton, Colorado, has been awarded a $138,041,011 firm-fixed-price modification (P00086) to previously awarded contract FA8811-13-C-0003 for launch vehicle production services (LVPS) under the terms of the requirements contract. Contractor will execute a requirement for fiscal 2015 LVPS in support of the launch vehicle configuration of one National Reconnaissance Office Atlas V 541. This modification also procures backlog transportation for the GPS IIF-10 and GPS IIF-11 missions as well as mission specific commodities for the MUOS-4 mission. Work will be performed at Centennial, Colorado; Decatur, Alabama; Vandenberg Air Force Base, California; and Cape Canaveral Air Force Station, Florida, and is expected to be complete by July 29, 2017. Fiscal 2015 Air Force missile procurement and Navy weapons procurement funds in the amount of $138,041,011 are being obligated at the time of award. Launch Systems Directorate, Space and Missiles Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

HX5, Ft. Walton Beach, Florida, has been awarded a $24,162,581 cost reimbursable contract for advisory and assistance services (A&AS). Contractor will provide A&AS for the Munitions Division and the Range Systems Branch to support of the Air Force Life Cycle Management Center. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by May 30, 2020. Two 8(a) owned small businesses were solicited within Pool 6 of the General Services Administration One Acquisition Solution for Integrated Services contract. Fiscal 2015 ammunition, other procurement, operations and maintenance and research, development, test and evaluation funds in the amount of $2,886,912 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-8111).

Weldin Construction LLC, Palmer, Alaska, has been awarded a $20,000,000 indefinite-quantity contract for simplified acquisition of base engineer requirements. Contractor will provide a broad range of maintenance, repair and minor construction work. Work will be performed at Joint Base Elmendorf-Richardson (JBE-R), Alaska, and is expected to be complete by April 19, 2017. This award is the result of a competitive acquisition with two offers received. Funds will be obligated on individual task orders. The 673d Contracting Squadron, JBE-R, Alaska, is the contracting activity (FA5000-15-D-0007).

Department of the ArmyARMY

General Dynamics C4 Systems, Taunton, Massachusetts, was awarded a $36,445,076 firm-fixed-price multi-year contract to produce and repair all of the products required in support of the Warfighter Information Network-Tactical (WIN-T) Increment 1. Funding and work location will be determined with each order with an estimated completion date of April 20, 2018. Bids were solicited via the Internet with three received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W15P7T-15-D-0014).

SAIC, McLean, Virginia, was awarded a $16,691,136 modification (003768) to foreign military sales contract W31P4Q-05-A-0031(Afghanistan, Australia, Bahrain, Central African Republic, Chad, Djibouti, Dominican Republic, Egypt, France, Georgia, and Germany) for systems and computer resources support for the Aviation and Missile, Development and Engineering Center (AMRDEC), Software Engineering Directorate (SED), Army Research, Development and Engineering Command with an estimated completion date of Feb. 20, 2017. Fiscal 2015 operations and maintenance (Army) and research development, testing, and evaluation funds in the amount of $16,691,136 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Kitware Inc., Clifton Park, New York, was awarded a $9,500,000 firm-fixed-price contract for research and development to the Defense Department Computational Model Builder. Funding and work location will be determined with each order with an estimated completion date of April 19, 2020. One bid was solicited with one received. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-15-D-0003).

DEFENSE LOGISTICS AGENCY

Inficon Inc., East Syracuse, New York, has been awarded a maximum $46,800,000 fixed-price with economic-price-adjustment contract for medical items and accessories. This contract was a competitive acquisition, and 70offers were received. This is a five-year base contract. Location of performance is New York with an April 20, 2020, performance completion date. Using military services are Army, Navy, AirDefense_Logistics_Agency Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-15-D-0010).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a maximum $8,026,367 firm-fixed-price contract for tank fire control switchboards. This contract was a sole-source acquisition. This is a two-year base contract with no option periods. Locations of performance are Michigan and Florida with a March 10, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-15-C-0088).

pitanim

 


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Pratt & Whitney, Military Engines, East Hartford, Connecticut, has been awarded a $325,000,000 indefinite-delivery/indefinite-quantity contract for Versatile Affordable Advanced Turbine Engines (VAATE) III and beyond. The VAATE program is a joint government and industry effort to develop revolutionary and innovative 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. This effort focuses on Phase III of the VAATE program with future efforts for beyond Phase III. Work will be performed in East Hartford, Connecticut, and is expected to be356px-Seal_of_the_US_Air_Force.svg complete by April 27, 2023. This award is the result of a competitive acquisition with 34 offers received. Fiscal 2014 and 2015 research, development, test and evaluation funds in the amount of $421,000 are being obligated for task order 0001 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-2502).

CAM-NVE JV, Dayton, Ohio (FA8601-15-D-0012); Dawn Inc., Warren, Ohio (FA8601-15-D-0009); Diversified Facility Solutions, Cincinnati, Ohio (FA8601-15-D-0010); Doyon Management Services LLC, Canton, Ohio (FA8601-15-D-0013); H2L1-CSC JV LLC, Cleveland, Ohio (FA8601-15-D-0014); PCI-BBCS LLC JV, Dayton, Ohio (FA8601-15-D-0008); PPW Builders and J&S Construction Co. JV, Cleveland, Ohio (FA8601-15-D-0011); and RDT-Semper Tek JV LLC, Florence, Alabama (FA8601-15-D-0015), have each been awarded a contract under the multiple award construction contract $100,000,000 (maximum amount) indefinite-delivery/indefinite-quantity contract program for design-build and design-bid-build construction projects. Contractor will provide a broad range of maintenance, repair, alteration and/or new construction work on various real property facilities. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by April 27, 2020. This award is the result of a competitive acquisition with 13 offers received. Funds will be obligated at the task order level under this contract. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Ft. Worth, Texas, is being awarded a $142,683,533 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to continue development of the Joint Strike Fighter Autonomics Logistics Information System Standard Operating Unit Version 2 capability development effort. This modification includes the incorporation of sub-squadron reporting, dynamic routing, and decentralized maintenance capabilities. Work will be performed in Orlando, Florida (80 percent); and Fort Worth, Texas (20 percent), and is expected to be completed in July 2017. Fiscal 2015 research, development, test and evaluation (Navy, Marine Corps, and Air Force) funds in the amount of $18,576,713 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.

Northrop Grumman Undersea Systems, Annapolis, Maryland, is being awarded a $31,653,045 firm-fixed-priced, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract for depot level repair, maintenance, and modifications of the AN/AQS-24 Mine Detecting System to support the Navy for the currently deployed Airborne Mine Countermeasures legacy systems. This follow-on contract includes the technical support, analysis, repair, modification, interface equipment, and engineering support and all depot repairs and incorporation of engineering change proposals, including the updates of all integrated logistics support documentation to support the conversions and sustainment. The AN/AQS-24 is currently fielded for use by the Navy to conduct quick response, high-speed airborne mine countermeasures. This contract includes options which, if exercised, would bring the cumulative value of this contract to $84,520,065. Work will be performed in Annapolis, Maryland, and is expected to be completed by April 2016. No funding will be obligated at the time of award. The contract was not competitively procured in accordance with FAR 6.302-1(a)(2)(iii) – only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center – Panama City Division, Panama City, Florida, is the contracting activity (N61331-15-D-0011).

Electric Boat Corp., Groton, Connecticut, is being awarded a $13,075,119 modification to previously awarded contract (N00024-13-C-2128) for procurement of Diesel Generator Set Detail Design. The contractor will be designing a diesel engine and generator in support of the Ohio Replacement Program. Work will be performed in Groton, Connecticut, and is scheduled to be completed by January 2017. Fiscal 2015 research and development funding in the amount of $8,000,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

ARMY

Turner Construction Co., New York, New York, was awarded a $28,263,125 firm-fixed-price contract to design and build the collaboration center, visitors screening facility and repository at Redstone Arsenal, Alabama, with an estimated completion date of April 27, 2017. Bids were solicited via the Internet with 15 received. Fiscal 2011 other procurement funds in the amount of $28,263,125 were obligated at the time of the award. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-15-C-0002).

EMCOR Government Services. Inc., Arlington, Virginia, was awarded a $24,365,827 modification (P00034) to contract W9124A-13-C-0002 for base services facilities maintenance operations and maintenance. Work will be performed at Ft. Huachuca, Arizona, with an estimated completion date of Oct. 31, 2017. Fiscal 2015 operations and maintenance (Army) funds in the amount of $3,557,784 were obligatedDepartment of the Army at the time of the award. Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

Raytheon Co., Huntsville, Alabama, was awarded a $17,927,191 modification (P00039) to contract W31P4Q-12-C-0120 for a 30-day contract extension for integrated air and missile defense component plug and flight A-kit support requirements. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 30, 2015. Fiscal 2015 research, development, testing, and evaluation funds in the amount of $17,000,000 were obligated at the time of the award. Army Contracting Command Redstone, Arsenal, Alabama, is the contracting activity.

Interstate Electrical Contractors Inc.,* Wheat Ridge, Colorado, was awarded a $10,988,000 firm-fixed-price contract with options to increase the Ft. Randall, South Dakota, switchyard bus from the existing 1,200 Amp rating to a 2,000 Amp rating, required to meet Western’s Emergency Line Ratings. Work will be performed in Pickstown, South Dakota, with an estimated completion date of Nov. 13, 2017. Bids were solicited via the Internet with two received. Fiscal 2015 other procurement funds in the amount of $10,988,000 were obligated at the time of the award. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-C-0011).

Lockheed Martin Corp., Orlando, Florida, was awarded a $10,466,558 fixed-price-incentive foreign military sales contract (UAE) to procure AH-64 Helicopter Modernized Target Acquisition Designation Sight, performance based logistics, and contractor engineering technical service program. Work will be performed in Orlando, Florida, with an estimated completion date of April 27, 2019. One bid was solicited with one received. Fiscal 2015 other procurement funds in the amount of $1,059,837 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0045).

Stanley Assoc., Fairfax, Virginia, was awarded an $8,640,071 cost-plus-fixed-fee contract with options for the sustainment of Army prepositioned stock. Work will be performed in Rock Island, Illinois; Charleston, South Carolina; Afghanistan; Korea; Italy; Germany; Kuwait; and Qatar, with an estimated completion date of Oct. 31, 2015. One bid was solicited with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $8,640,071 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0039).

720px-US-DefenseInformationSystemsAgency-Logo.svgDEFENSE INFORMATION SYSTEMS AGENCY

Hewlett-Packard Co., Herndon, Virginia, was awarded a ceiling $469,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for global content delivery services (GCDS). GCDS will provide flexibility and scope of services sufficient to meet current and future content delivery environment workload, security, availability, scalability, and modernization requirements, while maintaining uninterrupted continuous access and problem escalation/resolution support. Work will be performed at Defense Information Systems Agency-approved locations worldwide, with an estimated completion date of June 29, 2018. If all options are exercised, the estimated completion date will be June 29, 2021. Fiscal 2015 Defense Working Capital Funds in the amount of $10,000 are being obligated at award on the first delivery order to satisfy the minimum guarantee. Bids were solicited through the Internet, and three proposals were received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-15-D-0006).

AT&T Technical Services Co. Inc., Herndon, Virginia, was awarded a ceiling $43,587,859 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for temporary telecommunications services in support of the Defense Information Systems Agency. Work will be performed at locations throughout the continental U.S., with an estimated completion date of April 30, 2016. If all options are exercised, the estimated completion date will be April 30, 2020. Fiscal 2015 operations and maintenance funds in the amount of $3,000 will be obligated on the first task order to satisfy the minimum guarantee. Bids were solicited through the Internet, and one proposal was received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-15-D-0001).

ARMY

General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $49,500,000 time and materials multi-year contract to support Department of Defense legacy telephone systems, information systems, data processing systems, and digital communication systems from multiple manufacturers.Department of the Army Funding and work location will be determined with each order with an estimated completion date of April 24, 2018. Bids were solicited via the Internet with four received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0062).

Manson Construction Co., Seattle, Washington, was awarded a $39,520,500 firm-fixed-price contract with options for construction of 4,000 feet of a new west leg training wall and 2,100 feet of a new east leg training wall which will reduce water velocity at the convergence of the inner coastal waterway and the St. John’s River, to include dredging of the confluence. Work also includes demolition of Coast Guard structure foundations and coordinating with the Coast Guard to allow its crews to remove and reinstall three aid-to-navigation structures. Work will be performed in Jacksonville, Florida, with an estimated completion date of Aug. 20, 2016. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $39,520,500 were obligated at the time of the award. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-15-C-0006).

Netcentrics Corp.,* Herndon, Virginia was awarded a $18,185,917 modification (ZW01) to contract W91QUZ-11-D-0011 for management services for the Army Corps of Engineers information technology (IT) hardware catalog, integration services and purchase of IT equipment and accessories. Work will be performed in Herndon, Virginia, with an estimated completion date of April, 23, 2017. Fiscal 2015 other procurement funds in the amount of $18,185,917 were obligated at the time of the award. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Macro-Z Technology Co.,* Santa Ana, California, was awarded a $17,092,932 firm-fixed-price contract with options for Phase I construction of the Joint Regional Deployment Processing Center, March Air Reserve Base, California, with an estimated completion date of March 15, 2017. Bids were solicited via the Internet with six received. Fiscal 2015 military construction funds in the amount of $17,092,932 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0009).

600px-US-DeptOfNavy-Seal.svgNAVY

DRS Laurel Technologies, Johnstown, Pennsylvania, is being awarded a $15,513,814 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Common Display System (CDS) Technology Insertion 12 production. The CDS is a family of display systems which provides the Navy with an enterprise display solution on Navy surface ships with potential for U.S. Marine Corps and Allied forces use. CDS was initially developed to support DDG 1000 and Aegis Modernization, but has been expanded to all Aegis CGs and DDGs, CVNs, and amphibious ships to include LHAs and LSDs, and is being considered for use in Navy aircraft and submarines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $96,300,000. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by April 2016. Fiscal 2015 other procurement (Navy) funding in the amount of $2,831,148 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-D-5210).

Vigor Marine LLC, Portland, Oregon, is being awarded an $8,730,074 firm-fixed-price contract for a 55-calendar day regular overhaul and drydocking availability of the USNS Guadalupe (T-AO 200), a Military Sealift Command fleet replenishment oiler. Work will include port main engine overhaul; docking, undocking, and underwater hull cleaning and painting; and cargo tank preservation. The primary mission of USNS Guadalupe is to provide fuel to Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers. This contract includes options, which if exercised, would bring the total contract value to $9,177,702. Work will be performed in Portland, Oregon, and is expected to be completed by Aug. 1, 2015. Fiscal 2015 operation and maintenance (Navy) funds in the amount of amount of $9,177,702 will be obligated at the time of award, and funds will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-15-C-1005)

Stronghold Engineering Inc., Riverside, California, is being awarded $7,377,218 for firm-fixed-price task order 0040 under a previously awarded multiple award construction contract (N62473-10-D-5483) for design and construction to repair the base-wide telephone and communication infrastructure cabling systems damaged by wildfires at the Marine Corps Base Camp Pendleton. Work will be performed in Oceanside, California, and is expected to be completed by May 2016. Fiscal 2015 operation and maintenance (Marine Corps) contract funds in the amount of $7,377,218 are being obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

AIR FORCE

Raytheon Co., McKinney, Texas, has been awarded an $11,699,316 modification (0006) to previously awarded contract FA8620-11-G-4050. Contractor will provide nine multi-spectral targeting systems B turret units, HD electronic units, and associated containers. Work will be performed at McKinney, Texas, and is expected to356px-Seal_of_the_US_Air_Force.svg be complete by Dec. 31, 2016. This contract involves foreign military sales to France. Fiscal 2015 aircraft procurement funds in the amount of $10,399,392 are being obligated at the time of award for the U.S. portion. Air Force Lifecycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

pitanim

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Northrop Grumman, Herndon, Virginia, has been awarded a $99,120,000 requirements type contract for nuclear safety cross check analysis, performance analysis and technical evaluation and independent validation and verification. Contractor will provide independent testing and evaluation of developer’s software and hardware for impacts on Minuteman III nuclear safety. Tests and evaluations are conducted to ensure that software meets approved specifications and nuclear safety requirements. It also ensures that software does not contain errors or deficiencies that could lead to violations of the Department of Defense nuclear weapon system safety standards. Work will be performed at El Segundo, California, and Layton, Utah, and is 356px-Seal_of_the_US_Air_Force.svgexpected to be complete by Sept. 30, 2020. This award is the result of a competitive acquisition with one offer received. No funds are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8204-15-D-0001).

Moog Inc., East Aurora, New York, has been awarded an $18,995,057 firm-fixed-priced requirements contract for repair and overhaul of B-2 servoactuators. Contractor will provide repair and overhaul of seven different types of hydraulic servoactuators for the B-2 aircraft. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be complete by May 7, 2016. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-15-D-0001).

Boeing Defense, Space and Security – Global Services and Support Division, Oklahoma City, Oklahoma, has been awarded a $15,792,708 cost-plus-incentive-fee, firm-fixed price and cost reimbursable task order (0057) 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 complete by Jan. 15, 2016. Fiscal 2015 operations and maintenance and aircraft procurement funds in the amount of $15,792,708 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Alutiiq Technical Services LLC,* Anchorage, Alaska (N39430-15-D-1660); De La Fuente Construction Inc.,* National City, California (N39430-15-D-1661); Iyabak Construction LLC,* Anchorage, Alaska (N39430-15-D-1662); Virtual Computing Technology,* Carlsbad, California (N39430-15-D-1663); and Windy Bay Services LLC,* Anchorage, Alaska (N39430-15-D-1664), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for worldwide passive security barrier services. The maximum dollar value including the base period and four option periods for all five contracts combined is $90,000,000. The work to be performed provides for logistical support, installation, inspection, refurbishment, development, and field supervision/operation of waterfront barriers, associated moorings, passive water barriers, and related marine facilities worldwide. The work will also include engineering and design services to support passive water barrier development and installation as well as prototyping and testing of improved systems and ancillary components. Work will be performed at various Department of Defense installations worldwide. The term of the contract is not to exceed 60 months with an expected completion date of May 2020. Fiscal 2015 operation 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 Navy Electronic Commerce Online website, with five proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. No task orders are being issued at this time. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

Insitu Inc., Bingen, Washington, is being awarded $10,919,060 for firm-fixed-price delivery order 0008 against a previously issued basic ordering agreement (N68335-11-G-0009). This effort is for the procurement of site activation services, and field service representative personnel to perform site lead, pilot/operator, and maintenance personnel duties to support intelligence, surveillance, and reconnaissance services program and force protection services for the government of Iraq. It will also procure one Mark 4 Launcher, two Full Mission Training Devices and spares kits. Work will be performed in Taji, Iraq (86.5 percent); and Bingen, Washington (13.5 percent), and is expected to be completed in August 2016. Foreign military sales funds in the amount of $10,919,060 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.

Mikel Inc., Fall River, Massachusetts, is being awarded an $8,754,060 cost-plus-fixed-fee contract modification to previously awarded contract (N00024-11-C-6295) to exercise an option for research and combat system development and processing for Navy submarines. Work will be performed in Middletown, Rhode Island (75 percent); Washington, District of Columbia (10 percent); Manassas, Virginia (5 percent); Fall River, Massachusetts (5 percent); and Honolulu, Hawaii (5 percent), and is expected to be completed by January 2016. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $350,000 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.

I.E.-Pacific Inc.,* San Diego, California, is being awarded $6,626,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-11-D-0066) for renovation and repair of Building 775 and quarter deck Building 773 at Naval Station North Island. The work to be performed includes the liquefaction assessment and compaction grouting below Building 775. The renovation of these facilities will bring each space up to code compliance and provide much-needed finish upgrades, modifications to existing layouts to optimize program requirements, and structural enhancements to ensure the safety of the users. The options, if exercised, provide for the installation of entry canopy, monument sign, new Americans with Disabilities Act and reserved parking area, new tile flooring in restrooms, coating on stairwells, and dual roll-up shades. The task order also contains six unexercised options, which if exercised would increase cumulative task order value to $6,941,000. Work will be performed in Coronado, California, and is expected to be completed by May 2017. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $6,626,000 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.

ARMY

General Atomics Aeronautical Systems Inc., Poway, California, was awarded an $84,838,567 modification (P00100) to contract W58RGZ-12-C-0075 for Gray Eagle performance-based logistics product support for Block 1 program of record and quick reaction capability. Work will be performed in Poway, California, with an estimated completion date of Oct. 23, 2015. Fiscal 2014 and 2015 operations and maintenance (Army) and other procurement funds in the amount of $84,838,567 were obligated at the time of the award. Army Contracting Command Redstone Arsenal, Alabama, is the contracting activity.

Advanced Mission Systems Charlotte, North Carolina (W15QKN-15-D-0033); Barbaricum LLC,* Washington, District of Columbia (W15QKN-15-D-0034); Black Tree Group LLC*, Oldsmar, Florida (W15QKN-15-D-0035); METIS Solutions LLC,*Department of the Army Alexandria, Virginia (W15QKN-15-D-0036); Bethesda, Maryland (W15QKN-15-D-0037); Silverback7 Inc.,* Woodbridge, Virginia (W15QKN-15-D-0038); Universal Strategy Group Inc.,* Franklin, Tennessee (W15QKN-15-D-0039); and WinTec Arrowmaker Inc.,* Fort Washington, Maryland (W15QKN-15-D-0041), were awarded a $48,000,000 firm-fixed-price, multiple award indefinite-delivery/indefinite-quantity contract for special warfare technical support. Contractors will share capacity. Funding and work location will be determined with each order with an estimated completion date of May 6, 2020. Bids were solicited via the Internet with 13received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

RQ Construction LLC, Carlsbad, California, was awarded a $45,104,149 firm-fixed-price contract to construct a Special Operations Battalion operations facility at Joint Base Lewis-McChord, Washington, with an estimated completion date of May 2, 2017. Bids were solicited via the Internet with two received. Fiscal 2012 and 2013 military construction funds in the amount of $45,104,149 were obligated at the time of the award. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-15-C-0006).

L-3 Communications Corp., Wilmington, Massachusetts, was awarded a $28,922,000 modification (P00003) to contract W911QX-14-C-0049 for new work modification to incorporate contract line item 0005, known as the Wide Area 6-Degree Payload build and test phase. Work will be performed in Wilmington, Massachusetts, with an estimated completion date of Aug. 31, 2016. Fiscal 2015 research, development, testing and evaluation funds in the amount of $15,440,258 were obligated at the time of the award. Army Contracting Command, Adelphi, Maryland, is the contracting activity.

Airbus Defense and Space Inc., Herndon, Virginia, was awarded a $24,012,980 modification (P00878) to multi-year contract W58RGZ-06-C-0194 for mission equipment packages to be cut into the Lakota Helicopter production line as part of the Army Aviation Restructure Initiative for training aircraft. Work will be performed in Columbus, Mississippi, with an estimated completion date of July 31, 2017. Fiscal 2014 and 2015 other procurement (Army) funds in the amount of $ 24,012,980 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Alsom Power Inc., Littleton, Colorado, was awarded an $18,830,519 firm-fixed-price contract with options for the design and manufacture of stator laminations and winding and accessories for the Carters Pumped Storage Facility. Work will be performed in Chatsworth, Georgia, with an estimated completion date of June 30, 2017. Bids were solicited via the Internet with five received. Fiscal 2015 other procurement funds in the amount of $3,056,367 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W91278-15-C-0007).

AAI-Textron Systems, Hunt Valley, Maryland, was awarded an $11,512,123 modification (P00025) to foreign military sales (Afghanistan) contract W58RGZ-13-C-0016 for logistics support for a six-month bridge extension effort. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Nov. 7, 2015. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $7,491,815 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Tullahoma Industries LLC,* Tullahoma, Tennessee, has been awarded a maximum $59,389,738 modification (P00127) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1050) with four one-year option periods for various permethrin trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Tennessee, Alabama, North Carolina and Puerto Rico, with a May 6, 2016, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Pima Valve Inc.,* Chandler, Arizona, has been awarded a maximum $7,655,805 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy standard valves. This contract was a competitive acquisition, and three responses were received. This is a three-year base contract with two one-year option periods. Location of performance is Arizona with a May 5, 2018, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-15-D-Y008).

Hamill Manufacturing Co.,** Trafford, Pennsylvania, has been awarded a maximum $6,608,140 firm-fixed-price contract for air barrel assembly in support of aircraft launch and recovery equipment. This contract was a competitive acquisition, and two responses were received. This is four-year base contract with no option years. Location of performance is Pennsylvania, with an Oct. 31, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-15-C-Z041).

ARMY

Raytheon Co., McKinney, Texas, was awarded a $26,990,015 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to update and configure Block 0 Long Range Advanced Scout Surveillance System (LRAS3) sight sensors to the Block 1 Netted LRAS3 sight sensor, configuration of up to 100 LRAS3 units. Funding and work location will be determined with each order with an estimated completion date of May 4, 2017. Bids were solicited via the Internet with one received. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-D-0006.

Quantitech Inc.,*** Huntsville, Alabama, was awarded a $9,999,908 firm-fixed-price contract to procure systems engineering, test and evaluation, and computer resources supporting the Counter-Rocket, Artillery, Mortar Program Directorate (C-RAM) in Iraq and Afghanistan with capability integration with the AirDepartment of the Army and Missile Defense Planning and Control System. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 5, 2016. Bids were solicited via the Internet with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $9,999,908 were obligated at the time of the award. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-15-F-0066).

Arrowpoint Corp.,*** Alexandria, Virginia, was awarded a $7,779,851 firm-fixed-price contract with options for the Reserve Component Manpower System Suite. Work will be performed in Arlington, Virginia, with an estimated completion date of May 10, 2020. Bids were solicited via the Internet with seven received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,779,851 were obligated at the time of the award. Army Contracting Command is the contracting activity (W9133L-15-F-0011).

600px-US-DeptOfNavy-Seal.svgNAVY

Commercial Service of Bloomington Inc.,*** Bloomington, Indiana (N40085-15-D-7912); Custom Mechanical Systems Corp., Bargersville, Indiana (N40085-15-D-7913); Harrell Contracting Inc.,*** Worthington, Indiana (N40085-15-D-7914); Mastercraft Mechanical Contractors Inc.,*** Bloomington, Indiana (N40085-15-D-7915); and Siemens Government Technologies Inc., Arlington, Virginia (N40085-15-D-7916), are each being awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for mechanical construction projects at the Naval Support Activity, Crane, and the Glendora Test Facility. The maximum dollar value including the base period and four option years for all five contracts combined is $20,000,000. The work to be performed provides for all labor, equipment, tools, supplies, transportation, supervision, quality control, professional design services, and management necessary to perform various heating, ventilation, and air conditioning (HVAC) construction, renovation, and maintenance design build or design-bid-build projects at assorted buildings and structures. Work includes but is not limited to design, general construction, alteration, repair, demolition, and work performed by special trades. Commercial Service of Bloomington, Inc. is being awarded task order 0001 at $856,000 for the Naval Surface Warfare Center Building 3235 HVAC renovation at the Naval Support Activity, Crane, Indiana. Work for this task order is expected to be completed by February 2016. All work on this contract will be performed in Crane, Indiana (95 percent), and Sullivan, Indiana (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of May 2020. Fiscal 2015 working capital funds (Navy and Army) in the amount of $936,000 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 eight 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.

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $16,947,176 indefinite-delivery/indefinite-quantity contract to provide engineering and technical field services to the H-1 aircraft airframes, avionics, electrical power plant systems and associated equipment in support of the Naval Air Technical Data and Engineering Service Command, San Diego, California. The services provided include on- and off-site proficiency training, technical guidance, and advice to resolve unusually complex technical problems. Work will be performed in Camp Pendleton, California (27 percent); McGuire Air Force Base, New Jersey (18 percent); Cherry Point, North Carolina (18 percent); Kaneohe, Hawaii (10 percent); New Orleans, Louisiana (9 percent); New River, North Carolina (9 percent); and Warner Robins Air Force Base, Atlanta, Georgia (9 percent), and is expected to be completed in April 2020. Fiscal 2015 operation and maintenance (Navy) funds in the amount of $1,548,962 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-15-D-0010)

United Technologies Corp., Pratt & Whitney, Military Engines, East Hartford, Connecticut, is being awarded a $7,643,131 fixed-price-incentive firm target modification to a previously awarded advanced acquisition contract (N00019-13-C-0016) for long-lead items for low-rate initial production (LRIP) Lot X. The long-lead items include group hardware supporting the LRIP Lot X delivery of conventional take off and landing (CTOL) propulsion systems for the Air Force, group hardware supporting the LRIP Lot X delivery of CTOL, carrier variant propulsion systems for the Navy/Marine Corps, and group hardware supporting the LRIP Lot X delivery of short take-off and vertical landing propulsion systems for the Marine Corps. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in February 2017. Fiscal 2015 aircraft procurement (Air Force and Navy) funds in the amount of $7,643,131 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($7,444,443; 97.4 percent), and the Air Force ($198,688; 2.6 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

L-3 Communications IEC, Anaheim, California, has been awarded an $18,207,336 modification (P00029) to previously awarded contract FA8807-12-C-0011 for military Global Positioning System (GPS) user equipment (MGUE). Contractor will accelerate the MGUE program through the addition of pre-prototype receiver card deliveries and test support activities to enable faster fielding of M-Code capable GPS356px-Seal_of_the_US_Air_Force.svg receivers to the warfighter. Work will be performed at Anaheim, California, and is expected to be complete by Sept. 30, 2016. Fiscal 2014 and 2015 research, development, test and evaluation funds in the amount of $8,266,297 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Sybrant Construction LLC,* Phoenix, Arizona (N62473-15-D-2436); M&M,* Tempe, Arizona (N62473-15-D-2437); Anderson Burton Construction Inc.,* Arroyo Grande, California (N62473-15-D-2438); and Bristol General Contractors LLC,* Anchorage, Alaska (N62473-15-D-2439), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award 8(a) set-aside construction contract for new construction, renovation, and repair of general building construction at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all four contracts combined is $99,000,000. Types of projects may include, but are not limited to: administration buildings, school buildings, hospitals, auditoriums, fire stations, gymnasiums, office buildings, hangars, laboratories, and parking structures. No task orders are being issued at this time. These four contractors may compete for task orders under the terms and conditions of the awarded contracts. Work will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of May 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $20,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as an 8(a) set-aside for firms with a bona fide place of business with the respective jurisdictions of the Small Business Administration district offices in California, Arizona, Nevada, Utah, Colorado, and New Mexico, via the Federal Business Opportunities website with 46 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This was a competitive acquisition and seven responses were received. This is a five-year base contract with no option years for maintenance, repair and operations for the Alaska region. Location of performance is Illinois with a May 4, 2020, performance completionDefense_Logistics_Agency date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPM8E3-15-D-0029).

Department of the ArmyARMY

Applied Research Associates Inc., Albuquerque, New Mexico (W911QX-15-D-0004); Booz Allen Hamilton Inc., McLean, Virginia (W911QX-15-D-0005); Calnet Inc.,* Reston, Virginia (W911QX-15-D-0006); EOIR Technologies Inc.,* Aberdeen Proving Ground, Maryland (W911QX-15-D-0007); Imperatis Corp.,* Arlington, Virginia (W911QX-15-D-0008); Integration Innovation Inc.,* Huntsville, Alabama (W911QX-15-D-0009; and Leidos Inc., Reston, Virginia (W911QX-15-D-0010), were awarded a $49,937,742 multi-year order dependent contract for persistent surveillance – intelligence surveillance and reconnaissance concepts research and development with a five year ordering period. Funding and work location will be determined with each order with an estimated completion date of May 4, 2020. Bids were solicited via the Internet with eight received. Army Contracting Command, Adelphi, Maryland, is the contracting activity.

Scientific Research Corp., Atlanta, Georgia, was awarded a $49,815,000 cost-plus-fixed-fee contract to support the operations and maintenance of the ground threat system at the Joint Pacific Alaska Range Complex, Eielson Air Force Base, Alaska, with an estimated completion date of May 4, 2020. Funding and work location will be determined with each order. Bids were solicited via the Internet with two received. Army Program Executive Office Simulation, Training, and Instrumentation, Orlando, Florida, is the contracting activity (W900KK-15-D-0005).

