Contracts for September 26, 2012

You are subscribed to Contract Announcements for U.S. Department of Defense. This information has recently been updated, and is now available.

09/26/2012 05:04 PM CDT


FOR RELEASE AT
5 p.m. ET
No. 775-12
September 26, 2012


CONTRACTS

ARMY

            The Whiting-Turner Contracting Co., Baltimore, Md., was awarded a $499,000,000 firm-fixed-price contract.  The award will provide for the renovation of the Intelligence Community Campus at Bethesda, Md.  Work location will be determined with each order, with an estimated completion date of Sept. 24, 2017.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-12-D-0021). 

            General Dynamics Ordnance and Tactical Systems Inc., Scranton, Penn. (W52P1J-12-D-0064); and IMT Defense Corp, Westerville, Ohio, (W52P1J-12-D-0065); were awarded a $125,100,000 firm-fixed-price contract between two contractors.  The award will provide for the procurement of the M110A2 projectile metal parts and the M1E1 burster casing.  Work location will be determined with each order, with an estimated completion date of Sept. 23, 2017.  The bid was solicited through the Internet, with two bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity. 

            L-3 Communications Corp., Salt Lake City, Utah, was awarded a $41,700,000 cost-plus-fixed-fee contract.  The award will provide for the services in support of the AN/TSC-156 Phoenix Tactical Super High Frequency Satellite Terminals.  Work location will be determined with each order, with an estimated completion date of Sept. 23, 2017.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-12-D-0079). 

            L-3 Global Communications Solutions Inc., Victor, N.Y., was awarded a $36,330,500 firm-fixed-price contract.  The award will provide for the procurement of satellite modems with chassis assembly.  Work will be performed in Fort Belvoir, Va., with an estimated completion date of Nov. 15, 2013.  The bid was solicited through the Internet, with six bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-F-0019). 

            Clark Balfour Beatty, Bethesda, Md., was awarded a $32,387,000 firm-fixed-price contract.  The award will provide for construction services.  Work will be performed in Springfield, Va., with an estimated completion date of Dec. 16, 2013.  The bid was solicited through the Internet, with 12 bids received.  The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-12-C-0027). 

            Grimberg / Amatea JV, Leesburg, Va., was awarded a $30,554,000 firm-fixed-price contract.  The award will provide for the construction of an administrative and applied instruction facility on Fort Meade, Md.  Work will be performed in Fort Meade, with an estimated completion date of Sept. 24, 2014.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-12-C-0023). 

            Archer Western Construction LLC, Tampa, Fla., was awarded a $24,994,058 firm-fixed-price contract.  The award will provide for demolition and construction services.  Work will be performed in Clewiston and Lake Harbor, Fla., with an estimated completion date of May 31, 2015.  The bid was solicited through the Internet, with eight bids received.  The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-12-C-0027). 

            General Dynamics Information Technology Incorporated, Herndon, Va., was awarded a $17,934,003 firm-fixed-price contract.  The award will provide for the services in support of the 1st Signal Brigade throughout the Korean peninsula.  Work will be performed in Korea, with an estimated completion date of Sept. 29, 2016.  There were 16 bids solicited, with three bids received.  The U.S. Army Contracting Command, Yongsan Garrison, Korea, is the contracting activity (W91QVN-06-D-0012). 

            The Boeing Co., Albuquerque, N.M., was awarded a $16,182,854 cost-plus-incentive-fee contract.  The award will provide for the research and development efforts for test and integration of a beam control system with a high power solid state laser along with sustainment of support equipment / vehicles in a counter rocket, artillery and mortar scenario. Work will be performed in Albuquerque, with an estimated completion date of Feb. 23, 2015.  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-07-C-0177). 

            Royal Bridge, Tarpon Springs, Fla., was awarded a $14,956,552 firm-fixed-price contract.  The award will provide for the rehabilitation of spillway gates at Fort Randall Dam, S.D.  Work will be performed in Pickstown, S.D., with an estimated completion date of July 31, 2015.  The bid was solicited through the Internet, with 11 bids received.  The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-C-0057). 

            3D Contracting Inc., Castle Rock, Wash., was awarded a $14,649,000 firm-fixed-price contract.  The award will provide for the construction of chemical battalion complex.  Work will be performed in Joint Base Lewis-McChord, Wash., with an estimated completion date of April 30, 2014.  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-12-C-0046). 

