Contracts for September 28, 2012

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

09/28/2012 05:24 PM CDT


FOR RELEASE AT
5 p.m. ET
No. 782-12
September 28, 2012


CONTRACTS

AIR FORCE

            Exelis Systems Corp., Colorado Springs, Colo. (F19628-02-C-0010, P00400), is being awarded a $20,919,351.00 contract modification to perform system support duties for the System Engineering and Sustainment Integrator program.  The location of the performance is Colorado Springs, Colo.  Work is expected to be completed by Sept. 27, 2013.  The contracting activity is AFLCMC/HBQK, Peterson Air Force Base, Colo. 

            United Launch Services, Littleton, Colo. (FA8811-13-C-0001), is being awarded a $1,167,800,000 cost plus incentive fee and cost plus fixed fee contract for launch capability for the Delta IV and Atlas V.  The location of the performance is Littleton, Colo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is SMC/LRK, Los Angeles Air Force Base, Calif. 

            The Aerospace Corp.,El Segundo, Calif. (FA8802-09-C-0001, P00080), is being awarded a $1,112,806,500 contract modification contract for provide staff years of technical hours for scientific and engineering support to the Air Force Space and Missile Systems Center.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is SMC/PKE, Los Angeles Air Force Base, Calif. 

            The MITRE Corp., Bedford, Mass. (FA8702-13-C-0001), is being awarded a $420,448,108.00 cost reimbursable contract for systems engineering and integration support.  The location of the performance is Bedford, Mass.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFLCMC/PZE, Hanscom Air Force Base, Mass.  Contract involves Foreign Military Sales to Saudi Arabia, France, Iraq, Korea, Afghanistan, Pakistan, Jordan, Taiwan, Columbia,Turkey, Australia, Kyrgz Republic, Sweden, Poland, Germany, Hungary, Greece, Singapore, United Arab Emirates, Morocco, Finland, United Kindom and Japan. 

            Lockheed Martin Space Systems Company, Sunnyvale, Calif. (F04701-02-C-0002 P00550), is being awarded a $36,5000,000.00 modification to contract for support for SV3 launch delay and mini-FIST test post storage.  The location of the performance is Sunnyvale, Calif., El Segundo, Calif. and Cape Canaveral, Fla.  Work is expected to be completed by Dec. 31, 2014.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            Lockheed Martin Corp.,Marietta, Ga. (FA8625-11-C-6597P00069), is being awarded a $218,000,000 modification to contract for purchasing additional Coast Guard HC-130J aircraft.  The location of the performance is Marietta, Ga., and Greenville, S.C.  Work is expected to be completed by May 31, 2016.  The contracting activity is AFLCMC/WLNNC, Wright-Patterson Air Force Base, Ohio. 

            Northrop Grumman Technical Services, Hill Air Force Base, Utah (F42610-98-C-0001), is being awarded a $165,798,787 contract modification contract for Minuteman III intercontinental ballistic missile sustainment support.  The location of the performance is Hill Air Force Base and Colorado Springs, Utah and Colo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFNWC/PKME, Hill Air Force Base, Utah. 

            S&K Global Solutions, LLC, St. Ignatious, Mont. (FA8100-12-D-0004), is being awarded a $94,000,000 over five years indefinite quantity indefinite delivery contract for non-personal, advisory and assistance services across 14 functional job categories.  The location of the performance is Tinker Air Force Base, Okla.; Hill Air Force Base, Utah.; and Warner Robins Air Force Base, Ga.  Work is expected to be completed by Sept. 28, 2017.  The contracting activity is AFSC/PZIEC, Tinker Air Force Base, Okla. 

            Sawdey Solution Services, Inc., Beavercreek, Ohio., (FA8100-12-D-0005) is being awarded a $94,000,000 over five years indefinite quantity indefinite delivery contract for non-personal, advisory and assistance services across 14 functional job categories.  The location of the performance is Tinker Air Force Base, Okla., Hill Air Force Base, Utah and Warner Robins Air Force Base, Ga.  Work is expected to be completed by Sept. 28, 2017.  The contracting activity is AFSC/PZIEC, Tinker Air Force Base, Okla. 

            Decypher Technologies, Ltd., San Antonio, Texas (FA8100-12-D-0006), is being awarded a $94,000,000 over five years indefinite quantity indefinite delivery contract for non-personal, advisory and assistance services across 14 functional job categories.  The location of the performance is Tinker Air Force Base, Okla., Hill Air Force Base, Utah and Warner Robins Air Force Base, Ga.  Work is expected to be completed by Sept. 28, 2017.  The contracting activity is AFSC/PZIEC, Tinker Air Force Base, Okla. 

            Wyle Laboratories Inc., Houston, Texas (FA8650-12-D-6280), is being awarded a $49,000,000.00 indefinitie delivery/indefinite quantity contract for quick reaction USAFAM assessments, studies, analysis evalution and research program.  The location of the performance is Houston, Texas.  Work is expected to be completed by Sept. 27, 2018.  The contracting activity is AFRL/RQKHC, Wright-Patterson Air Force Base, Ohio. 

            URS Federal Support Services, Inc., Germantown, Md. (FA8106-07-C-004-P00173), is being awarded a $32,772,6178 modification to contract for logistics support for the C-26B aircraft for the Air National Guard.  The location of the performance is Germantown, Md.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFLCMC/WLKLC, Tinker Air Force Base, Okla. 

            Rockwell Collins, Inc. Cedar Rapids, Iowa (FA8807-12-C-0013), is being awarded a $30,894,212.00 cost plus incentive fee contract for research and development, test and engineering for military GPS user equipment.  The location of the performance is Cedar Rapids, Iowa.  Work is expected to be completed by Oct. 28, 2014.  The contracting activity is SMC/PKP, Los Angeles Air Force Base, Calif. 

            Raytheon Co., El Segundo, Calif., (FA8807-12-C-0012) is being awarded a $29,836,354 contract for the development of next generation GPS user equipment receiver cards.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by Oct. 28, 2014.  The contracting activity is SMC/PKP, Los Angeles Air Force Base, Calif. 