Jacobs Engineering Group Inc., Ft. Worth, Texas, was awarded a $13,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract with options for architectural and engineering studies, analysis and design of military and civil works projects within Northwestern Division, Army Corps of Engineers. Funding and exact work location will be determined with each order. Bids were solicited via the Internet with 20 received. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-D-0004).

AIR FORCE

Applied Research Associates Inc., Albuquerque, New Mexico, has been awarded an $18,845,422 cost-plus-fixed-fee contract. The contractor will provide research and development for the Air Force Civil Engineer Center in the development and evaluation of enhanced and emerging technologies under robotics and automation.356px-Seal_of_the_US_Air_Force.svg Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by April 30, 2020. This award is the result of a competitive acquisition with seven offers received. Fiscal 2015 research and development funds in the amount of $450,000 are being obligated at the time of award. The 325th Contracting Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA4819-15-C-0002).

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., Seattle, Washington, is being awarded an $118,148,562 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for the procurement of training systems and training materials in support of the P-8A Multi-mission maritime aircraft for the Navy and the government of Australia. This modification provides for the procurement of two operational flight trainers (OFTs), two weapons tactics trainers (WTTs), and upgrades to the existing training system support center (TSSC) for the Navy. In addition, this modification provides for the installation of two OFTs, two WTTs, one part task trainer, and one TSSC; the procurement and installation of six electronic classrooms, 26 mission station desktop trainers, and 32 flight mission system trainers; and the procurement of Royal Australian Air Force courseware, training and interim support for the government of Australia under a memorandum of understanding. Work will be performed in Whidbey Island, Washington (52 percent); St. Louis, Missouri (34 percent); and Edinburgh, Australia (14 percent), and is expected to be completed in June 2019. This modification combines purchase for the Navy ($92,207,908; 78 percent) and the government of Australia ($25,940,654; 22 percent). Fiscal 2013 and 2014 aircraft procurement (Navy) and international partner funds in the amount of $118,148,562 are being obligated on this award, $76,186,834 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.

Vigor Industrial LLC, Portland, Oregon, is being awarded an $11,979,903 firm-fixed-price contract for the regular overhaul and dry docking of USNS Richard E. Byrd (T-AKE 4). The contract includes options which, if exercised, would bring the total contract value to $12,126,316. Work will be performed in Portland, Oregon, and is expected to be completed by July 1, 2015. Fiscal 2015 maintenance and repair contract funds in the amount of $12,126,316 are obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with two offers received. The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-15-C-3013).

Shell Marine Products US, Houston, Texas, is being awarded an $11,107,442 modification under a previously awarded indefinite-delivery/indefinite-quantity contract with firm-fixed-price delivery orders (N00033-13-D-8020) to exercise a one-year option for the supply and related services of lubricant oil products for the Engineering Directorate of the Military Sealift Command and other government agencies in need of lubricant oil supplies and related services. Work will be performed worldwide and work is expected to be completed May 2016. If all options are exercised, work will continue through May 2018. Working capital contract funds in the amount of $11,107,442 are being obligated at the time of award. Contract funds will expire at the end of the current fiscal year. The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity.

Triton Marine Construction Corp., Bremerton, Washington, is being awarded $9,923,450 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N44255-14-D-9007) for the construction of the integrated drydock water treatment system at Puget Sound Naval Shipyard. The work to be performed provides for the construction of the infrastructure necessary at Dry Docks 1, 2 and 5 to bring the shipyard into compliance with current environmental standards for the collection and treatment of industrial process water. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2016. Fiscal 2015 military construction (Navy) contract funds in the amount of $9,923,450 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

Oshkosh Defense, Oshkosh, Wisconsin, is being awarded $8,910,254 for firm-fixed-price delivery order 0021 under an existing indefinite-delivery/indefinite-quantity contract for the purchase of 13 low-rate initial production vehicles and vehicle federal retail excise tax. Work will be performed in Oshkosh, Wisconsin, and is expected to be completed by Jan. 31, 2017. Fiscal 2015 procurement (Marine Corps) funds in the amount of $8,910,254 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-13-D-0214).

Burr-MZT JV,* San Clemente, California, is being awarded $8,776,000 for firm-fixed-price task order 0008 under a previously awarded multiple award construction contract (N44255-13-D-8012) for replacement of diesel generator controls and switchgear at Naval Base Kitsap – Bremerton. The work to be performed provides for replacement of existing switchgear with new modernized switchgear and demolition and replacement of generators. Work will be performed in Bremerton, Washington, and is expected to be completed by November 2016. Fiscal 2015 working capital funds (Navy) contract funds in the amount of $8,776,000 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

Mercury Systems Inc., Chelmsford, Massachusetts, is being awarded a $7,132,822 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for bus controllers, precision direction finding synthesizers, PDF tuners, eight-channel digital receivers, four-channel digital receivers, and clock generator versa module eurobus cards. These components will be used as spares during the installation of the AN/SLQ-32(V)6 electronic countermeasure system on Navy and Coast Guard ships. The AN/SLQ-32(V)6 was developed as part of the Navy’s Surface Electronic Warfare Improvement Program, which is an upgrade to the AN/SLQ-32 electronic warfare anti-ship missile defense system. Work will be performed in Chelmsford, Massachusetts, and is expected to complete by May 2020. Fiscal 2015 other procurement (Navy) funding in the amount of $1,115,110 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 – 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 (N00164-15-D-WM75).

DEFENSE LOGISTICS AGENCY

Harris Pharmaceuticals Inc.,* Fort Myers, Florida, has been awarded a maximum $55,913,776 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for pharmaceutical products. This contract was a competitive acquisition, and 32 responses were received. This is a one-year base contract with seven one-year option periods; the maximum dollar amount is for the lifeDefense_Logistics_Agency of the contract. Location of performance is Florida with a May 3, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania, (SPE2D0-15-D-0002).

TurboCombustor Technology Inc., Stuart, Florida, has been awarded a maximum $9,789,045 firm-fixed-price contract for aircraft parts. This was a sole-source contract. This is a two-year base contract with no option years. Location of performance is Florida with a May 3, 2017, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2015 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-15-C-0277).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a maximum $7,585,022 firm-fixed-price contract for electronic components. This was a sole-source contract. This is a one-year base contract with an option that was exercised at the time of award. Location of performance is Michigan with a Sept. 4, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-15-C-0060).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

USfalcon Inc., Morrisville, North Carolina, has been awarded a $41,917,346 cost-plus-fixed-fee contract for advisory and assistance services. Contractor will provide management and professional services, engineering, technical services and other contract requirements in support of the KC-46 division and the legacy tanker (KC-135/KC-10) division. Work will be performed at Wright-Patterson Air Force Base, Ohio; Tinker Air Force Base, Oklahoma; and Seattle, Washington, and is expected to be complete by May 31, 2020. This award is the result of a competitive acquisition among General Services Administration OASIS Pool 6 with three offers received. Fiscal 2015 research, development, test and evaluation; aircraft procurement and operations and maintenance funds in the amount of $6,274,854 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-8104).

Alliant Techsystems Inc., Fort Worth, Texas, has been awarded a $14,173,202 modification (P00062) to firm-fixed-price and cost-plus-fixed-fee undefinitized contract action for contractor logistic support for the Iraqi Air Force’s Cessna 208B fleet. Contract provides for request to return to original performance location and the ongoing security situation in the host country. Work will be performed in Iraq and is expected to be complete by Dec. 31, 2015. This contract is 100 percent foreign military sales to Iraq. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-10-C-0010).

ARMY

A-T Solutions, Fredericksburg, Virginia, was awarded a $24,477,700 modification (P00009) to contract W911S0-13-C-0009 to exercise the second option for Asymmetric Warfare Group (AWG) operations support requirement. The contractor provides personnel, expertise, and skills required to support AWG’s mission to observe, analyze, train, and advise Army and Joint Forces worldwide to successfullyDepartment of the Army predict, mitigate, counter, and defeat asymmetric and emerging hybrid threats. Work will be performed at Ft. Meade, Maryland, with an estimated completion date of June 14, 2016. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $24,477,700 were obligated at the time of the award. Army Contracting Command, Ft. Eustis, Virginia, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Massachusetts Institute of Technology, Cambridge, Massachusetts, has been awarded an $11,085,634 cost-reimbursement contract with options under the Living Foundries: 1000 Molecules program. Fiscal 2014 research and development funds in the amount of $8,583,435 are being obligated at the time of award. Work will be performed in Cambridge, Massachusetts (90 percent); Boston, Massachusetts (3 percent); Evanston, Illinois (4 percent); and San Francisco, California (3 percent), with an estimated completion date of November 2016. This contract was a competitive acquisition. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-15-C-0084)

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Sawdey Solution Services Inc., Beavercreek, Ohio, has been awarded a $51,908,534 cost-plus-fixed-fee contract for advisory and assistance services (A&AS). Contractor will provide A&AS to the Agile Combat Support Directorate at Robins Air Force Base, Georgia. Work will be performed at Wright-Patterson Air Force Base, Ohio; Holloman Air Force Base, New Mexico; and Robins Air Force Base, Georgia, and is expected to be complete by May 31, 2020. This award is the result of a competitive socioeconomic set-aside acquisition among Government Services Administration OASIS Pool 3 service-disabled, veteran-owned small businesses with five offers received. Fiscal 2015 research, development, test and evaluation, procurement, and operations and maintenance funds in the amount of $2,027,320 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-8108).

Linde LLC, Murray Hill, New Jersey, has been awarded a $35,000,000 firm-fixed-price contract for laboratory analytical services. Contractor will provide non-personal services for the processing, separation, and radioassay of atmospheric gas samples for elemental determination of sample components for the purpose of Nuclear Test Ban Treaty verification. Work will be performed at Murray Hill, New Jersey, and is expected to be complete by Sept. 30, 2015. This award is the result of a sole source acquisition with one offer received. Fiscal 2015 operations and maintenance funds in the amount of $2,550,598 are being obligated at the time of award. The 25th Air Force, Joint Base San Antonio – Lackland, Texas, is the contracting activity (FA7022-15-D-0003).

UPDATE: Homeland Security Construction, Corp., (FA4814-15-D-0011) Hyattsville, Maryland has been added as an awardee to the maximum $150,000,000 multiple award, construction contract originally announced April 1, 2015.

ARMY

Exelis Inc., Herndon, Virginia, was awarded a $29,500,000 modification (P00096) to contract W91260-12-C-0001 to purchase maintenance and system upgrade services for worldwide satellite communications equipment in support of Army Space and Missile Defense Command and Army Forces Strategic Command. Work will be performed in Colorado Springs, Colorado; Fort Gordon, Georgia; Aberdeen Maryland;Department of the Army Fort Meade, Maryland; Fort Detrick, Maryland; and Wahiawa, Hawaii, with an estimated completion date of July 31, 2019. Fiscal 2015 operations and maintenance (Army) funds in the amount of $1,641,005 were obligated at the time of the award. Army Space and Missile Defense Command, Peterson Air Force Base, Colorado, is the contracting activity.

Alliant Techsystsems Operations LLC, Plymouth, Minnesota (W15QKN-15-D-0031); and General Dynamics Ordinance and Tactical Systems, Marion, Illinois (W15QKN-15-D-0032); were awarded a $15,000,000 firm-fixed-price contract for services and supplies in accordance with the statement of work for numerous engineering, manufacturing, design and testing support of medium caliber programs and initiatives. Funding and work location will be determined with each order with an estimated completion date of May 1, 2020. Bids were solicited via the Internet with two received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Conti Federal Services Inc., Edison, New Jersey, was awarded a $10,200,967 modification (P00003) to foreign military sales (Israel) contract W912GB-13-C-0004 for concrete replacement building improvement. Work will be performed in Tel Aviv, Israel, with an estimated completion date of Nov. 30, 2015. Fiscal 2014 other procurement funds in the amount of $10,200,967 were obligated at the time of the award. Army Contracting Command, Europe District, APO AE, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

BAE Systems Land & Armaments LP, Armament Systems Division, Minneapolis, Minnesota, is being awarded a $27,458,219 firm-fixed-price contract for 6,360 57mm high explosive pre-fragmented, programmable proximity-fuzed cartridges, in order to support the use of the MK 110 MOD 0 gun mount on Navy ships. Work will be performed in Karlskoga, Sweden (86.5 percent); and Camden, Arkansas (13.5 percent); and is expected to be completed by August 2018. Fiscal 2015 procurement of ammunition (Navy, Marine Corps) funding in the amount of $27,458,219 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 (N00174-15-C-0014).

Systems Engineering Associates Corp.,* Middletown, Rhode Island, is being awarded a $19,778,516 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering services for the continued development of the Extensible Markup Language Test Data Analysis Tool (XTDAS) on all Navy submarines currently deployed. The XTDAS tool provides a portable, adaptable, and cost effective means for collecting, analyzing, verifying, and validating the required combat system data. Work will be performed at Middletown, Rhode Island (30 percent); Newport, Rhode Island (10 percent); Port Canaveral, Florida (10 percent); West Palm Beach, Florida, and Andros Island, Bahamas (10 percent); Groton, Connecticut (5 percent); Kings Bay, Georgia (5 percent); Norfolk, Virginia (4 percent); Manassas Virginia (4 percent); Washington, District of Columbia (4 percent); Newport News, Virginia (2 percent); Pearl Harbor, Hawaii (2 percent); and onboard Naval ships and submarines (14 percent). Work is expected to be completed by May 2020. Fiscal 2015 research, development, test and evaluation funding in the amount of $545,000 will be obligated at time of award, and will not expire at the end of the current fiscal year. This sole source requirement is a Phase III SBIR follow-on contract. A synopsis was posted September 2014 to the government wide point of entry and no inquiries were received. The Naval Undersea Warfare Center – Division Newport, Newport, Rhode Island, is the contracting activity (N66604-15-D-0131).

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a $15,995,389 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical engineering, life cycle support and repair services of Ohio-class submarine data processing subsystem (DPS) equipment and related systems. The DPS is a “mission critical” legacy subsystem comprised of the DPS UYK-43 hardware computer and its associated software. This effort requires the ability to analyze legacy DPS UYK-43 hardware and software problems, maintain and refurbish legacy DPS UYK-43 hardware computers and DPS UYK-43 software. Work will be performed in Newport, Rhode Island, and is expected to be completed by April 2020. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $230,000 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) – only one responsible source and no other supplies will satisfy agency requirements (FAR 6.302-1). The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-15-D-0132).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $7,600,000 modification to previously awarded contract (N00024-08-C-2110) for onboard repair parts material procurement to support outfitting Gerald R. Ford (CVN 78). This contract action will enable the contractor to procure required spares identified in the “Q” Consolidated Shipboard Allowance List onboard repair parts in advance of contract award to support construction of Gerald R. Ford. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2015. Fiscal 2015 shipbuilding and conversion (Navy) contract funds in the amount of $7,600,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Metrex Research LLC, Middleton, Wisconsin, has been awarded a maximum $7,500,000 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for dental equipment to be distributed through the Medical Electronic Catalog Program. This contract was a competitive acquisition,Defense_Logistics_Agency and 74 responses were received. This is a five-year base contract. Location of performance is Wisconsin with an April 30, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-15-D-0014).

BMG AD (fv)

pitanim


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

AT&T Government Solutions Inc., Vienna, Virginia (FA8732-15-D-0031); BAE Systems Information Solutions Inc., McLean, Virginia (FA8732-15-D-0033); Booz Allen Hamilton Inc., McLean, Virginia (FA8732-15-D-0034), Computer Sciences Corp., Falls Church, Virginia (FA8732-15-D-0036); Federal Network Systems LLC, Chantilly, Virginia (FA8732-15-D-0037); General Dynamics Information Technology Inc., Needham, Massachusetts (FA8732-15-D-0038); Harris IT Services Corp., Herndon, Virginia (FA8732-15-D-0039); HP Enterprise Services LLC, Herndon, Virginia (FA8732-15-D-0040); IBM U.S. Federal, Reston, Virginia (FA8732-15-D-0041); LGS Innovations LLC, High Point, North Carolina (FA8732-15-D-0042); Lockheed Martin Corp., Rockville, Maryland (FA8732-15-D-0043); L-3 National Security Solutions Inc., Reston, Virginia (FA8732-15-D-0044); NCI Information Systems Inc., Reston, Virginia (FA8732-15-D-0045); Northrop Grumman Systems Corp., McLean, Virginia (FA8732-15-D-0046); NextiraOne Federal LLC, doing business as Black Box Network Services, Herndon, Virginia (FA8732-15-D-0035); Raytheon Co., Dulles, Virginia (FA8732-15-D-0047); Science Applications International Corp., McLean, Virginia (FA8732-15-D-0048); SRA International Inc., Fairfax, Virginia (FA8732-15-D-0049); Telos Corp., Ashburn, Virginia (FA8732-15-D-0050); and URS Federal Services Inc., Germantown, Maryland (FA8732-15-D-0030), are being awarded a $7,910,000,000 multiple-award, indefinite-delivery/indefinite-quantity contract for Network-Centric Solutions-2 (NETCENTS-2) network operations and infrastructure solutions. This contract vehicle will provide a wide range of services and solutions that support existing legacy infrastructure, networks, systems, and operations, as well as evolving the infrastructure, networks, systems and operations to comply with the Air Force enterprise architecture. It is the network operations, full and open, indefinite-delivery/indefinite-quantity contract vehicle for Air Force users as well as other Department of Defense and356px-Seal_of_the_US_Air_Force.svg federal agencies. This contract vehicle is the mandatory source for all Air Force units purchasing services that fall under the scope of the contract. The location of performance is not known at this time and will be cited on individual task orders. The initial ordering period is three years. This award is the result of a competitive acquisition with 21 offers received. NETCENTS-2 is a set of five categories of contract capabilities spanning netcentric products, network operations and infrastructure solutions, applications services, enterprise integration and service management, and information technology professional services. The contracting activity is Air Force Life Cycle Management Center, Maxwell Air Force Base-Gunter Annex, Alabama.

General Electric – Aviation, Cincinnati, Ohio, has been awarded a $105,000,000 modification (P00012) to previously awarded contract FA8650-09-D-2922 to cover the potential award of the Adaptive Engine Technology Development order. This additional research and the resulting data will further mature aircraft engine technologies and decrease risk to achieve a system level preliminary design review and subsequent Adaptive Engine Research Design compatibility review. Work will be performed at Cincinnati, Ohio, and is expected to be complete by Nov. 3, 2016. Funds will be obligated if additional in-scope work is awarded. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Pratt & Whitney – Military Engines, East Hartford, Connecticut, has been awarded a $105,000,000 modification (P00011) to previously awarded contract FA8650-09-D-2923 to cover the potential award of the Adaptive Engine Technology Development order. This additional research and the resulting data will further mature aircraft engine technologies and decrease risk to achieve a system level preliminary design review and subsequent Adaptive Engine Research Design compatibility review. Work will be performed at East Hartford, Connecticut, and is expected to be complete by Nov. 12, 2017. Funds will be obligated if additional in-scope work is awarded. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

TASC, Andover, Massachusetts, has been awarded a $66,991,234 cost-plus-incentive-fee, firm-fixed-price and cost-plus-fixed-fee contract for system engineering and integration technical support. Contractor will provide horizontal integration, test and verification across the Enterprise; maintain and evolve technical baseline; and perform additional systems engineering tasks and analyses. Work will be performed at Los Angeles Air Force Base, California, and is expected to be complete by Nov. 11, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal 2015 research, development, test and evaluation and procurement funds in the amount of $8,455,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-15-C-0005).

600px-US-DeptOfNavy-Seal.svgNAVY

Insight Public Sector, Tempe, Arizona, is being awarded a potential $156,106,996 fixed-price blanket purchase agreement under the Department of the Navy Enterprise Software Licensing Initiative to provide the renewal of existing software assurance and new Microsoft software licenses. The enterprise-wide agreement is for the Department of the Navy to include the Marine Corps. The resulting award will be subject to the Department of Navy policy entitled “Mandatory Use of Department of the Navy Enterprise Licensing Agreements.” This three-year agreement includes one base year and two one-year option periods, which if exercised, will bring the total to a potential $543,720,000. Work will be performed in Tempe, Arizona. Work is expected to be completed May 31, 2016. If options are exercised, work will continue through May 31, 2018. This agreement will not obligate funds at the time of award. Blanket purchase agreement orders will be placed by requiring activities as needed during the ordering period. The types of funding to be obligated include operations and maintenance (Navy), other procurement (Navy), and research, development, test and evaluation. This agreement was competitively procured under a brand name only justification in accordance with FAR 8.405-6 via the General Services Administration Federal Supply Schedule 70. Five quotations were received and one was selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-A-0001).

KOAM Engineering Services, San Diego, California, is being awarded a three-year $61,836,881 cost-plus-fixed-fee contract to provide technical expertise to the Network Integration Engineering Facility, providing unique and reliable packaging, integration, environmental qualification design and testing, deployment, and life cycle support for command, control, communications, computers, and intelligence (C4I) electronic and computer systems used by the Department of Defense and other agencies. The contract will also provide engineering, design and packaging of commercial-off-the-shelf and government-off-the-shelf products for military applications. Work will be performed in San Diego, California, and work is expected to be completed May 14, 2018. No funds are being obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a 100 percent set-aside for small businesses via the Space and Naval Warfare Systems Command e-Commerce website and the Federal Business Opportunities website, with five offers received and one was selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0262).

Airborne Tactical Advantage Co., Newport News, Virginia, is being awarded a $41,755,853 firm-fixed-price, cost reimbursement, indefinite-delivery/indefinite-quantity contract in support of the Contracted Air Services program, which provides contractor-owned and -operated Type III High Subsonic and Type IV Supersonic aircraft to Navy fleet customers for a wide variety of airborne threat simulation capabilities. This provides training for shipboard and aircraft squadron weapon systems operators and aircrew. Work will be performed in Newport News, Virginia (45 percent); Pt. Mugu, California (35 percent); and various locations outside the continental U.S. (20 percent), and is expected to be completed in May 2016. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $5,206,207 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via electronic request for proposals; four offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0026).

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $36,956,038 modification to previously awarded contract (N00024-11-C-4400) for USS Lake Champlain (CG 57) fiscal 2015 selected restricted availability with emergent docking. A selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by February 2016. Fiscal 2015 operations and maintenance (Navy) and fiscal 2015 other procurement (Navy) funding in the amount of $36,956,038 will be obligated at time of award and contract funds will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is being awarded a $36,432,599 firm-fixed-price with award fee contract for execution of USS Mitscher (DDG 57) extended selected restricted availability with docking (ESRA(d)). The availability will include a combination of maintenance, modernization, and repair of USS Mitscher (DDG 57). General Dynamics NASSCO-Norfolk will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization the ESRA(d). This contract includes options which, if exercised, would bring the cumulative value of this contract to $40,337,098. Work will be performed in Norfolk, Virginia, and is expected to be completed by March 2016. Fiscal 2015 operations and maintenance (Navy); fiscal 2014 and 2015 other procurement (Navy), and fiscal 2015 weapons procurement (Navy) funding in the amount of $36,432,599 will be obligated at the time of award. Funding in the amount of $22,397,384 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 (N00024-15-C-4406).

Linear Photonics, Hamilton, New Jersey, is being awarded a $7,507,518 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for spare parts to be used in the Surface Electronic Warfare Improvement Program block 2. AN/SLQ-32(V)6 was developed as part of the Navy’s Surface Electronic Warfare Improvement Program, which is an upgrade to the AN/SLQ-32 electronic warfare anti-ship missile defense system. Work will be performed in Hamilton, New Jersey, and is expected to be completed by August 2015. Fiscal 2014 and 2015 other procurement (Navy) funding in the amount of $549,255 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 FAR 6.302-1-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 (N00164-15-D-WM70).

ARMY

Cummins Power Generation, Minneapolis, Minnesota, was awarded an $85,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for advanced medium-sized mobile power source generator sets. Funding and work location will be determined with each order with an estimated completion date of June 14, 2016. One bid was solicited with one received. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-D-0010).

CACI-ISS Inc., Chantilly, Virginia, was awarded a $32,026,550 cost-plus-incentive-fee incrementally funded contract with options as a follow-on to contract W15QKN-15-C-0003, that was terminated for convenience on March 27, 2015. The present contract is to procure a system integrator to develop and implement Increment II (release 2 through 5) of the Integrated Personnel andDepartment of the Army Pay System – Army (IPPS-A). Work will be performed in Alexandria, Virginia, with an estimated completion date of May 17, 2020. Bids were solicited via the Internet with three received. Fiscal 2014 and 2015 research, development, testing, and evaluation funds in the amount of $32,026,550 were obligated at the time of the award. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0049).

Dillon Aero,* Scottsdale, Arizona, was awarded a $13,987,456 firm-fixed-price multi-year indefinite-delivery/indefinite-quantity contract for spare parts for the M134D weapons system in support of the CH-47, UH-60, MI-17, and OH-6 helicopters. Funding and work location will be determined with each order with an estimated completion date of May 15, 2018. Bids were solicited via the Internet with one received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0055).

Raytheon Co., Woburn, Massachusetts, was awarded an $11,447,356 modification (P00030) to contract W9113M-13-C-0009 for surveillance system supply and support of the Rapid Aerostat Initial Deployment System. Work will be performed in Woburn, Massachusetts, with an estimated completion date of Dec. 30, 2015. Fiscal 2015 operations and maintenance (Army) funds in the amount of $4,235,000 were obligated at the time of the award. Army Space and Missile Command, Huntsville, Alabama, is the contracting activity.

Gunter Construction Inc.,* Sulphur, Louisiana, was awarded a $6,843,415 firm-fixed-price multi-year contract with options for road repair at Ft. Polk, Louisiana, with an estimated completion date of May 14, 2018. Bids were solicited via the Internet with six received. Funding will be determined with each order. Army Contracting Command, Ft. Bragg, North Carolina, is the contracting activity (W91247-15-D-0002).

720px-US-DefenseInformationSystemsAgency-Logo.svgDEFENSE INFORMATION SYSTEMS AGENCY

By Light Professional IT Services Inc., Arlington, Virginia, was awarded a $15,417,372 firm-fixed-price contract for a 10-year indefeasible right of use of dark fiber. Work will be performed at locations throughout the continental United States, with an estimated completion date of December 2025. Fiscal 2014 procurement funds in the amount of $15,417,372 are being obligated at award. This solicitation was issued as a full and open competition on the Federal Business Opportunities website, and four proposals were received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-15-C-0005).

ARMY

BAE Systems Land & Armaments LP, York, Pennsylvania (W56HZV-15-D-KB01); Baum, Romstedt Technology Research Corp., Vienna, Virginia (W56HZV-15-D-KB02); Booz Allen Hamilton Inc., McLean, Virginia (W56HZV-15-D-KB03); CALIBRE Systems Inc., Alexandria, Virginia (W56HZV-15-D-KB04); Camber Corp., Huntsville, Alabama (W56HZV-15-D-KB05); D & S Consultants Inc., Eatontown, New Jersey (W56HZV-15-D-KB06); DCS Corp., Alexandria, Virginia (W56HZV-15-D-KB07); IBM, Reston, Virginia (W56HZV-15-D-KB09); Jacobs Technology Inc., Fort Walton Beach, Florida (W56HZV-15-D-KB10); Mantech Advanced Systems International Inc., Fairfax, Virginia (W56HZV-15-D-KB11); PD Systems Inc., Alexandria, Virginia (W56HZV-15-D-KB12); SAIC, McLean, Virginia (W56HZV-15-D-KB13); Strategic Resources Inc., McLean, Virginia (W56HZV-15-D-KB14); URS Federal Services Inc., Germantown, MD (W56HZV-15-D-KB15); Vencore Services and Solutions Inc., Reston, Virginia (W56HZV-15-D-KB16); Wyle Laboratories Inc., Huntsville, Alabama (W56HZV-15-D-KB17); Accent Controls Inc., Riverside, Missouri (W56HZV-15-D-KB18); C2D JV, Goleta, California (W56HZV-15-D-KB19); DS3 Solutions LLC, Layton, Utah (W56HZV-15-D-KB20); DUCOM Inc., Silver Spring, Maryland (W56HZV-15-D-Department of the ArmyKB21); FEDITC LLC,* Rockville, Maryland (W56HZV-15-D-KB22); Middle Bay Solutions LLC,* Huntsville, Alabama (W56HZV-15-D-KB23); Northwind-Jacobs JV, Shelocta, Pennsylvania (W56HZV-15-D-KB24); Tecmasters Inc.,* Huntsville, Alabama (W56HZV-15-D-KB25); United Support Services LLC,* Lawrence, Massachusetts (W56HZV-15-D-KB26); and WS3 LLC,* Warren, Michigan (W56HZV-15-D-KB27) were awarded a $1,800,000,000 indefinite-delivery/indefinite-quantity, order dependent contract for knowledge based service-type requirements. Funding and work location will be determined with each order with an estimated completion date of May 13, 2023.  Bids were solicited via the Internet with 35 received.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Army Fleet Support LLC,  Fort Rucker, Alabama (W56HZV-15-D-ER01); BAE Systems Land & Armaments LP, York, Pennsylvania (W56HZV-15-D-ER02); Baum, Romstedt Technology Research Corp., Vienna, Virginia (W56HZV-15-D-ER03); Booz Allen Hamilton Engineering Services LLC, Linthicum, Maryland (W56HZV-15-D-ER04); DUCOM Inc., Silver Spring, Maryland (W56HZV-15-D-ER05); DynCorp International LLC,  McLean, Virginia (W56HZV-15-D-ER06); Vectrus Systems Corp., Colorado Springs, Colorado (W56HZV-15-D-ER07); Honeywell Technology Solutions Inc., Columbia, Maryland (W56HZV-15-D-ER08); Jacobs Technology Inc., Ft Walton Beach, Florida (W56HZV-15-D-ER09); Lockheed Martin Corp., Orlando, Florida (W56HZV-15-D-ER10); Mantech Advanced Systems International Inc., Fairfax, Virginia (W56HZV-15-D-ER11); PD Systems Inc., Alexandria, Virginia (W56HZV-15-D-ER12); Qualis Corp., Huntsville, Alabama (W56HZV-15-D-ER13); SAIC, McLean, Virginia (W56HZV-15-D-ER14); Strategic Resources Inc., McLean, Virginia (W56HZV-15-D-ER15); Systems Products and Solutions Inc., Huntsville, Alabama (W56HZV-15-D-ER16URS Federal Services Inc. Germantown, Maryland (W56HZV-15-D-ER17); VSE Corp., Alexandria, Virginia (W56HZV-15-D-ER18); Integrated Logistics Solutions Inc., Huntsville, Alabama (W56HZV-15-D-ER19); and SFS Global/Tiburon JV, Susanville, California (W56HZV-15-D-ER20) were awarded a $1,100,000,000 order-dependent multiple award task order contract indefinite-delivery/indefinite-quantity contract for equipment related services.  Funding and work location will be determined with each order with an estimated completion date of May 13, 2023.  Bids were solicited via the Internet with 24 received.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Alion Science and Technology Corp., Burr Ridge, Illinois (W56HZV-15-D-RD01); Booz Allen Hamilton, McLean, Virginia  (W56HZV-15-D-RD02); DCS Corp., Alexandria, Virginia (W56HZV-15-D-RD03); Jacobs Technology Inc., Fort Walton Beach, Florida (W56HZV-15-D-RD04); Raytheon Co., McKinney, Texas (W56HZV-15-D-RD05); SAIC, McLean, Virginia (W56HZV-15-D-RD06); VSE Corp., Alexandria, Virginia (W56HZV-15-D-RD07); CDQ JV, Goleta, California (W56HZV-15-D-RD08); FEDITC LLC,* Rockville, Maryland (W56HZV-15-D-RD09); Hodges Transportation Inc.,* Silver Springs, Nevada (W56HZV-15-D-RD10); Loc Performance Products Inc.,* Plymouth, Michigan (W56HZV-15-D-RD11); Middle Bay Solutions LLC,* Huntsville, Alabama (W56HZV-15-D-RD12); Northwind-Jacobs JV, Shelocta, Pennsylvania (W56HZV-15-D-RD13); PD Systems Inc.,* Alexandria, Virginia (W56HZV-15-D-RD14); Quantum Research International Inc.,* Huntsville, Alabama (W56HZV-15-D-RD15); Select Engineering Services, doing business as Mark. G. Miller Inc.,* Layton, Utah (W56HZV-15-D-RD16); The Service Engineering Co. LLC,* Belcamp, Maryland (W56HZV-15-D-RD17); Waltonen Engineering Inc.,* Warren, Michigan (W56HZV-15-D-RD18); WestWind Aerospace Inc.,* Huntsville , Alabama (W56HZV-15-D-RD19) were awarded a $634,000,000 firm-fixed-price contract for research and development (R&D) services to include services for the purpose of creating and developing new processes or products. Only for task order requirements to directly perform work that is an integral part of R&D services for the creation of new processes or products.  Funding and work location will be determined with each order with an estimated completion date of May 13, 2023.  Bids were solicited via the Internet with 22 received.  Army Contracting Command, Warren, Michigan, is the contracting activity.