            Thales Raytheon Systems Co, Fullerton, Calif., was awarded a $14,349,670 fixed-price incentive contract.  The award will provide for the services in support of the Sentinel Radar.  Work will be performed in Fullerton, with an estimated completion date of Dec. 31, 2012.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-08-C-0217). 

            Advanced Mission Systems Inc, Fort Mills, S.C., was awarded a $12,749,028 cost-plus-fixed-fee contract.  The award will provide for the development and validation of a close target reconnaissance and physical surveillance methodology.  Work will be performed in Fort Mills, with an estimated completion date of Sept. 5, 2014.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-12-C-0150). 

            Evergreen Helicopter Inc., McMinnville, Ore., was awarded a $10,122,153 firm-fixed-price contract.  The award will provide for the transportation services for personnel and equipment.  Work will be performed in Central African Republic, with an estimated completion date of March 23, 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-12-C-0074). 

            Carapace Armor Technology, North Andover, Mass., was awarded a $7,751,700 firm-fixed-price contract.  The award will provide for the conversion of StrykShield kits to the most current configuration.  Work will be performed in Aberdeen, N.C., with an estimated completion date of Sept. 23, 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-12-D-0160). 

            L-3 Communications Corp., Londonderry, N.H., (W15P7T-12-D-D049); Aurora Tactical LLC, Springdale, Ark., (W15P7T-12-D-D048); and N-Vision Optics, Needham, Mass., (W15P7T-12-D-D047); were awarded a $7,600,000 firm-fixed-price contract between three contractors.  The award will provide for the procurement of heavy thermal weapon sights and light thermal weapon sights in support of Foreign Military Sales.  Work location will be determined with each task order, with an estimated completion date of Sept. 30, 2015.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity. 

            Seed Joint Venture, Lakemoor, Ill., was awarded a $6,767,676 firm-fixed-price contract. The award will provide for the construction of range buildings and facilities at Fort McCoy, Wis. Work location will be determined with each order, with an estimated completion date of Sept. 23, 2015.  The bid was solicited through the Internet, with seven bids received.  The U.S. Army Contracting Command, Fort McCoy, Wis., is the contracting activity (W911SA-12-D-0014). 

NAVY

            General Electric Co., Lynn, Mass., is being awarded a $327,458,062 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) to provide additional funding for the procurement of 80 Lot 16 F414-GE-400 engines, two F414-GE-400 spare engines, and one high pressure turbine module.  In addition, this modification provides funding for long lead materials for the procurement of approximately 83 Lot 17 fiscal 2013 F414-GE-400 engines.  Work will be performed in Lynn, Mass. (59 percent); Hooksett, N.H. (18 percent); Rutland, Vt. (12 percent); and Madisonville, Ky. (11 percent), and is expected to be completed in June 2014.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity. 

            National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $107,994,835 modification to previously awarded cost-plus award fee/incentive fee contract (N00024-07-C-4013) for the USS Essex (LHD 2) fiscal 2012 dry-dock phased maintenance availability.  This would include 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, Calif., and is expected to be completed by February 2014.  Contract funds in the amount of $107,994,835 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.  

            General Electric Aviation, Lynn, Mass., is being awarded a $105,251,968 Performance Based Logistics contract for the repair or replacement of T700 engine components utilized on the H-60 and AH-1W aircraft.  In addition to the engine component repair, the contract also provides for receiving, warehousing, inventory management, packing, shipping, electronic data interchange requisitioning and commercial asset visibility reporting transactions of the T700 engine depot level component repair program.  Work will be performed in Arkansas City, Kan., and is expected to be completed by Sept. 30, 2015.  The applicable Navy Working Capital Funds do not expire at the end of the current fiscal year.  This contract was competitively procured, with one offer received.  The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-12-D-003M). 