            Lockheed Martin, Fort Worth, Texas (FA8615-12-C-6012), is being awarded a $29,200,000 cost plus fixed fee contract for long lead contractor logistics support for the Government of Iraq.  The location of the performance is Fort Worth, Texas.  Work is expected to be completed by May 30, 2018.  The contracting activity is AFLCMC/WWMK, Wright-Patterson AFB, Ohio.  Contract involves foreign military sales to the Government of Iraq. 

            Georgia Tech Applied Research Corp., Atlanta, Ga., (GA30332-0420) is being awarded a $25,000,000 cost plus fixed fee contract for U.S. Naval Air Systems Command air combat electronics mission systems and sensor technology engineering analysis and assessment.  The location of the performance is Georgia Technical Research Institute, Atlanta, Ga.  Work is expected to be completed by Sept. 27, 2015.  The contracting activity is ESG/PKS, Offutt Air Force Base, Neb. 

            Doss Aviation Inc., Colorado Springs, Colo., (FA3002-06-D-0010, P00033) is being awarded a $23,871,833 contract modification contract for initial flight screening.  The location of the performance is Pueblo, Colo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AETC CONS/LGCU, Randolph Air Force Base, Texas. 

            Charles Stark Draper Laboratory, Cambridge Mass, Mass., (FA8807-12-C-0005) is being awarded a $22,352,755 cost plus incentive fee contract for modernized receiver test asset/modernized signal test asset test support services.  The location of the performance is Cambridge, Mass.  Work is expected to be completed by Aug. 30, 2017.  The contracting activity is SMC/GPK, Los Angeles Air Force Base, Calif. 

            Lockheed Martin Information Systems and Global Services, Colorado Springs, Colo., (F19628-00-C-0019, P00266) is being awarded a $21,200,000 contract modification to support mission operations for NORAD.   The location of the performance is Colorado Springs, Colo. and Vandenberg Air Force Base, Calif.  Work is expected to be completed by Sept. 30, 2015.  The contracting activity is AFLCMC/HBQK, Peterson Air Force Base, Colo. 

            Georgia Tech Applied Research Corp., Atlanta, Ga., (HC1047-05-D-4000-0208) is being awarded a $21,037,945 cost plus fixed fee contract for a Tactical Aircraft Defensive Suite (TADS) Sensor Integration and Interoperability Task for A-10, F-16, C-130, B-1B and HH-60 aircraft.  The location of the performance is Atlanta, Ga.  Work is expected to be completed by Sept. 27, 2015.  The contracting activity is ESG/PKS, Offutt Air Force Base, Neb. 

            Honeywell International Inc., Clearwater, Fla., (FA8540-12-D-0002) is being awarded a $14,000,000 indefinite delivery/indefinite quantity contract for engineering services to support the embedded Global Postioning System/Inertial Navigation System Program.  The location of the performance is Clearwater, Fla.  Work is expected to be completed by March 31, 2015.  The contracting activity is AFLCMC/WNYKA, Robins Air Force Base, Ga. 

            Raytheon Co.,Marlborough, Mass., (FA8726-08-C-0004 P00097) is being awarded a $13,473,740 modification to contract for the purchase of additional TEU/TOC Upgrade A and B kits and HAC/RMPE Upgrade A and B kits.  The location of the performance is Raytheon Largo, Fla.  Work is expected to be completed by Nov. 30, 1013.  The contracting activity is AFLCMC/HNAK, Hanscom Air Force Base, Mass. 

            Charles Stark Draper Laboratory, Cambridge, Mass., (FA8651-12-0342) is being awarded a $13,000,000 cost plus fixed fee contract for research and development of an advanced secure micro digital data link unit.  The location of the performance is Cambridge, Mass.  Work is expected to be completed by Sept. 27, 2017.  The contracting activity is AFRL/RWK, Eglin Air Force Base, Fla. 

            Northrop Grumman Corp., Azusa, Calif., (FA2550-09-C-8000,P00063) is being awarded a $13,000,000 contract modification contract for operations and maintenance/research and development support for the Aerospace Fusion Center.  The location of the performance is Schriever Air Force Base, Colo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is 50 CONS/LGCA, Schriever Air Force Base, Colo. 

            The Boeing Co., Space & Intelligence Systems (FA8808-12-C-0013) is being awarded a $11,675,684 contract for protected MILSATCOM waveform specification development, affordable protected space/ground segment design & demonstration and affordable mission planning and management demonstration study.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            Lockheed Martin Information Systems & Global Services, Colorado Springs, Colo., (F19628-00-C-0019) is being awarded a $11,618,899 modification to contract for operations, maintenance and support for the Target Systems Architecture.  The location of the performance is Colorado Spring, Colo., and Vandenberg Air Force Base, Calif.  Work is expected to be completed by Sept. 30, 2015.  The contracting activity is AFLCMC/HBQK, Peterson Air Force Base, Colo. 

            Northrop Grumman Systems Corp., Redondo Beach, Calif., (FA8808-12-C-0006) is being awarded an $11,036,458 contract for protected MILSATCOM waveform specification development, affordable protected space/ground segment design & demonstration and affordable mission planning and management demonstration study.  The location of the performance is El Segundo, Calif. and Germantown, Md.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            Space Systems, Palo Alto, Calif. (FA8808-12-C-0004), is being awarded a $10,125,000 contract for protected MILSATCOM waveform specification development, affordable protected space/ground segment design & demonstration and affordable mission planning and management demonstration study.  The location of the performance is Palo Alto, Calif., Palm Bay, Fla., Gainesville, Va., Santa Clara, Calif., San Mateo, Calif., Saratoga, Calif., Germantown, Md., Tucson, Ariz., and Salt Lake City, Utah.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            L-3 Communications Corp., Arlington, Texas (FA8621-09-C-6292, P00071), is being awarded an $8,800,000 contract modification contract for the distributed mission operations mission package for the F-16 Mission Training Center.  The location of the performance is Wright-Patterson Air Force Base, Ohio.  Work is expected to be completed by March 31, 2014.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio. 

            Raytheon Co., El Segundo, Calif., (FA8119-11-D-0006, P00006) is being awarded an $8,703,043.00 contract modification contract for demilitarization of B-2 aircraft parts.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by Dec. 31, 2015.  The contracting activity is AFSC/PZABC, Tinker Air Force Base, Okla. 