SOS International, Reston, Virginia, was awarded a $36,000,000 modification (00) to contract W56KGZ-15-C-4000 for base life support at Camp Taji, Iraq, with an estimated completion date of June 30, 2015.  Funding will be determined with each order.  Army Contracting Command Kuwait, is the contracting activity.

Southeastern Archeological Research Inc.,* Newberry, Florida, was awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cultural resource services.  Funding and work location will be determined with each order with an estimated completion date of May 14, 2020.  Bids were solicited via the Internet with seven received.  Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-15-D-0046).

Applied Resources Corp.,* Wharton, New Jersey, was awarded a $15,622,051 firm-fixed-price multi-year indefinite-delivery/indefinite-quantity contract for titanium M119A3 upper and lower spades.  Funding and work location will be determined with each order.  Bids were solicited via the Internet with three received.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0042).

M. Arthur Gensler Jr. & Associates Inc., Dallas, Texas (W912DY-15-D-0092); Gresham, Smith and Partners, Nashville, Tennessee (W912DY-15-D-0093); RLF, Orlando, Florida (W912DY-15-D-0094); and URS Group Inc., Columbus, Ohio (W912DY-15-D-0095), were awarded a $9,000,000 firm-fixed-price multi-year contract with options for interior design architecture and engineering.  Funding and work location will be determined with each order with an estimated completion date of May 4, 2020.  Bids were solicited via the Internet with 18 received.  Army Corps of Engineers is the contracting activity.

ALATEC Inc.,* Huntsville, Alabama, was awarded a $7,842,872 modification (P00003) to contract W9124Q-13-D-0003 for analytic mission support services to the Army Training and Doctrine Command Analysis Center, White Sands Missile Range, New Mexico, with an estimated completion date of May 31, 2016.  Funding and work location will be determined with each order.  Army Contracting Command, White Sands Missile Range, New Mexico, is the contracting activity.

SAIC, McLean, Virginia, was awarded a $7,619,234 modification (003773) to foreign military sales contract W31P4Q-05-A-0031 for systems and computer resources support for the Aviation and Missile Research Development and Engineering Center, software engineering directorate, Army Research, Development and Engineering Command.  Work will be performed at Redstone Arsenal with an estimated completion date of Feb. 20, 2017.  Fiscal 2015 operations and maintenance (Army), other procurement, and research, development, testing, and evaluation funds in the amount of $7,619,234 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Pinnacle Construction Development Group Inc.,* was awarded a $7,184,335 firm-fixed-price contract to replace Taxiway C East Ramp, Wright-Patterson Air Force Base, Ohio, with an estimated completion date of Nov. 30, 2015.  Bids were solicited via the Internet with four received.  Fiscal 2015 military construction funds in the amount of $7,184,335 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0011).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Vectrus Systems Corp., Maxwell Air Force Base, Alabama, has been awarded a $62,221,604 firm-fixed-price incentive bridge contract for base operating support services. The contract includes, but is not limited to maintenance including foreign object damage and dropped object, resource management, communications/information technology, publishing management, civil engineering including asset management, operations and maintenance. Work will be performed at Maxwell Air Force Base, Alabama, and is expected to be complete by Nov. 14, 2016. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $41,628,443 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-15-C-0008).

BWSC/Emersion Design, Cincinnati, Ohio, has been awarded a $12,000,000 indefinite-delivery/indefinite-quantity contract for architect and engineering expertise. Contractor will provide site visits and investigations; design and economic analysis; construction drawings and specifications; and survey of facilities for asbestos containing materials and lead coatings including sampling, testing, and abatement design. It also includes detailed cost estimates and bidding schedules for each project. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by May 12, 2020. This award is the result of a competitive acquisition with 49 offers received. Funds will be obligated on specific task orders. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8601-15-D-0007).

NAVY

AMEWAS, California, Maryland, is being awarded a $48,000,068 cost-plus-fixed-fee contract for technical support services in support of the Integrated Battlespace Simulation and Test Department.  Work will be performed in Patuxent River, Maryland, and is expected to be completed in May 2016.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $2,000,000 will be obligated at time of award, none of which expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to10 U.S.C. 2304 (c) (1).  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-15-C-0038).

ManTech Systems Engineering Corp., Fairfax, Virginia, is being awarded a $21,345,857 cost-plus-fixed-fee and cost-only modification to previously awarded contract (N00024-14-C-4110) to provide specific systems operation, sustainment and support services for the Navy Ship Maintenance and Logistics Information Systems (SMLIS) program.  This contract provides enterprise support to the SMLIS program, including engineering support in the areas of information technology life cycle planning, operations and sustainment, documentation, program management, application technical refresh, testing, training and deployment. These efforts are required to ensure the successful development, deployment, implementation and operation of the SMLIS program600px-US-DeptOfNavy-Seal.svg managed by NAVSEA’s program management office for information technology.  This contract modification contains options which, if exercised, would bring the cumulative value of this contract to $39,364,600. Work will be performed in Norfolk, Virginia (55 percent); Mechanicsburg, Pennsylvania (10 percent); Rocket Center, West Virginia (9.1 percent); Kittery, Maine (7.1 percent); Washington, District of Columbia (6 percent); San Diego, California (5 percent); Fairfield, California (2 percent); Mayport, Florida (2 percent); Indian Head, Maryland (1 percent); and other locations less than 1 percent (2.8 percent), and is expected to be completed by November 2015.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $14,869,528 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.

M7 Aerospace LLC, San Antonio, Texas, is being awarded a $13,354,491 modification to a previously awarded indefinite-delivery requirements contract (N00019-11-D-0002) to exercise an option for logistics support for 12 Navy/Marine Corps UC-35 aircraft and seven Navy C-26 aircraft located at nine global locations.  Services to be provided include organizational and depot level maintenance, parts, support equipment maintenance, and engineering support.  Work will be performed at the Pacific Missile Range Facility, Barking Sands, Hawaii (15 percent); Marine Corp Air Station (MCAS) Futenma, Japan (15 percent); Andrews Air Force Base, Maryland (10 percent); Fleet Marine Reserve Detachment, Belle Chase, Louisiana (10 percent); Naval Air Station Sigonella, Italy (10 percent); Naval Support Activity, Naples, Italy (10 percent); MCAS Miramar, California (10 percent); MCAS Cherry Point, North Carolina (5 percent);  San Antonio, Texas (5 percent); Al Udeid, Qatar (5 percent); and Moron, Spain (5 percent), and  is expected to be completed by February 2016.  No funds are being obligated at time of award.  Funds will be obligated against individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Leebcor Services LLC,* Williamsburg, Virginia, is being awarded $7,100,622 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-14-D-0759) for renovation and repairs to buildings 3701 and 3706 at Naval Air Station, Pensacola.  The work to be performed provides for renovation and repairs to buildings 3701 and 3706. Building 3701 is an existing three story bachelor enlisted quarters (BEQ) structure and 3706 is an existing one story laundry facility and mechanical room.  The renovations will provide the 2+0 Unit configuration to building 3701 to allow 49 units for a total of 98 berths and will upgrade the laundry facility in Building 3706 to a commercial laundry facility for BEQ housekeeping staff.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $7,788,880.  Work will be performed in Pensacola, Florida, and is expected to be completed by May 2017.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,100,622 are being obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Corp., Palmdale, California, has been awarded a $19,454,226 cost-plus-fixed-fee modification (P00003) exercising the option period on previously awarded HR0011-14-C-0123 for the Tactical Boost Glide (TBG) program. This modification brings the total cumulative face value of the contract to $24,390,645 from $4,936,419. Fiscal 2015 research and development funds in the amount of $13,156,841 are being obligated at the time of award. The TBG program is for the development and demonstration of technologies to enable air-launched tactical range hypersonic boost glide systems. Location of performance is Grand Prairie, Texas (13 percent); King of Prussia, Pennsylvania (16 percent); and Palmdale, California, (71 percent), with an estimated completion date of May 17, 2016. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Belleville Shoe Co.,** Belleville, Illinois, has been awarded a maximum $10,621,169 firm-fixed-price contract for safety boots. This was a competitive acquisition, and three responses were received. This is a one-year base contract with three one-year option periods. Location of performance is North Carolina with a May 13, 2016, performance completion date. Using service is Navy. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1051).

NAVY

SOLPAC Construction, doing business as Soltek Pacific Construction Inc., San Diego, California (N62473-15-D-2426); Straub Construction Inc., Fallbrook, California (N62473-15-D-2427); RQ Construction LLC, Carlsbad, California (N62473-15-D-2428); The Haskell Co., Jacksonville, Florida (N62473-15-D-2429); Sauer Inc., Jacksonville, Florida (N62473-15-D-2430); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-15-D-2431), Harper Construction Co. Inc., San Diego, California (N62473-15-D-2432), and Hensel Phelps Construction Co., Irvine, California (N62473-15-D-2433), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, repair, and renovation of commercial and institutional buildings and associated work at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all eight contracts combined is $240,000,000.  These eight contractors may compete for task orders under the terms and600px-US-DeptOfNavy-Seal.svg conditions of the awarded contracts.  Types of projects may include, but are not limited to: administration buildings, school buildings, hospitals, auditoriums, fire stations, gymnasiums, office buildings, hangars, laboratories, and parking structures.  No task orders are being issued at this time.  All work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent).  The terms of the contracts are not to exceed 60 months, with an expected completion date of May 2020.  Fiscal 2014 operation and maintenance, (Navy) contract funds in the amount of $40,000 are being obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operation and maintenance, (Navy); working capital funds (Navy); and military construction, (Navy).  This contract was competitively procured as unrestricted via the Federal Business Opportunities website with 43 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $42,183,466 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2106) for naval nuclear propulsion components.  Work will be performed in Schenectady, New York (66 percent); and Monroeville, Pennsylvania (34 percent).  No completion date or additional information is provided on naval nuclear propulsion program contracts.  Fiscal 2015 other procurement (Navy) contract funds in the amount of $42,183,466 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.

Alutiiq Pacific LLC,* Anchorage, Alaska (N39430-13-D-1264); Securityhunter Inc.,* Baltimore, Maryland  (N39430-13-D-1265); and Split Pine Technologies LLC,* Tallahassee, Florida (N39430-13-D-1266), are each being awarded option year two under a firm-fixed-price multiple award contract for physical security access control at Navy shore installations throughout the world, including joint bases assigned to the Navy.  The combined total value for all three contractors is $33,000,000.  The work to be performed provides for the design, procurement, installation, integration, testing and initial training for anti-terrorism force protection hardware and software at Navy shore installations throughout the world, including joint bases assigned to the Navy.  The total contract amount after exercise of this option will be $99,000,000.  No task orders are being issued at this time.  All work will be performed at Navy shore installations throughout the world, including joint bases assigned to the Navy.  Work is expected to be completed May 2016.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by fiscal 2015 operation and maintenance, (Navy) and fiscal 2015 other procurement, (Navy).  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $14,524,779 cost-plus-award-fee modification to previously awarded contract (N00024-12-C-2312) to exercise options for DDG 51 class destroyer follow yard services (FYS).  The FYS provides liaison; technical support; engineering, design, and configuration management; systems engineering team and turnkey, and crew indoctrination and orientation.  Work will be performed in Pascagoula, Mississippi (97 percent); Washington, District of Columbia (2 percent); and Bath, Maine (1 percent), and is expected to be completed by May 2016.   Fiscal 210, 2011, and 2013 shipbuilding and conversion (Navy) funding in the amount of $13,755,927 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.

Ocenco Inc.,* Pleasant Prairie, Wisconsin, is being awarded a $10,462,500 firm-fixed-price contract to provide up to 97,550 emergency escape breathing devices (EEBDS), up to 750 training units, and up to 250 EEBD instructional videos with training materials for the Extreme Environment Life Support Program. The EEBD is designed to provide respiratory and eye protection in an atmosphere that will not support life.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $21,962,150.  Work will be performed in Pleasant Prairie, Wisconsin, and is expected to be completed in May 2020.  No funding 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 two offers received.  The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity (N61331-15-D-0020).

StandardAero (San Antonio) Inc., San Antonio, Texas, is being awarded a $9,584,280 firm-fixed-price contract for depot-level maintenance and repair of the T-56 Series III propulsion system, modules, quick engine change kit and components.  Depot-level repair of the T-56 Series III engine modules is required to support fielded P-3 and derivative aircraft, as well as T-56 powered C-130 and C-2 aircraft.  Work will be performed in San Antonio, Texas, and is expected to be completed in September 2015.  Fiscal 2015 operation and maintenance (Navy and Navy Reserve) and research, development, testing and evaluation funds (Navy) in the amount of $9,584,280 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was a limited competition procured pursuant to FAR 6.302-2.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-C-0155).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Evolve Technologies Corp.,* Salem, New Hampshire, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery contract for commercial shelters. This was a competitive acquisition and 20 responses were received. This is a one-year base contract with three one-year option periods. Locations of performance are New Hampshire and Florida with a May 5, 2016, performance completion date. Using services are Army, Navy Air Force and Marine Corps. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1054).

AIR FORCE

LinQuest Corp., Los Angeles, California, has been awarded a $7,884,935 cost-plus-fixed-fee contract for satellite operations support services. Contractor will provide continued uninterrupted support to five on-orbit satellite missions; and support for six satellite programs in various stages of pre-launch design and readiness. They will also provide operations expertise for upgrades and356px-Seal_of_the_US_Air_Force.svg modifications to the Multi-Mission Satellite Operations Center ground system including operations and acceptance testing and mission automation efforts in support of the Air Force Space Command Enterprise Ground Initiative. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by Jan. 31, 2016. This award is the result of a sole-source acquisition. Fiscal 2015 research and development and operations and management funds in the amount of $3,067,000 are being obligated at the time of award. The Advanced Systems and Development Directorate, Los Angeles Air Force Base, California is the contracting activity (FA8818-15-C-0024).

Department of the ArmyARMY

DMA-Mabbett JV LLC,* Vienna, Virginia, was awarded a $9,900,000 firm-fixed-price indefinite-delivery contract for architectural and engineering studies and designs including flood risk management, coastal storm damage within New York District, Corps of Engineers, and other locations within North Atlantic Division and major subordinate command boundaries. Funding and exact location will be determined with each order with an estimated completion date of April 30, 2020.  Bids were solicited via the Internet with three received.  Army Corps of Engineers, New York, New York is the contracting activity (W912DS-15-D-0002).

Renda/J. Bros. JV, Roanoke, Texas, was awarded a $7,520,980 modification (P00002) to contract W912P8-14-C-0054 for widening the Florida Avenue Canal, Phase IV, Orleans Parish, Louisiana, with an estimated completion date of Oct. 10, 2018.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,520,980 were obligated at the time of the award.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

Luhr Bros. Inc., Columbia, Illinois, was awarded a $7,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract with options for  dredge leasing, attendant plant, and on-shore disposal equipment for channel maintenance dredging of the Ohio River and its tributary pool areas, the Cumberland River (River Mile 0.0-105), and the Upper Mississippi River (River Mile 0.0-185.0).  Funding and exact work location will be determined with each order with an estimated completion date of May 12, 2018.  Bids were solicited via the Internet with one received.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-D-0025).

Enfield Enterprises Inc.,* Springfield, Massachusetts, was awarded a $45,000,000 firm-fixed-price contract for emergency temporary roof repairs (residential structures) in support of the Army Corps of Engineers/Federal Emergency Management Agency disaster response in the states of Alabama, Connecticut, Delaware, Florida, Georgia, Louisiana, Maine, Maryland/District of Columbia, Massachusetts, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Pennsylvania, Rhode Island, South Carolina, Texas, and Virginia. Funding and work location will be determined with each order with an estimated completion date of May 31, 2020.  Bids were solicited via the Internet with four received.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-D-0024).

NAVY

Shape Construction Inc.,* Bremerton, Washington, is being awarded $7,324,829 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N39430-14-D-1474) for maintenance and repair of three telecommunications towers at the Naval Computer and Telecommunications Area Master Station Atlantic Detachment.  The work to be performed provides for corrosion mitigation, replacing structural components, electrical repairs, tower painting, and safety upgrades of one 980-foot-high tower, and two 875-foot-high towers, N-600px-US-DeptOfNavy-Seal.svg0, N-9, and N-11.  Work will be performed in Cutler, Maine, and is expected to be completed by October 2015.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,324,829 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 and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

Department of the ArmyARMY

CDO Technologies,* Dayton, Ohio (W52P1J-15-D-0059); Lowry Solutions Inc.,* Brighton, Michigan (W52P1J-15-D-0060); and SRA International Inc., Fairfax, Virginia (W52P1J-15-D-0061), were awarded a $181,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options for automatic identification technology data communications, hardware, software, documentation, and incidental services, to include technical engineering services, training and warranty to authorized government users worldwide.  The contractors will share the capacity.  Funding and work location will be determined with each order with an estimated completion date of May 5, 2018.  Bids were solicited via the Internet with three received.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Allphase Services Inc., Delray Beach, Florida (W912DY-15-D-0067); ARS Aleut Remediation LLC, Port Allen, Louisiana (W912DY-15-D-0068); ADS Trinity LLC,  doing business as Atlanta Demolition, Chamblee, Georgia (W912DY-15-D-0069); North Wind Construction Services LLC, Knoxville, Tennessee (W912DY-15-D-0070); Bhate Environmental Associates Inc., Birmingham, Alabama(W912DY-15-D-0071); Central Environmental Inc., Anchorage, Alaska W912DY-15-D-0072); Charter Environmental Inc., Boston, Massachusetts (W912DY-15-D-0073); Envirocon Inc., Missoula, Montana (W912DY-15-D-0074); Environmental Remediation Services Inc., Schenectady, New York (W912DY-15-D-0075); and NorthStar Federal Services Inc., Richland, Washington (W912DY-15-D-0076), were awarded a $9,600,000 firm-fixed-price, indefinite-delivery, multiple award task order contract with options for demolition of surplus facilities.  Funding and work location will be determined with each order with an estimated completion date of May 10, 2020.  Bids were solicited via the Internet with 15 received.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Trinity Fresh Distribution LLC,* Sacramento, California, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruit and vegetables for customers in northern California and northwest Nevada. The maximum amount is for the life of the contract. This was a competitive acquisition and four responses were received. This is an 18-month base contract with two 18-month option periods. Location of performance is California with a Nov. 10, 2019 performance completion date. Using services are non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics AgencyDefense_Logistics_Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-S650).

Coast Citrus,* San Francisco, California, has been awarded a maximum $15,000,000 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruit and vegetables for customers in northern California and northwest Nevada. The maximum amount is for the life of the contract. This was a competitive acquisition and four responses were received. This is an 18-month base contract with two 18-month option periods. Location of performance is California with a Nov. 10, 2019, performance completion date. Using services are Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-P276).

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., St. Louis, Missouri, is being awarded a $14,630,235 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0032) for the procurement of aircraft armament equipment (AAE) items in support of the F/A-18E/F and E/A-18G aircraft.  The procured AAE items include 60 SUU-79 C/A wing pylons; 30 SUU-80 A/A low drag pylons; 30 ADY-773 A/A adapters, and supporting items.  Work will be performed in Mesa, Arizona (72 percent); St. Louis, Missouri (16 percent); Minneapolis, Minnesota (10 percent); and St. Paul, Minnesota (2 percent), and is expected to be completed in June 2019.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $14,630,235 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $13,652,476 modification to previously awarded contract (N00024-14-C-5106) to exercise options for fiscal 2015 Aegis Modernization (AMOD) production requirements.  This contract modification exercises options for production of Aegis Weapon System AMOD upgrade equipment for Navy Ticonderoga-class guided missile cruisers CG 65 (USS Chosin) and CG 69 (USS Vicksburg), and procurement of special tooling and test equipment to support the fielding of AMOD capabilities to the fleet.  Work will be performed in Moorestown, New Jersey (55 percent); and Clearwater, Florida (45 percent), and is expected to be completed by July 2017.  Fiscal 2015 other procurement (Navy) funding in the amount of $13,652,476 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

L-3 Communications Corp., Communication Systems, Salt Lake City, Utah, has been awarded an $8,775,683 cost-plus-fixed-fee and cost reimbursable order (0001) under the basic ordering agreement contract FA8620-13-G-4051 for MQ-9 organic depot activation logistics support analysis. Contractor will provide comprehensive integrated analysis in order to establish organic depot356px-Seal_of_the_US_Air_Force.svg maintenance and repair capability for all MQ-9 unmanned aerial systems reparable components. Work will be performed at Salt Lake City, Utah, and is expected to be complete by May 11, 2017. This award is the result of a sole-source acquisition. Fiscal 2014 procurement funds in the amount of $8,775,683 are being obligated at the time of award. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

pitanim

BMG AD (fv)



BUSINESS AND CAREER OPPORTUNITIES

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

Lockheed Martin Mission Systems and Training, Liverpool, New York, is being awarded a $27,283,219 modification to previously awarded contract (N00024-13-C-6292) to exercise options for the production of seven TB-37 multi-function towed array (MFTA) production units, tow cables, electro-optical slip rings, drogues and shipping products, and the performance of engineering services. The TB-37 MFTA is the next generation passive and active sonar receiver. It affords several enhancements600px-US-DeptOfNavy-Seal.svg to the AN/SQR-19 Tactical Towed Array System allowing greater coverage, increased capability and reliability, and reduced obsolescence. The TB-37 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 combines an effort for the U.S. (86 percent) and Japan (14 percent) under the Foreign Military Sales program. Work will be performed in Syracuse, New York (66 percent); Millersville, Maryland (33 percent); and Marion, Massachusetts (1 percent), and is expected to complete by February 2017. Fiscal 2015 other procurement (Navy), foreign military sales and fiscal 2015 shipbuilding and conversion (Navy) contract funds in the amount of $24,161,366 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.

Kato Engineering Inc., Mankato, Minnesota, is being awarded a $12,188,470 indefinite-delivery/indefinite-quantity, fixed-price contract for the procurement of ship service turbine generators and associated installation and training support. The generators include one first-article unit, three amphibious command ship production units, and 12 amphibious assault ship production units to be procured over a three-year ordering period. The ship service turbine generators are to serve as a replacement of an existing generator end of a steam turbine based application as specified in the mechanical interface specification. Work will be performed in Mankato, Minnesota, and is expected to completed by May 2018. Fiscal 2014 other procurement (Navy) funding in the amount of $1,854,110 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 one offer received. The Naval Surface Warfare Center, Carderock Division, Ships System Engineering Station, Philadelphia, Pennsylvania, is the contracting activity (N65540-15-D-0016).

Northrop Grumman Corp., Melbourne, Florida, is being awarded $7,671,202 for ceiling-priced delivery order 0016 under an existing basic ordering agreement (N00383-12-G-034G) for repair of the Advanced Hawkeye system used on the E-2D aircraft. Work will be performed in Liverpool, New York (73 percent); Woodland Hill, California (9 percent); Davenport, Iowa (8 percent); Marlboro, Massachusetts (6 percent); and North Hollywood, California (4 percent); and work will be completed by May 23, 2016. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $7,671,202 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole source requirement, and one offer was received in accordance with 10 U.S.C. 2304(c)(1). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-12-G-034G).

DEFENSE HEALTH AGENCY

International SOS Government Services Inc., Trevose, Pennsylvania, was awarded an $8,698,319 fixed-unit-price requirements contract to support the TRICARE Overseas Program by supplementing the healthcare capabilities and capacities of overseas military treatment facilities, and providing healthcare in remote overseas locations. This is a one-year base transition-in period contract with five 12-month option periods. Location of performance is overseas with an Aug. 31, 2016, performance completion date. Using members are active-duty and retired service members, their family members, survivors, and others who are entitled to TRICARE coverage. This contract was a competitive acquisition with one offer received. Fiscal 2015 operations and maintenance funds in the amount of $8,698,319 are being obligated at time of award. The Defense Health Agency, Contract Operations Division Aurora, Colorado, is the contracting activity (COHT9402 15 D 0001).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

UPDATE: Gaithersburg Farmers Supply Inc.,* Gaithersburg, Maryland (SPE8EC-15-D-0005), has been added as an awardee to the multiple award contract under solicitation SPM8EC-11-R-0003, which was announced Aug. 4, 2011.

 

AIR FORCE

Lockheed Martin Space System Co., Sunnyvale, California, has been awarded a $735,514,938 cost-plus-incentive-fee contract for satellite sustainment. Contractor will provide sustainment of the Advanced Extremely High Frequency (AEHF), Milstar, and Defense Satellite Communications System III. Work will be performed at Sunnyvale, California, Peterson Air Force Base, Colorado, and Schriever Air Force Base, Colorado, and is expected to be complete by Nov. 30, 2015. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $36,646,878 are being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823-15-C-0001).

General Atomics – Aeronautical Systems Inc., Poway, California, has been awarded a $23,075,907 firm-fixed-price delivery order (0087) under basic ordering356px-Seal_of_the_US_Air_Force.svg agreement FA8620-10-G-3038 for MQ-9 Block 20A Lynx SAR retrofit kits. Contractor will provide 72 MQ-9 Block 20A Lynx SARretrofit kits for the MQ-9 aircraft. Work will be performed at Poway, California, and is expected to be complete by May 21, 2017. Fiscal 2014 aircraft procurement funds in the amount of $23,075,907 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 Corp., Littleton, Colorado, has been awarded a $12,454,485 modification (P00299) to previously awarded contract FA8807-08-C-0010 for the alternate payload processing facility. Contractor will assure implementation of testing capabilities for launch of Global Positioning System III. Work will be performed at Littleton, Colorado, and is expected to be complete by Dec. 31, 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $2,749,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-08-C-0010).

Department of the ArmyARMY

Alpha-Omega Change Engineering, Hampton, Virginia (W91260-15-D-0001); Boecore Inc.,* Colorado Springs, Colorado (W91260-15-D-0002); PeopleTec Inc.,* Huntsville, Alabama (W91260-15-D-0003); and Summit Technical Solutions LLC,* Colorado Springs, Colorado (W91260-15-D-0004) were awarded a $496,000,000 cost-plus-fixed-fee contract for advisory and assistance services for Army Space and Missile Defense Command and Army Forces Strategic Command and supported agencies for various missions. Funding and work location will be determined with each order with an estimated completion date of May 31, 2020. Bids were solicited via the Internet with 10 received. Army Space and Missile Defense Command, Peterson Air Force Base, Colorado, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $160,219,917 modification (P00020) to contract W91RUS-13-C-0006 for operations and maintenance support to communications equipment and information systems, Army Network Enterprise Technology Command, 160th Signal Brigade and subordinate units, Southwest Asia Theater. Work will be performed in Kuwait, Qatar, Afghanistan, Iraq, Bahrain, United Arab Emirates, and Jordan with an estimated completion date of May 31, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $160,219,917 were obligated at the time of the award. Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

Jacobs Project Management Co., Arlington, Virginia (W912DY-15-D-0084); M.C. Dean Inc., Sterling, Virginia (W912DY-15-D-0085); Shearer & Associates Inc.,* Huntsville, Alabama W912DY-15-D-0086); Spectrum Solutions Inc., Madison, Alabama (W912DY-15-D-0087); and URS Group Inc., Washington, District of Columbia (W912DY-15-D-0088), were awarded a $150,000,00 firm-fixed-price contract with options for technical and programmatic support services for the utility monitoring and control systems and electronic security systems programs. Funding and work location will be determined with each order with an estimated completion date of May 21, 2020. Bids were solicited via the Internet with seven received. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Michael Baker Jr. Inc, Phoenix, Arizona, was awarded a $48,000,000 firm-fixed-price indefinite-delivery contract with options for architectural and engineering services for the Department of Homeland Security. Funding and work location will be determined with each order with an estimated completion date of May 20, 2020. Bids were solicited via the Internet with 20 received. Army Contracting Command, Ft. Worth, Texas, is the contracting activity (W9126G-15-D-0009).

Colt Defense LLC, West Hartford, Connecticut, was awarded a $36,104,812 firm-fixed-price, indefinite-delivery/indefinite-quantity foreign military sales contract (Jordan, Antigua and Barbuda, Belize, Colombia, Hungary, Oman, Panama, Romania, Senegal, Lebanon, Romania) for M4/M4A1 carbines. Funding and work location will be determined with each order with an estimated completion date of May 21, 2018. Bids were solicited via the Internet with one received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0038).

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $16,647,049 modification (P00005) to contract W56HZV-14-C-0238 to exercise Option 2 for installing the Paladin Fire Control System in M109A6 Paladin vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of March 31, 2018. Fiscal 2015 other procurement (Army) funds in the amount of $16,647,049 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.

Great Lakes Dredge & Dock Co., Oak Brook, Illinois, was awarded an $11,492,530 firm-fixed-price contract with options for hopper dredging, Galveston Ship Channel, Texas, Entrance, Outer and Inner Bar Channels, and Bolivar Roads to Redfish Reef in Galveston and Chambers Counties, Texas. Maintenance dredging will remove approximately 433,000 cubic yards (CY) from Galveston Entrance Channel and Outer Bar Section numbers 7-9; 725,000 CY from Inner Bar Channel, Section numbers 10-13; and 387,000 CY from Houston Ship Channel, Bolivar Roads to Redfish Reef, Section numbers 16-19. (Option 1 is for maintenance dredging of 386,000 CY from Galveston Extended Entrance Channel, Section numbers 1-4; Option 2 is for maintenance dredging of 463,000 CY from Galveston Entrance Channel, Section numbers 5 and 6; and Option 3 is for maintenance dredging of 13,000 CY from Houston Ship Channel, Bolivar Roads to Redfish Reef, Section numbers 14 and 15). Work will be performed in Galveston, Texas, with an estimated completion date of Oct. 7, 2015. Bids were solicited via the Internet with two received. Fiscal 2014 and 2015 operations and maintenance (Army) funds in the amount of $11,492,530 were obligated at the time of the award. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-15-C-0014).

LAPAC Manufacturing Inc.,* Crowley, Louisiana, was awarded a $9,322,795 firm-fixed-price multi-year contract with options for sandbags and poly sheeting for the National Flood Fight Center, Rock Island, Illinois. Funding and work location will be determined with each order with an estimated completion date of Sept. 30, 2017. Bids were solicited via the Internet with three received. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-15-D-0003).

DEFENSE COMMISSARY AGENCY

Parma Fruit MPG West, Orange, California, is being awarded an indefinite-delivery, requirements-type contract to provide fresh fruits and vegetables for resale at 20 commissary store locations throughout the Defense Commissary Agency’s (DeCA) Pacific Area commissaries in South Korea and Japan (to include Okinawa). The estimated award amount is $55,080,703. The contractor will deliver fresh fruits and vegetables to the store locations as needed. The contract is for a 24-month base periodDefense_Commissary_Agency_logo beginning July 1, 2015, through June 30, 2017. Three one-year option periods are available. If all three option periods are exercised, the contract will be completed June 30, 2020. Contract funds will not expire at the end of the current fiscal year. Eighteen firms were solicited and six offers were received. The contracting activity is the DeCA, Resale Contracting Division, Contracting Branch Europe, Kapaun Air Station, Kaiserslautern, Germany.