            BERS-Weston Joint Venture*, Anchorage, Alaska (N62470-12-D-7015); USA Environmental Incorporated*, Oldsmar, Fla. (N62470-12-D-7016); and Bering Sea Eccotech*, Anchorage, Alaska (N62470-12-D-7017), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract with cost-plus-fixed-fee and firm-fixed-price task orders for range sustainment services to be performed at sites located in the lands and waters of the Continental United States (CONUS), Outside Continental United States (OCONUS) and international operations supporting the Navy and Marine Corps within Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR).  The maximum dollar value including the base period and two option years for all three contracts combined is $100,000,000.  The work to be performed provides for range sustainment and munitions response remediation services.  Work will be performed primarily within the NAVFAC Atlantic AOR which includes but is not limited to CONUS and OCONUS which includes N.C. (20 percent), Calif. (15 percent), Guam (15 percent), Va. (10 percent), Japan/Okinawa (10 percent), Fla. (8 percent), Puerto Rico (5 percent), Nev. (5 percent), Hawaii (5 percent), District of Columbia (3 percent), and Texas (2 percent).  Work may also be performed in the remainder of the U.S. or Overseas (2 percent).  The term of the contract is not to exceed 36 months, with an expected completion date of September 2015.  Contract funds in the amount of $15,000 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 10 proposals received.  Three contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity. 

            Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $79,930,653 not-to-exceed modification to a previously awarded advance acquisition contract (N00019-10-C-0002) for the manufacture and delivery of six F-35 Lightening II Full Mission Simulators  In addition, this modification provides for a radar upgrade at Hill Air Force Base in support of F-35 radar cross section testing.  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 April 2015.  Contract funds in the amount of $716,700 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

            Grahams Construction, Inc.*, Delco, N.C. (N69450-12-D-1779); Small Business Group, Inc.*, North Charleston, S.C. (N69450-12-D-1780); Mitchell Brothers, Inc.*, Seabrook, S.C. (N69450-12-D-1781); Construction Dynamics, Inc.*, North Charleston, S.C. (N69450-12-D-1782); and Lifecycle Construction Services*, Fredericksburg, Va. (N69450-12-D-1783) are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command Southeast area of responsibility.  The maximum dollar value including the base period and five option years for all five contracts combined is $75,000,000.  The work to be performed provides for new construction, renovation, alteration, demolition and repair work including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, retail, food service, dormitory, community support facilities for Department of Defense activities in the Beaufort, S.C., area.  Grahams Construction, Inc. is being awarded task order #0001 at $887,929 for the renovation of Hangar 728 administrative spaces at Marine Corps Air Station, Beaufort, S.C.  Work for this task order is expected to be completed by October 2013.  All work on this contract will be performed in Beaufort, S.C.  The term of the contract is not to exceed 60 months, with an expected completion date of September 2017.  Contract funds in the amount of $907,929 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 31 proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity. 

            Lockheed Martin Mission Systems & Sensors, Syracuse, N.Y., is being awarded a $54,973,557 undefinitized contract modification to previously awarded contract (N00024-07-C-5201) for the purchase of long lead material, associated with the Navy's AN/SQQ-89 Surface Undersea Warfare System for new construction DDGs 113-116 and planned upgrades to three existing ships.  The AN/SQQ-89A(V)15 is a surface ship combat system with the capabilities to search, detect, classify, localize and track undersea contacts; and to engage and evade submarines, mine-like small objects, and torpedo threats.  Work will be performed in Lemont Furnace, Pa. (56 percent); Syracuse, N.Y. (23 percent); Clearwater, Fla. (11 percent); Oswego, N.Y. (7 percent), and Eagan, Minn. (3 percent), and is expected to be completed by October 2014.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.  

            L-3 Communications Corp., Link Simulation & Training Division, Arlington, Texas, is being awarded a $46,000,245 firm-fixed-price delivery order against a previously issued Basic Ordering Agreement (N61340-12-G-0001) for the procurement of high definition visual systems for 23 F/A-18 and EA-18G Tactical Operational Flight Trainers (TOFTs).  In addition, this order provides for installation of two government-owned F/A-18E/F TOFTs at the Naval Air Facility Atsugi, Japan.  Work will be performed in Arlington, Texas (92 percent), and Atsugi, Japan  (8 percent), and is expected to be completed in May 2015.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity. 

            Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $41,476,433 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0004) to exercise an option for security, project engineering, integrated logistics support, VH trainingand technical manual updates in support of VH Presidential Helicopter including special progressive aircraft rework of three VH-3D aircraft.  Funds will be obligated on individual delivery orders as they are issued.  Work will be performed in Stratford, Conn. (88 percent), and Quantico, Va., (12 percent) and is expected to be completed in September 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity. 