            GE Aviation, Cincinnati, Ohio, (FA8650-12-C-5203) is being awarded a $8,486,800 cost reimbursable contract for demonstrating an integrated computational methodology for composite materials.  The location of the performance is Cincinnati, Ohio.  Work is expected to be completed by March 31, 2017.  The contracting activity is AFRL/RQKMN, Wright-Patterson Air Force Base, Ohio. 

            Lockheed Martin Aeronautics Co.,Marietta, Ga., (F33657-02-C-2000) is being awarded a $7,538,885 modification to contract for incorporation of the contract change proposal for Phase 1 of the C-5 RERP interactive multimedia instruction training programs.  The location of the performance is Marietta, Ga.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFLCMC/WLSK, Wright-Patterson Air Force Base, Ohio. 

            Broad Reach Engineering Co., Tempe, Ariz., (FA8803-12-C-0002) is being awarded a $6,714,860 firm fixed price contract for Tri-Global Navigation satellite systems.  The location of the performance is Tempe, Ariz.  Work is expected to be completed by Feb. 15, 2014.  The contracting activity is SMC/PKW, Los Angeles Air Force Base, Calif. 

            Broad Reach Engineering Co., Tempe, Ariz., (FA8803-12-C-0002) is being awarded a $6,714,860 firm fixed price contract for procure six tri-global navigation satellite systems receivers.  The location of the performance is Tempe, Ariz.  Work is expected to be completed by Feb. 15, 2014.  The contracting activity is SMC/DMSP, Los Angeles Air Force Base, Calif. 

            HGL Construction Inc., Oklahoma City, Okla., (FA4460-11-D-007-5004) is being awarded a $6,545,400 firm fixed price contract for construction to renovate the former base exchange facility.  The location of the performance is Little Rock Air Force Base, Ark.  Work is expected to be completed by Apr. 27, 2014.  The contracting activity is 19th Constracting Squadron, Little Rock Air Force Base, Ark. 

            Lockheed Martin Corp., Gaithersburg, Md., (FA8726-09-C-0006, P00049) is being awarded a $7,338,864 contract modification for procurement of engineering support for the Global Broadcast Service Operational Center.  The location of the performance is Schriever Air Force Base, Colo.  Work is expected to be completed by Apr. 30, 2013.  The contracting activity is AFLCMV/HNAK, Hanscom Air Force Base, Mass. 

            Lockheed Martin Corp., Information and Systems and Global Solutions, King of Prussia, Pa. (FA8808-12-C-0003) is being awarded a $978,751.00 contract for protected MILSATCOM affordable gateway risk reduction and demonstration study.  The location of the performance is Valley Forge, Pa., Rockville, Md., San Jose, Calif., Virginia Beach, Va. and Broomfield, Colo.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            Raytheon Co., Marlborough, Mass. (FA8808-12-C-0005), is being awarded an $8,731,863 contract for protected MILSATCOM waveform specification development and affordable terminal design and demonstration study.  The location of the performance is Marlborough, Mass., and Fort Wayne, Ind.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            L-3 Communications Corp., Communications Systems (FA8808-12-C-0009) is being awarded a $7,894,045 contract for protected MILSATCOM waveform specification development and affordable terminal design and demonstration study.  The location of the performance is Salt Lake City, Utah.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            Hughes Network Systems, LLC. (FA8808-12-C-0015) is being awarded a $1,776,429 contract for protected MILSATCOM waveform specification development and affordable mission planning and management demonstration study.  The location of the performance is Germantown, Md.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            ViaSat Inc., Comsat Laboratories, Germantown, Md., (FA8808-12-C-0011) is being awarded a $1,445,038 contract for protected MILSATCOM waveform specification development and affordable terminal cryptographic component development and demonstration study.  The location of the performance is Germantown, Md., Carlsbad, Calif., and Gilbert, Ariz.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            L-3 Communications Corp., Communications Systems, Camden, N.J., (FA8808-12-C-0002) is being awarded a $1,200,554 contract for protected MILSATCOM waveform specification development and affordable terminal cryptographic component development and demonstration study.  The location of the performance is Camden, N.J.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            Orbital Sciences Corp., Dulles, Va. (FA8808-12-C-0014) is being awarded a $175,000 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Dulles, Va.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            General Dynamic Advanced Information Systems, Santa Clara, Calif., (FA8808-12-C-0018) is being awarded a $174,624 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Santa Clara, Calif.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            Space Micro Inc., San Diego, Calif., (FA8808-12-C-0020) is being awarded a $174,320 contract for protected MILSATCOM waveform specification development study.  The location of the performance is San Diego, Calif.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            Lockheed Martin Corp., Space Systems Co., Sunnyvale, Calif., (FA8808-12-C-0007) is being awarded a $159,643 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Sunnyvale, Calif.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            Harris Corp., Government Communications Systems, Palm Bay, Fla., (FA8808-12-C-0012) is being awarded a $158,285 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Melbourne, Fla.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            Hughes Design Group, Culver City, Calif., (FA8808-12-C-0019) is being awarded a $157,656 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Culver City, Calif.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            Arkham Technology Limited, Irvine, Calif., (FA8808-12-C-0017) is being awarded a $154,840 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Irvine, Calif., Columbia, Md., and San Diego, Calif.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            General Dynamics, Taunton, Mass., (FA8808-12-C-0008) is being awarded a $152,450 contract for protected MILSATCOM waveform specification development study.  The location of the performance is Taunton, Mass.  Work is expected to be completed by July 28, 2013.  The contracting activity is SMC/PKJ, Los Angeles Air Force Base, Calif. 

            Lockheed Martin, Fort Worth, Texas (FA8615-12-C-6016), is being awarded a $1,850,000,000 firm fixed price, fixed price incentive, time & materials, cost plus fixed fee contract for F-16 Foreign Military Sales program.  The location of the performance is Fort Worth, Tex.  Work is expected to be completed by Sept. 30, 2022.  The contracting activity is AFLCMC/WWMK, Wright-Patterson Air Force Base, Ohio. 

USSOCOM

             MultiLingual Solutions, Rockville, Md., (H92222-12-D-0021); Mid Atlantic Professionals, Germantown, Md., (H92222-12-D-0027); The Buffalo Group Reston, Va., (H92222-12-D-0026); Global Technology Solutions, Richmond, Va., (H92222-12-D-0028) 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.  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. 