International Distributors Inc., Barrigada, Guam, is being awarded an indefinite-delivery, requirements-type contract to provide fresh fruits and vegetables for resale at two commissary store locations throughout the Defense Commissary Agency’s (DeCA) Pacific Area commissaries in the U.S. territory of Guam. The estimated award amount is $16,084,903. Contractor will deliver fresh fruits and vegetables to the store locations as needed. The contract is for a 24-month base period beginning July 1, 2015, through June 30, 2017. Three one-year option periods are available. If all three option periods are exercised, the contract will be completed June 30, 2020. Contract funds will not expire at the end of the current fiscal year. Eighteen firms were solicited and six offers were received. The contracting activity is the DeCA, Contracting Branch Europe, Kapaun Air Station, Kaiserslautern, Germany.

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., Seattle, Washington, is being awarded a $21,252,474 modification to a previously awarded advance-acquisition contract (N00019-14-C-0067) for the procurement of additional long-lead items for the manufacture and delivery of nine full-rate production Lot II P-8A MMA aircraft for the Navy. Work will be performed in Seattle, Washington, and is expected to be completed in April 2018. Fiscal 2014 and 2015 aircraft procurement (Navy) funds in the amount of $21,252,474 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., Fort Wayne, Indiana, is being awarded an $11,602,950 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for systems and software engineering services for the ALQ-227 communication countermeasures set for the EA-18G aircraft for the Navy and the government of Australia. This contract provides for up to 48,100 hours of engineering, integration and testing services for the low-band geo-location program. Work will be performed in Fort Wayne, Indiana (99 percent); and Forest, Mississippi (1 percent), and is expected to be completed in May 2018. Fiscal 2015 research, development, test and evaluation and fiscal 2014 aircraft procurement (Navy) funds in the amount of $145,595 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. This contract combines purchases for the Navy ($10,442,655; 90 percent), and the government of Australia ($1,160,295; 10 percent) under the Foreign Military Sales program. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-15-D-0018).

Raytheon Co., McKinney, Texas, is being awarded $9,540,000 for delivery order 7009 under a previously awarded firm-fixed-price contract (N00383-11-G-003D) for repairs in support of the H-53 and V-22 aircraft. Work will be performed in Jacksonville, Florida, and work is expected to be completed by May 2016. Fiscal 2014 working capital funds (Navy) in the amount of $9,540,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Northrop Grumman Corp., El Segundo, California, is being awarded $7,335,202 for undefinitized repair delivery order 7394 placed under a previous existing basic ordering agreement (N00383-12-G-034G) for door repair configurations used on the F/A-18 aircraft. Work will be performed in El Segundo, California, and work is expected to be completed by October 2015. Fiscal 2015 working capital funds (Navy) in the amount of $3,667,603 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement, and one offer was received in accordance with FAR 6.302-1. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

 

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

General Atomics, San Diego, California, is being awarded a $737,000,000 not-to-exceed modification to a previously awarded undefinitized contract action (N00019-14-C-0037) for the procurement of one each Advanced Arresting Gear (AAG) and Electromagnetic Aircraft Launch System (EMALS) shipset in support of the CVN 79. This modification will provide for the manufacture, assembly, inspection, test and checkout of the EMALS and AAG delivered systems onboard the CVN 79 aircraft carrier, as well as non-recurring engineering, installation and checkout spares, repairs, technical data, and drawing changes. Work will be performed in San Diego, California (45 percent); Tupelo, Mississippi (26 percent); Mankato, Minnesota (9 percent); Cincinnati, Ohio (6 percent); Waltham, Massachusetts (6 percent); San Leandro, California (3 percent); New Milford, Connecticut (2 percent); Green Bay, Wisconsin (1 percent); Cameron, Texas600px-US-DeptOfNavy-Seal.svg (1 percent); and Aston, Pennsylvania (1 percent), and is expected to be completed in September 2022. Fiscal 2015 shipbuilding conversion (Navy) funds in the amount of $162,100,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Material Sciences Corp.,* Horsham, Pennsylvania, is being awarded a $24,526,386 indefinite-delivery/indefinite-quantity contract. This is a Phase III effort under the Small Business Innovation Research (SBIR) program with Material Sciences Corp. and is for the use of innovative technologies developed under the Phase I and II contracts to design, analyze, and fabricate a wide array of structure and mechanical components intended for use by the Navy.The structural and mechanical components are fabricated from a wide selection of material systems from basic steel construction to advanced material systems that not only provide structural components, but also provide acoustic, thermal, radar cross-section and electrical solutions. Work will be performed in Horsham, Pennsylvania, and is expected to be completed by July 2020. Fiscal 2015 research, development, test and evaluation funding in the amount of $361,903 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured as it is a follow-on SBIR effort. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pennsylvania, is the contracting activity (N65540-15-D-0011).

General Dynamics NASSCO, Norfolk, Virginia, is being awarded a $7,296,434 modification to previously awarded cost-plus-award fee, cost-plus-fixed-fee contract (N00024-11-C-4303) for USS George H.W Bush (CVN 77) fiscal 2015 planned incremental availability. The CVN multi-ship, multi-option contract addresses maintenance, repair and modernization efforts for CVN-68 class aircraft carriers homeported in and visiting the Hampton Roads, Virginia, area, as well as for selected non-nuclear propulsion work. Work will be performed in Portsmouth, Virginia, and is expected to be completed by February 2015. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $7,046,551 will be obligated at time of award and will expire at the end of the current fiscal year. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

Department of the ArmyARMY

Grove U.S. LLC, Shady Grove, Pennsylvania, was awarded a $192,042,928 firm-fixed-price contract with options for Type II heavy cranes and support services and training. Funding and work location will be determined with each order with an estimated completion date of June 10, 2022. Bids were solicited via the Internet with two received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0052).

Hensel Phelps Construction Co., Chantilly, Virginia, was awarded a $76,803,000 firm-fixed-price contract with options for demolition and construction for the Defense Logistics Agency. Work will be performed in Richmond, Virginia, with an estimated completion date of June 10, 2018. Bids were solicited via the Internet with seven received. Fiscal 2015 military construction funds in the amount of $76,803,000 were obligated at the time of the award. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-15-C-0045).

Coleman Construction Inc.,* Los Angeles, California, was awarded a $45,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for emergency temporary roof repairs to support the Army Corps of Engineers and the Federal Emergency Management Agency disaster response. Work will be performed in Alabama, Connecticut, Delaware, Florida, Georgia, Louisiana, Maine, Maryland and the District of Columbia, Massachusetts, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Pennsylvania, Rhode Island, South Carolina, Texas, and Virginia, with an estimated completion date of May 31, 2020. Funding will be determined with each order. Bids were solicited via the Internet with two received. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-D-0026).

Schutt Industries,* Clintonville, Wisconsin, was awarded a $44,531,810 firm-fixed-price multi-year contract for light tactical trailers – heavy chassis, Marine Corps chassis integration kits, and advanced medium mobile power source integration kits.. Funding and work location will be determined with each order with an estimated completion date of June 2, 2020. Bids were solicited via the Internet with four received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0067).

Intevac Photonics,* Santa Clara, California, was awarded a $12,626,081 firm-fixed-price contract with options for Electronic Image Intensifier Ship-Set for Lot 4, Apache AH-64D/E Program. Work will be performed in Santa Clara, California, with an estimated completion date of Oct. 31, 2017. One bid was solicited with one received. Fiscal 2015 other procurement funds in the amount of $12,626,081 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0052).

Creative Times Inc.,* Ogden, Utah, was awarded a $11,361,000 firm-fixed-price contract with options design and build an F-22 flight simulator facility and an additional ball field at Nellis Air Force Base, Nevada, with an estimated completion date of Dec. 23, 2016. Bids were solicited via the Internet with nine received. Fiscal 2015 military construction funds in the amount of $11,361,000 were obligated at the time of the award. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-C-0010).

DEFENSE LOGISTICS AGENCY

Sterlingwear of Boston,* Boston, Massachusetts, has been awarded a maximum $48,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s and women’s overcoats. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. The maximum dollar amount includes the base yearDefense_Logistics_Agency and all option periods. Location of performance is Massachusetts, with a Sept. 10, 2020, performance completion date. Using service is Navy. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1053).

Crown Clothing Co,* Vineland, New Jersey, has been awarded a maximum $7,826,730 modification (P00104) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1059) with four one-year option periods for men’s coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New Jersey with a June 23, 2016, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $36,608,758 modification (P00028) to previously awarded contract FA8807-12-C-0013 for Military GPS user equipment. Contractor will enhance military GPS software code and deliver additional pre-prototype GPS receiver cards in order to support faster fielding of M-Code capable GPS receivers to the warfighter. Work will be performed at Cedar Rapids, Iowa, and is expected to be complete by Feb. 28, 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $16,719,409 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Raytheon Missile Systems Co., Tucson, Arizona, has been awarded a $30,947,228 fixed-price incentive firm contract FA8672-15-C-0136 to exercise an option to previously awarded contract FA8672-10-C-0002 for Small Diameter Bomb II (SDB II). Contractor will provide low-rate initial production for 144 SDB II Lot 1 munitions, 156 SDB II Lot 1 single weapon containers, eight SDB II weapon load crew trainers and conventional munitions maintenance trainers, four SDB II Lot 1 practical explosive ordnance disposal system trainers, and data. Work will be performed at Tucson, Arizona, and is expected to be complete by May 30, 2017. Fiscal 2015 missile procurement funds in the amount of $30,947,228 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Harris Information Technology Services Inc., Herndon, Virginia, has been awarded a $13,322,847 modification (P00157) to exercise of an option on previously awarded contract FA2550-08-C-8011. Contractor will provide an additional three months of 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. Work will be performed at Schriever Air Force Base, Colorado; Colorado Springs, Colorado; Vandenberg Air Force Base, California; Diego Garcia, British Indian Ocean Territory; Andersen Air Force Base, Guam; Kaena Point, Hawaii; New Boston Air Force Station, New Hampshire; Cape Canaveral Air Force Station, Florida; and Thule Air Base, Greenland, and is expected to be complete by Sept. 29, 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).

Moog Inc., East Aurora, New York, has been awarded an $11,451,880 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide B-1B servocylinders of various types. Work will be performed at East Aurora, New York, and is expected to be complete by April 30, 2020. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 Consolidated Sustainment Activity Group funds in the amount of $699,878 are being obligated at the time of award for Delivery Order 0001. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-15-D-0022).

MISSILE DEFENSE AGENCY

Lockheed Martin Corp., Grand Prairie, Texas, is being awarded an $8,294,467 modification (P00008) to firm-fixed-price contract HQ0147-14-C-0011, to procure and install the necessary600px-US-MissileDefenseAgency-Seal.svg parts to build, integrate, test, evaluate, document, and deliver the missile round pallets (MRP) presently on contract to the transportable (MRP-T) configuration. Work will be performed on contract line item numbers 0015-0021. The work will be performed at Lockheed Martin facilities in Grand Prairie, Texas; Huntsville, Alabama; Anniston, Alabama; and Camden, Arkansas, with an
estimated completion date of January 2017. Fiscal 2015 procurement funds in the amount of $8,294,467 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

McKesson Corp., San Francisco, California, has been awarded a maximum $6,128,846,850 modification (P00004) exercising the first 30-month option period of a 30-month base contract (SPM2DX-13-D-1000) with three 30-month option periods for replenishment pharmaceuticals to furnish the Tricare pharmacy supporting 9.5 million active-duty service members, retirees and their dependents. This is a firm-fixed-price contract. Locations of performance are California and Arizona, with a Dec. 16, 2017, performance completion date. Using service is Department of Defense. Type of appropriation is fiscal 2015 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

M&M Manufacturing LLC,* Lajas, Puerto Rico, has been awarded a maximum $25,400,632 modification (P00009) exercising the first one-year option period of a one-year base contract (SPE1C1-14-D-1048) with four one-year option periods for working uniforms. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a June 15, 2016, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Anda Inc., Weston, Florida, has been awarded a maximum $12,275,539 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract to support the pharmaceutical vendor managed inventory program, which provides sustainment material during contingency operations. This was a competitive acquisition with two responses received. Location of performance is Florida, with a June 10, 2016, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2016 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-15-D-0004).

ARMY

Dell Federal Systems LP, Round Rock, Texas [W91QUZ-07-D-0006 (P0021)]; IBM Corp., Bethesda, Maryland [W91QUZ-07-D-0007 (P00019)]; Unicom Government Inc.,* Herndon, Virginia [W91QUZ-07-D-0008 (P00019)]; CDW Government LLC, Vernon Hills, Illinois [W91QUZ-07-D-0009 (P00025)]; Iron Bow Technologies LLC,* Chantilly, Virginia [W91QUZ-07-D-0010 (P00027)]; and World Wide Technology Inc., Maryland Heights, Missouri [W91QUZ-07-D-0011 (P0021)], were awarded a $652,000,000 modification for information technology enterprise solutions. Funding and work location will be determined with each order with an estimated completion date of June 23, 2016. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Raytheon Co., McKinney, Texas, was awarded a $56,358,876 modification (P00029) to contract W56HZV-12-C-0046 for turret weapons system modernization for 34 Marine Corps Light Armored Vehicles. Work will be performed in McKinney, Texas, with an estimated completion date of Dec. 10, 2017. Fiscal 2014 and 2015 other procurement funds in the amount of $56,358,876Department of the Army were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.

Boeing Co., Mesa, Arizona, was awarded a $41,146,387 firm-fixed-price foreign military sales contract (Saudi Arabia) for Apache post-production services and maintenance. Work will be performed in Mesa, Arizona, with an estimated completion date of June 11, 2020. One bid was solicited and one received. Other procurement funds in the amount of $5,928,300 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0048).

RLB Contracting Inc.,* Port Lavaca, Texas, was awarded a $6,956,000 firm-fixed-price contract for deep draft maintenance dredging of the Brazos Island Harbor; the Brownsville Ship Channel, Inside Channel; and the Port Isabel Channel, Texas, with an estimated completion date of Dec. 24,2015. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $6,956,000 were obligated at the time of the award. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-15-C-0021).

600px-US-DeptOfNavy-Seal.svgNAVY

Raytheon Co., McKinney, Texas, is being awarded a $152,886,443 firm-fixed-price contract to provide 53 APY-10 radar system production kits and related support for the P-8A Poseidon full-rate production aircraft (Lot 2 through Lot 6) for the Navy (46) and the government of Australia (7). Work will be performed in McKinney, Texas (79.2 percent); Chelmsford, Massachusetts (3.9 percent); Little Falls, New Jersey (3.1 percent); San Carlos, California (1.6 percent); Black Mountain, North Carolina (1.4 percent); Ontario, Canada (1.3 percent); Ashburn, Virginia (1.2 percent); Poway, California (1.2 percent); Simsbury, Connecticut (1.1 percent); Sunnyvale, California (0.5 percent); Philadelphia, Pennsylvania (0.6 percent); Boston, Massachusetts (0.6 percent); and various other locations in the continental U.S. (4.3 percent). Work is expected to be completed in August 2021. Fiscal 2015 aircraft procurement (Navy) funds and other customer funds in the amount of $58,935,111 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 Navy ($134,585,937; 88 percent) and the government of Australia ($18,300,506; 12 percent) under a cooperative agreement. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0116).

BAE Systems Land & Armaments, Minneapolis, Minnesota, is being awarded an $18,242,666 firm-fixed-priced undefinitized contract action (N00024-15-C-4103) for procurement and delivery of long lead time material in support of Virginia-class submarines Block IV propulsor system requirements. This undefinitized contract action for procurement of long lead time material is required to support the manufacture and delivery of Virginia-class propulsors to meet critical mission requirements and in-yard-need dates for the construction of SSN 794 (name TBD) and SSN 795 (PCU Rickover). Work will be performed in Louisville, Kentucky, and is expected to be complete by September 2016. Fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $3,574,232 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Solpac Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is being awarded $14,467,000 for firm-fixed-price task order 0006 under a previously awarded multiple award construction contract (N62473-10-D-5411) for design and construction to re-purpose Hangar 5 Module 1 to accommodate the F-35C Joint Strike Fighter aircraft maintenance requirements at Naval Air Station, Lemoore. The project provides a building addition and modification of existing spaces of Hangar 5, including the renovation of Module 1 hangar work bay and support spaces, and site development work. Site development work includes privately-owned vehicle parking lot reconfiguration, aircraft parking apron restriping and support utilities points of connection. The task order also contains two unexercised options and one planned modification, which if exercised would increase cumulative task order value to $16,479,730. Work will be performed in Lemoore, California, and is expected to be completed by August 2016. Fiscal 2015 military construction (Navy) contract funds in the amount of $14,467,000 are being obligated on this award and will not 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.

Vericor Power Systems LLC, Alpharetta, Georgia, is being awarded a $12,772,600 firm-fixed-price contract for the manufacture, testing and delivery of marine gas turbine engines in support of the Landing Craft Air Cushion (LCAC) service life extension program (SLEP) as well as the repair and refurbishment of output group modules for LCAC engines. The LCAC engines are an integral part of the LCAC SLEP. These engines are provided to the SLEP contractor as government-furnished equipment for installation into existing LCACs. The SLEP will extend the service life of LCAC from 20 to 30 years; sustain and enhance craft capability; replace obsolete electronics; repair corrosion damage; reduce life cycle cost by improving reliability and maintainability; increase survivability; and establish a common configuration baseline. This contract includes options which, if exercised, would bring the cumulative value of this contract to $38,880,264. Work will be performed in Winnipeg, Manitoba, Canada, and is expected to be completed by May 2016. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $12,772,600 will be obligated at time of award and will not expire at the end of the current fiscal year. The contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1 – 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 (N00024-15-C-4100).

U.S. TRANSPORTATION COMMAND

Five companies have each been awarded an indefinite-delivery/indefinite-quantity, fixed-price with economic-price-adjustment contracts to provide commercial multimodal transportation600px-US-TRANSCOM-Emblem.svg services. They are: American President Lines LTD Inc., Scottsdale, Arizona (HTC711-15-D-R048); Farrell Lines Inc., Norfolk, Virginia (HTC711-15-D-R044); Kalitta Air LLC,* Ypsilanti, Michigan (HTC711-15-D-R047); Liberty Global Logistics LLC, Lake Success, New York (HTC711-15-D-R045); and National Air Cargo Group Inc.,* Orlando, Florida (HTC711-15-D-R046). The total cumulative face value of the program is estimated at $145,690,000. Work will be performed at worldwide locations as specified on each individual task order, with an expected completion date of July 31, 2016. Type of appropriation is fiscal 2015 and 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.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Spectral Energies, Dayton, Ohio, has been awarded a not-to-exceed $33,000,000 indefinite-delivery/indefinite-quantity contract for research for Aerospace Systems Directorate. Contractor will develop and apply laser-based diagnostic techniques. A further emphasis of the program is to develop non-invasive techniques to visualize and quantify the flow field, fluid parameters and key species concentrations present in combustion processes. Research entails a combination of testing and modifying existing research rigs to pursue new and novel ideas, and develop these techniques for use in component research rigs. Work will be performed at Wright Patterson Air Force Base, Ohio, and is expected to be complete by June 12, 2023. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 research development test and evaluation funds in the amount of $1,600,000 are being obligated at the time of award for task order 0001. Air Force Research Laboratory, Wright Patterson Air Force Base, is the contracting activity (FA8650-15-D-2518).

Ball Aerospace & Technologies Corp. Systems Engineering Solutions, Boulder, Colorado, was awarded on May 29, 2015, a not-to-exceed $21,000,000 indefinite-delivery/indefinite-quantity contract for laser interaction testing. Contractor will provide well-controlled experimental procedures to quantify the effects of high power continuous-wave (up to MW Class) and high energy pulsed (kJ) lasers interacting with individual materials, multi-material subsystems, and fully functional targets. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by May 28, 2020. This award is the result of a competitive acquisition with six offers received. Fiscal 2015 research, development, test, and evaluation funds in the amount of $3,098,497 are being obligated at the time of award for task order 0001. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-15-D-0044).

Ball Aerospace & Technologies Corp., Systems Engineering Solutions, Boulder, Colorado, was awarded on May 11, 2015, a not-to-exceed $11,145,000 indefinite-delivery/indefinite-quantity contract for laser target interaction modeling and simulation. Contractor will conduct research leading to the development of advanced computational methods for predicting the physical phenomenology resulting from high energy laser interactions. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by May 8, 2020. This award is the result of a competitive acquisition with 10 offers received. Fiscal 2015 research, development, test, and evaluation funds in the amount of $1,012,000 are being obligated at the time of award for task order 0001. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-15-D-0046).

Leidos Inc. S&R and Intelligence Systems Services, Reston, Virginia, was awarded on May 29, 2015, a not-to-exceed $8,000,000 indefinite-delivery/indefinite-quantity contract for target vulnerability assessments and data analysis. Contractor will provide conduct assessments that combine target vulnerability data from testing, target optical signature measurements, target exploitation intelligence, system-level fault tree and failure mode analysis, shotline dependency, and computational predictive results into a comprehensive probabilistic vulnerability assessment. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by May 31, 2020. This award is the result of a competitive acquisition with nine offers received. Fiscal 2015 research development test and evaluation funds in the amount of $357,000 are being obligated at the time of award for task order 0001. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-15-D-0045).

Leidos Inc. S&R and Intelligence Systems Services, Reston, Virginia, was awarded on May 29, 2015, a not-to-exceed $7,000,000 indefinite-delivery/indefinite-quantity contract for laser interaction testing. Contractor will provide well-controlled experimental procedures to quantify the effects of high power continuous-wave (up to MW Class) and high energy pulsed (kJ) lasers interacting with individual materials, multi-material subsystems, and/or fully functional targets. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by May 28, 2020. This award is the result of a competitive acquisition with six offers received. Fiscal 2015 research, development, test, and evaluation funds in the amount of $48,873 are being obligated at the time of award for task order 0001. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-15-D-0047).

National Aerospace Solutions LLC, Reston, Virginia, has been awarded a cost-plus-award-fee contract with an estimated value of $1,500,000,000 for test operations and sustainment of Arnold Engineering Development Complex. Contractor will provide test operations, technology development, equipment and facility sustainment, capital improvements, and support. Work will be performed at Arnold Air Force Base, Tennessee; Moffett Field, California; and White Oak, Maryland, and is expected to be complete by Sept. 30, 2023. This award is the result of a competitive acquisition with four offers received. Fiscal 2015 research, development, test and evaluation funds in the amount of $2,000,000 are being obligated at the time of award. Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity (FA9101-15-C-0500).

Jacobs Technology Inc., Lincoln, Massachusetts, has been awarded a $6,804,512 cost-plus-fixed-fee and cost-reimbursable modification (P00056) to exercise the option on previously awarded contract FA8721-14-C-0018 for engineering and technology acquisition support services. Contractor will provide disciplined systems and specialty engineering; technical and information assurance services; support; and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts, and is expected to be complete by Oct. 31, 2015. No funds are being obligated at the time of award. Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.
CORRECTION: The contract awarded to United Technologies Corp., doing business as Pratt & Whitney on June 3, 2015, was actually awarded on June 9, 2015. All other contract information is accurate (FA8121-10-D-0008).

Department of the ArmyARMY

General Dynamics Ordinance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $225,599,037 firm-fixed-price, five-year, indefinite-delivery/indefinite-quantity contract for the demilitarization recycling, reuse, and disposal of various conventional munitions. Funding and work location will be determined with each order, with an estimated completion date of June 30, 2020. Bids were solicited via the Internet with two received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0070).

Expal USA Inc., Longview, Texas, was awarded a $155,884,655 037 firm-fixed-price, five-year, indefinite-delivery/indefinite-quantity contract for the demilitarization recycling, reuse, and disposal of various conventional munitions. Funding and work location will be determined with each order, with an estimated completion date of June 30, 2020. Bids were solicited via the Internet with two received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0071).

Canadian Commercial Corp., Ottawa, Canada, was awarded a $70,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract to procure interim contractor support and MX sensor sustainment. This effort includes the procurement of MX sensor systems, MX sensor spare and repair parts, MX emulators, MX simulators, and services to include modification of MX sensors, platform integration, field service representatives, repair services, program management support, engineering support, integrated product support, safety, quality assurance, and configuration management. Funding and work location will be determined with each order with an estimated completion date of June 9, 2018. One bid was solicited with one received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-15-D-0007).

Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $16,172,045 cost-plus-fixed-fee contract to modify current wideband remote monitoring sensor software to support wideband global satellite communication upgrades. Work will be performed in Herndon, Virginia, with an estimated completion date of March 7, 2018. One bid was solicited with one received. Fiscal 2014 and 2015 other procurement (Army) funds in the amount of $16,172,045 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0055).

NAVY

DynCorp International LLC, McLean, Virginia, is being awarded an $18,286,060 modification to previously awarded cost-plus-incentive-fee contract N62742-12-C-3525 to exercise the third option period to provide services for Philippines operations support in the Republic of the Philippines for the Joint Special Operations Task Force – Philippines. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide support services. After award of this option, the total cumulative contract value will be $154,010,884. Work will be performed in the Republic of the Philippines, and work is expected to be completed by June 2016. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $2,354,000 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Dillon Aero Inc., Scottsdale, Arizona, is being awarded a $12,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the MK44 minigun system and sustainment parts. The MK44 is an externally driven, multiple barrel gun. The MK44 Minigun System and sustainment parts are integrated onto various land, sea and air weapon platforms that provide area suppression and support. Work will be performed in Scottsdale, Arizona, and is expected to be completed by June 2020. Fiscal 2015 operations and maintenance (Defense) funds in the amount of600px-US-DeptOfNavy-Seal.svg $13,504 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1 – 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 (N00164-15-D-JN06).

BAE Systems, Honolulu, Hawaii, is being awarded a $9,500,000 modification to previously awarded contract N00024-14-C-4412 for the repair and alteration of USS O’Kane (DDG 77). USS O’Kane is undergoing a scheduled drydocking selected repair availability, which is the opportunity in the ship’s life cycle to primarily conduct repair and alteration to systems and hull not available when the ship is waterborne. Work is being performed in Pearl Harbor, Hawaii, and is expected to be completed by November 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $9,500,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Blackbox Biometrics Inc.,* Rochester, New York, has been awarded a maximum $9,371,520 firm-fixed-price contract for concussive force monitoring devices. This was a sole-source acquisition using justification commercial Federal Acquisition Regulation part 12. Location of performance is New York, with a June 9, 2016, performance completion date. Using service is Army. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7M9-15-C-0034).

AIR FORCE

Environmental Chemical Corp., Burlingame, California (FA8903-15-D-0020); MWH Americas Inc., Broomfield, Colorado (FA8903-15-D-0021); URS International Inc., San Antonio, Texas (FA8903-15-D-0022); AMEC Foster Wheeler Environment & Infrastructure Inc., Blue Bell, Pennsylvania (FA8903-15-D-0023); Tetra Tech Inc., Pasadena, California (FA8903-15-D-0024); and CH2M HILL Inc., Englewood, Colorado (FA8903-15-D-0025), have been awarded a combined $48,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract. This contract encompasses the356px-Seal_of_the_US_Air_Force.svg full range of methods, technologies, and supporting activities necessary to conduct environmental services and environmental construction efforts to address environmental needs in accordance with technical, legal, and policy requirements. This award is the result of a competitive source selection. Work performance will take place in the following locations: U.S. Air Forces in Europe (USAFE) installations and other locations to include but not limited to: Aviano Air Base, Italy; Incirlik Air Base, Turkey; Izmir Air Base, Turkey; Lajes Field, Azores, Portugal; Moron Air Base, Spain; Ramstein Air Base, Germany; Royal Air Force Alconbury, United Kingdom; Royal Air Force Croughton, United Kingdom; Royal Air Force Fairford, United Kingdom; Royal Air Force Lakenheath, United Kingdom; Royal Air Force Menwith Hill, United Kingdom; Royal Air Force Mildenhall, United Kingdom; and Spangdahlem Air Base, Germany, and all geographical locations included in the USAFE mission. No funds will be obligated at award of the basic IDIQ contracts. Appropriate fiscal year funds will be obligated on all subsequent task orders. The expected completion date is June 8, 2023. The contracting activity is the 772nd Enterprise Sourcing Squadron, Joint Base San Antonio, Texas.

600px-US-DeptOfNavy-Seal.svgNAVY

Tetra Tech EC Inc., San Diego, California, is being awarded a $20,928,382 cost-plus-award-fee modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract task order (N62473-13-D-4808) for the Site 19 sediment remedial action at Naval Station Newport. The work to be performed provides for sediment dredging and capping to Site 19, former Derecktor Shipyard located at Coddington Cove, of Naval Station Newport, Rhode Island. The scope of work includes work plan and health and safety plan development, and fieldwork (inclusive of sediment dredging and installing submarine cap). This action will be performed in accordance with the Comprehensive Environmental Restoration, Conservation, and Liability Act; Executive Order 12580; and the National Oil and Hazardous Substances Pollution Contingency Plan. After award of this modification, the total cumulative contract task order value will be $20,943,869. Work will be performed in Newport, Rhode Island, and is expected to be completed by June 2018. Fiscal 2015 environmental restoration (Navy) contract funds in the amount of $20,928,382 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Microsoft Corp., Redmond, Washington, is being awarded a $9,149,000 firm-fixed-price modification to a previously awarded contract (N00039-14-C-0101) for Microsoft Premier Support services and Microsoft Custom Support services for Windows XP, Office 2003, Exchange 2003 and Server 2003. Microsoft Premier Support services and Microsoft Custom Support services are required to provide critical software hotfixes to sustain deployed capabilities. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $30,842,980. Work will be performed globally and is expected to be completed by July 12, 2016. If all options are exercised, work could continue until June 8, 2017. Fiscal 2015 operations and maintenance (Navy) in the amount of $9,149,000 will be obligated at the time of award, and the funds will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source action awarded under the authority of 10 U.S.C. 2304(c)(1) – only one responsible source. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

ARMY
Azimuth Consulting Services Inc.,* Fairfax, Virginia (W15QKN-15-D-0024); and The Shenton Group Inc.,* Troy, Michigan (W15QKN-15-D-0025), were awarded a $9,600,000 firm-fixed-Department of the Armyprice contract for contractor services to support the organic convention ammunition industrial base and demilitarization via industrial, architectural and civil engineering to support modernization efforts at the governmentowned, contractor-operated facilities, provide engineering studies, economic evaluations, business case analysis, and overall strategic planning and process optimization. Furthermore, contractor support will provide analysis and implementation plans for single point failures and armament retooling and manufacturing support programs. Funding and work location will be determined with each order with an estimated completion date of June 4, 2020. Bids were solicited via the Internet with two received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

The Boeing Co., Seattle, Washington, is being awarded a not-to-exceed $358,938,513 modification to a previously awarded advance acquisition contract (N00019-14-C-0067) for the procurement of long-lead items for the manufacture and delivery of nine United States Navy Full-Rate Production Lot II P-8A aircraft, 16 USN FRP Lot III P-8A aircraft, and four Royal Australian Air Force FRP Lot III P-8A aircraft.600px-US-DeptOfNavy-Seal.svg This contract combines purchase for the U.S. Navy ($219,407,863; 61 percent) and the Government of Australia ($139,530,650; 39 percent) under a Cooperative Agreement. Work will be performed in Seattle, Washington (71.5 percent); Baltimore, Maryland (8.1 percent); Greenlawn, New York (5.4 percent); Huntington Beach, California (4.5 percent); Rockford, Illinois (3.5 percent); the United Kingdom (3.5 percent); and North Amityville, New York (3.5 percent), and is expected to be completed in December 2018. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $219,407,863 and cooperative partner funds in the amount of $2,400,000 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.