            Navmar Applied Sciences,* Warminster, Pa., is being awarded a $41,463,854 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable contract for a Phase III Small Business Innovation Research (SBIR) Project under Topics N92-170 "Laser Detection and Ranging Identification Demonstration", N94-178 "Air Deployable Expendable Multi-parameter Environmental Probe", and AF083-006 "Low Cost Intelligence, Surveillance and Reconnaissance, Unmanned Aerial Vehicle (UAV)".  This contract provides for the procurement of 21 persistent surveillance unmanned aerial systems TigerShark Block 3 (TSB3) XTS, TSB3 XTS product upgrades, and options for an additional 30 TSB3 UAVs, as well as corresponding ground control stations, research and engineering support, and deployment training in support of persistent threat detection systems deployed outside of the Continental United States.  Work will be performed in Johnstown, Pa., (55 percent); Afghanistan (35 percent); Hollywood, Md. (6 percent); Warminster, Pa. (3 percent);  and Yuma, Ariz. (1 percent), and is expected to be completed in September 2015.  Contract funds in the amount of $13,400,354 will expire at the end of the current fiscal year.  This Phase III SBIR contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(5).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-C-0353). 

            The Boeing Co., Seattle, Wash., is being awarded a $34,555,298 firm-fixed-price modification to a previously awarded fixed-price-incentive-fee contract (N00019-09-C-0022) to procure additional spares for the P-8A multi-mission maritime Low Rate Initial Production III aircraft.  Work will be performed in Dallas, Texas (59 percent); Greenlawn, N.Y. (13 percent); Amityville, N.Y. (8 percent); Seattle, Wash. (7 percent); Rancho Santa Margarita, Calif. (6 percent); Anaheim, Calf. (4 percent); Irvine, Calif. (2 percent); and El Paso, Texas (1 percent); and is expected to be completed in September 2015.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

            Dorado Services*, Sanford, Fla. (N69450-12-D-1267); Web Limited Liability Co.*, Springfield, Va. (N69450-12-D-1268); Seatech of the Florida Keys *, Summerland Keys, Fla. (N69450-12-D-1269); Islands Mechanical Contractor *, Middleburg, Fla. (N69450-12-D-1270); and Rush Construction *, Titusville, Fla. (N69450-12-D-1271), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility.  The maximum dollar value including the base period and two option years for all five contracts combined is $30,000,000.  The work to be performed provides for general building type projects (new construction, renovation, alteration and repair of facilities and infrastructure, roofing, demolition, and routine renovation) including, but not limited to: 1) aviation and aircraft facilities, 2) marine facilities, 3) barracks and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) abatement and handling of hazardous/regulated materials (including, but not limited to asbestos, lead paint, mold remediation and polychlorinated biphenyls), 7) personnel support and service facilities, 8) security level facilities, and 9) training.  Dorado Services is being awarded task order 0001 at $391,997 for the design and construction of the Fly Navy Building C-2076 at Naval Air Station, Key West, Fla.  Work for this task order is expected to be completed by January 2013.  All work on this contract will be performed in, but not limited to, the following locations:  Naval Air Station Key West, Naval Reserve Centers located in Miami and West Palm Beach, and Naval Surface Warfare Center South Florida Testing Facility in Dania Beach, Fla.  The term of the contract is not to exceed 36 months, with an expected completion date of September 2015.  Contract funds in the amount of $395,997 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 41 proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity. 

            L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $27,293,685 indefinite-delivery requirements contract for logistics services support of the TH-57 aircraft fleet.  Services to be provided include repair and/or overhaul of aircraft, engines, avionics and related components.  Funds will not be obligated at time of award.  Work will be performed at Naval Air Station Whiting Field, Milton, Fla., and is expected to be completed in March 2013.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-D-0003). 

            Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $25,900,000 modification to a previously awarded cost-plus-incentive-fee contract (N00019-08-C-0028) for incorporation of government-authorized concurrency changes for F-35 Low Rate Initial Production (LRIP) Lot III Conventional Take-Off and Landing (CTOL) aircraft for the Air Force.  Concurrency changes are changes to the LRIP Lot III configuration baseline hardware or software resulting from the F-35 development effort.  Work will be performed in Fort Worth, Texas, and is expected to span multiple years.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity. 

            The Boeing Co., Seattle, Wash., is being awarded an $18,883,541 modification to a previously awarded fixed-price-incentive-firm contract (N00019-09-C-0022) for equipment maintenance, supply, and sustaining engineering support, site activation, and program related logistics in support of the P-8A multi-mission maritime Low Rate Initial Production aircraft.  Work will be performed in Seattle, Wash. (57 percent); Jacksonville, Fla. (38 percent); and Kadena, Japan (5 percent), 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 Systems Command, Patuxent River, Md. is the contracting activity. 