MISSILE DEFENSE AGENCY

            Raytheon Co., Woburn, Mass., was award of option period one of a hybrid, cost reimbursement contract to under Contract HQ0006-08-D-0008.  The total value of this option award is $248,000,000.  Obligation of funds for this option will be accomplished via individual task orders.  Under this modification, Raytheon Co., will continue performing operation and sustainment services for the X-Band Radar efforts in support of the MDA Sensors Program.  The work will be performed in several stateside and overseas locationsfrom Oct. 1, 2012 through Sept. 30, 2013.  Research, development, test and evaluation, and operations & maintenance funds will be used to fund this effort.  This is not a foreign military sales acquisition.  The MDA in Huntsville, Ala., is the contracting activity (HQ0147). 

             Raytheon Company, Integrated Defense Systems, of Woburn, Mass., awarded of a cost plus fixed fee and firm fixed price contract modification to under contract # HQ0147-12-C-0006.  The total value of this award is $27,399,020 increasing the total contract value from $336,625,457 to $364,024,477.  Under this contract modification, the contractor will provide one electronic equipment unit and one cooling equipment unit. The work will be performed in Andover, Massachusetts for the electronic equipment unit and in Chesterfield, Michigan for the cooling equipment unit.   The performance period is from Oct. 1, 2012 through Nov. 30, 2014.  Fiscal 2012 procurement funds will not expire at the end of the current fiscal year.  This is not a Foreign Military Sales acquisition.  The MDA in Huntsville, Alabama is the contracting activity. 

NAVY

             Northrop Grumman Systems Corp., Sunnyvale, Calif., is being awarded a $76,848,917firm-fixed-price, fixed-price-incentive, cost-plus-incentive-fee, cost-plus-fixed-fee contract in support of the following:  1) provide ongoing support for the TRIDENT II (D-5) deployed SSBN and the SSGN ULS, engineering refueling overhaul shipyard support, spares procurement (SSP), U.S. and U.K. launcher trainer support, vertical support group e-mount and shim procurement, nuclear weapons safety and security review, TRIDENT II (D-5) missile hoist overhaul, underwater launch technology support, U.S. and U.K. SSP alterations and non-compliance report projects, gas generator refurbishment and case hardware production; 2) provide specialized technical support of TRIDENT II (D-5) missile tube closure production, technical engineering services, and tactical hardware production efforts for the New Strategic Arms Reduction Treaty;  and  3) provide technical engineering services to support the Advanced Launcher Development Program and the common missile compartment concept development and prototyping effort for the U.S. and U.K.  The contractor shall be required to assess and analyze technologies and concepts to support the selection of a preferred system concept, which includes the identification of critical cost and risk impacts as a result of immature launcher technologies and/or immature requirements.  The result of the effort will then advance and support the conduct of the technology development effort to support developing a cost-effective launcher subsystem architecture for the OHIO Class Replacement Program.  The contract was not competitively procured.  This contract contains options, which if exercised, will bring the contract value to $111,047,683.  Work will be performed in Sunnyvale, Calif. (79 percent); Kings Bay, Ga. (10 percent); Silverdale, Wash. (10 percent); Camarillo, Calif. (1 percent), and work is expected to be completed Sept. 30, 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procure in accordance with l0 U.S.C. 2304(c)(1), and 10 U.S.C. 2304(c)(4).  Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0010). 

            EJB Facilities Services, Arlington, Va., is being awarded a $70,206,319 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract to exercise option seven for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The work to be performed provides for, but is not limited to, all management and administration, visual services, security, housing, facilities support (excluding grounds and janitorial services), pavement clearance, utilities, base support vehicles and equipment, and environmental services to provide base operations support services.  The total contract amount after exercise of this option will be $497,788,381.  Work will be performed at various installations in the NAVFAC Northwest AOR including but not limited to, Washington (95 percent), Alaska (1 percent), Idaho (1 percent), Mont., (1 percent), Oregon, (1 percent), and Wyoming (1 percent), and work is expected to be completed September 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-05-D-5103). 

            Clark/Bell, A Joint Venture, Bethesda, Md., is being awarded a $62,457,000 firm-fixed-price contract for construction of the Decentralized Steam System Upgrade at the Naval Support Facility, Indian Head.  The work to be performed provides for demolition of the Goddard Power Plant, the Navy's last remaining coal-fired plant, and construction of a natural gas nodal steam distribution system with advanced utilities and energy management control.  The project will also include construction of seven nodal natural gas steam plants and include anti-terrorism features of physical and cyber security.  The project will include sevenand a half miles of natural gas distribution lines.  In addition to the Goddard Power Plant, demolition will also include all supporting coal facilities, multiple other supporting buildings, as well as nearly ten miles of existing steam distribution lines.  The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $63,240,542.  Work will be performed in Indian Head, Md., and is expected to be completed by November 2016.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 15 proposals received.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-12-C-0151). 

            Filanc-Orion Joint Venture, Escondido, Calif., is being awarded a $57,306,777 firm-fixed-price contract for design and construction of a new potable water conveyance at Marine Corps Base Camp Pendleton.  The work to be performed provides for the design and construction of a new potable water conveyance from the North System to the South System.  The work includes the construction of a new, higher capacity potable water collection system pipelines and three pumping stations.  Work will be performed in Oceanside, Calif., and is expected to be completed by April 2016.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with nine proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-12-C-5032). 

            L-3 Communications Systems Field Support, Vertex Aerospace, LLC, Madison, Miss., is being awarded a $55,683,390 firm-fixed-price modification to a previously awarded indefinite-delivery-indefinite-quantity requirements contract (N00019-11-D-0010) to exercise an option for aircraft maintenance and logistical life cycle support for 54 C-12 aircraft for the Navy and the Marine Corps.  Services provided include scheduled/unscheduled organizational maintenance, aircraft servicing, depot level maintenance, support equipment maintenance, modifications, engineering and engineering support.  Funding will be obligated at the individual delivery order level.  Work will be performed in St. Louis, Mo., (34 percent); Corpus Christi, Texas (12 percent); Winnipeg, Canada (34 percent) and various locations both inside and outside the continental United States (20 percent) including:  Yuma, Ariz.; New Orleans, La.; Miramar, Calif.; New River, N.C.; Patuxent River, Md.; Manassas, Va.; Beaufort, S.C.; Japan, Cuba, and Bahrain.  Work 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 activities.  