J.W. Clark Enterprises, Inc.,* Chesapeake, Virginia (N40080-15-D-0158); Rand Enterprises, Inc.,* Newport News, Virginia (N40080-15-D-0159); Battle Creek Construction, LLC,* La Plata, Maryland (N40080-15-D-0160); Belt Built CFM Joint Venture,* Severna Park, Maryland (N40080-15-D-0161); Asturian Group, Inc.,* Chesapeake, Virginia (N40080-15-D-0162); Honu’apo I, LLC,* La Plata, Maryland (N40080-15-D-0163), are each being awarded an indefinite-delivery indefinite-quantity multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). The maximum dollar value including the base period and two option years for all six contracts combined is $99,000,000. The work to be performed provides for construction services. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. J.W. Clark Enterprises, Inc. is being awarded task order 0001 at $618,986 for the construction of the prototype materials storage facility at Naval Surface Warfare Center Carderock, Bethesda, Maryland. Work for this task order is expected to be completed by June 2016. All work on this contract will be performed primarily within the NAVFAC Washington AOR to include Maryland (55 percent), Virginia (30 percent), and the metropolitan Washington, District of Columbia (15 percent). The term of the contract is not to exceed 36 months, with an expected completion date of June 2018. Fiscal 2015 supervision, inspection, and overhead and working capital (Navy) funds in the amount of $743,986 are being obligated on this award; of which $618,986 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 25 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

The Lane Construction Corp., Cheshire, Connecticut, is being awarded a $67,337,000 firm-fixed-price contract for construction of Repair Runway 14 Left – 32 Right Pavement and lighting replacement and modernization of airfield lighting phase one at Naval Air Station Oceana. The work to be performed provides for the reconstruction on the entire runway in Portland cement concrete, including re-grading and paving of runway shoulders and taxiways. The work also includes refurbishment and replacement of existing runway electrical infrastructures such as electrical vaults, electrical manholes, hand holes, conduits, wiring, runway lighting fixtures and signage and controls. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $87,100,000. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by September 2017. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $67,337,000 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 three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-0052).

IMC-Landsouth, LLC,* Middleburg, Florida, is being awarded a $33,154,032 firm-fixed-price contract to replace base housing at Naval Station Guantanamo. The work to be performed provides for construction to replace antiquated family housing units with 51 new single family residences. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by June 2018. Fiscal 2011 family housing construction and fiscal 2014 military construction (Navy) contract funds in the amount of $33,154,032 are obligated on this award; of which $22,480,735 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. This contract action is a reprocurement of the project as the result of a termination for default. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-15-C-1107).

J.F. Taylor, Inc., Lexington Park, Maryland, is being awarded a $32,559,234 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for mission essential engineering services in support of Identification Friend or Foe equipment, systems and subsystems, and advanced technologies development for the U.S. Navy and the governments of Taiwan, Australia, Norway, Saudi Arabia, and Poland. Work will be performed in Lexington Park, Maryland and is expected to be completed in June 2020. No funding will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was competitively procured via electronic announcement; two offers were received. This contract combines purchase for the U.S. Navy ($32,233,644; 99 percent) and the governments of Taiwan ($65,118; 0.2 percent); Australia ($65,118; 0.2 percent); Norway ($65,118; 0.2 percent); Saudi Arabia ($65,118; 0.2 percent); and Poland ($65,118; 0.2 percent). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland is the contracting activity (N00421-15-D-0005.)

General Dynamics Advanced Information Systems Inc., Pittsfield, Massachusetts, is being awarded a $20,804,762 modification to previously awarded cost-plus-incentive-fee contract (N00024-09-C-6246) to complete AN/BYG-1 Weapons Control System (WCS) Technology Insertion (TI-14) Advanced Processing Build (APB-15) software for delivery to multiple submarine platforms. The company will also continue migration of WCS from TI-14 baseline to TI-16 and integrate APB-15 to support the lead variant Test Readiness Review during fiscal 2016 and will continue maintenance activities for TI-14 APB-13 and earlier baselines. This contract combines purchases for the U.S. Navy (88.34 percent) and the government of Australia (11.66 percent) under an Armament Cooperation Project. Work will be performed in Pittsfield, Massachusetts, and is expected to be completed by June 2016. Fiscal 2014 and 2015 research, development, test and evaluation; Armament Cooperation Project (Australian); fiscal 2014 other procurement (Navy); and fiscal 2015 operations and maintenance (Navy) funding in the amount $5,389,788 will be obligated at the time of award. Contract funds in the amount of $170,285 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $19,641,417 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) for requirements development and maturation efforts for the F-35 Lightening II Joint Strike Fighter Air System. Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2016. Fiscal 2014 research and development (Navy and Air Force); fiscal 2015 research and development (Navy, Air Force and Marine Corp.); and Cooperative Partner funds in the amount of $19,641,417 will be obligated at the time of award, $1,655,373 will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Navy ($5,597,287; 28.7 percent); U.S. Air Force ($5,408,209; 27.54 percent); U.S. Marine Corps. ($3,904,548; 19.7 percent); and the Governments of Australia ($710,521; 3.61 percent); Canada ($337,155; 1.7 percent); Italy ($466,752; 2.38 percent); Netherlands ($217,537; 1.1 percent); Norway ($711,221; 3.62 percent); Turkey ($1,359,110; 6.92 percent); and United Kingdom ($929,076; 4.73 percent) under a Cooperative Agreement. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $14,426,483 firm-fixed-price modification to a previously awarded advance acquisition contract (N00019-13-C-0008) to provide the Reprogramming Center -West, at Naval Air Station Point Mugu, California, with the primary mission equipment (hardware) required for the laboratory to meet Partner and Foreign Military Sales Mission Data File requirements in support of the F-35 Lightning II Joint Program. This contract combines purchases for the Government of Japan ($4,808,829; 33.4 percent); Government of South Korea ($4,808,827; 33.3 percent); and Government of Israel ($4,808,827; 33.3 percent) under the Foreign Military Sales Program. Work will be performed in Fort Worth, Texas, and expected to be completed in October 2017. Foreign military sales funds in the amount of $14,426,483 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority.

The Boeing Co., St. Louis, Missouri, is being awarded $10,143,096 for delivery order 2049 against a previously issued Basic Ordering Agreement (N00019-11-G-0001) for hardware integration for Phase II to integrate the Next Generation Jammer Pod onto the EA-18G aircraft. The Phase II hardware integration will ensure the development, preparation and delivery of the aircraft modification design is suitable for the technology development stage of the Next Generation Jammer Pod program. Work will be performed in St. Louis, Missouri, and is expected to be completed in February 2016. Fiscal 2015 research, development, testing and evaluation (Navy) funds in the amount of $6,100,000 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.

Electric Boat Corp., Groton, Connecticut, is being awarded an $8,716,028 modification to previously awarded contract (N00024-13-C-2128) for the procurement of the US/UK E Fixture Robotic Cut and Bevel Skid Transfer Systems, Cut and Containment Systems, and Rear Access Platforms. The contractor will be procuring hardware relating to the Integrated Tube and Hull Quad Pack construction E-Fixture in support of the Ohio Replacement Program. Work will be performed in Groton, Connecticut, and is expected to be completed by June 2016. Fiscal 2015 research and development and foreign military sales funding in the amount of $4,358,013 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

ECS Federal, Inc.*, Fairfax, Virginia, is being awarded an $8,427,577 modification to a previously awarded cost-plus-fixed-fee contract (N00421-14-F-0060) to exercise an option to deliver enterprise-wide information technology services to Naval Air Systems Command and its respective customers. This effort shall provide help desk services, desk-side services, and organizational messaging and communications. Work will be performed in Patuxent River, Maryland (99.7 percent) and San Diego, California (.3 percent), and is expected to be completed in June 2016. Fiscal 2015 working capital funds (Navy) in the amount of $2,143,785 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity

Facility Support Services, LLC,* Richmond, Virginia, is being awarded $8,229,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N40085-14-D-8180) for renovation of Building 260, Nuclear Equipment Maintenance and Inspection Facility at Norfolk Naval Shipyard. The work to be performed provides for repair by replacement of exterior personnel doors and hardware, sprinkler system, and heating, ventilation and cooling equipment; repair of existing fire alarm system, provision of a concrete floor overlay; demolition of existing safety ladders and a two-story wood Building-In-Building; elimination of tripping hazard from existing railroad tracks; improvements to thermal performance of existing exterior wall, replacement of existing clerestory windows; new flat ceilings in warehouse areas of new one-story administrative offices, locker room, welding area, electrical room, fire pump room. Work will be performed in Portsmouth, Virginia, and is expected to be completed by September 2016. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $8,229,000 are being obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

160px-Special_Operations_Specops_Army.svgU.S. SPECIAL OPERATIONS COMMAND

Raytheon Company, McKinney, Texas is being awarded a $42,190,000 indefinite-delivery/indefinite-quantity contract to provide lifecycle contractor support for the Multi-Mode Radar, and Silent Knight Radar for the Technology Applications Program Office. The majority of the work will be performed in McKinney, Texas with an estimated completion date of June 30, 2020. Fiscal 2015 operations and maintenance funds in the amount of $2,435,577 are being awarded on the first task order. This contract was awarded through non-competitive award in accordance with FAR 6.302-1. Technology Applications Contracting Office, Fort Eustis, Virginia is the contracting activity (H92241-15-D-0005).

MISSILE DEFENSE AGENCY

The Boeing Co., Huntsville, Alabama, has been awarded an estimated $85,300,000 modification (P00215) to an existing hybrid contract type (HQ0147-12-C-0004) to increase the Direct Productive Labor Hour (DPLH) pool by 600,000 hours to award future task instructions. This modification does600px-US-MissileDefenseAgency-Seal.svg not affect the current cumulative face value of the contract of $3,797,175,120. Individual Task Instruction awards executed on future modifications will increase the contract value using the established fiscal year rates in the contract. No funds are being obligated at this time. The work will be performed predominately in Huntsville, Alabama; Colorado Springs, Colorado; Fort Greely, Alaska; and Vandenberg Air Force Base, California, with an estimated completion date of Dec. 29, 2018. The Missile Defense Agency, Redstone Arsenal, Alabama is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

United Technologies Corp., doing business as Pratt and Whitney, East Hartford, Connecticut, has been awarded a not-to-exceed $269,362,223 modification (P00145) to previously awarded contract FA8611-08-C-2896 for F119 Engine Sustainment. Work will be performed at East Hartford, Connecticut; Edwards Air Force Base, California; Elmendorf AFB, Alaska; Hickam AFB, Hawaii; Hill AFB, Utah; Langley AFB, Virginia; Nellis AFB, Nevada; Sheppard AFB, Texas; Tinker AFB, Oklahoma and Tyndall AFB, Florida and is expected to be complete by Dec. 31, 2015. Fiscal year 2015 operations and maintenance and Air National Guard funds in the amount of $150,123,242 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Wolf Creek Federal Services, Inc., Anchorage, Alaska, has been awarded a $108,383,456 firm-fixed price, cost-plus-fixed-fee and cost reimbursable contract for range operations support. Contractor will be responsible and accountable for aspects of non-mission support communications for the Eastern Range (ER) and Western Range (WR), and Base Operating Support and Logistics for the ER. Work will be performed at Patrick Air Force Base, Florida; Cape Canaveral Air Force Station, Florida and Ascension Auxiliary Airfield, and is expected to be complete by Sept. 30, 2020. This award is the result of a competitive acquisition with eight offers received. Fiscal year 2015 operations and maintenance funds in the amount of $327,196 are being obligated at the time of award. The 45th Contracting Squadron, Patrick AFB, Florida, is the contracting activity (FA2521-15-C-0063).

AAR Parts Trading, INC, doing business under AAR Defense Systems and Logistics, Wood Dale, Illinois, has been awarded a $72,138,793 indefinite-delivery/indefinite-quantity contract for C-130H Contractor Logistic Support for the Afghanistan Air Force. Contractor will provide CLS for four C-130H aircraft, to include maintenance, repair and engineering support. Work will be performed at Kabul, Afghanistan, and is expected to be complete by July 30, 2020. This contract is 100-percent foreign military sales and is the result of a competitive acquisition with one offer received. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (FA8553-15-D-0001)

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $53,505,013 modification (P00680) for Advanced Extremely High Frequency system capability augmentation. Contractor will provide mission planning functionality to support the AEHF transition from initial operational capability to full operational capability. Work will be performed at Sunnyvale, California, and is expected to be complete by June 30, 2017. Fiscal year 2015 research, development, test and evaluation funds in the amount of $30,824,748 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. (F04701-02-C-0002)

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $31,802,865 modification (P00665) for Advanced Extremely High Frequency Mission Control Segment technical refresh. Contractor will provide technical refresh of obsolete hardware and software of the AEHF mission control segment to support the post-initial operational capability transition to sustainment. Work will be performed at Los Angeles, California; Colorado Springs, Colorado; and Philadelphia, Pennsylvania, and is expected to be complete by June 30, 2017. Fiscal year 2015 research, development, test and evaluation funds in the amount of $31,802,865 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. (F04701-02-C-0002)

L-3 Communications, Waco, Texas, has been awarded a $21,716,654 modification P00023 for C-27J Australia Sustainment. Contractor will provide outside the contiguous United States contractor logistics support, program management office support and contiguous United States contractor logistics support. Work will be performed at Richmond Air Base, Australia, and Waco, Texas, and is expected to be complete by Dec. 31, 2016. This contract involves foreign military sales. Air Force Life Cycle Management Center/WLJK, Wright-Patterson Air Force Base, is the contracting activity. (FA8625-13-C-6597)

ARMY

BAE Systems Land & Armaments LP, York, Pennsylvania was awarded an $110,406,756 modification (P00002) to contract W56HZV-14-C-0298 for 36 M88A2 Heavy Equipment Recovery Combat Utility Lift Evacuation System (HERCULES) vehicles and spares. Work will be performed in York, Pennsylvania with an estimated completion date of Aug. 31, 2018. Fiscal 2015 other procurement (Army) funds in the amount of $110,406,756 were obligated at the time of the award. Army Contracting Command, Warren, Michigan is the contracting activity.

SOS-International, Reston, Virginia was awarded a $100,000,000 firm-fixed-price incrementally funded contract with options for base life support, Camp Taji, Iraq. Work will be performed in Iraq withDepartment of the Army an estimated completion date of June 30, 2018. One bid was solicited with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $46,019,990 were obligated at the time of the award. Army Contracting Command, Kuwait, APO AE is the contracting activity (W56KGZ-15-C-4005).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $79,680,022 modification (P00235) to foreign military sales contract W58RGZ-12-C-0008 (Tunisia) for four modified UH60M Black Hawk helicopters. Work will be performed in West Palm Beach, Florida with an estimated completion date of June 30, 2019. Fiscal 2015 other procurement funds up to 50% of the announced amount are available under an undefinitized contract action. Army Contracting Command, Redstone Arsenal is the contracting activity.

Sundt Corp., Tempe, Arizona was awarded a $56,299,513 firm-fixed-price contract for barracks demolition and new barracks construction at the Presidio of Monterey, California with an estimated completion date of March 16, 2018. Bids were solicited via the internet with thirteen received. Fiscal 2011 military construction funds in the amount of $ 56,299,513 were obligated at the time of the award. Army Corps of Engineers, Sacramento, California is the contracting activity (W91238-15-C-0007).

Peckham Vocational Industries, Lansing, Michigan was awarded a $19,961,563 modification (0015) to contract W56HZV-12-D-0064 to clean and repair unserviceable, but economically repairable Organizational Clothing and Individual Equipment (OCIE) for the Regional Logistics Support Center (RLSC) Program – Northeast Region. Funding and work location will be determined with each order with an estimated completion date of May 31, 2016. Army Contracting Command, Warren, Michigan is the contracting activity.

C Martin Co., Inc.,* North Las Vegas, Nevada was awarded a $17,910,365 firm-fixed-price incrementally funded contract for base operations and maintenance service for the Departement of Public Works, Dugway Proving Ground, Utah with an estimated completion date of July 1, 2016. Once bid was solicited with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,094,040 were obligated at the time of the award. Army Contracting Command, Dugway Proving Ground, Utah is the contracting activity (W911S6-15-C-0002).

Twisted Pair Solutions, Inc. Seattle, Washington was awarded a $13,750,000 modification (P00003) to contract W56HZV-14-C-0025 for voice interoperable software and maintenance and associated licenses. Work will be performed in Seattle, Washington with an estimated completion date of June 29, 2016. Fiscal 2014/2015 research, development, testing and evaluation funds in the amount of $13,750,000 were obligated at the time of the award. Army Contracting Command Warren, Michigan is the contracting activity.

Lockheed Martin Corp., Orlando, Florida was awarded a $9,733,000 fixed-price-incentive foreign military sales contract (Saudi Arabia) to procure modernized target acquisition designation sights and post production support of the pilot night vision sensor for AH-64E helicopters. Work will be performed in Orlando, Florida with an estimated completion date of June 30, 2020. Bids were solicited via the internet with one received. Fiscal 2015 other procurement funds in the amount of $2,936,857 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity (W58RGZ-15-C-0008).

Mission Essential Personnel, New Albany, Ohio was awarded a $9,672,838 modification (P00005) to contract W560MY-15-C-0003 for intelligence support and ISR within Afghanistan with an estimated completion date of Jan 9, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $9,672,838 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity.

Sunrise Beach Corp. (dba M2 services Corp.)*, McKinney, Texas was awarded a $9,652,470 modification (P00021) to contract W58RGZ-13-C-0079 for daily field and sustainment maintenance for helicopters, wheeled and tracked vehicles, aviation ground support equipment, communications equipment, and government property at Ft. Hood, Texas with an estimated completion date of June 30, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $2,891,629 were obligated at the time of the award. Army Contracting Command Redstone Arsenal, Alabama is the contracting activity.

L-3 National Security Solutions, Inc., Reston, Virginia was awarded a $7,705,643 modification (P00003) to contract W52P1J-15-C-0002 for intelligence, surveillance, and reconnaissance support for ISAF. Work will be performed in Afghanistan with an estimated completion date of Jan. 9, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,705,643 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Metals USA/i-Solutions Group, Fort Washington, Pennsylvania, has been awarded a maximum $90,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity prime vendor contract for metals, metal products and incidental services for the West region of the United States. This was a competitive acquisition contract with four responses received. This is a five-year base contract without option years. Location of performance is Pennsylvania, with a June 28, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E5-15-D-0024).

CORRECTION: The contract announced June 8, 2015, for Metals USA, Fort Washington, Pennsylvania, (SPE8E5-15-D-0015), was awarded using the wrong contract number. The correct contract number is SPE8E5-15-D-0018.

NAVY

DZSP 21 LLC, Hagatna, Guam, is being awarded a $42,274,735 cost-plus-fixed-fee contract for base operations support services at Joint Region Marianas, Guam. The work to be performed provides for facility support and base operating support for the following services: management and administration, port operations, ordnance, material management, facility management, facility investment, electrical, wastewater, steam, water, base support vehicles and equipment, and environmental. The maximum dollar value including the base period and six-month option is $85,266,729. Work will be performed in600px-US-DeptOfNavy-Seal.svg various locations on the island of Guam and is expected to be completed by June 2016. Fiscal 2015 and 2016 working capital funds (Navy); fiscal 2015 and 2016 operation and maintenance (Navy); fiscal 2015 family housing operation and maintenance (Navy); fiscal 2015 operation and maintenance (Air Force); fiscal 2015 operation and maintenance (Air National Guard); fiscal 2015 and 2016 transportation working capital funds; fiscal 2015 operation and maintenance (Army); fiscal 2015 health program funds (Defense); fiscal 2015 and 2016 working capital funds (Defense); fiscal 2016 operation and maintenance (Defense agencies); fiscal 2015 and 2016 Defense commissary agency account funds; and fiscal 2015 homeland security, (Coast Guard) contract funds in the amount of $42,274,735 are obligated on this award; of which $39,387,488 will expire at the end of the current fiscal year and $2,887,247 is subject to the availability of funds for the next fiscal year. This contract was issued under the authority of 10 U.S.C. 2304(c)(1) and Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-15-C-1160).

Walsh Construction Co., Chicago, Illinois, is being awarded a $34,496,000 firm-fixed-price contract for repair and renovation of a fire station and ship services support facility, Building 435 at Naval Base Kitsap (NBK) Bremerton. The work to be performed provides for repair and construction for seismic upgrades and renovation. The project will be a design-bid-build seismic retrofit which joins two building sections, replacement of third floor timber framing with steel framing, addition of concrete shear walls at the building perimeter, replacement of roof diaphragms, improvements for the roof and floor diaphragm connections, and installation of ties at the connection of unreinforced masonry. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $34,626,407. Work will be performed in Bremerton, Washington, and is expected to be completed by May 2017. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $34,496,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-15-C-6004).

Baldi Bros., Inc., Beaumont, California, is being awarded $14,887,712 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N62473-14-D-0043) for design and construction to repair airfield pavements runway 08/26 and the construction of a high temperature concrete vertical landing pad at Naval Air Weapons Station, China Lake. The work to be performed provides for design and construction for runway pavements, supporting pavements, arresting gear foundations, and a high temperature concrete vertical landing pad. The work includes removing airfield markings, demolishing pavements, concrete pavement patches, arresting gear foundations, Fresnel Lens Optical Landing System cart foundation, constructing light systems, applying pavement markings, and placing dust palliative. For the high temperature concrete vertical landing pad, work includes installing high strength steel reinforcement, and placing and curing high temperature concrete pavement. Work will be performed in Ridgecrest, California, and is expected to be completed by November 2016. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $14,887,712 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.

The Boeing Co., Seattle, Washington, is being awarded $14,083,402 for cost-plus-fixed-fee delivery order 3060 against a previously issued basic ordering agreement (N00019-11-G-0001) for the development and definition of system requirements for the P-8A Multi-mission Maritime Aircraft Increment 3 Capabilities Integration System Requirements Review Systems Engineering Technical Review event. Work will be performed in Seattle, Washington (92 percent), Huntington Beach, California (7 percent); and St. Louis, Missouri (1 percent), and is expected to be completed in June 2016. Fiscal 2014 and 2015 research develop, test and evaluation (Navy) funds in the amount $5,166,879 will be obligated at time of award; $166,879 of which expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

JSL Technologies, Inc.,* Oxnard, California, is being awarded an $11,458,686 modification to previously awarded contract (N63394-14-C-0007) to extend the period of performance for the accomplishment of engineering support services for the Land Attack Combat and Weapons Systems. This contract modification provides for continuation of services in anticipation of award of a follow-on competitive contract in Seaport-Enhanced in December 2016. The services include engineering and software development for shipboard and shore-based systems; installation check-out procedures; test and evaluation support of combat and weapons systems; ship alteration upgrade for Tomahawk Weapon System; and program support. Work will be performed in Port Hueneme, California (75 percent); San Diego, California (5 percent); Washington D.C. (4 percent); Seattle, Washington (3 percent); Norfolk, Virginia (1 percent); Salt Lake, Utah (1 percent); Philadelphia, Pennsylvania (1 percent); Corona, California (1 percent); Wallops Island, Virginia (1 percent); Bath, Maine (1 percent); Honolulu, Hawaii (1 percent); Jacksonville, Florida (1 percent); Mayport, Florida (1 percent); Keyport, Washington (1 percent); Kings Bay, Georgia (1 percent); Europe (1 percent); Bahrain (1 percent) and is expected to be completed by December 2016. Fiscal 2015 operations and maintenance (Navy); fiscal 2015 research, development, test and evaluation; fiscal 2015 other procurement (Navy); fiscal 2015 working capital funds (Navy); fiscal 2015 weapons procurement (Navy); and fiscal 2015 foreign military sales funding in the amount of $1,999,780 is being obligated at time of award. Contract funds in the amount of $1,116,755 will expire at the end of the current fiscal year. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

AAI Corp., Hunt Valley, Maryland, is being awarded a $10,966,798 modification to previously awarded contract (N00024-14-C-6322) to exercise options for engineering services for the Unmanned Influence Sweep System (UISS) program. 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. 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 December 2016. Fiscal 2015 research and development funding in the amount of $1,300,000 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.

Robertson Fuel Systems, LLC, Tempe, Arizona, is being awarded a $10,002,302 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0097) to exercise an option for the procurement of one Mission Auxiliary Fuel Tank Systems (MATS); 11 MATS middle accessory hardware packages; and four MATS rapid ground refueling forward tank packages for the MV-22 Osprey aircraft. Work will be performed in Tempe, Arizona and is expected to be completed in July 2016. Fiscal 2014 aircraft procurement (Navy) and fiscal 2015 aircraft procurement funds (Air Force) in the amount of $10,002,302 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

L-3 Communications, Leesburg, New Jersey, is being awarded a $7,565,000 modification to previously awarded contract (N00024-12-C-4232) for the production of the first two shipsets of the Hybrid Electric Drive (HED) Electric Propulsion System (EPS) for DDG 51 class ships, as well as engineering services and associated provisioning items. L-3 Communications will develop and provide a fully integrated DDG 51 HED EPS, suitable for backfit application that meets the physical, functional and performance requirements suitable for installation on the DDG 51 Class Flight IIA ships. The HED EPS will provide an additional propulsion option at low speeds, resulting in less fuel consumption than currently possible with the existing installed equipment. Work will be performed in Mankato, Minnesota (51 percent), Zamudio, Spain (30 percent), Leesburg Virginia (19 percent), and is expected to be completed by July 2016. Fiscal 2015 research, development, test, and evaluation and other procurement (Navy) contract funds in the amount of $7,565,000 will be obligated at the time and 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.

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

Innovative Defense Technologies (IDT), LLC, Arlington, Virginia, is being awarded a ceiling $9,986,249 indefinite-delivery/indefinite-quantity contract to develop and implement the Automated Test and Re-Test (ATRT) tool as an innovative approach for automated testing, data analysis and requirements verification for Ballistic Missile Defense Systems. IDT will use the ATRT technology and tool suite to apply automation to the integration and test of software based systems. The ATRT Phase III development work will leverage current ATRT capability and the initial technology developed under SBIR Phase I and baseline Phase II programs. A task order in the amount of $50,000 is being issued. The work will be performed in Arlington, Virginia and Mt. Laurel, New Jersey. The ordering period is from June 25, 2015 through June 24, 2018. This contract was competitively procured in accordance with the SBIR Program Policy Directive. Fiscal year 2015 research, development, test and evaluation funds in the amount of $50,000 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7001) (Awarded June 26, 2015).

AIR FORCE

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded an $119,200,000 cost-plus-fixed-fee, undefinitized contract action for contractor logistics support. Contractor will provide CLS for the Iraq F-16 program. Work will be performed at Balad Air Base, Iraq,356px-Seal_of_the_US_Air_Force.svg with ongoing CLS support activity in Tucson, Arizona; Fort Worth, Texas; and Greenville, South Carolina, and is expected to be complete by Aug. 31, 2016. This contract is 100-percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8615-12-C-6012)

Massachusetts Institute of Technology, Cambridge, Massachusetts, has been awarded a $7,136,232 cost-reimbursement contract for research and development in transparent computing. Contractor will conduct research to develop novel tagging and tracking approaches for establishing the causal relationships among activities across an enterprise environment, particularly focused on distinguishing between the “low and slow” Advance Persistent Threat (APT) and regular user and system activities. Work will be performed at Cambridge, Massachusetts, and is expected to be complete by Aug. 30, 2019. This award is the result of a competitive acquisition with 51 offers received. Fiscal year 2015 research, development, test and evaluation funds in the amount of $466,554 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8650-15-C-7564)

Department of the ArmyARMY

Caterpillar Defense & Federal Products, Mossville, Illinois was awarded a $38,450,957 order dependent contract for parts, technical support, and supply chain management for rebuilding Caterpillar engines installed in the Family of Medium Tactical Vehicle (FMTV), Mine Resistant Ambush Protected (MRAP), Heavy Expanded Mobility Tactical Truck (HEMTT), and Heavy Equipment Transporter (HET). Funding and work location will be determined with each order with an estimated completion date of June 28, 2020. Bids were solicited via the internet with one received. Army Contracting Command, Red River Army Depot, Texarkana, Texas is the contracting activity (W911RQ-15-D-0006).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland was awarded a $34,521,134 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for system support for the Vehicle and Dismount Exploitation Radar. Funding and work location will be determined with each order with an estimated completion date of June 28, 2018. One bid was solicited with one received. Army Contracting Command, Aberdeen, Maryland is the contracting activity (W56KGY-15-D-0004).

Boeing Co., Mesa, Arizona was awarded a $15,340,002 modification (0020) to contract W58RGZ-14-G-0005 for 1,060 Apache Weapons System main rotor strap pack assemblies. Work will be performed in Mesa, Arizona with an estimated completion date of Oct. 31, 2017. Fiscal 2015 other procurement funds in the amount of $15,340,002 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.

General Dynamics C4S, Orlando, Florida was awarded an $8,730,370 cost-plus-fixed-fee contract with options for the Intelligence & Electronic Warfare Tactical Proficiency Trainer. Work will be performed in Orlando, Florida with an estimated completion date of Dec. 31, 2016. One bid was solicited with one received. Fiscal 2015 research, development, test and engineering funds in the amount of $4,668,383 were obligated at the time of the award. Army PEO Simulation, Training and Instrumentation, Orlando, Florida is the contracting activity (W900KK-15-C-0019).

Booz Allen Hamilton was awarded a $6,572,740 modification (004203) to contract W81XWH-08-D-0025 for programmatic support to the patient safety program. Work will be performed in Falls Church, Virginia with an estimated completion date of June 30, 2017. Fiscal 2015 operations and maintenance (Army) funds in the amount of $6,572,740 were obligated at the time of the award. Army Medical Research Acquisition Activity Frederick, Maryland is the contracting activity.

DEFENSE LOGISTICS AGENCY

Barr Laboratories, Inc, North Wales, Pennsylvania, has been awarded a maximum $33,345,134 modification (P00002) exercising the first one-year option period of a one-year base contract (SPM2DP-15-D-0001) with four one-year option periods for vaccines for military recruitment activities. This is a firm-fixed-price contract. Locations of performance are Pennsylvania and Virginia, with a Dec. 31, 2016, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Food Service Inc,* Mount Vernon, Washington, has been awarded a maximum $31,704,659 fixed-price, with economic price adjustment contract for prime vendor food and beverage support for customers on Okinawa, Japan. This was a sole source contract using justification 10 U.S.C 2304 (c)(1). This is an eight-month bridge contract. Locations of performance are Washington and Japan, with a Feb. 10, 2016, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, DoD and non-DoD customers. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-4010).

600px-US-DeptOfNavy-Seal.svgNAVY

Airtec Inc.,* California, Maryland, is being awarded an $80,661,914 modification against a previously issued firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N68335-14-D-0030) for intelligence, surveillance, and reconnaissance (ISR) services in support of the U.S. Southern Command. The contractor will provide ISR services utilizing a contractor-owned, contractor-operated Bombardier DHC-8/200 multi-sensor aircraft, with government-furnished property previously installed on the aircraft. Work will be performed in Bogota, Columbia (90 percent); and California, Maryland (10 percent), and is expected to be completed in September 2018. 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 Aircraft Division, Lakehurst, New Jersey, is the contracting activity

PoleZero Corp., West Chester, Ohio, is being awarded a $72,088,652 indefinite-delivery/indefinite-quantity contract for a maximum of 118 ultra high-frequency antenna interface units and 177 very/ultra high-frequency units and their associated communication tray assemblies for Lots 6, 7, and 8 in support of the Navy and the government of Australia P-8A program. Work will be performed in West Chester, Ohio, and is expected to be completed in June 2018. This contract combines purchases for the Navy ($57,670,921; 80 percent); and the government of Australia ($14,417,731; 20 percent), under a memorandum of agreement. Fiscal 2015 aircraft procurement (Navy) and cooperative partner (Australia) funds in the amount of $15,748,101 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 pursuant to 10 U.S.C 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-D-0024).

The Analytic Sciences Corp. Inc., Andover, Massachusetts, is being awarded a $35,445,651 cost-plus-fixed-fee contract for radar engineering and logistics services in support of Naval Surface Warfare Center, Port Hueneme Division, Ship Defense and Expeditionary Warfare Department, Virginia Beach Detachment. The services include provide in-service engineering and acquisition engineering; integrated logistics support; software support; installation services, support, and coordination; programmatic and project management support; and staging facility support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $53,151,290. This contract combines purchases for the Navy (99 percent), and the governments of Taiwan, Poland and Korea (1 percent) under the Foreign Military Sales program. Work will be performed in Virginia Beach, Virginia (60 percent); San Diego, California (10 percent); Bremerton, Washington (10 percent), Honolulu, Hawaii (10 percent); Newport, Rhode Island (9 percent); and ports outside of the U.S. (1 percent), and is expected to be completed by April 2016. Fiscal 2015 other procurement (Navy); fiscal 2015 shipbuilding and conversion (Navy), fiscal 2015 research, development, test, and evaluation; and fiscal 2015 operations and maintenance (Navy) funding in the amount of $3,555,777 will be obligated at time of award, and funds in the amount of $282,000 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii)(B). The Naval Surface Warfare Center-Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-15-C-0012).