            Enterprise Ventures Corp., Johnstown, Pa., is being awarded an $18,346,669 modification to previously awarded contract (N61331-12-C-0007) to exercise the option for the production of 12 carriage, stream, tow and recovery system kits in support of the MH-0S Airborne Mine Countermeasures program.  The overall objectives of the carriage, stream, tow and recovery system program are to design, fabricate, test and integrate a system for the carriage, stream, tow and recovery of all five Airborne Mine Countermeasures (AMCM) sensors to support the organic AMCM mission of the MH-60S helicopter.  Work will be performed in Johnstown, Pa., and is expected to be completed by November 2015.  Contract funds will not expire at the end of the current fiscal year.  This acquisition is sole source in accordance with FAR 6.302-1.  The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity. 

            Bulltrack-Watts, A Joint Venture *, Marysville, Calif., is being awarded $17,601,976 for firm-fixed-price task order #0008 under a previously awarded multiple award construction contract (N40192-10-D-2801) for repair and modernization of Victor Wharf at Naval Base Guam.  The work to be performed provides for sustainment, restoration and maintenance repairs to waterfront facilities at Victor Wharf, including repairs to pavement, utilities, mooring hardware, and telecommunications cabling to allow for berthing of various Navy ships.  Work will be performed in Santa Rita, Guam, and is expected to be completed by May 2015.  Contract funds in the amount of $17,601,976 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.  

            Physical Optics Corporation,* Torrance, Calif., is being awarded a $13,553,524 firm-fixed-price contract for a Phase III Small Business Innovation Research (SBIR) project under topic N05-004 "Wireless Flight Data Download System".  The contract is for the development of automatic test equipment (ATE) and environmental stress screening (ATE/ESS) equipment required for production acceptance test procedure efforts.  ATE/ESS equipment will also be used for software qualification testing required for any new digital data set (DDS) software loads.  This contract also provides for the production and delivery of 85 DDS kits and 20 spares for use on the T-45 aircraft.  Work will be performed in Torrance, Calif., and is expected to be completed in February 2014.  Contract funds in the amount of $5,152,385 will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to the FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-12-C-1500). 

            Insitu, Inc., Bingen, Wash., is being awarded a $12,430,363 delivery order against a previously issued basic ordering agreement (N00019-12-G-0008) for the hardware required to modernize the ScanEagle unmanned aerial systems and the systems ancillary equipment.  This hardware includes replacement/upgraded air vehicles and components.  Work will be performed in Bingen, Wash., and is expected to be completed in May 2013.  Contract funds in the amount of $12,430,363 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

            Oshkosh Corp., Oshkosh, Wis., is being awarded a $12,309,632 fixed-price, indefinite-delivery/indefinite-quantity contract for contractor logistics support (CLS) for the Medium Tactical Vehicle Replacement Vehicle (MTVR).  CLS includes program, field service representatives, data (technical manuals and interactive electronic technical manual), and repair support for the MTVR.  Work will be performed in Operation Enduring Freedom locations (25 percent); Camp Pendleton, Calif. (20 percent); Camp LeJeune, N.C. (20 percent); and various Navy SEABEE unit locations (20 percent); Okinawa, Japan (4 percent); Hawaii (4 percent); Quantico, Va. (4 percent), and various Marine Corps Reserve locations (3 percent), and work is expected to be completed Sept. 30, 2013.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-12-D-0010). 

                STARA Technologies, Inc.,* Gilbert, Ariz., is being awarded an $11,267,011 firm-fixed-price, cost-plus-fixed-fee contract for a Phase III Small Business Innovative Research contract under topic A07-046 "Precision Guided Aerial Delivery of Intelligent Ground Based Munitions and Sensors". This effort is for persistent ground surveillance towers, common ground control stations, surveillance tower integration kit systems, integration support and field service representatives for the Persistent Ground Surveillance System forward operating bases throughout Afghanistan for the Army.  Work will be performed in Gilbert, Ariz. (63 percent); and Afghanistan (27 percent): and is expected to be completed in September 2013.  Contract funds in the amount of $5,295,537 will expire at the end of the current fiscal year.   This contract was not competitively procured pursuant to 10 U.S.C. 2304(c) (5).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-C-0314). 