            Raytheon Integrated Defense Systems, Portsmouth, R.I., is being awarded a $45,321,206 modification to previously awarded contract (N00024-11-C-6410) for the production of MK54 Mod 0 light weight torpedo kits, test equipment, spares and related engineering and repair services.  This contract combines purchase for Navy (30 percent) and the governments of Australia (60 percent) and India (10 percent) under the Foreign Military Sales program.  Work will be performed in Keyport, Wash., (90 percent), and Portsmouth, R.I., (10 percent), and is expected to be completed by June 2016.  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. 

            Homeland Contracting Corp.,* Chesapeake, Va., is being awarded a $42,297,000 firm-fixed-price contract for design and construction of a new consolidated elementary school at Marine Corps Base Quantico.  The new facility shall serve pre-kindergarten through 5th Grade.  Work will be performed in Quantico, Va., and is expected to be completed by September 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 28 proposals received.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-12-C-0007). 

            General Dynamics C4 Systems, Battle Management Systems Division, Scottsdale, Ariz., is being awarded a $41,356,802 fixed-price-incentive contract for engineering development models and developmental testing to support operational testing and a build-to-print technical data package to support Phase 2 of the Common Aviation Command Control System (CAC2S).  The contract includes options which, if exercised, would bring the cumulative value of this contract to $61,410,383.  Work will be performed in Scottsdale (56 percent); Fulton, Md. (35 percent); Huntsville, Ala. (4 percent); San Diego, Calif. (3 percent); Hollywood, Md. (2 percent), and is expected to be completed by September 2017.  Contract funds will expire on Sept. 30, 2013.  This contract resulted from a limited source competitive procurement via Navy Electronic Commerce Office, with four offers solicited and four offers received.  Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-12-C-0211). 

            Raytheon Integrated Defense Systems, Portsmouth, R.I., is being awarded a $27,336,000 firm-fixed-price, cost-plus-fixed-fee delivery order under previously awarded basic ordering agreement (N61331-12-G-0001) for production of modification kits and upgrade of the AN/AQS-20A minehunting sonar.  AN/AQS-20A common towed body is a minehunting system with the capability of identifying bottom mines and detecting, localizing, and classifying bottom, close-tethered, volume and near surface mines when towed from the remote multi-mission vehicle.  Work will be performed in Portsmouth, R.I., and is expected to be completed by October 2015.  Contract funds in the amount of $22,785,100 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

            BAE Systems San Diego Ship Repair, Inc., San Diego, Calif., is being awarded a $27,037,129modification to a previously awarded contract (N00024-11-C-4400) to definitize the USS Bunker Hill (CG 52) fiscal 2013 selected restricted availability with dry-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, Calif., and is expected to be completed by March 2013.  Contract funds in the amount of $24,324,530 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity. 

            MEB General Contractors, Inc., Chesapeake, Va., is being awarded a $26,085,000 firm-fixed-price contract for construction of an aviation fuel storage and distribution facility at Joint Base Charleston.  The facility will provide new bulk fuel storage tanks and a pumphouse.  The project also includes construction of an operations building with sustainable design features, secondary containment, filter separators, pig launcher/receiver, emergency generator, truck offload facility with ground fuel fillstand storage tanks, high/low point drains, leak detection system, anti-terrorism force protection requirements.  The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $26,767,250.  Work will be performed in Charleston, S.C., and is expected to be completed by July 2014.  Contract funds will not 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 Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-12-C-1757). 

            CACI Technologies Inc., Chantilly, Va., is being awarded a $25,278,586 cost-plus-fixed-fee contract for professional support services in support of the Expeditionary Warfare Program Office.  These services include support services in the areas of:  program analysis, development, control, and monitoring support; administration, communication and human resources; business, finance and cost estimating; technical and engineering support; information technology; and life cycle support.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $53,414,065.  Work will be performed in Washington, D.C. (63 percent); San Diego, Calif. (19 percent); Indian Head, Md. (13 percent); and Norfolk, Va. (5 percent), and is expected to complete by March 2014.  Contract funds in the amount of $9,095,426 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). The Naval Sea Systems Command, Washington, D.C. is the contracting activity.  (N00024-12-C-6309). 

           Rockwell Automation, Mayfield Heights, Ohio, is being awarded a $21,724,852 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the procurement of programmable logic controller hardware, software, software licenses, software license upgrades and incidental engineering support services for machinery control systems onboard various naval vessels.  Work will be performed in various homeports (80 percent) and Philadelphia, Pa. (20 percent), and is expected to complete by September 2015.  This contract combines purchase for Navy (90 percent) and the governments of Australia (5 percent) and Poland (5 percent) under the Foreign Military Sales program.  Contract funds in the amount of $392,173 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-12-D-0012). 

            The Whiting-Turner Contracting Co., Baltimore, Md., is being awarded $21,575,006 for firm-fixed-price task order #0007 under a previously awarded multiple award construction contract (N40080-10-D-0494) to restore and modernize the galley, dining area, and locker room areas within Building 9 at the Walter Reed National Military Medical Center, Bethesda.  The scope of construction includes the repair of existing building systems infrastructure, replacement of permanently installed food service equipment, and repair of interior finishes.  Work will be performed in Bethesda, Md., and is expected to be completed by October 2013.  Contract funds in the amount of $21,575,006 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, Washington, Washington, D.C., is the contracting activity. 

            P&S Construction, Inc., North Chelmsford, Mass. (N40084-12-D-0003); Innovative Technical Solutions, Inc., Walnut Creek, Calif. (N40084-12-D-0005); and Desbuild Incorporated*, Hyattsville, Md. (N40084-12-D-0006), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build construction contract for general construction type projects within Naval Facilities Engineering Command Far East, Public Works Department, Singapore area of responsibility.  The maximum dollar value including the base period and four option years for all three contracts combined is $20,000,000.  The work to be performed provides for general building type projects (new construction, renovation, alteration, repair of facilities and infrastructure, roofing, and demolition) 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) training facilities, (7) personnel support and service facilities, (8) security level facilities, and (9) abatement and handling of hazardous/regulated materials.  Projects may also require comprehensive interior design and incorporation of sustainable features.  P&S Construction, Inc. is being awarded task order 0001 at $470,700 for the design and construction for repairs and upgrade to Navy Gateway Inns and Suites (NGIS), building 331 at Ottawa Road, Singapore.  Work for this task order is expected to be completed by October 2013.  All work on this contract will be performed in Singapore.  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 $510,700 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 nine proposals received.  These three contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command Far East, Yokosuka, Japan, is the contracting activity. 