Solpac Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is being awarded firm-fixed-price $20,219,000 for task order 0007 under a previously awarded multiple award construction contract (N62473-10-D-5411) for construction of the operational training facility to accommodate the F-35C Joint Strike Fighter aircraft training requirements at Naval Air Station, Lemoore. The work to be performed provides for construction of a multi-story, steel framed, and reinforced concrete masonry unit operational training facility with pile foundations to house full mission simulators. Facility standards for the operational training facility will be built for a special access program including the full mission simulators, classrooms, briefing rooms, storage, and maintenance areas, personnel support spaces, and administrative spaces. The task order also contains four unexercised options and one planned modification, which if exercised would increase the cumulative task order value to $20,986,244. Work will be performed in Lemoore, California, and is expected to be completed by October 2016. Fiscal 2015 military construction (Navy) contract funds in the amount of $20,219,000 are being obligated on this award and will not 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.

General Dynamics, National Steel and Shipbuilding Co., San Diego, California, is being awarded a $12,999,858 modification to previously awarded contract N00024-14-C-2409 for additional LX(R) Amphibious Ship Replacement Program early industry involvement for preliminary design efforts. The tasking may include efforts related to systems engineering, marine engineering, naval architecture, cost estimating and computer modeling. The early industry involvement contracts will enable the shipyards to investigate ship designs and production cost reduction opportunities and to participate in the preliminary design evolution and reviews. Input from the shipyards will help the Government refine its analysis and produce sound design products and cost estimation relationships. Work will be performed in San Diego, California (67 percent); Bath, Maine (12 percent); Iron Mountain, Michigan (9 percent); Milwaukee, Wisconsin (9 percent);, and Pittsfield, Massachusetts (3 percent), and is expected to be completed by September 2016. Fiscal 2015 research, development, test and evaluation funding in the amount of $1,000,000 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 INTELLIGENCE AGENCY

Parsons Government Services Inc., Huntsville, Alabama, is being awarded a ceiling $68,845,081 indefinite-delivery/indefinite-quantity contract with a five-year ordering period. The contract providesDefense Intelligence Agency scientific and technical support to the Defense Intelligence Agency’s Missile and Space Intelligence Center. Work will be performed at Redstone Arsenal, Alabama, with an expected completion date of June 25, 2020. The acquisition was solicited on the basis of full and open competition, and two bids were received. Funding will be obligated on individual task orders with the initial task order scheduled to be awarded July 7, 2015, at an estimated ceiling price of $1,300,000. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity (HHM402-15-D-0007).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

BAE Systems Technology Solutions and Services, Rockville, Maryland, has been awarded a $46,260,277 modification (P00475) to exercise the option on previously awarded contract FA2517-06-C-8001. Contractor will provide management, operation, maintenance and logistical support to the Solid State Phased Array Radar Systems. Work will be performed at Beale Air Force Base, California; Cape Cod Air Force Station, Massachusetts; Clear Air Force Station, Alaska; Thule Air Base, Greenland; and Royal Air Force Fylingdales, United Kingdom, and is expected to be complete by Aug. 31, 2016. Fiscal 2015 operations and maintenance funds in the amount of $46,260,277 are being obligated at the time of award. 21st Contracting Squadron, Peterson Air Force Base, Colorado, is the contracting activity.

ARCTEC Alaska JV, Joint Base Elmendorf-Richardson, Alaska, has been awarded a $38,855,052 modification (P00007) to previously awarded contract FA5215-C-04-0018. Contractor will provide for the operation and maintenance of the Alaska Radar System. Work will be performed at Joint Base Elmendorf-Richardson, Alaska (plus 15 remote radar sites in Alaska), and is expected to be complete by Sept. 28, 2016. Fiscal 2015 operations and maintenance funds in the amount of $38,855,052 are being obligated at the time of award. The 766th Specialized Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Aircraft Engineering and Installation Services Inc., Orlando, Florida, has been awarded a $28,593,344 firm-fixed-price, cost-reimbursable, no fee travel contract for the C-130 electronic propeller control system. Contractor will provide manufacture, integration and installation of the C-130 electronic propeller control system on 48 Air Force Reserve Command C-130H aircraft, and modify 25 spare Quick Engine Change (QEC) kits. Work will be performed at Orlando, Florida, and is expected to be complete by May 31, 2016. This award is the result of a competitive acquisition with nine offers received. Fiscal 2013 and 2014 National Guard and Reserve Equipment Account funds in the amount of $28,593,344 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-C-0008).

Lockheed Martin Corp., Colorado Springs, Colorado, has been awarded a $20,498,256 firm-fixed-price, cost-plus-fix-fee and cost reimbursable contract. Contractor will provide South Korean Defense Intelligence Command with follow-on support for aircraft equipped with imagery sensors, communication system and associated ground support; and multiple ground stations with extended communication equipment, mission support capabilities, and support equipment. This contract will also provide spare parts, technical manuals and field service representative support. Work will be performed at Colorado Springs, Colorado; and in Seoul, South Korea, and is expected to be complete by June 30, 2017. This contract is 100 percent foreign military sales and is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-C-3008).

Northrop Grumman Aerospace Systems, Redondo Beach, California, has been awarded a $16,232,399 modification (P00534) to previously awarded contract F33657-01-C-4600 for engineering and manufacturing development for the Global Hawk system. Contractor will provide the development and integration of software fixes and maintainer graphical user interface tasks into the Global Hawk ground station. This modification builds off of the existing ground station software and corrects reported deficiencies. Work will be performed at San Diego, California, and is expected to be complete by Dec. 30, 2016. Fiscal 2015 reasearch, development, test and evaluation funds in the amount of $13,184,570 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Environmental Abatement Inc., Layton, Utah, has been awarded a not-to-exceed $8,055,975 indefinite-delivery/indefinite-quantity contract for asbestos abatement and remediation services. Contractor will provide asbestos abatement, lead-based paint removal, heavy metal abatement, rodent dropping and animal excrement removal and other abatement activities. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by June 26, 2020. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 operations and maintenance funds in the amount of $500 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8201-15-D-0006).

Lockheed Martin Corp., Lockheed Martin Mission Systems and Training, Orlando, Florida, has been awarded a $6,820,026 modification (P00003) to exercise an option on previously awarded contract FA8519-13-D-0003 for sustainment of the Common Organizational Level Tester (COLT). Work will be performed at Orlando, Florida, and is expected to be complete by Sept. 29, 2016. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

ARMY

Barlovento LLC, Dothan, Alabama, was awarded a $45,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract to the Army Corps of Engineers and Federal Emergency Management Agency disaster response effort for Alabama, Connecticut, Delaware, Florida, Georgia, Louisiana, Maine, Maryland/District of Columbia, Massachusetts, Mississippi, New Hampshire, New600px-US-DeptOfNavy-Seal.svg Jersey, New York, North Carolina, Pennsylvania, Rhode Island, South Carolina, Texas, and Virginia. Funding will be determined with each order with an estimated completion date of May 31, 2020. Bids were solicited via the Internet with seven received. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Accenture, Reston, Virginia, was awarded a $21,618,332 modification (D00364) to contract N00104-04-A-ZF12 for a six-month extension for general fund enterprise business systems. Work will be performed in Alexandria, Virginia, with an estimated completion date of Dec. 27, 2015. Fiscal 2015 operations and maintenance (Army) and other procurement (Army) funds in the amount of $15,074,085 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

The Renew Group Inc.,* Lawrence, Kansas, was awarded a $18,583,758 firm-fixed-price multi-year contract for new parking lots and roads, resurfacing existing pavement and repairing tank trails. Work will be performed at Ft. Hood, Texas, with an estimated completion date of June 21, 2017. Bids were solicited via the Internet with three received. Funding will be determined with each order. Army Contracting Command, Ft. Hood, Texas, is the contracting activity (W91151-15-D-0010).

Avon Protection Systems Inc., Cadillac, Michigan, was awarded a $12,123,107 firm-fixed-price multi-year indefinite-delivery/indefinite-quantity contract to procure 11 parts for the M50/M51 Joint Service General Purpose Mask. Funding and work location will be determined with each order with an estimated completion date of Dec. 26, 2018. Bids were solicited via the Internet with one received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0034).

PRS Newland JV, Sacramento, California, was awarded a $7,182,211 firm-fixed-price contract for a two-mile levee widening and improvement project with construction of a six-foot ramp for levee access for the South Sacramento County Streams Project Flood Damage Reduction Group. Work will be performed in Sacramento, California, with an estimated completion date of Jan. 23, 2017. Bids were solicited via the Internet with four received. Fiscal 2014 other procurement funds in the amount of $7,182,211 were obligated at the time of the award. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-15-C-0008).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Atlantic Aviation Oklahoma City Inc., Oklahoma City, Oklahoma, has been awarded a maximum $28,486,022 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with one response received. This is a four-year base contract. Location of performance is Oklahoma, with a March 31, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0105).

Star Beverages Inc.,** Shaker Heights, Ohio, has been awarded a maximum $22,962,471 firm-fixed-price contract for carbonated and non-carbonated bag-in-box beverage support for various land and ship customers in the continental U.S., Alaska, Hawaii and Guam. This was a competitive acquisition with four responses received. This is a five-year base contract. Location of performance is Ohio, with a June 27, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, Coast Guard and non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-B300).

Channel Island Beverage Co., doing business as Pepsi Cola Bottling Co., San Diego, San Diego, California, has been awarded a maximum $21,631,872 firm-fixed-price contract for carbonated and non-carbonated bag-in-box beverage support for various land and ship customers in the continental U.S., Alaska, Hawaii and Guam. This was a competitive acquisition with four responses received. This is a five-year base contract. Location of performance is California, with a June 27, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, Coast Guard and non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-B200).

Coca-Cola North America, Atlanta, Georgia, has been awarded a maximum $20,614,266 firm-fixed-price contract for carbonated and non-carbonated bag-in-box beverage support for various land and ship customers in the continental U.S., Alaska, Hawaii and Guam. This was a competitive acquisition with four responses received. This is a five-year base contract. Location of performance is Georgia, with a June 27, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, Coast Guard and non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania, (SPE300-15-D-B100).

Aurora Industries LLC,* Camuy, Puerto Rico, has been awarded a maximum $11,824,236 modification (P0004) exercising the second one-year option period of a one-year base contract (SPE1C1-14-D-1068) with three one-year option periods for flame resistant uniforms. This is a firm-fixed-price contract. Location of performance is Puerto Rico, with a June 15, 2016, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Raytheon Integrated Defense Systems, Sudbury, Massachusetts, has been awarded a maximum $10,039,403 firm-fixed-price delivery order (1031) against contract SPRMM1-13-G-1104 for combat weapon system components. This was a sole-source acquisition using the justification that the government does not own the data needed to purchase these items from additional sources. Location of performance is Massachusetts, with a Dec. 22, 2017, performance completion date. Using service is Navy. Type of appropriation is fiscal 2015 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania.

Rainier Petroleum Corp.,* Seattle, Washington, has been awarded a maximum $10,015,521 fixed-price with economic-price-adjustment contract for marine gas oil. This was a competitive acquisition with five responses received. Locations of performance are Washington and Oregon, with an April 30, 2019, performance completion date. Using services are Army, Navy, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0378). (Awarded on June 25, 2015)

Gate CFV Solutions,*** Sebastian, Florida, has been awarded a maximum $6,511,924 firm-fixed-price contract for carbonated and non-carbonated bag-in-box beverage support for various land and ship customers in the continental U.S., Alaska, Hawaii and Guam. This was a competitive acquisition with four responses received. This is a five-year base contract. Location of performance is Florida, with a June 27, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, Coast Guard and non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-B400).

WASHINGTON HEADQUARTERS SERVICES

Analytic Services Inc., Falls Church, Virginia, is being awarded a $6,999,912 modification (0015) to a previously awarded firm-fixed-price (HQ0034-12-A-0003) to provide the following support to the Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics: medical program support;600px-WHS_Insignia.svg physical program support; planning, programming, budgeting, and executing and financial support; international and interagency strategic relations support; science and technology support; and operations and administrative support. Work will be performed in Arlington, Virginia, with an expected completion date of Dec. 31, 2016. Fiscal 2015 research, development, test, and evaluation funds are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with three proposals received. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

 

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE INTELLIGENCE AGENCY

American Systems, Chantilly, Virginia (HHM402-15-D-0010); BAE Systems, McLean, Virginia (HHM402-15-D-0011); Blue Canopy, Reston, Virginia (HHM402-15-D-0012); The Boeing Co., Annapolis Junction, Maryland (HHM402-15-D-0013); Booz Allen Hamilton, McLean, Virginia (HHM402-15-D-0014); CACI, Chantilly, Virginia (HHM402-15-D-0015); CGI Federal, Fairfax, Virginia (HHM402-15-D-0016); Computer Sciences Corp., Falls Church, Virginia (HHM402-15-D-0017); D&S Consultants Inc., Eatontown, New Jersey (HHM402-15-D-0018); EIS, Vienna, Virginia (HHM402-15-D-0019); General Dynamics Information Technology, Herndon, Virginia (HHM402-15-D-0020); HP Enterprise Services, Herndon, Virginia (HHM402-15-D-0021); IBM, Reston, Virginia (HHM402-15-D-0022); Intelligent Decisions, Ashburn, Virginia (HHM402-15-D-0023); K Force Government Solutions, Fairfax, Virginia (HHM402-15-D-0024); L3 National Security Solutions, Reston, Virginia (HHM402-15-D-0025); Leidos, Reston, Virginia (HHM402-15-D-0026); Lockheed Martin Corp. Gaithersburg, Maryland (HHM402-15-D-0027); ManTech/WINS, Fairfax, Virginia (HHM402-15-D-0028); Northrop Grumman, Chantilly, Virginia (HHM402-15-D-0029); Pragmatics, Reston, Virginia (HHM402-15-D-0030); Raytheon IIS Group, Dulles, Virginia (HHM402-15-D-0031); Scientific Research Corp., Atlanta, Georgia (HHM402-15-D-0032); Sotera, Herndon, Virginia (HHM402-15-D-0033); SRA International, Fairfax, Virginia (HHM402-15-D-0034); 22nd Century Technologies,* McLean, Virginia (HHM402-15-D-0035); AEEC LLC,* Reston, Virginia (HHM402-15-D-0036); American Technology Solutions International,* Fredericksburg, Virginia (HHM402-15-D-0037); Berico Technologies,* Reston, Virginia (HHM402-15-D-0038); The Buffalo Group,* Reston, Virginia (HHM402-15-D-0039); Convergent Solutions Inc.,* Alexandria, Virginia (HHM402-15-D-0040); Criterion Systems Inc.,* Vienna, Virginia (HHM402-15-D-0041); Cyberspace Solutions,* Reston, Virginia (HHM402-15-Defense Intelligence AgencyD-0042); DAn Solutions Inc.,* McLean, Virginia (HHM402-15-D-0043); DKW Communications,* Washington, District of Columbia (HHM402-15-D-0044); E-Volve Technology Systems,* National Harbor, Maryland (HHM402-15-D-0045); Federated IT,* Washington, District of Columbia (HHM402-15-D-0046); Intrepid Solutions & Services Inc.,* Reston, Virginia  (HHM402-15-D-0047); The Kenjya Group,* Columbia, Maryland (HHM402-15-D-0048); New River Systems,* Sterling, Virginia (HHM402-15-D-0049); OCCAM Solutions,* McLean, Virginia (HHM402-15-D-0050); QVine Corp.,* Reston, Virginia (HHM402-15-D-0051); Red Arch Solutions,* Columbia, Maryland (HHM402-15-D-0052); Riite,* Chantilly, Virginia (HHM402-15-D-0053); Soft Tech Consulting,* Chantilly, Virginia (HHM402-15-D-0054); Trusted Mission Solutions,* McLean, Virginia (HHM402-15-D-0055); Varen Technologies,* Columbia, Maryland (HHM402-15-D-0056); Vykin Corp.,* Tampa, Florida (HHM402-15-D-0057); Xcelerate Solutions,* McLean, Virginia (HHM402-15-D-0058); and Zolon Tech Inc.,* Herndon, Virginia (HHM402-15-D-0059), were awarded an indefinite-delivery/indefinite-quantity, multiple-award contract with a combined ceiling value of $6,000,000,000. The Enhanced Solutions for the Information Technology Enterprise (E-SITE) contract supports information technology requirements across the Defense intelligence enterprise and the greater intelligence community. Work will be performed worldwide with an estimated completion date of July 16, 2020. The E-SITE contract vehicle was solicited on the basis of full and open competition, and 77 proposals were received. After conducting a thorough evaluation based on the request for proposal criteria, contracts are being awarded to 25 large businesses and 25 small businesses.  Each company will be awarded a $500 minimum guarantee and additional funding will be obligated on individual task orders with the initial follow-on task order competitions scheduled this summer. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $106,239,735 cost-plus-fixed-fee contract for engineering, technical, design, configuration management, integrated logistics support, database management, research and development, modernization, and industrial support for Navy submarines.  The contract will support Los Angeles-, Seawolf-, Virginia- and Ohio-class submarines, special mission submersible interfaces and submarine support facilities.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $564,023,324.  Work will be performed in Newport News, Virginia, and is expected to be completed by September 2016.  Fiscal 2015 other procurement (Navy) and fiscal 2015 operations and maintenance (Navy) funding in the amount of $16,921,250 will be obligated at the time of ward.  Funds in the amount of $4,904,112 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)(iii) – 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 (N00024-15-C-2105).

The Boeing Co., Oklahoma City, Oklahoma, is being awarded a $42,608,960 modification to previously awarded indefinite-delivery/indefinite-quantity contract (N00019-10-D-0017) for logistics support services for the Navy’s C-40A aircraft fleet.  Services to be provided include depot maintenance and operational site support at Naval Air Station (NAS) Jacksonville, Florida; NAS Joint Reserve Base, Fort Worth, Texas; NAS North Island, California; NAS Whidbey Island, Washington; and NAS Oceana, Virginia.  Work will be performed in Jacksonville, Florida (18 percent); Fort Worth, Texas (18 percent); North Island, California (18 percent); Whidbey Island, Washington (18 percent); Oceana, Virginia (18 percent); and Atlanta, Georgia (10 percent), and will be completed in July 2016.  No funding will 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 activity

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded a $38,604,037 modification to a previously awarded contract (N00024-11-C-4403) for USS Leyte Gulf (CG-55) fiscal 2015 extended docking selected restricted availability.  An extended 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.  Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2016.  Fiscal 2015 operations and maintenance (Navy) and fiscal 2014 other procurement (Navy) contract funds in the amount of $37,087,876 will be obligated at time of award and will expire at the end of the current fiscal year.  Mid Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

Cask Technologies LLC,* San Diego, California, is being awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for program analytical and technical support for Marine Corps Total Force Information Technology Systems.  Work will be performed in Stafford, Virginia, and work is expected to be completed May 19, 2020.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued.  This contract was competitively procured among all certified Small Business Administration 8(a) firms via the Federal Business Opportunities website, with four offers received.  The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-15-D-4801).

Cask Technologies LLC,* San Diego, California, is being awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the business analytics, cost analysis and portfolio support for Marine Corps Total Force Information Technology Systems.  Work will be performed in Stafford, Virginia, and work is expected to be completed May 19, 2020.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued.  This contract was competitively procured among all certified Small Business Administration 8(a) firms via the Federal Business Opportunities website, with two offers received.  The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-15-D-4803).

Safe Boats International LLC,* Bremerton, Washington, is being awarded a $17,777,307 modification to previously awarded firm-fixed-price contract (N00024-14-C-2230) to exercise an option for the purchase of two MK VI patrol boats.  The option is for the construction and delivery of two MK VI patrol boats (PB) complete with basic boat equipment.  The MK VI PB is the Navy’s next generation patrol boat and will become a part of the Navy Expeditionary Combat Command’s fleet of combatant craft.  The MK VI PB’s mission is to provide operational commanders a capability to patrol shallow littoral areas beyond sheltered harbors and bays, and into less sheltered open water out to the departure sea area for the purpose of force protection of friendly and coalition forces and critical infrastructure.  Work will be performed in Tacoma, Washington (82 percent); Kent, Washington (7 percent); Wichita, Kansas (6 percent); New Zealand (3 percent); and various locations of less than one percent each, totaling two percent, and is expected to be completed by March 2018.  Fiscal 2015 National Guard and Reserve Equipment Appropriation funding in the amount of $17,777,307 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.

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $15,363,387 modification to previously awarded cost-plus-award-fee contract (N00024-12-C-4323) to provide long lead-time material procurement, management services, and incremental level of effort for Ticonderoga-class cruisers.  Huntington Ingalls will provide necessary engineering, technical, planning, ship configuration, data and logistics efforts for both maintenance and modernization.  Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2016.  Fiscal 2014 and 2015 operations and maintenance (Navy), and fiscal 2014 and 2015 other procurement (Navy) funding in the amount of $15,335,873 will be obligated at time of award.  Funds in the amount of $14,855,262 will expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.
Northrop Grumman Systems Corp., Annapolis, Maryland, is being awarded a not-to-exceed $14,761,000 value cost-plus-fixed-fee, firm-fixed-price contract for the design, development, fabrication, testing, production and delivery of AN/AQS-24C mine hunting sonar systems.  The purpose of this effort is to meet an urgent operational need for volume search minehunting capability deployed from the MH-53E Sea Dragon helicopter.  The AN/AQS-24C system is a modification to the AN/AQS-24B configuration, providing high-speed capability to detect and classify volume (moored) mines while simultaneously hunting bottom mines, and will be deployed from the MH-53E Sea Dragon helicopter.  The AN/AQS-24C system will integrate ahead-looking topographic large area survey volume search sonar and its associated software into operational AN/AQS-24B systems.  Work will be performed in Annapolis, Maryland (93 percent); Salt Lake City, Utah (5 percent);  Poway, California (1 percent); and Lawrenceville, Georgia (1 percent), and is expected to be completed by Dec. 31,  2016.  Fiscal 2014 research, development, test and evaluation and fiscal 2015 other procurement (Navy) funding in the amount of $7,031,000 will be obligated at time of award.  Contract funds in the amount of $5,139,000 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)(ii) – 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  (N00024-15-C-6320).

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $12,849,302 modification to previously awarded contract N00024-09-C-5013 for Aegis Platform Systems Engineering Agent (PSEA) activities and Aegis Modernization Advanced Capability Build (ACB) engineering.  The Aegis PSEA manages the in-service combat systems configurations as well as the integration of new or upgraded capability into the CG57 class of ships and the DDG 51 class of ships.  Aegis modernization will provide upgrades to Aegis cruisers and Aegis destroyers, and will be applicable to all Aegis ships with a computer program that is backfit compatible to Baseline 2 cruisers.  Work will be performed in Moorestown, New Jersey (99 percent); Tewksbury, Massachusetts (0.6 percent); and Dahlgren, Virginia (0.4 percent), and work is expected to be completed by March 2016.  No funds are being obligated at time of award.  No funds will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Cianbro Corp., Pittsfield, Maine, is being awarded a $9,127,103 firm-fixed-price contract for repairs to Dry Dock Number 3 pumpwell at the Portsmouth Naval Shipyard.  The work to be performed provides for repairs to the pumpwell structure, including concrete crack sealing to the exterior, underwater surfaces as well as the interior wall, shared with Dry Dock Number 3; repair electrical systems including distribution systems, panels and lighting, repair heating, ventilation and dehumidification systems; repair fire protection and alarms systems, repair the spiral stairs, handrails, doors, partition walls and other elements related to life safety and overhauls and refurbish the main dewatering pumps and incidental related work. Work will be performed in Kittery, Maine, and is expected to be completed by January 2017.  Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $9,127,103 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, Mid-Atlantic, Public Works Department Maine, Kittery, Maine, is the contracting activity (N40085-15-C-6109).

DEFENSE LOGISTICS AGENCY

Meggitt (Rockmart) Inc., Rockmart, Georgia, has been awarded a maximum $39,814,009 firm-fixed-price delivery order (1001) against basic ordering agreement SPRPA1-15-G-003X for aircraft Defense_Logistics_Agencyfuel cells. This was a sole source acquisition using justification 10 U.S.C. 2304 (c)(1). Location of performance is Georgia, with a July 16, 2020, performance completion date. Using services are Navy and foreign military sales customers in Spain, Finland and Switzerland. Type of appropriation is fiscal 2015 through fiscal 2016 Navy working capital funds, and fiscal 2015 foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Department of the ArmyARMY

Andritz Hydro Corp., Charlotte, North Carolina, was awarded a $12,973,090 firm-fixed-price incrementally funded contract with options to repair the main unit hydropower generators #1 and #2 at the Lower Monumental Dam powerhouse, Kahlotus, Washington, with an estimated completion date of May 30, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2015 other procurement funds in the amount of $250,000 were obligated at the time of the award.  Army Contracting Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-15-C-0019).

*Small business

Howard W. Pence Inc.,* Elizabethtown, Kentucky (W9124D-15-D-0027); T & T Construction Enterprises LLC,* Leitchfield, Kentucky (W9124D-15-D-0028); RL Alvarez Construction LLC,* Clarksville, Tennessee (W9124D-15-D-0034); and Commonwealth Support Services II LLC, Louisville, Kentucky (W9124D-15-D-0035), were awarded a $245,000,000 firm-fixed-price multiple award task order contract for construction, restoration and maintenance of real property. Work will be performed at Ft. Knox, Kentucky, with an estimated completion date of July 15, 2020. Bids were solicited via the Internet with 25 received. Funding will be determined with each order. Army Contracting Command, Ft. Knox, Kentucky, is the contracting activity.

BAE Systems Combat Vehicles, York, Pennsylvania, was awarded a $54,665,000 firm-fixed-price foreign military sales contract (Brazil) to upgrade 236 Brazilian M113 armored personnel carriers. Work will be performed in Minneapolis and Hopkins, Minnesota; Santa Clara, California; and Emporia, Kansas, with an estimated completion date of Dec. 31, 2018. One bid was solicitedDepartment of the Army with one received. Fiscal 2014 other procurement funds in the amount of $35,905,341 were obligated at the time of the award. Army Contracting Command, Warren, Michigan is the contracting activity (W56HZV-15-C-0150).

Management Consulting Inc., Virginia Beach, Virginia, was awarded a $25,079,661 firm-fixed-price contract for “indirect” contractor support for aircraft and aircraft components production support, Corpus Christi Army Depot, Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2018. Bids were solicited via the Internet with 28 received. Fiscal 2015 other procurement funds in the amount of $25,079,661 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-F-0011).

URS Federal Technical Services Inc., Germantown, Maryland, was awarded a $20,422,490 firm-fixed-price contract with options for direct contractor support for aircraft and aircraft components production support, Corpus Christi Army Depot, Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2018. Bids were solicited via the Internet with three received. Fiscal 2015 other procurement funds in the amount of $20,422,490 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-F-0008).

Tech Systems Inc.,* Alexandria, Virginia, was awarded a $13,664,094 modification (P0004) to contract W52P1J-12-G-0047 for logistics support to Schofield Barracks, Hawaii, with an estimated completion date of Aug. 31, 2020. Fiscal 2014 operations and maintenance (Army) funds in the amount of $3,508,919 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

CGI Federal, Fairfax, Virginia, was awarded a $9,280,327 firm-fixed-price incrementally funded contract with options for maintenance and sustainment of software systems for Army Sustainment Command’s Integrated Materiel Management Operation System. Work will be performed in Springfield, Virginia; Rock Island, Illinois; Sierra Army Depot, California; Charleston, South Carolina (ASLAC); Huntsville, Alabama (LOGSA); Italy; Germany; Qatar; Kuwait; Korea; Japan; and Afghanistan, with an estimated completion date of July 31, 2020. Bids were solicited via the Internet with four received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $9,280,327 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0068).
Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $28,630,756 modification (P00002) to a three-year base contract (SPE4AX-15-D-9416). This is a firm-fixed-price contract that will add various depot-level repairables to the existing contract. This was a sole-source acquisition using justification 10 U.S.C. 2304 (c)(1). Locations of performance are Maryland and Texas, with a Feb. 10, 2018, performance completion date. Using services are Navy and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

NAVY

Assurance Technology Corp.,* Carlisle, Massachusetts, is being awarded a $24,663,970 cost-plus-fixed-fee task order under the One Acquisition Solution for Integrated Services (OASIS) multiple award contract (N00173-15-F-6201) for research, development, and integration as it relates to software to develop software definable/reconfigurable systems (SDS) that respond to Navy, Department of Defense, and national mission requirements with improved performance, capability, reliability, efficiency, and life cycle cost. Specifically, this effort involves systems development, support and integration for SDSdesign tasking required in support of the Space Systems Development Department technology advancements, system requirements definition, architecture development, and the system and unit design, development and transition to operational use. Recent and current Naval Research Laboratory SDS programs include the Software Reconfigurable Payload and the Operationally Responsive Space Technology Demonstrator. These programs represent a core technology for the creation of radio transceivers/software defined payloads that are smaller, lighter and more flexible tactical systems. Advanced waveform development and porting advanced receiver design and implementation, as well as communications security and information assurance functions are required. Work will be performed in Washington, District of Columbia (93 percent); and Carlisle, Massachusetts (7 percent), and work is expected to be completed July 13, 2020. Fiscal 2015 defense working capital funds in the amount of $2,035,641 are being obligated at the time of award. Funds in the amount of $110,000 will expire at the end of600px-US-DeptOfNavy-Seal.svg the current fiscal year. The contract was competitively procured in accordance with the Fair Opportunity Procedures at 16-505(b)(1)(iv) under RFP NOOJ73-15-R-SE02 via General Services Administration OASIS-Small Business. The Naval Research Laboratory Contracting Division issued this solicitation to Pool 4 of the GSA OASIS small contractors which consists of 42 vendors. One offer was received. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $14,689,239 for cost-plus-incentive-fee delivery order 0387 against a previously issued basic ordering agreement (N00019-11-G-0001) forthe multi-module redesign of the array drive and beam steering controller for the AN/APG-79 active electronically scanned array radio detection and ranging to mitigate obsolescence for the Navy and the government of Australia. Work will be performed in Andover, Massachusetts (40 percent); Forest, Mississippi (30 percent); El Segundo, California (20 percent); and St. Louis, Missouri (10 percent), and is expected to be completed in July 2018. Fiscal 2014 aircraft procurement (Navy) funds and foreign military sales funds in the amount $14,689,239 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($12,976,014, 88.4 percent) and the government of Australia ($1,713,225, 11.6 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $14,568,000 modification to previously awarded contract N00024 13 C-5403 to exercise an option for Standard Missile-2 (SM-2) and Standard Missile-6 (SM-6) engineering and technical services to ensure continuity in production, design integrity, and total systems integration of the missile round and its components. This contract combines purchases for the Navy (96.7 percent) and the government of Australia (3.3 percent) under the Foreign Military Sales program. Work will be performed in Tucson, Arizona (98.6 percent); and St. Petersburg, Florida (1.4 percent), and is expected to be completed by November 2016. Fiscal 2015 weapons procurement (Navy); fiscal 2014 and 2015 research, development, test and evaluation; and foreign military sales funding in the amount of $14,568,000 will be obligated at time of award and $42,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

CB&I Federal Services LLC, San Diego, California, is being awarded $6,799,897 for firm-fixed-price task order JP01 under a previously awarded multiple award environmental service contract (N62473-12-D-2005) for a non-time critical removal action for munitions clearance at former Adak Naval Air Facility. The work to be performed provides for all the necessary effort to plan, document, and execute a non-time-critical removal action for clearance of munitions at the Navy Remedial Action Areas 01, 03W, and 05 in Operable Unit B-2. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $6,874,329. Work will be performed in Adak, Alaska, and is expected to be completed by July 2017. Fiscal 2015 base realignment and closure, (Navy) contract funds in the amount of $6,799,897 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, Northwest, Silverdale, Washington, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Jacobs Technology Inc., Lincoln, Massachusetts, has been awarded a $6,846,178 cost-plus-fixed-fee and cost reimbursable modification (P00063) to exercise the option on previously awarded contract FA8721-14-C-0016 for engineering and technology acquisition support services. Work will be provided for Hanscom Air Force Base, Massachusetts, and its geographically separated units. Contractor will provide disciplined systems and specialty engineering, technical and information assurance services, support and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts, and is expected to be complete by Oct. 31, 2015. This contract involves foreign military sales. Fiscal 2013 and 2015 other procurement; fiscal 2014 and 2015 research, development, test and evaluation; fiscal 2015 operations and maintenance and fiscal 2015 missile procurement funds in the amount of $3,600,000 are being obligated at the time of award. Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Six companies are each being awarded a fixed-price contract extension modification to previously awarded indefinite-delivery/indefinite-quantity contracts for international ocean and intermodal distribution services under the Universal Service Contract (USC)-7 program. Work will be performed worldwide as specified on each individual order, with an expected completion date600px-US-TRANSCOM-Emblem.svg of Nov. 30, 2015. Type of appropriation is fiscal 2015 and 2016 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. The companies and their awards are as follows: American President Lines LTD Inc., Scottsdale, Arizona, estimated $55,658,342. The modification brings the total cumulative face value of the contract to $1,837,345,950 from $1,781,687,608 (HTC711-12-D-W003); Maersk Line, Limited, Norfolk, Virginia, estimated $49,765,916. The modification brings the cumulative face value of the contract to $2,148,626,292 from $2,098,860,376 (HTC711-12-D-W013); Farrell Lines Inc., Norfolk, Virginia, estimated $30,087,173. The modification brings the total cumulative face value of the contract to $595,394,850 from $565,307,677 (HTC711-12-D-W008); Hapag-Lloyd USA LLC, Tampa, Florida, estimated $15,820,121. The modification brings the total cumulative face value of the contract to $354,285,897 from $338,465,776 (HTC711-12-D-W011); American Roll-On Roll-Off Carrier LLC,* Woodcliff Lake, New Jersey, estimated $14,126,758. The modification brings the total cumulative face value of the contract to $567,073,419 from $552,946,661 (HTC711-12-D-W004); and Liberty Global Logistics LLC, Lake Success, New York, estimated $12,623,476. The modification brings the total cumulative face value of the contract to $374,339,352 from $361,715,876 (HTC711-12-D-W012).