                VingTech Corp., Biddeford, Maine, is being awarded a $10,082,150 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for miniature day/night sight crew-served weapons fire control systems used on the .50 caliber M2HB/M2A1, 7.62mm MK44 mini-gun, 40mm MK47 ALGL, and 40mm MK19 machine gun.  Work will be performed in Biddeford, Maine, and is expected to be completed by September 2017.  Contract funds in the amount of $680,000 will be obligated at time of contract award and 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.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-12-D-JQ40). 

            Northrop Grumman Corp., Aerospace Systems, Bethpage, N.Y., is being awarded a $9,704,978 cost-plus-fixed-fee delivery order against a previously issued basic order agreement (N00019-10-G-0004) for the program management, systems engineering, logistics, and training activities required to design, develop, integrate, and test one anti-skid braking system modification kit in support of the C-2A Greyhound aircraft.  Work will be performed in Patuxent River, Md., and is expected to be completed in September 2014.  Contract funds in the amount of $7,410,480 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

                Raytheon Co., McKinney, Texas, is being awarded a $9,690,362 firm-fixed-price contract for Multi-Spectral Targeting System spares for use in airborne, electro-optic, forward-looking infra-red, turreted sensor system that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation, and for all tri-service and NATO laser guided munitions.  Work will be performed in McKinney, Texas, and is expected to be completed by December 2013.  Contract funds in the amount of $1,191,150 will expire at the end of the current fiscal year.  This job order is under an existing Basic Ordering Agreement and was awarded on a sole source basis in accordance with the statutory authority of 10 USC 2304(c) (1) as implemented by FAR 6.302-1.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-12-G-JQ66). 

            Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded an $8,805,089 modification to a previously awarded fixed-price-incentive-fee, firm-target V-22 multi-year production contract (N00019-07-C-0001) to procure recurring engineering associated with the production incorporation of the seven Lot 15 and seven Lot 16 MV-22 aircraft with the HMX-1 paint scheme.  The HMX-1 paint scheme effort includes outfitting associated with logistics support and painting of the aircraft.  Work will be performed in Fort Worth, Texas (98 percent), and Philadelphia, Pa. (2 percent), and is expected to be completed in November 2014.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity. 

            Harper Construction Co., Inc., San Diego, Calif., is being awarded $8,497,265 for firm-fixed-price task order#0005 under a previously awarded multiple award construction contract (N62473-08-D-8611) for modernization and repairs at Rambur Hall Building 3185A, B, and C at Naval Base San Diego.  The work to be performed provides for numerous repairs related to quality of life, life safety, and mechanical, electrical, and plumbing upgrades.  The repairs also incorporate anti-terror force protection upgrades.  Seven option items are being awarded along with the base item.  The option items include replacing the electrical system, replacement of the shower doors, providing window treatments, adding tile and terrazzo wall finishes in bathrooms, providing kitchen cabinets, repairing roof coverings, and replacement of existing ceramic tile.  Work will be performed in San Diego, Calif., and is expected to be completed by April 2014.  Contract funds in the amount of $8,497,265 are obligated on this award and will expire at the end of the current fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.  

            JAMCO Group III, LLC*, San Antonio, Texas, is being awarded $7,684,000 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N69450-08-D-1294) for the renovation of Building 5676 and Hangar Building 6426 at Barksdale Air Force Base.  The work to be performed provides for partial demolition and renovation of a former guardhouse, fire station, and hangar.  Interior renovations will include partitions, finishes, and stairwell, as well as new mechanical and electrical systems.  Administrative spaces will be demolished and renovated to provide parking bays, roll-up doors, sleeping quarters, kitchen, dining area, and equipment storage for Fire Department personnel.  Exterior renovations will be limited to the replacement of windows.  Work will be performed in Barksdale, La., and is expected to be completed by May 2014.  Contract funds in the amount of $7,684,000 are obligated on this award and will expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity. 

            Environet, Inc.*, Kamuela, Hawaii, is being awarded $6,911,000 for firm-fixed-price task order #KB01 under a previously awarded multiple award construction contract (N62478-10-D-4020) for the renovation of Building 9 (second floor) Kunia Tunnel at the Wheeler Army Air Field.  The work to be performed provides for the partial repair and update of the second floor level in an existing three-story underground structure.  Work will be performed in Wahiawa, Hawaii, and is expected to be completed by June 2013.  Contract funds in the amount of $6,911,000 are obligated on this award and will expire at the end of the current fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity. 