            American Electronics, Inc.*, California, Md. (N65236-12-D-3887); 7 Delta, Inc.*, Fulton, Md. (N65236-12-D-3888); MANDEX, Inc.*, Fairfax, Va. (N65236-12-D-3889); Centuria Corp.*, Reston, Va. (N65236-12-D-3890); The Cameron Bell Corp. d/b/a Gov Solutions Group *, Daniel Island, S.C. (N65236-12-D-3891); Mystikal Solutions, LLC*, San Antonio, Texas (N65236-12-D-3892); Palmetto Technologies, LLC *, Baltimore, Md. (N65236-12-D-3893); and SPARC, LLC*, Charleston, S.C. (N65236-12-D-3894)  are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based, multiple award contract with provisions for fixed-price-incentive and firm-fixed-price orders, to provide command, control, communications, computers, combat systems, intelligence, surveillance, reconnaissance (C5ISR) electronics and communications services and solutions in support of mission capabilities within the Business and Force Support (BFS) Portfolio to improve customers' ability to execute mission-essential business operations and other business and force support functions by developing, delivering and supporting systems and applications in support of the warfighter's mission.  The cumulative, estimated value of the base year is $19,750,000.  These contracts include options which, if exercised, would bring the cumulative combined value of these multiple award contracts to an estimated $98,760,000.  These eight contractors may compete for the task orders under the terms and conditions of the awarded contracts.  The work will be performed worldwide, and is expected to be completed by September 2013.  If all options are exercised, work could continue until September 2017.  Contract funds will not expire at the end of the current fiscal year.  These contracts were competitively procured with proposals solicited via the Commerce Business Daily's Federal Business Opportunities website, and the SPAWAR E-Commerce Central website, with 22 offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity. 

            Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded an $18,108,260 modification to previously awarded contract (N00024-10-C-5126) to exercise options for fiscal 2012 engineering, production, and integration services in support of the Zumwalt class destroyer program.  Work will be performed in Portsmouth, R.I. (25 percent), Tewksbury, Mass. (25 percent), Marlboro, Mass. (20 percent), Dulles, Va. (20 percent), San Diego, Calif. (5 percent), and Alexandria, Va. (5 percent), and is expected to be completed by November 2013.  Contract funds will not expire at the end of this fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

            BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $17,142,752 modification to previously awarded contract (N00024-11-C-4407) for USS Wasp (LHD 1) fiscal 2012 continuous maintenance availability.  The continuous maintenance includes the planning and execution of a work package that contains shipboard modernizations.  Work will be performed in Norfolk, Va., and is expected to be completed by March 2013.  Contract funds in the amount of $17,142,752 will expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity. 

            FLIR Systems Inc., Wilsonville, Ore., is being awarded a $17,072,468 firm-fixed-priced, indefinite-delivery, indefinite-quantity contract for BRITE STAR II multi-sensor targeting systems and sustainment.  Work will be performed in Wilsonville, Ore., and is expected to completed by September 2017.  Contract funds will not expire at the end of the current fiscal year.  This procurement was solicited via the Federal Business Opportunities website, with one offer received.  The Naval Surface Warfare Center, Crane Ind., is the contracting activity. 

            Reid Planning, Inc.*, San Diego, Calif., is being awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for architect and engineering services for preparation of Navy and Marine Corps basic facility requirements and asset evaluations throughout the Naval Facilities Engineering Command (NAVFAC), Atlantic area of responsibility (AOR) and the adjacent waters of the Atlantic and Pacific Oceans.  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 Atlantic AOR including, but not limited to Calif. (40 percent), Wash. (15 percent), Ariz. (10 percent), Mich. (10 percent), Va. (10 percent), Fla. (9 percent), and Texas (6 percent), and is expected to be completed by September 2017.  Contract funds in the amount of $10,000 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 seven proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-12-D-2014). 

            Head, Inc.*, Columbus, Ohio, is being awarded a $12,623,245 firm-fixed-price contract for the extension of Training-6, Texan Solo Capable Runways at Navy Outlying Landing Fields Barin and Summerdale.  The work to be performed provides for extending four runways, overlay of existing runways, and extending associated airfield lighting which includes, but is not limited to, demolition of existing structures within pavement construction area and clear zones, and removal of existing fencing and installation of new security fencing around new clear zones.

             The contract also contains eight unexercised options, which if exercised would increase cumulative contract value to $17,173,163.  Work will be performed in Foley, Ala. (50 percent) and Summerdale, Ala. (50 percent), and is expected to be completed by October 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-12-C-0760). 

            Rolls-Royce Corp., Indianapolis, Ind., is being awarded an $11,922,876 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to exercise an option for maintenance services in support of the V-22 AE1107C engine low power repairs, turboshaft engine and site support.  Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in February 2013.  Contract funds in the amount of $11,922,876 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

            Northrop Grumman Corp., Integrated Systems, Bethpage, N.Y., is being awarded an $11,500,000 firm-fixed-price delivery order against a previously issued basic order agreement (N00019-10-G-0004) for four quick engine change kits (QECK), cooperative engagement capability, and QECK item spares in support of the E-2D Advanced Hawkeye aircraft.  Work will be performed in Wilson, N.C. (46.05 percent); Bethpage, N.Y. (24.29 percent); St. Augustine, N.Y. (11.93 percent); Rolling Meadows, Ill. (5.41 percent); Irvine, Calif. (4.96 percent); Hauppauge, N.Y. (4 percent); Jacksonville, Fla. (1.43 percent); Lunenburg, Canada (.05 percent); and at various locations within the United States (1.88 percent), and is expected to be completed in July 2016.  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. 