600px-US-DeptOfNavy-Seal.svgNAVY

Crowley Technical Management Inc., Jacksonville, Florida, is being awarded a $43,053,912 firm-fixed-price contract for the operation and maintenance of six government-owned Marine Prepositioning Force ships. The ships will continue to support Military Sealift Command worldwide prepositioning requirements. This contract includes four one-year options, which, if exercised, would bring the cumulative value of this contract to $231,611,742. Work will be performed at sea worldwide, and work is expected to be completed September 2016. If all options are exercised, work will continue through September 2020. Working capital funds (Navy) in the amount of $43,053,912 will be obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured on a full and open basis with more than 50 companies solicited via the Military Sealift Command, Federal Business Opportunities and Navy Commerce Online websites, with seven offers received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N62387-15-C-3135).

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded $28,455,603 for firm-fixed-price task order 0011 under a previously awarded multiple award construction contract (N40085-10-D-5330) for renovation of Building 32 at Norfolk Naval Shipyard. The work to be performed provides for a total building rehabilitation that will meet the current and future needs of the existing building occupants as well as the Ship Nuclear Management Department and future occupants of the building. The renovation will include abatement of hazardous materials. Exterior renovation will be a State Historic Preservation Office-compliant rehabilitation or replacement of existing entrances and basement-level windows so as not to disturb the historic fabric of the building which will include complete masonry cleaning, repointing and repair. Interior renovation will include demolishing all interior non-load bearing partition walls in order to make structural improvements to the existing load bearing walls and floor slabs with replacement of heating, ventilation, and air conditioning, plumbing, electrical and fire suppression systems. Work will be performed in Portsmouth, Virginia, and is expected to be completed by May 2018. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $28,455,603 are being obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded $21,643,200 for firm-fixed-price task order 0010 under a previously awarded multiple award construction contract (N40085-10-D-5330) for renovation of Building 30 at Norfolk Naval Shipyard. The work to be performed provides for exterior and interior renovations. Exterior renovations include complete masonry cleaning, repointing and repair. Interior renovations include replacement of stairs, heating, ventilation, and air conditioning system, plumbing, electrical and fire suppression systems. Work will be performed in Portsmouth, Virginia, and is expected to be completed by March 2018. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $21,643,200 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, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Alliant Techsystems Operations LLC, Plymouth, Minnesota, is being awarded a $12,404,535 cost-plus-fixed-fee, firm-fixed-price basic ordering agreement to provide the Navy a contractual vehicle for prototype fabrication, pre-production, integration, testing, evaluation and development of chain gun weapon systems hardware, associated gun control system software and ammunition. The basic ordering agreement will also provide for design and fabrication of ammunition all-up cartridges and components, and any associated support materials and equipment in support of qualification, evaluations, performance, and test for chain gun systems. Work will be performed in Mesa, Arizona, and is expected to be completed by July 2020. No funds are being obligated at this time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the authority of 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1(a)(2) – satisfying a requirement for unique supplies available from only one source. The Naval Surface Warfare Center, Dahlgren, Virginia, is the contracting activity (N00178-15-G-0002).

Electric Boat Corp., Groton, Connecticut, is being awarded a $9,837,798 not-to-exceed, undefinitized contract modification to previously awarded contract N00024-13-C-2128 for the procurement of the first article common missile compartment tube-to-keel robotic weld skids, weld skid transfer system and cable management/lifting and handling features, packaging and shipment of welding skids to the robotic welding integrator, and engineering services. The contractor will be procuring hardware relating to the fixture personnel access platforms in support of the Ohio replacement program. This contract combines purchases for the Navy (50 percent) and the government of the United Kingdom (50 percent) under the Foreign Military Sales program. Work will be performed in Groton, Connecticut, and is scheduled to be completed by June 2016. Fiscal 2015 research, development, test and evaluation and foreign military sales funding in the amount of $4,918,900 will be obligated at time of award and will not expire at the end of this fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Network and Simulation Technologies Inc., Middletown, Rhode Island, is being awarded a $9,261,047 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for services to provide professional military education and graduate level programs to qualified U.S. officers and Navy enlisted personnel, civilian federal employees, and international senior enlisted leaders and officers to further national and global maritime security. The contractor will provide war gaming support services to the Naval War College for its training, education and security operations mission, and its basic research mission. This contract includes a 12-month base period and four 12-month option periods, which if exercised, will bring the contract value to $49,031,906. Work will be performed in Newport, Rhode Island, and work is expected to be completed by Nov. 6, 2016; if all options are exercised, work will be completed by November 2020. Fiscal 2015 research, development, test and evaluation (Navy) minimum funding in the amount of $10,000 will be obligated at the time of award; none of which will expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-15-D-Z026)

Lockheed Martin Corp., Akron, Ohio, is being awarded $7,624,164 for firm-fixed-price delivery order 0004 issued as a undefinitized contract action under previously awarded basic ordering agreement N00104-12-G-0726 for the repair and refurbishment of 11 vertical launch anti-submarine rocket motors under the undersea weapons program. Work will be performed in Elkton, Maryland (66 percent); Baltimore, Maryland (12 percent); Owego, New York (11 percent); and Chandler, Arizona (11 percent). Work is to be completed by February 2017. Fiscal 2015 weapons procurement (Navy) funds in the amount of $3,735,840 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. This is a sole source contract to Lockheed Martin Corp. in accordance with 10 U.S.C. 2304(c)(1). Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Honeywell International Defense and Space, Tempe, Arizona, has been awarded a maximum $41,432,253 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for APN-209 radar altimeters. This was a sole-source acquisition using the justification that the contractor is the sole manufacturer and only approved source for these items. This is a five-year base contract with no option periods. Location of performance is Arizona, with a July 14, 2020, performance completion date. Using military service is the Army, and federal civilian agencies. Type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-15-D-0009).Defense_Logistics_Agency

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, has been awarded a maximum $26,929,965 modification (P00014) to establish prices for the last two ordering periods of basic contract SPRWA1-11-D-0007 for joint helmet-mounted cueing systems for aircraft. This was a sole-source acquisition using justification 10 U.S.C. 2304(c)(1). Locations of performance are Texas and Oregon, with a Dec. 31, 2017, performance completion date. Using services are the Navy, Air Force and Defense Logistics Agency (DLA). Type of appropriation is fiscal 2016 material support division Air Force funds, defense working capital funds for DLA and designated program funding for the Navy and Foreign Military Sales program. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Thales Defense & Security Inc., Clarksburg, Maryland, has been awarded a $18,400,000 firm-fixed-price, hybrid award for two Deployable Instrument Landing System (ILS) Production Representative test units, training, tech manuals, spares and contractor support to conduct an integrated system test qualification operational test and evaluation. Upon successful completion of the testing, contractor will provide an equivalent of a fixed-based instrument landing system capability at tactical airfields and at airfields where permanent ILS capability has been disrupted. Work will be performed at Clarksburg, Maryland; Italy; and Overland Park, Kansas, and is expected to be complete by July 15, 2018. This award is the result of a sole-source acquisition. Fiscal 2014 procurement funds in the amount of $17,284,246 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0015).

United Technologies Corp., doing business as Pratt & Whitney Military Engines, East Hartford, Connecticut, has been awarded a $15,864,275 modification (MOD BZ44) firm-fixed price, fixed-quantity contract for manufactured F100-PW-100 turbine blade sets. Work will be performed at East Hartford, Connecticut, and is expected to be complete by Sept. 29, 2017. This award is the result of a competitive acquisition. Offers were solicited electronically and one offer was received. Fiscal 2015 working capital funds in the amount of $15,864,275 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (N00383-12-G-001M).

Onvoi LLC, Newbury Park, California, has been awarded a $9,236,896 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for contracted training flight services. Contractor will provide commercial services for contracted flight training hours in support of the Air Force Undergraduate Air Battle Manager Training Course. Training services will include ground-controlled intercept target training, basic airmanship training, live-fire training, weapons system evaluations, and major command-directed development test and evaluations. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by Sept. 30, 2019. This award is the result of a 100 percent small business set-aside competitive acquisition. Fiscal 2015 operations and maintenance funds in the amount of $281,516 are being obligated at the time of award. The 325th Contracting Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA4819-15-C-0013).

Lee Construction Group Inc., Doral, Florida, has been awarded an $8,000,000 fixed-price, indefinite–delivery/indefinite-quantity contract for simplified acquisition of base engineering requirements. Contractor will provide minor construction, renovation, maintenance and repair projects. Work will be performed at Cape Canaveral, Florida, and is expected to be complete by July 14, 2018. This award is the result of a competitive acquisition. Offers were solicited electronically and 13 offers were received. Fiscal 2015 operations and maintenance funds in the amount of $13,494 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-15-D-0002).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $718,299,821 modification to a previously awarded cost-plus-fixed-fee contract (N00019-15-C-0031) for non-air vehicle spares, support equipment, Autonomic Logistics Information System hardware and software upgrades, supply chain management, full mission simulators and non-recurring engineering services in support of low-rate initial production Lot 8 F-35 Lightning II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, international partner, and foreign military sales customers. Work will be performed in Orlando, Florida (70 percent); Fort Worth, Texas (17 percent); El Segundo, California (7 percent); Owego, New York (4 percent); Greenville, South Carolina (1 percent); and Samlesbury, United Kingdom (1 percent), and is expected to be completed in April 2020. Fiscal 2013 and 2014 aircraft procurement funds (Air Force, Marine Corps, and Navy); fiscal 2014 other procurement (Navy); fiscal 2015 operations and maintenance (Navy and Marine Corps); international partner; and foreign military sales (FMS) funds in the amount of $676,688,604 will be obligated at time of award, of which $58,751,345 will expire this fiscal year. This contract combines purchases for the Air Force ($89,245,994; 12 percent); Navy ($32,882,908; 5 percent); Marine Corps ($115,576,902; 16 percent); international partners ($280,513,654; 39 percent); and FMS customers ($200,080,363; 28 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $332,468,665 modification to the previously awarded fixed-price-incentive-firm target multiyear contract N00019-12-C-2001. This modification provides for the manufacture and delivery of five MV-22 tiltrotor aircraft pursuant to the variation in quantity clause in support of the government of Japan. Work will be performed in Fort Worth, Texas (24.6 percent); Ridley Park, Pennsylvania (19.2 percent); Amarillo, Texas (10.4 percent); Dallas, Texas (4.3 percent); East Aurora, New York (2.5 percent); Park City, Utah (1.7 percent); El Segundo, California (1.3 percent); Endicott, New York (1 percent); Ontario, Canada (0.9 percent); Tempe, Arizona (0.8 percent); Corinth, Texas (0.8 percent); Rome, New York (0.7 percent); Torrance, California (0.7 percent); Luton, United Kingdom (0.6 percent); Los Angeles, California (0.6 percent); Cobham, United Kingdom (0.6 percent); Irvine, California 600px-US-DeptOfNavy-Seal.svg(0.6 percent); San Diego, California (0.5 percent); Yakima, Washington (0.5 percent); Brea, California (0.5 percent); Rockmart, Georgia (0.5 percent); Albuquerque, New Mexico (0.4 percent); Whitehall, Michigan (0.4 percent); Wolverhampton, United Kingdom (0.4 percent); Tucson, Arizona (0.4 percent); Erie, Pennsylvania (0.3 percent); Vergennes, Vermont (0.3 percent); Kilgore, Texas (0.3 percent); Shelby, North Carolina (0.3 percent); Avon, Ohio (0.2 percent); Santa Clarita, California (0.2 percent); Garden City, New York (0.2 percent); El Cajon, California (0.2 percent); Sylmar, California (0.2 percent); Westbury, New York (0.1 percent); and various other locations inside and outside the U.S. (22.8 percent), and is expected to be completed in June 2018. Foreign military sales funds in the amount of $332,468,665 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.

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $101,304,341 modification to the previously awarded Lot IX F-35 Lightening II Joint Strike Fighter advance acquisition contract (N00019-14-C-0002) for the procurement of helmet mounted display systems (HMDS) (383) for the Air Force, Marine Corps, Navy; international partners; and the governments of Japan and Israel under the Foreign Military Sales program. The HMDS is a bi-ocular helmet display system that provides the pilot with aircraft/mission data on the visor display. Data consists of flight, navigation, and weapons symbology and video from onboard sensors. Work will be performed in Cedar Rapids, Iowa (65 percent); and Fort Worth, Texas (35 percent), and is expected to be completed in June 2018. Fiscal 2013 aircraft procurement (Air Force); 2014 aircraft procurement (Navy, Marine Corps); and 2015 aircraft procurement (Navy, Marine Corps, and Air Force); international partner, and foreign military sales funds in the amount of $101,304,341 are being obligated on this award, $23,397,200 of which will expire at the end of the current fiscal year. This modification combines purchase for the Air Force ($47,086,535; 46.5 percent); Marine Corps ($22,726,422; 22.4 percent); Navy ($15,088,165; 14.9 percent); international partners ($12,166,674; 12 percent); and the governments of Japan ($437,030; 0.45 percent) and Israel ($3,799,515; 3.75 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity.

Department of the ArmyARMY

EA Engineering, Science & Technology Inc.,* Hunt Valley, Maryland (W912DR-15-D-0014); Earth Resources Technology Inc.,* Laurel, Maryland (W912DR-15-D-0015); Hydrogeologic,* Reston, Virginia (W912DR-15-D-0016); AECOM Technical Services Inc., Los Angeles, California (W912DR-15-D-0017); Arcadis U.S. Inc., Highlands Ranch, Colorado (W912DR-15-D-0018); CH2M Hill Constructors Inc., Englewood, Colorado (W912DR-15-D-0019); Parsons Government Services Inc., Pasadena, California (W912DR-15-D-0020); Tetra Tech EC Inc., Boston, Massachusetts (W912DR-15-D-0021); and Western Solutions Inc., West Chester, Pennsylvania (W912DR-15-D-0022) will share an awarded $240,000,000 firm-fixed-price multiple-award contract for military munitions services to provide military munitions and environmental response services at various sites known or suspected to have been affected by munitions. Funding and work locations will be determined with each order, with an estimated completion date of July 14, 2020. Bids were solicited via the Internet with 25 received. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $221,012,445 modification (P00100) to contract W52P1J-10-C-0062 to exercise the option to extend services for Kuwait base operations and security support services in the Kuwait area of responsibility at Camp Arifjan, Camp Buehring, Udairi Range, Camp Patriot at the Kuwait Naval Base, Aerial Port of Debarkation, and Sea Port of Debarkation under Federal Acquisition Regulation 52.217-8 from Sept. 29, 2015 through March 28, 2016. Fiscal 2015 operations and maintenance, Army funds in the amount of $221,012,445 were obligated at the time of the award. Estimated completion date is March 28, 2016. Work will be performed in Kuwait. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Leidos Inc., Reston, Virginia, was awarded a $99,000,000 firm-fixed-price contract for automated installation entry hardware and software for approximately 35 military installations to provide timely; effective and efficient threat detection necessary for installation commanders to assess and react in all threat environments; and to automate access control processes for authorized and registered personnel entering an installation. Funding and performance locations will be determined with each order, with an estimated completion date of July 13, 2019. Bids were solicited via the Internet with three received. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-15-D-0047).

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $7,451,859 modification (P00024) to a foreign military sales contract (W58RGZ-13-C-0002) to add additional unique statement of work effort for foreign military sales to Turkey and the United Arab Emirates for CH-47F Chinook cargo helicopters. Purpose of the modification is to incorporate unique tasks required by the foreign military sales customer countries. Both countries aircraft will use different paint schemes and markings, and be shipped to the respective countries, and have unique equipment. Fiscal 2012 other funds in the amount of $1,195,159; and fiscal 2011 other funds in the amount of $6,256,700, were obligated at the time of the award. Estimated completion date is Dec. 31, 2020. Work will be performed at Ridley Park, Pennsylvania. Army Contracting Command, Redstone Arsenal – Aviation, Alabama, is the contracting activity.

Milburn Academy Inc.,* Woodbridge, Virginia, was awarded a $7,365,133 modification (P00005) to contract W91247-13-D-0009 to exercise option two of an indefinite-delivery requirements contract to provide foreign language services, refresher courses, to Army Forces Command. Funding and performance locations will be determined with each order. Estimated completion date is Aug. 30, 2016. Army Contracting Command, Fort Bragg, North Carolina, is the contracting activity.

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

Vaccine Co. LLC, Frederick, Maryland (W81XWH-15-D-0037); PPD Development LP, Wilmington, North Carolina (W81XWH-15-D-0038); Leidos Inc., Reston, Virginia (W81XWH-15-D-0039); and Tasc Inc., Andover, Massachusetts (W81XWH-15-D-0042), were awarded a $501,000,000 order dependent contract with options for medical research. Funding and work location will be determined with each order, with an estimated completion date of July 30, 2020. Bids were solicited via the Internet with nine received. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.

CDM Constructors Inc., Maitland, Florida, was awarded a $99,675,591 firm-fixed-price contract for the Savannah Harbor Expansion Project, dissolved oxygen injection systems. Work will be performed in Savannah, Georgia, with an estimated completion date of Nov. 27, 2017. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $99,675,591 were obligated at the time of the award. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-C-0015).

Lockheed Martin Missile and Fire Control, Orlando, Florida, was awarded a $66,371,639 fixed-price incentive contract with options to develop the Joint-Air-to-Ground Missile (Army-Navy). Work will be performed in Orlando, Florida, with an estimated completion date of July 31, 2017. Bids were solicited via the Internet with one received. Fiscal 2015 research, development,Department of the Army testing, and evaluation funds in the amount of $38,000,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0102).

Eco & Associates Inc.,* Orange, California (W912PP-15-D-0001); Stell Environmental Enterprises Inc.,* Elverson, Pennsylvania (W912PP-15-D-0002); and Sundance-CTI LLC,* Pocatello, Idaho (W912PP-15-D-0003), were awarded a $50,000,000 firm-fixed-price multiple award task order contract with options for environmental consulting services for the South Pacific Division. Funding and work location will be determined with each order, with an estimated completion date of May 27, 2020. Bids were solicited via the Internet with 29received. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity.

Technology and Supply Management LLC,* was awarded a $49,734,506 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for services and materials technical support for the Persistent Ground Surveillance system. Funding and work location will be determined with each order with a completion date of July 28, 2017. Bids were solicited via the Internet with six received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-15-D-0016).

Alberici Constructors Inc., St. Louis, Missouri, was awarded a $36,000,000 contract for painting and repairing the service bridge and Tainter Gates at Lock and Dam 25 at Winfield, Missouri, with an estimated completion date of July 30, 2020. Bids were solicited via the Internet with three received. Funding will be determined with each order. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-15-D-0511).

Philips Contracting Co. Inc.,* Columbus, Mississippi, was awarded a $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options to rent construction equipment with operators for maintenance and construction projects on the Tennessee-Tombigbee Waterway in Mississippi and Alabama, with an estimated completion date of July 29, 2020. Bids were solicited via the Internet with three received. Funds will be determined with each order. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-15-D-0063).

SRA International Inc., Fairfax, Virginia, was awarded a $19,893,085 modification (P00019) to contract W81XWH-10-D-0013 for scientific peer review support for research proposals. Funding and work location will be determined with each order with an estimated completion date of Jan 31, 2016. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.

Aerojet Rocketdyne, Camden, Arizona, was awarded a $17,917,020 modification (P00003) to contract W31P4Q-14-C-0090 for Stinger missile flight motors. Work will be performed in Camden, Arizona, with an estimated completion date of Dec. 31, 2017. Fiscal 2014 and 2014 other procurement funds in the amount of $17,917,020 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DynCorp International, Ft. Worth, Texas, was awarded a $17,313,518 modification (P00065) to foreign military sales contract W58RGZ-09-C-0143 (Saudi Arabia) for maintenance support to the Royal Saudi Land Forces Aviation Command aviation program. Work will be performed in Saudi Arabia with an estimated completion date of Jan. 31, 2016. Fiscal 2015 other procurement funds in the amount of $8,483,624 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Conti Federal Services Inc., Edison, New Jersey, was awarded an $11,805,043 firm-fixed-price foreign military sales (Israel) contract with options to construct a photovoltaic power plant at an Israel Defense Forces air base, with an estimated completion date of July 12, 2016. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $11,805,043 were obligated at the time of the award. Army Corps of Engineers, APO AE, is the contracting activity (W912GB-15-C-0010).
356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a not-to-exceed $64,000,000 modification (P00629) undefinitized contract action to the previously awarded contract FA8611-08-C-2897 for the repair of an F-22A aircraft. Contractor will provide aircraft damage repair and depot throughout, and touch labor. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by Aug. 31, 2019. Fiscal 2015 operations and maintenance funds in the amount of $31,936,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

Integrated Data Services, El Segundo, California, has been awarded a $16,946,000 indefinite-delivery/indefinite-quantity contract for the Web Comprehensive Cost and Requirements (WCCAR) system. Contractor will provide onsite subject matter expert support for WCCAR and acquire services for the deployment and maintenance of the WCCAR application. Work will be performed at Wright-Patterson Air Force Base, Ohio; Hanscom Air Force Base, Massachusetts; Warner Robins Air Force Base, Georgia; Hill Air Force Base, Utah; Tinker Air Force Base, Oklahama; Peterson Air Force Base, Colorado; Joint-Base San Antonio-Lackland, Texas; and Offutt Air Force Base, Nebraska. It is expected to be complete by July 31, 2018. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance and research and development funds in the amount of $ 3,551,743 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-15-D-7001).

General Dynamics Ordnance and Tactical Systems Aerospace, Bothell, Washington, has been awarded a $7,238,385 cost-plus-fixed-fee contract for heated and mobile munitions employing rockets. Contractor will provide phase 1A prototype design, development and subsystem tests. Work will be performed at Orlando, Florida, and is expected to be complete by April 29, 2016. This award is the result of a competitive acquisition; one offer was received. Fiscal 2015 research, development, test and evaluation funds in the amount of $5,098,142 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-C-15-0020).

DEFENSE LOGISTICS AGENCY

Draeger Medical Inc., Telford, Pennsylvania, has been awarded a maximum $59,264,434 modification (P00006) exercising the first one-year option period of a one-year base contract (SPE2D1-14-D-0004) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Pennsylvania, with an Aug. 5, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
NAVY

PAE Aviation and Technical Services LLC, Marlton, New Jersey, is being awarded a $49,848,102 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0031) to exercise an option for organizational level maintenance, with limited intermediate level maintenance, in support of current and future aircraft assigned to the Naval Test Wing Pacific, Point Mugu, California; and China Lake, California. Work will be performed in China Lake, California (78 percent); and Point Mugu, California (22 percent), and is expected to be completed in July 2016. Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $3,211,748 and working capital (Navy) funds, in the amount of $8,077,900 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity.

Donjon Marine Co. Inc., Hillside, New Jersey, is being awarded a $44,500,000 modification to previously awarded contract N00024-11-D-4002 for salvage, salvage-related towing, harbor clearance, ocean engineering, and point-to-point towing services to support the director of ocean engineering, supervisor of salvage and diving. Work will be performed in the Atlantic Ocean (80 percent) and the Gulf of Mexico (20 percent) and is expected to be completed by August 2016. No funding is being obligated at time of award. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $16,614,562 cost-plus-award-fee modification to previously awarded contract N00024-12-C-4323 to provide long lead-time material procurement, management services, and incremental level of effort for CG-47-class cruisers. The contract is for planning yard services for CG-47-class cruisers and DD 963-class destroyers. Huntington Ingalls provides necessary engineering, technical, planning, ship configuration, data, and logistics efforts for CG 47 and DD 963 lifetime support for both maintenance and600px-US-DeptOfNavy-Seal.svg modernization. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2016. Fiscal 2015 operation and maintenance, Navy funding in the amount of $14,603,907, and fiscal 2015 other procurement, Navy funding in the amount of $2,010,655 will be obligated at time of award, and funds in the amount of $14,603,907 will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

Raytheon Co., Dulles, Virginia, is being awarded a $15,521,711 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00189-11-C-Z038) for operation and maintenance services in support of the Navy Fleet Surveillance Support Center Relocatable Over-the-Horizon Radar system. This modification includes an eight-month base period and four one-month options, which if exercised, will bring the total value of the contract to $23,402,200. Work will be performed in Kent, Virginia (20 percent); Chesapeake, Virginia (20 percent); Freemont, Texas (15 percent); Freer, Texas (15 percent); Juana Diaz, Puerto Rico (15 percent); and Vieques, Puerto Rico (15 percent), and will be completed by March 2016. Fiscal 2015 operation and maintenance, Navy in the amount of $15,521,711 will be obligated at the time of award and funds will not expire before the end of the current fiscal year. This contract was a sole source pursuant to the authority set forth in 10 U.S.C. 2304(C)(2). One company was solicited and one offer was received. Naval Supply Systems Command, Fleet Logistics Center Norfolk Contracting Department, Philadelphia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $9,083,000 modification to previously awarded contract N00024 13 C-5407-P00017 for Standard Missile-2 (SM-2) and Standard Missile-6 (SM-6) fiscal 2015-16 full-rate production. Work will be performed in Tucson, Arizona (99 percent); and Huntsville, Alabama (1 percent), and is expected to be completed by October 2016. Fiscal 2015 Missile Defense Agency funding in the amount of $1,800,000 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.

Tetra Tech EC Inc., San Diego, is being awarded a $7,063,884 modification to a previously awarded cost-plus-award-fee task order JP02, indefinite-delivery/indefinite-quantity contract for source area remedial action at the Navy Exchange gas station operational unit located at the Jackson Park Housing Complex, Bremerton, Washington. The work to be performed provides for construction of the remedy, installation and decommissioning of all groundwater monitoring and vapor wells, removing the pump island, operating the system until cleanup is complete, and restoring the site. This action is being performed in accordance with the Comprehensive Environmental Restoration, Conservation, and Liability Act and the National Oil and Hazardous Substances Pollution Contingency Plan. The task order modification also contains two unexercised options, which if exercised would increase cumulative task order value to $7,259,618. Work will be performed in Bremerton, Washington, and is expected to be completed by September 2016. Fiscal 2015 environmental restoration, (Navy) contract funds in the amount of $7,063,884 is obligated at time of award and will not expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N62473-13-D-4808).

DEFENSE HEALTH AGENCY

PricewaterhouseCoopers Public Sector LLP, McLean, Virginia, is being awarded an $12,191,500 delivery order (HT0011-15-F-0029) under the General Services Administration blanket purchase agreement GS10FAA069 to provide performance management and continuous process improvement support for the Assistant Secretary of Defense (Health Affairs), the Defense Health Agency’s Healthcare Operations Directorate, and all of its associated divisions. Work will be performed in Virginia, with an estimated completion date of Aug. 31, 2016. Fiscal 2015 operations and maintenance funds in the amount of $12,191,501 are being obligated at award. This was a competitive acquisition, and five offers were received. The Defense Health Agency, Contract Operations Division, Falls Church, Virginia, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

DynCorp International LLC, Fort Worth, Texas, is being awarded a $104,085,696 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0033) to exercise an option for organizational level maintenance and logistics support for all aircraft and support equipment for which the Naval Test Wing Atlantic has maintenance responsibility. This includes all rotary, fixed, lighter-than-air, and unmanned aircraft on-site for project testing, transient aircraft, loaner aircraft, leased aircraft, and tested civilian aircraft assigned to the Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland. In addition, this option provides supportability/safety studies and off-site aircraft safety/spill containment patrols and aircraft recovery services. Work will be performed in Patuxent River, Maryland, and is expected to be completed in July 2016. Fiscal 2015 working capital, Navy funds in the amount of $15,534,900 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Exelis Inc., Clifton, New Jersey, a wholly owned subsidiary of Harris Corp., is being awarded a $97,303,380 cost-plus-fixed-fee, fixed-price-incentive-firm contract for the manufacture and delivery of 46 full-rate production Lot XII integrated defensive electronic countermeasures AN/ALQ-214(V)4/5 onboard jammer systems. This effort also includes the repair of test assets and field support for the AN/ALQ-214(V)4/5. Work will be performed in Clifton, New Jersey (31 percent); San Jose, California (26 percent); San Diego, California (11 percent); Rancho Cordova, California (5 percent); Mountain View, California (4 percent); Hudson, New Hampshire (2 percent); and various locations within the U.S. (21 percent), and is expected to be completed in December 2017. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $97,303,380 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 pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0104).

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $93,034,622 modification to previously awarded contract (N00024-12-C-4323) to provide incremental level of effort, long lead-time material procurement, and management services for CG-47-class cruisers. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2016. Fiscal 2015 operation and maintenance Navy funding in the amount of $11,399,088 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

Honeywell Technology Solutions Inc., Jacksonville, Florida, is being awarded a $78,637,476 modification to previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (M67004-09-D-0020, P00036) to exercise Option Year Seven for prepositioning and Marine Corps logistics support services for Blount Island Commandlogistics support services for the Marine Corps’ Prepositioning Program. Work will be performed at the Blount Island Command in Jacksonville, Florida (85 percent); aboard 12 maritime prepositioning ships (12 percent); six locations in Norway (2 percent); and one location in Kuwait (1 percent), and is expected to be completed by September 2016. No funding will be obligated at time of award. U. S. Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity.

Hensel Phelps Construction Co., Irvine, California, is being awarded a $66,737,000 firm-fixed-price contract for the design and construction of a bachelor enlisted quarters at Naval Base Coronado. The work to be performed provides for the design and construction of a multi-story, bachelor enlisted quarters of market style modules at Naval Base Coronado. The project will house single sailors on shore rather than on board ships. This project includes pile foundations, wall-to-wall carpeting, lounge and game room, vending areas, a sports court, and parking lot. The planned modifications, if issued, provide for furniture, fixtures, and equipment, and audio-visual equipment. The contract also contains two planned modifications, which if issued, would increase cumulative contract value to $76,708,505. Work will be performed in San Diego, and is expected to be completed by July 2017. Fiscal 2011 and 2013 military construction (Navy) contract funds in the amount of $66,737,000 are being obligated at time of 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 13 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-C-1614).