                Honeywell Technology Solutions Inc., Jacksonville, Fla., is being awarded a not-to-exceed $6,900,718 cost-plus-fixed-fee task order #0070 under a previously awarded contract (M67004-09-D-0020) to provide contingency equipment support on various military vehicles. Work will be performed within Kuwait, and is expected to be completed in September 2013. Contract funds will not expire at the end of the current fiscal year.  U.S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity. 

US SPECIAL OPERATIONS COMMAND

      The following vendors are being awarded Indefinite Delivery/Indefinite Quantity contracts to provide foreign language, regional expertise, and cultural training to students from U.S. Special Operations Command's four service components:  MultiLingual Solutions, 11 N. Washington St., Suite 300, Rockville, Md.,  20850 (H92222-12-D-0021);  Mid Atlantic Professionals, 20400 Observation Dr., Suite 102, Germantown, M.,  20876 (H92222-12-D-0027); The Buffalo Group, 1850 Centennial Park Dr., Suite 505, Reston, Va.,  20191 (H92222-12-D-0026); Global Technology Solutions, 626 E. Broad St., Suite 200, Richmond, Va., 23219 (H92222-12-D-0028).  The contract minimum is $5,000 per contract.  The maximum of all four contracts combined is $250,000,000.  The work will be performed in various CONUS and OCONUS locations.  The period of performance for each contract will be a 12-month base period from Sept. 26, 2012 through Sept. 25, 2013, with two consecutive 12-month option periods.  The contracting office is USSOCOM, MacDill Air Force Base, Fla., (H92222-12-D-0021/0026/0027/0028). 

DEFENSE LOGISTICS AGENCY

            Impact Instrumentation, Inc., West Caldwell, N.J.*, was awarded contract SPM2D1-12-D-8221.  The award is a firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $151,520,728 for airworthy portable ventilators.  There are no other locations of performance.  Using military services are Army, Air Force, and federal civilian agencies.  There were two responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Usibelli Coal Mine, Inc., Healy, Alaska *, was awarded contract SPE600-12-D-0656.  The award is a firm fixed price contract with a maximum $84,935,904 for bituminous coal.  There are no other locations of performance.  Using military service is Army.  There was one response to the FedBizOPps solicitation.  Type of appropriation is fiscal 2012 Army Working Capital Funds.  The date of performance completion is Sept. 30, 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va. 

            Synthes USA Sales, LLC, West Chester, Pa., was issued a modification exercising the fifth option year on contract SPM2D0-07-D-0003/P00019.  The modification is a fixed price with economic price adjustment, sole source, indefinite delivery and indefinite quantity contract for a maximum $50,597,992 for various medical and surgical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 25, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Cardinal Health 200, Inc., Waukegan, Ill., was issued a modification exercising the third option year on contract SPM2D0-09-D-0012/P00010.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for a maximum $39,239,573 for various medical and surgical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 29, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            DMS Pharmaceutical Group, Inc., Park Ridge, Ill.*, was issued a modification exercising the third option year on contract SPM200-05-D-0902/P00032.  The modification is a firm fixed price, Prime Vendor contract for a maximum $26,855,290 for pharmaceutical requirements.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard.  There were five responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Mar. 31, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

             Henry Schein, Inc., Melville, N.Y., was issued a modification exercising the third option year on contract SPM2D0-09-D-0005/P00012.  The modification is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for a maximum $13,370,196 for various medical and surgical products.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were seventeen responses to the Web solicitation.  Type of appropriation is Ffiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 29, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            BAE Systems Technology Solutions & Sciences, Rockville, Md., was awarded contract SPE4AX-12-D-9406/XE01.  The award is a firm fixed price, sole source contract with a maximum $11,782,705 for flat panel control indicators.  Other location of performance is Fla.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2011 Air Force Working Capital Funds.  The date of performance completion is Sept. 30, 2014.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga. 