            Edaptive Computing, Inc.*, Dayton, Ohio, is being awarded a $10,416,895 cost-plus-fixed-fee delivery order against a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-04-D-0007) for a Phase III Small Business Innovative Research Program (SBIR) for Topic No. N00-105 entitled "Processor Technology Insertion Recertification" and N01-150 entitled "Technology for Logistics Productivity."  This delivery order is for further development of the EDASTAR tool components and enhancements including Syscape, Syscape web server, and project optimizer in order to support the visualization, decision support and technology trade-offs required for science and technology efforts.  Work will be performed in Dayton, Ohio, and is expected to be completed in December 2013.  Contract funds in the amount of $925,000 will expire at the end of the fiscal year.  The Naval Air Systems Command Aircraft Division, Patuxent River, Md., is the contracting activity. 

            Diversified Service Contracting, Inc.*, Dunn, N.C., is being awarded a $9,748,196 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-11-D-3020) to exercise option 1 for base operating services at Naval Air Station Patuxent River.  The work to be performed provides for all management supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include but not limited to providing janitorial services, grounds maintenance services, base services vehicles and equipment, street sweeping/snow removal services, and pest control services.  The total contract amount after exercise of this option will be $17,102,425.  Work will be performed in Patuxent River, Md. (70 percent), Webster Field Annex, St. Inigoes, Md. (20 percent), Navy Recreation Center Solomons, Solomon's Island, Md. (10 percent), and work is expected to be completed September 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Patuxent River, Md., is the contracting activity. 

            3e Technologies International Inc., Rockville, Md., is being awarded a $9,630,487 modification to previously awarded contract (N00174-10-D-0021) to exercise option year three to extend current Navy virtual perimeter monitoring system capabilities for Naval District Washington.  Work will be performed at Naval Air Station Patuxent River, Md., (60 percent) and Joint Base Anacostia Bolling, Washington, D.C., (40 percent), and is expected to be completed by September 2013.  Contract funds in the amount of $9,630,487 will expire at the end of the current fiscal year.  The Indian Head Division, Naval Surface Warfare Center, Indian Head, Md., is the contracting activity. 

            BAE Systems San Diego Ship Repair Inc., San Diego, Calif., is being awarded a $9,570,806 modification to a previously awarded contract (N00024-11-C-4400) to definitize the USS Cape St. George (CG 71) fiscal year 2013 dry-docking restricted availability.  A dry-docking 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, Calif., and is expected to be completed by April 2013.  Contract funds in the amount of $9,570,806 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity. 

            Oshkosh Defense, Oshkosh, Wis., is being awarded a $9,369,315 fixed-price delivery order #0174 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-06-D-5028).  This delivery order is issued against exercised priced options for the purchase of nonrecurring engineering for the development of the Marine Corps bridge pallet, to provide engineering support for the development of the echange proposal, and to purchase 349 production units.  Work and production will be performed in Oshkosh, Wis., and work for this delivery order is expected to be completed by March 30, 2014.  This was a competitive solicitation with two offers received.  Contract funds will not expire at the end of the current fiscal year.  The Marine Corps System Command, Quantico, Va., is the contracting activity. 

            JAMCO Group III, LLC*, San Antonio, Texas, is being awarded $9,250,000 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N69450-08-D-1294) for the renovation of Building 4845 at Barksdale Air Force Base.  The work to be performed provides for partial renovation of Building 4845 and the demolition of civil engineering yard buildings.  The renovation includes office spaces, conference rooms, a break room, restrooms, work areas, lockers, storage, and new vehicle ramps for access to interior shop spaces.  The demolition includes buildings, covered storage, surrounding asphalt paving, stockpile areas, and utilities.  Work will be performed in Barksdale, La., and is expected to be completed by June 2014.  Contract funds in the amount of $9,250,000 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. 

            Old Veteran Construction*, Chicago, Ill., is being awarded $8,123,400 for firm-fixed-price task order #0009 under a previously awarded multiple award construction contract (N40083-09-D-0033) for renovations at bachelor housing units, Buildings 833 and 834 at Naval Station Great Lakes.  The work to be performed provides for the renovation of architectural, electrical, mechanical, plumbing, and fire protection systems.  All areas disturbed as the result of the renovation work will be repaired and repainted.  Work will be performed in Great Lakes, Ill., and is expected to be completed by December 2013.  Contract funds in the amount of $8,123,400 are obligated on this award and will expire at the end of the current fiscal year.  Seven proposals were received for this task order.  The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity.  

            Performance Systems, Inc.*, Waipahu, Hawaii, is being awarded $7,197,630 for firm-fixed-price task order #0019 under a previously awarded multiple award construction contract (N62478-11-D-4045) for design and repair of Headquarters Pacific Air Forces Building 1102 at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for upgrades to life safety, corrections to Americans with Disabilities Act deficiencies, replacement of deteriorated backbone infrastructure (mechanical, electrical, plumbing, communications, security etc.), improvements to energy and water use efficiency, and construction of new office interior space with new partition walls, doors, windows and glazing, ceiling and floor finishes, along with new mechanical, electrical, and plumbing, life safety, security and communications systems.  Work will be performed in Oahu, Hawaii, and is expected to be completed by October 2014.  Contract funds in the amount of $7,197,630 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, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. 

            Systems Engineering Associates Corp., Middletown, R.I., is being awarded a $7,018,864 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for hardware/firmware engineering and life cycle support, material and services for the refurbishment, installation, checkout, life cycle maintenance and repair of the Ohio-class submarine data processing subsystem Trident signal data converter CV-3325B(V)/UYK equipment.  Work will be performed in Middletown, R.I. (90 percent); Bangor, Wash. (5 percent); and King's Bay, Ga. (5 percent), and is expected to complete by September 2015.  Contract funds in the amount of $1,684,527 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Undersea Warfare Center Division, Newport, R.I., is the contracting activity (N66604-12-D-2130). 

            National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $6,652,248 modification to previously awarded contract (N00024-07-C-4013) for an extension to the period of performance for the USS Essex (LHD 2) fiscal 2012 phased maintenance availability.  A phased maintenance 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, Calif., and is expected to be completed by February 2013.  Contract funds in the amount of $6,652,248 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.  

DEFENSE LOGISTICS AGENCY

            The Boeing Co., St. Louis, Mo., was issued a modification on contract SPM400-03-D-9408/P00009.  The modification is a firm fixed price, sole source contract with a maximum $65,972,335 for B-52 aircraft hatches.  Other location of performance is Kansas.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Air Force Working Capital Funds.  The date of performance completion is Aug. 31, 2015.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla. 