Electric Boat Corp., Groton, Connecticut, is being awarded a $42,492,474 modification to previously awarded contract N00024-10-C-2118 for additional lead yard services and development studies and design efforts related to Virginia-class submarines. Work will be performed in Groton, Connecticut (98.4 percent), Newport, Rhode Island (0.9 percent); and Quonset, Rhode Island (0.65 percent), and is expected to be completed by October 2015. fiscal 2008 shipbuilding and conversion, Navy contact funds in the amount of $2,312,262; fiscal 2009 shipbuilding and conversion, Navy contract funds in the amount of 60,000; fiscal 2010 shipbuilding and conversion, Navy contract funds in the amount of $9,337,738; fiscal 2011 shipbuilding and conversion, Navy in the amount of $2,000,000; fiscal 2012 shipbuilding and conversion, Navy contract funds in the amount of $400,000; fiscal 2013 shipbuilding and conversion, Navy contract funds in the amount of $6,465,000; fiscal 2014 research, development, test and evaluation funding in the amount of $1,685,186, and shipbuilding and conversion, Navy contract funds in the amount of $6,147,386; fiscal 2015 research, development, test and evaluation funding in the amount of $9,092,162, and shipbuilding and conversion, Navy contract funds in the amount of $1,150,000, will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured. The statutory authority for this sole source award is in accordance with FAR 6.302-1(a)(2)(iii). 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.

WR Systems Ltd., Fairfax, Virginia, is being awarded a $25,194,253 ceiling increase modification to a previously awarded cost-plus-fixed-fee, competitive award contract (N65236-10-D-2839) to provide the U.S. fleet and U.S.-supported foreign military fleets with comprehensive programmatic and technical support for navigation and geospatial information systems. This contract is currently in its fourth and final option period. With this ceiling increase modification, it would bring the cumulative value of this contract from $140,601,392 to $165,795,645. Work will be performed in Norfolk, Virginia, and is expected to continue via award of the follow-on contract in September 2015. This contract was previously procured on a competitive basis with only one offer received from WR Systems Ltd. via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Lockheed Martin Mission Systems & Training, Moorestown, New Jersey, is being awarded a $24,928,445 modification to previously awarded contract N00024-10-C-5125 for AEGIS combat systems engineering, computer program development, in-country support, technical manuals, integrated logistics support, and staging for the Australian air warfare destroyer (AWD) shipbuilding program in support of AEGIS foreign military sales (FMS). The government of Australia selected the Navy/Lockheed Martin Aegis combat system for its Australian AWD program (Ship 1 shipbuilding program in support of AEGIS FMS case AT-P-LCQ Amendment 6). These requirements include the necessary combat systems engineering, computer program development, ship integration and test, logistics technical services, technical manuals and staging support to design and build an Aegis weapon system baseline to support the AWD Program. Work will be performed in Moorestown, New Jersey (80.23 percent); Camden, New Jersey (8.18 percent); Pureland, New Jersey (6.18 percent); and Adelaide, Australia (5.41 percent), and is expected to be completed by July 2017. Foreign military sales funding in the amount of $24,594,814 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.

The Boeing Co., St. Louis, Missouri, is being awarded a $20,517,876 delivery order (0061) against a previously issued basic ordering agreement (N68335-10-G-0012) for peculiar support equipment for the initial outfitting of the Navy emerging squadron stand-ups of the EA-18G aircraft and intermediate level (I-Level) support for the Royal Australian Air Force. The Navy-related peculiar support equipment is required to perform both organizational level and I-level maintenance on the Navy aircraft. The Royal Australian Air Force-related peculiar support equipment (will support an additional 12 EA-18G aircraft). Work will be performed in St. Louis, Missouri, and is expected to be completed in July 2017. Fiscal 2014 aircraft procurement (Navy) and foreign military sales funds in the amount of $20,517,876 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($15,240,978; 75 percent); and the government of Australia ($5,276,898; 25 percent) under the Foreign Military Sales program. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

LC Industries, Durham, North Carolina, is being awarded an estimated $19,000,000 fixed-price requirements contract for the consignment of office supplies for the Consolidated Material Service Center, Marine Corps Base, Camp Pendleton, California. The scope of this contract is to provide office supplies to the Consolidated Material Service Center “Serv-Mart” store. This contract includes a four-month base period and four three-month option periods which, if exercised, would bring the contract value to an estimated $19,000,000. Work will continue through November 2016. Work will be performed at Camp Pendleton, California, and is expected to be completed by November 2015. This contract was competitively procured via the Navy Electronic Commerce Online website, with one offer received. Navy working capital funds in the amount of $1,000,000 are obligated on this award. The contract will be funded through quarterly delivery orders that begin on Aug. 1, 2015. Navy working capital contract funds in an estimated amount of $1,000,000 will expire at the end of the current fiscal year. The Regional Contracting Office-Marine Corps Installation West, Marine Corps Base, Camp Pendleton, California, is the contracting activity (M00681-15-D-0005).

Science Applications International Corp., McLean, Virginia, is being awarded an $11,435,596 cost-plus incentive fee contract (N00039-15-C-0222) for development of the Global-Theater Security Cooperation Management Information System (G-TSCMIS) Release 3 (R3). The scope of this contract includes software development, design, integration, technical and engineering support, configuration management, testing, data management, program management, contract administration and logistics, leading to the delivery of G-TSCMIS R3.  This contract has options which, if exercised, would bring the cumulative value of this contract to an estimated $11,744,596. Work could continue until July 2017. Work will be performed in San Diego, and is expected to be completed in January 2017. Fiscal 2014 research, development, test and evaluation funding in the amount of $598,231 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This requirement was solicited using full and open competition via the Space and Naval Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with one offer received. Space and Naval Warfare System Command, San Diego, is the contracting activity.

Lockheed Martin Corp., Manassas, Virginia, is being awarded an $8,426,711 modification to a previously awarded hybrid, cost-plus-fixed-fee, and firm-fixed price contract (N00039-14-C-0035) for the Integrated Common Processor program. The organization will be providing software and hardware development, production, installation, training, maintenance and provisioned items under the Maritime Surveillance Systems Program Office, PMS-485, Program Executive Office Submarines, Naval Sea Systems Command. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $97,843,498. Other procurement, Navy funding in the amount of $141,500 will be obligated at the time of award. This contract combines purchases for the Navy (90 percent) and the government of Japan (10 percent) under the Foreign Military Sales program. Work will be performed in Manassas, Virginia, and is expected to be completed by Dec. 19, 2015. If all options are exercised, work could continue until December 2017. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-14-C-0035).

ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded a $50,941,902 fixed-price-incentive contract for a modernized laser range finder designator (M-LRFD) Lot 4 production contract, inclusive of M-LRFD kits and spares, with an estimated completion date of Dec. 31, 2017. One bid was solicited with one received. Work will be performed in Orlando, Florida. Fiscal 2015 other procurement funds in the amount of $21,778,761 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0057).

Point Blank Enterprises, Pompano Beach, Florida (W91CRB-15-D-0024); Short Bark Industries,* Vonore, Tennessee (W91CRB-15-D-0025); and Carter Enterprises,* Brooklyn, New York (W91CRB-15-D-0026), were awarded a shared $49,000,000 firm-fixed-price multiyear contract for the Soldier Protection System torso and extremity protection ballistic combat shirt with an estimated completion date of Jan. 29, 2019. Bids were solicited via the Internet with seven received. Funding and work location will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

NCI Information Systems was awarded a $40,468,270 cost-plus-fixed-fee, multi-year, incrementally-funded contract with options for systems engineering and technical assistance and logistics support for Program Executive Officer (PEO) headquarters and subordinate PEO programs at Ft. Belvoir, Virginia, with an estimated completion date of Sept. 28, 2020. Bids were solicited via the Internet with six received. Fiscal year 2014 and 2015 other procurement (Army) and research, development, testing, and engineering funds in the amount of $13,580,926 wereDepartment of the Army obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-15-C-0035).

Capco Inc.,* Grand Junction, Colorado, was awarded a $32,870,329 firm-fixed-price contract for 40mm M320/M320A1 grenade launchers and non-functional training displays with an estimated completion date of July 30, 2020. Bids were solicited via the Internet with five received. Funding and work location will be determined with each order. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0063).

Trax International Corp., Las Vegas, Nevada, was awarded a $23,022,014 modification (P00151) to contract W9124R-09-C-0003 for test support to the Yuma Proving Ground. Work will be performed in Yuma, Arizona; and Ft. Greely, Alaska, with an estimated completion date of Oct. 31, 2015. Fiscal 2016 research, development, testing, and evaluation funds in the amount of $23,022,014 were obligated at the time of the award. Army Contracting Command, Yuma Proving Ground, Arizona, is the contracting authority.

General Dynamics Information Technology, Herndon, Virginia, was awarded a $20,208,718 modification (F405549) to contract W91QUZ-06-D-0012 for command, control, communications and computer information operations and maintenance. Work will be performed in Korea with an estimated completion date of Sept. 29, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $17,000,000 were obligated at the time of the award. Army Contracting Command, Yongsan, Korea APO AP, is the contracting authority.

Pride Industries, Roseville, California, was awarded a $16,335,086 modification (P00060) to contract W9124J-09-C-0014 to support the Ft. Polk, Louisiana, directorate of public works, with an estimated completion date of April 30, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $16,335,086 were obligated at the time of the award. Army Contracting Command, Ft. Polk, Louisiana, is the contracting authority.

Sam O. Hirota Inc.,* Honolulu, Hawaii (W9128A-15-D-0006); and Pacific Geotechnical Engineers Inc.,* Waipahu, Hawaii (W9128A-15-D-0007), were awarded a $9,900,000 indefinite-delivery, firm-fixed-price contract with options for architectural and engineering services for Pacific region projects. Funding and work location will be determined with each order with an estimated completion date of July 29, 2020. Bids were solicited via the Internet with eight received. Army Corps of Engineers, Ft. Shafter, Hawaii, is the contracting activity.

Avox Systems, Lancaster, New York, was awarded a $7,585,922 fixed-price-incentive contract with options for joint service aircrew masks with an estimated completion date of July 31, 2017. Work will be performed in Lancaster, New York; and Abingdon, Maryland. One bid was solicited with one received. Fiscal 2015 other procurement (Army) funds in the amount of $7,585,922 were obligated at the time of the award. Army is the contracting activity (W911SR-15-C-0007).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Burns Dirt Construction Inc., Columbus, Mississippi, has been awarded a $35,000,000 indefinite-delivery/indefinite-quantity contract for Columbus Air Force Base Paving and Civil Works. Contractor will provide for repair and construction of asphalt and concrete pavements including sub-base and base course, installation of associated utilities, drainage structures, sidewalks, curb and gutters, rubber removal and painting of runways, taxiways, and aprons and turf. Work will be performed at Columbus Air Force Base, Mississippi; and Auxiliary Field, Shuqualak, Mississippi, and is expected to be complete by July 30, 2020. This award is the result of a competitive acquisition and five offers were received. Fiscal 2015 operations and maintenance funds in the amount of $300,000 are being obligated at the time of award. The 14th Contracting Squadron, Columbus Air Force Base, Mississippi, is the contracting activity. (FA3022-15-D-0002).

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded an $18,286,137 modification (04) to a firm-fixed-price and cost-reimbursable delivery order (0036) for the KC-10 contractor logistic support program. Contractor will provide for engine maintenance and overhauls for the KC-10 contractor logistic support program. Work will be performed worldwide to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds in the amount of $18,286,137 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-10-D-0001).

Avosys Technology Inc., San Antonio, Texas, has been awarded a not to exceed $48,000,000 firm-fixed-price contract for clinical healthcare services. Contractor will provide healthcare workers who will perform a full range of clinical support services. Work will be performed at Davis-Monthan Air Force Base, Arizona, and is expected to be complete by July 8, 2021. This award is the result of a competitive acquisition with 15 offers received. Fiscal 2015 operations and maintenance funds in the amount of $799,964 are being obligated at the time of award. The 355th Contracting Squadron, Davis-Monthan Air Force Base, Arizona, is the contracting activity (FA4877-15-D-B001). (Awarded July 16, 2015)

DEFENSE LOGISTICS AGENCY

IBM Corp., Reston, Virginia, has been awarded a maximum $23,068,058 firm-fixed-price, cost-plus-incentive-fee contract for technical and functional services in support of the Defense Agencies Initiatives program. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year, and one three-month option periods. The maximum dollar amount includes the base contract and all the option periods. The obligated amount in fiscal 2015 is $6,723,671. Location of performance is Virginia, with an Aug. 1, 2016, performance completion date. Using service is federal civilian agencies. Type of appropriation is fiscal 2015 operations and maintenance, and research, development, test and evaluation funds.Defense_Logistics_Agency The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SP4701-15-C-0060).

Valley Apparel,* Knoxville, Tennessee, has been awarded a maximum $7,958,275 modification (P00005) exercising the first one-year option period of a one-year base contract (SPE1C1-14-D-1067) with three one-year option periods for summer and cold-weather jackets. This is a firm-fixed-price contract. Location of performance is Tennessee, with an Aug. 5, 2016, performance completion date. Using military services are Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

Fifth Gait Technologies Inc., is being awarded a Small Business Innovation Research (SBIR) Phase III contract with a ceiling of $9,975,755.38. Under this new indefinite-delivery/indefinite-quantity contract, the contractor will update existing or develop new test procedures for testing components for Missile Defense Agency or other Department of Defense systems. These procedures provide early input on component performance for the decision makers and support full-scale operational tests. The work will be performed in Santa Barbara, California. The ordering period is from July 27, 2015, through July 26, 2018. This contract was competitively procured in accordance with the SBIR program policy directive. Fiscal 2015 research, development, test and evaluation funds in the amount of $2,100,000 are being obligated on this award. This is not a Foreign Military Sales acquisition. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7006).

NAVY

Leidos, Inc., Reston, Virginia was awarded a ceiling $4,336,822,777 indefinite-delivery/indefinite-quantity contract, with firm-fixed-price, cost-plus-fixed-fee, cost-plus-incentive fee, and fixed-price incentive pricing arrangements, for the Defense Healthcare Management System Modernization program. As a service provider integrator, the contractor will provide an electronic health record off-the-shelf solution, integration activities and deployment across the Military Health System. This contract has a two-year initial ordering period, with two 3-year option periods, and a potential two-year award term, which, if awarded, would bring the total ordering period to 10 years. Work will be performed at locations throughout the United States and overseas. If all options are exercised, work is expected to be completed by September 2025. Fiscal 2015 Defense Health Program Research, Development, Test and Evaluation funds in the amount of $35,000,000 will be obligated at the time of award. Additional funds will be obligated as individual delivery orders are issued. This was a competitive acquisition, with six offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-D-0044).

C4 Planning Solutions, LLC*, Blythe, Georgia (N00039-15-D-0036); Cambridge International Systems, Inc.*, Arlington, Virginia (N00039-15-D-0037); Envistacom, LLC*, Atlanta, Georgia (N00039-15-D-0038); Forward Slope, Inc.* San Diego (N00039-15-D-0039); and SOLUTE Consulting*, San Diego (N00039-15-D-0040) are being awarded a $232,068,059 indefinite-delivery/indefinite-quantity, hybrid, cost-plus-fixed-fee, firm-fixed-price, cost-reimbursable-type, multiple-award contract for command, control, communications, computers, and intelligence (C4I) systems integration and engineering services in support of authorized and approved U.S. security assistance and security cooperation programs. Foreign Military Sale funds in the amount of600px-US-DeptOfNavy-Seal.svg $5,000 per contract awardee (for a total of $25,000) will be placed on contract and obligated at the time of award via a delivery order to each awardee. This contract involves utilizing Foreign Military Sales to various security cooperation partners to be identified as individual delivery orders are issued. Work will be performed in various overseas locations based on the requirement for each individual delivery order placed. The ordering period is three years for the base period up to the contract award amount. The base ordering period expires July 2018. The multiple-award contract was competitively procured with small business proposals solicited and 22 offers received via the Commerce Business Daily’s Federal Business Opportunities and the SPAWAR e-Commerce Central websites. Space and Naval Warfare Systems Command, San Diego, California is the contracting activity.

Bell Boeing Joint Program Office, California, Maryland, is being awarded a $64,227,368 contract modification to a previous basic contract (N00019-09-D-0008) for various repair parts for the V-22 aircraft. Work will be performed in Fort Worth, Texas (80 percent); and Ridley Park, Pennsylvania (20 percent), and will be completed by December 2017. No funds will be obligated at the time of award. Fiscal 2015 and 2016 Navy working capital funds will be provided through Delivery Order 0006 and will not expire at the end of the current fiscal year. One firm was solicited for this sole-source requirement, and one offer was received under authority 10 U.S.C. 2304 (c)(1). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

General Dynamics Advanced Information Systems, Inc., Fairfax, Virginia is being awarded a $32,721,919 modification to previously awarded contract (N00024-09-C-6250) for AN/BYG-1 Tactical Control Systems (TCS) Technology Insertion (TI-14) Advanced Processing Build (APB-15) software for delivery to multiple submarine platforms. General Dynamics Advanced Information Systems will complete AN/BYG-1 Tactical Control Systems (TCS) Technology Insertion (TI-14) Advanced Processing Build (APB-15) software for delivery to multiple Submarine platforms. They will commence migration of TCS from TI-14 baseline to TI-16 and integrate APB-15 to support the lead variant Test Readiness Review (TRR) during FY16. Additionally, this contract continues maintenance activities for TI-14 APB-13 and earlier baselines. Work will be performed in Fairfax, Virginia and is expected to be completed by July 2016. Fiscal 2015 research, development test and evaluation funding in the amount of $3,872,306; fiscal 2015 other procurement, Navy funding in the amount of $1,802,252; Fiscal 2015 Armaments Cooperation Projects, Royal Australian Navy in the amount of $766,324 and Fiscal 2013 shipbuilding and conversion, Navy contract funds in the amount of $283,275, will be obligated at time 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.

Swinerton Builders, Arvada, Colorado, is being awarded a $26,509,003 firm-fixed-price contract for the construction of an aircraft maintenance hangar at the Naval Air Station Whidbey Island. The contract also contains one unexercised option and one planned modification, which if exercised, would increase cumulative contract value to $27,355,463. The work to be performed provides for the construction of a Type III high bay aircraft maintenance hangar with multi-story spaces for administration, maintenance shops and aircraft parts storage. Special features will include steel framed gravity and lateral system; pile foundation; metal decking with concrete fill; metal deck roof; trench grate nozzle for aqueous film forming foam; compressed air; uninterruptible power supply and back-up generators; and Leadership in Energy and Environmental Design Silver and Anti-Terrorism/Force Protection features. Work will be performed in Oak Harbor, Washington, and is expected to be completed by September 2016. Fiscal 2011 and 2015 military construction reserve force, (Navy) contract funds in the amount of $26,509,003 are obligated at time of award; $2,012,893 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, Northwest, Silverdale, Washington, is the contracting activity (N44255-15-C-6005).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $20,580,879 delivery order under indefinite-delivery/indefinite-quantity contract N4523A-15-D-5016-0001 for ship repair support on USS Nimitz (CVN 68). Huntington Ingalls Inc. will provide management, material support services, labor, supplies, and equipment deemed necessary to perform nuclear and nuclear-related work on the USS Nimitz (CVN 68). Work will be performed in Bremerton, Washington, and is expected to be completed by February 2016. Fiscal 2015 operation and maintenance Navy contract funds in the amount of $20,580,879 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1, “Only one responsible source and no other supplies or services will satisfy the agency requirement.” Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.
Correction: Contract awarded on July 28, 2015, to PAE Applied Technologies, LLC, doing business as Defense Support Services, LLC, Marlton, New Jersey should read “PAE Aviation and Technical Services, LLC doing business as Defense Support Services, LLC” and the contract number should read (N00421-15-D-0007) instead of (N00421-15-C-0007).

Department of the ArmyARMY

BAE Systems Aerospace and Defense Group Inc., Phoenix, Arizona, was awarded a $45,070,161 modification (P00011) to contract W91CRB-13-C-0045 for four variants of hard armor protective inserts. Work will be performed in Phoenix, Arizona, with an estimated completion date of Sept. 2, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $45,070,161 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting authority.

Ceradyne Inc., Cost Mesa, California, was awarded a $34,112,608 modification (P00010) to contract W91CRB-13-C-0046 for four variants of hard armor protective inserts. Work will be performed in Costa Mesa, California, with an estimated completion date of Sept. 2, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $34,112,608 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting authority.

Honeywell Technology Solutions Inc., Columbia, Maryland, was awarded an $8,093,534 modification (0002) to contract W52P1J-12-G-0061 for logistics support to the Army Prepositioned Stocks-3. Work will be performed in Charleston, South Carolina, with an estimated completion date of Aug. 14, 2020. Fiscal 2015 operations and maintenance (Army) funds in the amount of $5,000,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting authority.

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $7,842,528 modification (P00019) to contract W52P1J-12-C-0026 for M1002 120mm tank training ammunition. Work will be performed in St. Petersburg, Florida, with an estimated completion date of July 31, 2017. Fiscal 2014 and 2015 other procurement funds in the amount of $7,842,528 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting authority.

Aegis Defense Services LLC, McLean, Virginia, was awarded a $7,652,289 firm-fixed-price, incrementally-funded contract with options for armed guards at Bagram and Jalalabad airfields in Afghanistan, with an estimated completion date of July 31, 2016. Bids were solicited via the Internet with 15 received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,345,299 were obligated at the time of the award. Army Contracting Command, Bagram AE, is the contracting activity (W91B4N-15-C-5005).

Orbital Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $7,039,930 modification (P00028) to contract W52P1J-12-C-0027 for M1002 120mm tank training ammunition. Work will be performed in Plymouth, Minnesota, with an estimated completion date of April 7, 2017. Fiscal 2014 and 2015 other procurement funds in the amount of $7,039,930 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting authority.

MISSILE DEFENSE AGENCY

SciTec Inc., Princeton, New Jersey, is being awarded an indefinite-delivery/indefinite-quantity contract with a ceiling of $9,978,244 for space data exploitation (SDE). This contract will supportMissile Defense Agency the development, application, and transition of SDE software development, test support, and data analysis. The work will be performed in Princeton, New Jersey; Fairborn, Ohio; Huntsville, Alabama; and Boulder, Co+956lorado. The estimated ordering period is from July 24, 2015, through July 23, 2018. This is a Small Business Innovation Research Phase III contract. Fiscal 2015 research, development, test and evaluation funds in the amount of $476,441 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7003).

160px-Special_Operations_Specops_Army.svgSPECIAL OPERATIONS COMMAND

Booz Allen Hamilton Inc. (H92222-15-D-0022) and CACI-WGI Inc. (H92222-15-D-0025), Tampa, Florida; Raytheon Blackbird Technologies Inc.(H92222-15-D-0023), Herndon, Virginia; and MacAulay-Brown Inc. (H92222-15-D-0024), Dayton, Ohio, were awarded an indefinite-delivery/indefinite-quantity, multiple-award contract with a combined ceiling value of $900,000,000 for Special Operations Command Wide Mission Support services. The place of performance is multiple locations both in the U.S. and overseas. The anticipated period of performance is not to exceed five years. Each company will be awarded a $2,500 minimum guarantee, and additional funding will be obligated on individual task orders. Fiscal 2015 operations and maintenance funds shall be used to satisfy the minimum of the contract The contracts were competitively awarded using Federal Acquisition Regulation Part 15 procedures. Seventeen proposals were received. U.S. Special Operations Command is the contracting activity.

NAVY

PAE Applied Technologies LLC, doing business as Defense Support Services LLC, Marlton, New Jersey, is being awarded a $68,351,721 indefinite-delivery/indefinite-quantity contract for organizational, selected intermediate and limited depot level maintenance services for F-5 F/N aircraft. Work will be performed in Naval Air Station (NAS) Key West, Florida (40 percent); NAS Fallon, Nevada (30 percent); and Marine Corps Air Station, Yuma, Arizona (30 percent), and is expected to be completed in July 2016. Fiscal 2015 operations and maintenance (Navy Reserves) funds in the amount of $4,000,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, and six offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-15-C-0007).

Booz Allen Hamilton Engineering Services LLC, Linthicum, Maryland (N65236-15-D-4804); CSSI Inc., Washington, District of Columbia (N65236-15-D-4805); and SERCO Inc., Reston, Virginia (N65236-15-D-4806), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for firm-fixed-price task orders, performance-based multiple award contract. The cumulative, estimated ceiling value of the base year is $38,028,800. The contracts are for the procurement of air traffic control (ATC) engineering and technical support services including specialized ATC engineering, specialized ATC technical and integration support, configuration data management, and systems maintenance for a broad range of complex ATC, meteorology and oceanography and aviation command, control, communications, computers, combat, intelligence, surveillance, and reconnaissance systems. These contracts include options, which if exercised, would bring the cumulative ceiling value of these contracts to an estimated $199,901,400. Work will be performed at multiple locations in the continental U.S., Southwest Asia,600px-US-DeptOfNavy-Seal.svg Southeast Asia and Africa. Work is expected to be completed by July 2016. If all options are exercised, work could continue until July 2020. Space and Naval Warfare Systems Command Systems Center Atlantic Navy working capital funds in the amount of $25,000 will be obligated at the time of award as the minimum guarantee and will be split among the three awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value in which funds are obligated on individual task orders. The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with six offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $37,538,800 undefinitized contract action modification for a delivery order (5507) against a previously issued basic ordering agreement (N00019-14-G-0020). This modification authorizes engineering change proposals for air vehicle retrofit modifications to be incorporated into designated aircraft and supporting subsystems in support of the F-35 aircraft Block 3F requirements. This modification also includes retrofit modification kits, installation, and labor to incorporate the modification kits. Work will be performed in Fort Worth, Texas (90 percent); Marietta, Georgia (9 percent); and Palmdale, California (1 percent), and is expected to be completed in August 2018. Fiscal 2014 and 2015 aircraft procurement and research, development, test and evaluation (Navy, Marine Corps, and Air Force) funds in the amount of $13,093,580 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.

Bristol General Contractors LLC,* Anchorage, Alaska, is being awarded a $17,923,026 firm-fixed-price task order 0002 at under a multiple award construction contract for repairs to the aircraft maintenance hangar building 3757, at Naval Air Station, Kingsville, Texas. The work to be performed provides for repair deficiencies in the building. Exterior repairs include replacement of roof, repairs to roof decking, sealing roof penetrations and repair roof drains. The interiors of the hangar bays will be cleaned and painted. Other repairs include structural, plumbing, heating, ventilation and air conditioning, fire protection and electrical system deficiencies in the hangar. Work will be performed in Kingsville, Texas, and is expected to be completed by July 2017. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $17,923,026 are obligated at the time of award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-13-D-1771).

Green Contracting Company Inc.,* Baltimore, Maryland, is being awarded an $8,847,346 firm-fixed-price contract for the replacement of Cooling Tower, Building 77H, at the Philadelphia Naval Business Center. The work to be performed provides for construction that shall provide a 25,000 gallons/minute fiberglass reinforced plastic cooling tower, including cooling water distribution system; process control system; concrete foundations; concrete piles; concrete water basin; steel pipe bridge to support fire suppression system; relocate existing electrical utility duct bank; and site civil/mechanical utilities. Site demolition and improvements include demolition of existing 25,000 gallons/minute wood cooling tower, including concrete foundation, and concrete basin. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2016. Fiscal 2015 Navy working capital contract funds in the amount of $8,847,346 will be obligated at 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 three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-7516).

PricewaterhouseCoopers Public Sector LLP, McLean, Virginia, is being awarded a $7,543,502 firm-fixed-price contract for real property audit preparation support. This effort is to provide a review of an estimated 300 properties at Marine Corps Base Camp Mujuk, Korea; and an estimated 6,560 properties within Marine Corps Base Camp Butler’s jurisdiction at Okinawa and Shizuoka (Camp Fuji), Japan, and perform critical corrective actions required to assist the installations to become audit ready. This contract includes options which, if exercised, would bring the cumulative value of this contract to $7,543,502. Work will be performed Shizuoka and Okinawa, Japan (90 percent); and in Mujuk, Korea (10 percent), and work is expected to be completed by February 2017. Fiscal 2015 operation and maintenance funds in the amount of $6,013,762 will be obligated at the time of contract award. Contract funds in the amount of $6,013,762 will expire at the end of the current fiscal year. This contract was competitively procured. Proposals were solicited via the One Acquisition Solution for Integrated Services through the General Service Administration. Three offers were received. The Marine Corps Installation Pacific Regional Contracting Office, Okinawa, Japan, is the contracting activity (M67400-15-F-0105).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $6,737,083 cost-plus-fixed-fee task order under previously awarded basic ordering agreement N00024-14-G-2114 for repair of the number two ship’s service turbine generator on USS Nimitz (CVN 68). Huntington Ingalls Inc. will provide management, labor and support services. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2015. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $6,737,083 will be obligated at time of award and will expire at the end of the current fiscal year. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

BAE Systems, Rockville, Maryland, has been awarded a $48,700,246 fixed-price level of effort modification (P00073) to exercise an option on previously awarded contract FA8214-13-C-0001 for integration support. Contractor will provide systems engineering, technical assistance support, training, and development in performing integration, sustaining engineering and program management support functions for the Minuteman III weapon system. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by July 31, 2016. Fiscal 2015 operations and maintenance and research and development funds in the amount of $16,723,542 are being obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

Aircraft Engineering and Installation Services Inc., Orlando, Florida, has been awarded a $28,593,344 firm-fixed-price, cost-reimbursable no-fee travel contract for the C-130 electronic propeller control system. Contractor will provide manufacture, integration and installation of the C-130 electronic propeller control system on 48 Air Force Reserve Command C-130H aircraft, and modify 25 spare Quick Engine Change (QEC) kits. Work will be performed at Orlando, Florida, and is expected to be complete by May 31, 2016. This award is the result of a competitive acquisition with nine offers received. Fiscal 2013 and 2014 National Guard and Reserve equipment account funds in the amount of $28,593,344 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-15-C-0008).

ARMY

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $16,098,186 cost-plus-fixed-fee, incrementally-funded contract with options for the 120mm Advanced Multi-Purpose (AMP), XM1147 High Explosive Multi-Purpose with Tracer (HEMP-T) cartridges, with an estimated completion date of July 28, 2022. Bids were solicited via the Internet with four received. Fiscal 2015 research, development, testing and engineering funds in the amount of $5,345,000 were obligated at the time of the award. Work will be performed in St. Petersburg Florida; Red Lion, Pennsylvania; Hampton, Arizona; New York, New York; Niceville, Florida; Forest Lake, Minnesota; Totowa, New Jersey; North Canton, Ohio; East Camden, Arizona;Department of the Army and Germany. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0067).

Alliant Techsystems Operations, Plymouth, Minnesota, was awarded a $15,997,541 cost-plus-fixed-fee incrementally funded contract with options for the 120mm Advanced Multi-Purpose (AMP), XM1147 High Explosive Multi-Purpose with Tracer (HEMP-T) cartridges, with an estimated completion date of July 28, 2022. Bids were solicited via the Internet with four received. Fiscal 2015 research, development, testing and engineering funds in the amount of $5,345,000 were obligated at the time of the award. Work will be performed in Plymouth, Minnesota; Middletown, Iowa; Mt. Carmel, Tennessee; Louisville, Kentucky; Camden, Arizona; Coachella, California; Rocket Center, West Virginia; Clear Lake, South Dakota; and Germany. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0066).

Critical Solutions International,* Carrollton, Texas, was awarded a $12,702,031 firm-fixed-price foreign military sales contract (Iraq) for Husky Mark III 2-Operator 2G vehicles with manuals and spare parts, with an estimated completion date of Dec. 20, 2015. One bid was solicited with one received. Funding will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0157).

bmg logo(R)2

 

BMG AD (fv)


Viewing all 53 articles
Browse latest View live