            Cardinal Health Solutions, Inc., Huston, Texas, was issued a modification exercising the first option year on contract SPM2D0-11-D-0006/P00003.  The modification is a firm fixed price, sole source contract for a maximum $7,089,834 to establish license agreement for software use of date for readiness management applications.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There was one response to the Web solicitation.  Type of appropriation is fiscal 2012 Warstopper Funds.  The date of performance completion is Sept. 25, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Impact Instrumentation Inc., West Caldwell, N.J.*, was awarded contract SPM2D1-09-D-8019.  The award is a firm fixed price, indefinite delivery and indefinite quantity, corporate exigency contract with a maximum $45,946,344 for air-worthy aspirators.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There was one response to the FedBizOPps solicitation.  Type of appropriation is fiscal 2012 through fiscal 2013 Warstopper Funds.  The date of performance completion is Sept. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Zoll Medical Corp., Chelmsford, Mass., was issued a modification exercising the third option year on contract SPM2D1-09-D-8017/P00003.  The modification is a firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $33,539,500 for air-worthy defibrillators.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were three responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2012 through fiscal 2013 Warstopper Funds.  The date of performance completion is Sept. 27, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE 

            The Boeing Co., Defense Space and Security, St. Louis, Mo., (FA8621-12-D-6270) is being awarded an $82,300,000 indefinite delivery/indefinite quantity contract for F-15C MTC simulator services.  The location of performance is St. Louis, Mo.  Work is expected to be completed by Sept. 26, 2017.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio. 

            L3 Communications, San Diego, Calif. (FA8523-12-D-0006), is being awarded a $44,725,358 requirements type indefinite delivery contract for logistics support service to sustain the joint range extension and joint transparent equipment package system.  The location of the performance is San Diego, Calif.  Work is expected to be completed by Sept. 26, 2017.  The contracting activity is AFLCMC/WNKC, Robins Air Force Base, Ga. 

            Northrop Grumman Space & Missions Systems Corp., Redondo Beach, Calif., (FA8810-09-C-0001, P00067) is being awarded a $41,058,030 contract modification contract for on-orbit support and sustainment for both the defense support program sensor and spacecraft bus.  The location of the performance is Redondo Beach, Calif.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is SMC/ISK, Los Angeles Air Force Base, Calif. 

            Battlespace Flight Services, LLC., Arlington, Va. (FA4890-07-C-0006, P00115), is being awarded a $26,801,188.00 contract modification for operations and maintenance services to support the Predator medium altitude long endurance unmanned (MQ)-1 remotely piloted aircraft at Creech Air Force Base.  The location of the performance is Creech AFB, Nev.  Work is expected to be completed Dec. 31, 2012.  The contracting activity is AMIC/PKCA, Langley Air Force Base, Va. 

            Lockheed Martin Corp., Fort Worth, Texas (FA8611-08-C-2897, P00158), is being awarded a $10,353,574 contract modification for support of the F-22 program.  The locations of the performance are Marietta, Ga., Fort Worth, Texas, Seattle, Wash., Edwards Air Force Base, Calif., Elmendorf Air Force Base, Ark., Hickam Air Force Base, Hawaii, Holloman Air Force Base, N.M., Langley Air Force Base, Va., Nellis Air Force Base, Nev., Sheppard Air Force Base, Texas, Tinker Air Force Base, Okla., and Tyndall Air Force Base, Fla.  Work is expected to be completed by Dec. 31, 2012.  The contracting activity is AFLCMC/WWUK, Wright-Patterson AFB, Ohio. 

            Lockheed Martin Space Systems Co., Sunnyvale, Calif. (F04701-02-C-0002, P00554), is being awarded a $9,998,383.00 contract modification for the Advanced Extremely High Vehicle extension of the CIP Phase B study.  The location of the performance is Sunnyvale, Calif.  Work is expected to be completed by Aug. 1, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            Northrop Grumman Technical Services, Hill Air Force Base, UT (F42610-98-C-0001) is being awarded a $7,929,061.00 contract modification for the Strategic Targeting Applications Computer System replacement program.  The location of the performance is Hill AFB, Utah.  Work is expected to be completed by March 25, 2015.  The contracting activity is AFNWC/PKME, Hill AFB, Utah. 

UNITED STATES TRANSPORTATION COMMAND

            Northrop Grumman of Herndon, Va., is being awarded a $7,240,679 firm, fixed-price  task order, subject to the availability of funds, for support to U.S. Transportation Command 's Joint Distribution Process Analysis Center.  Work will be performed at Scott Air Force Base, Ill., and is expected to be completed September 30, 2015.  Contract funds will not expire at the end of the current fiscal year.  The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Ill. (HTC711-12-F-D048). 

*Small Business