            Hospira Worldwide, Inc., Lake Forest, Ill., was issued a modification exercising the seventh option year on contract SPM200-05-D-7703/P00068.  The modification is a firm fixed price, corporate exigency contract with a maximum $24,296,095 for various pharmaceutical items.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were twenty-three responses to the Web solicitation.  Type of appropriation is fical 2012 Warstopper Funds.  The date of performance completion is Sept. 30, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Valley Electric Association, Inc., Pahrump, Nev., was awarded contract SPE600-12-C-8270.  The award is a fixed price with economic price adjustment, fifty year contract with a maximum $23,651,987 for assumption of ownership, operation, and maintenance of the Electric Distribution System at Creech Air Force Base, Nev.  Other location of performance is Nevada.  Using military service is Air Force.  There were two responses to the Web solicitation.  Type of appropriation is fiscal 2012 Direct Cite Funds.  The date of performance completion is January 2063.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va. 

            The Boeing Co., St. Louis, Mo., was issued a modification on contract SPM400-03-D-9408/UN01.  The modification is a firm fixed price, sole source contract with a maximum $21,547,672 for B-52 aircraft hatches.  Other location of performance is Kansas.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Air Force Working Capital Funds.  The date of performance completion is Aug. 31, 2015.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla. 

            Nordam, Tulsa, Okla., was awarded contract SPRHA4-2-D-0001.  The award is a firm fixed price contract with a maximum $19,274,726 for aircraft doors.  There are no other locations of performance.  Using military service is Air Force.  There were fourteen solicitations with two responses.  Type of appropriation is fiscal 2012 through fiscal 2017 Air Force Working Capital Funds.  The date of performance completion is September 2017.  The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah. 

            4-County Electric Power Association, Columbus, Miss., was awarded contract SPE600-12-C-8271.  The award is a fixed price with economic price adjustment, fifty year contract with a maximum $19,201,824 for assumption of ownership, operation, and maintenance of the Electric Distribution System at Columbus Air Force Base, Miss.  Using military service is Air Force.  There were two responses to the Web solicitation.  Type of appropriation is fiscal 2012 Direct Cite Funds.  The date of performance completion is January 2063.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va. 

            Radant Technologies, Inc., Stow, Mass.*, was awarded contract SPRTA1-12-C-0151.  The award is a firm fixed price, sole source contract with a maximum $12,542,445 for Radomes.  There are no other locations of performance.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Air Force Working Capital Funds.  The date of performance completion is June 30, 2016.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla. 

            Timken Aerospace Transmission, LLC, Manchester, Conn., was awarded contract SPRRA1-12-D-0144.  The award is a firm fixed price contract with a maximum $11,018,954 for mast support base.  There are no other locations of performance.  Using military service is Army.  There were two solicitations with one response.  Type of appropriation is fiscal 2012 Army Working Capital Funds.  The date of performance completion is Sept. 28, 2015.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala. 

            BAE Systems Control, Inc., Endicott, N.Y., was awarded contract SPRTA1-12-C-0138.  The award is a firm fixed price, sole source contract with a maximum $9,975,033 for actuator remote terminals.  There are no other locations of performance.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Air Force Working Capital Funds.  The date of performance completion is Nov. 30, 2014.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla. 

TRICARE MANAGEMENT ACTIVITY

            SofTec Solutions, Inc., a Small Business Administration-certified Small Disadvantaged Business in Englewood, Colorado,is being awarded a firm-fixed price commercial services contract to provide E-Commerce Operational Systems Support (EOSS) services to the Department of Defense TRICARE Management Activity (TMA). The instant award for the base year is $6,789,678.24. The total contract value, including the base period and four (4) 1-year option periods is $32,325,116.  The E-Commerce Operational Systems Support (EOSS) contract provides technical support staff for the TRICARE Management Activity (TMA) E-Commerce program and hence includes tasks to cover the entirety of an enterprise system. This contract provides for Information Technology (IT) services to maintain, operate, and provide engineering and technical support for the TMA E-Commerce program. This contract was competitively procured using the Best Value Lowest Price Technically Acceptable Source Selection process with 13 offers received.  The TRICARE Management Activity, Aurora, Colorado, is the contracting activity (HT9402-12-C-0004).

WASHINGTON SERVICE HEADQUARTERS

            NetCentrics Corporation, Herndon, Va., is being awarded a $16,034,754 firm-fixed-price contract (HQ0034-11-D-0002) to obtain information technology operations front office support for the Office of the Secretary of Defense, Washington Headquarters Services, Washington supported organizations, and Pentagon Force Protection Agency.  Additionally, similar support for the Office of General Counsel, the Defense Legal Services Agency and the Central Adjudication facility and the Office of Military Commissions may be obtained under this task order.  Work will be performed in Alexandria, Va., Arlington, Va. with an estimated completion date of March 31, 2015.  Three bids were solicited through the Internet with two bids received.  Washington Headquarters Services is the contracting activity. 

            Black, Veatch, and Gensler Joint Venture, Overland Park, Kan., is being awarded task orders totaling $8,500,000 as part of an Indefinite Delivery, Indefinite Quantity contract (HQ0034-12-D-0011) to provide architectural and engineering services, to include energy studies and construction design, at the Pentagon and Raven Rock Mountain Complex.  Work will be performed in Arlington, Va., and Fairfield, Pa., with an estimated completion date of Aug. 8, 2017.  The bid was solicited through the Internet with fifteen bids received. 

 *Small Business 

CORRECTION

AIR FORCE

            United Technologies Corp., Military Engines Division, East Hartford, Conn., (FA8626-12-D-2063) is being awarded an $817,906,815 contract for install and spare F117-PW-100 engines.  The location of the performance is East Hartford, Conn.  Work is expected to be completed by Dec. 31, 2014.  The contracting activity is AFLCMC/LPAK, Wright-Patterson Air Force Base, Ohio.  The contract is for unclassified foreign military sales and foreign military sales customers are to be determined.  The anticipated Foreign Military Sales dollar amount is 84 percent of the maximum.

NAVY

            Contract awarded Sept. 26, 2012 to STARA Technologies, Inc.,* Gilbert, Ariz., (N68335-12-C-0314) should have read the work to be performed in Gilbert, Ariz., as 73 percent.