Contracts for October 01, 2012

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

10/01/2012 05:06 PM CDT


FOR RELEASE AT
5 p.m. ET
No. 787-12
October 01, 2012


CONTRACTS

DEFENSE LOGISTICS AGENCY

            The Wornick Co., Cincinnati, Ohio, was awarded contract SPM3S1-13-D-Z186.  The award is a fixed price with economic price adjustment contract with a maximum $849,228,192 for unitized group rations.  There are no other locations of performance.  Using military services are Army and Marine Corps.  There were three responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2017.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Ameriqual Group L.L.C., Evansville, Ind., was awarded contract SPM3S1-13-D-Z187.  The award is a fixed price with economic price adjustment contract with a maximum $849,228,192 for unitized group rations.  There are no other locations of performance.  Using military services are Army and Marine Corps.  There were three responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2017.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Sopakco Packaging, Mullins, S.C.*, was awarded contract SPM3S1-13-D-Z188.  The award is a fixed price with economic price adjustment contract with a maximum $849,228,192 for unitized group rations.  There are no other locations of performance.  Using military services are Army and Marine Corps.  There were three responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2017.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Buddy's Produce, Oklahoma, Okla.*, was awarded contract SPM300-12-D-S142/R142.  The award is a fixed price with economic price adjustment contract with a maximum $15,783,252 for fresh fruit and vegetable support.  There are no other locations of performance.  Using services are Department of Agriculture Schools and Indian Reservations.  There were seventeen solicitations with three responses.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Oct. 1, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Carter Enterprises L.L.C., Brooklyn, N.Y.*, was issued a modification exercising the second option year on contract SPM1C1-10-D-1079/P00009.  The modification is a firm-fixed-price contract with a maximum $6,622,200 for universal camouflage pattern mechanics coveralls.  There are no other locations of performance.  Using military services are Army, Navy, and Air Force.  There were eight responses to the Web solicitation.  Type of appropriation is fiscal 2012 and fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Oct. 29, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            GoFresh Tulsa Fruit, Tulsa, Okla.*, was awarded contract SPM300-12-D-P142.  The award is a fixed price with economic price adjustment contract with a maximum $6,516,632 for fresh fruit and vegetable support.  There are no other locations of performance.  Using military services are Army, Navy, Air Force, and Marine Corps.  There were seventeen solicitations with five responses.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Oct. 1, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Atlantic Diving Supply, Virginia Beach, Va.,* was awarded contract SPM2D1-12-D-8208. The award is a fixed price with economic price adjustment, indefinite delivery indefinite quantity contract with a maximum $39,040,297 for defibrillator items and related accessories. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were seventy-five responses to the FedBizOpps solicitation. Type of appropriation is fiscal 2013 Defense Working Capital Funds. The date of performance completion is Sept. 29, 2017. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

U.S. TRANSPORTATION COMMAND

            Federal Express Charter Programs Team, Memphis, Tenn., (HTC711-13-D-CC02) is being awarded an award for an estimated maximum award of $434,381,284 with a minimum guarantee of $197,589,420.  Team members include: Air Transport International L.L.C., Little Rock, Ark.; Atlas Air, Inc., Purchase, N.Y.; Delta Air Lines, Inc., Atlanta, Ga.; Federal Express Corp., Memphis Tenn.; Polar Air Cargo Worldwide Inc., Purchase, N.Y.; and MN Airlines L.L.C. (DBA Sun Country Airlines), Mendota Heights, Minn.  

            Alliance Contractor Team, Leesburg, Va., (HTC711-13-D-CC01) is an estimated maximum award of $400,628,376.55 with a minimum guarantee of $186,984,658.  American Airlines, Inc., Ft. Worth, Texas; Evergreen International Airlines Inc., McMinnville, Ore.; North American Airlines Inc., Jamaica, N.Y.; Ryan International Airlines Inc., Rockford, Ill.; US Airways Inc., Phoenix, Ariz.; World Airways Inc., Peachtree City, Ga.; Lynden Air Cargo L.L.C., Anchorage, Alaska, with an estimated guarantee of $15,353,604 (HTC711-13-D-CC07); and National Air Cargo Group, Inc., (DBA National Airlines) of Ypsilanti, Mich., with an estimated maximum award of $12,969,432 and a minimum guarantee of $4,347,220 (HTC711-13-D-CC08) are being awarded firm, fixed-price contracts for international airlift services.  Carriers receiving awards are part of the Department of Defense Civil Reserve Air Fleet program. Work will be performed at worldwide locations, and is expected to be completed September 2013.  Contract funds will expire at the end of the current fiscal year.  There were 28 proposals received.  The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill. 

            Patriot Team, Tulsa, Okla., (HTC711-13-D-CC04) is being awarded an estimated maximum award of $444,706,787 with a minimum guarantee of $218,052,138.  Team members include: ABX Air Inc., Wilmington, Ohio; JetBlue Airways Corp., Long Island City, N.Y.; Kalitta Air, Ypsilanti, Mich.; Northern Air Cargo, Anchorage, Alaska; Omni Air International Inc., Tulsa, Okla.; Sky Lease I, Greensboro, N.C.; Southern Air Inc., Norwalk, Conn.; United Airlines Inc., Elk Grove Village, Ill.; and United Parcel Service, Louisville, Ky.  

            Science Applications International Corp., McLean, Va., is being awarded $12,724,053 cost plus award fee task order modification for Option Period Three for AT21 business process management services in support of U.S. Transportation Command.  Work will be performed at Scott Air Force Base, Ill., and is expected to be completed Sept. 30, 2013.  Contract funds will expire at the end of fiscal year 2013.  The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HC1028-08-D-2025). 

            Kalitta Charters L.L.C., Ypsilanti, Mich., will be awarded a $12,711,603 option for the third year of a fixed-price indefinite delivery/indefinite quantity contract for the air transportation of human remains.  Missions will normally originate from Dover Air Force Base, Del., but in some instances may originate from other locations.  Flight coverage includes the continental U.S.; Alaska; Canada; Mexico; Puerto Rico; Jamaica; U.S. Virgin Islands, and other North American countries agreed upon.  Contract is expected to be completed Sept. 30, 2013.  Contract funds will expire at the end of the current fiscal year.  The contract resulted from a 100 percent small business set aside acquisition with four proposals received. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-11-D-R004, Delivery Order 0003). 

            CAV International Inc., Greenville, S.C., is being awarded a $14,667,798 fixed-price modification.  This contract modification will fund option year three to provide continuing Air Terminal and Ground Handling Services on behalf of Air Mobility Command in support of the Department of Defense Airlift System at Kuwait International Airport/Abdullah Al Mubarak Airbase, Kuwait, and will be completed September 2013.  Contract funds will expire at the end of the current fiscal year.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-10-C-S002).

            SRA International Inc., Fairfax, Va., is being awarded two contracts.  The first is an $11,227,816 fixed-price task order modification for Option Period One for software systems development and sustainment.  Work will be performed at Fairfax, Va., and is expected to be completed Sept. 30, 2013 (HC1028-08-D-2026).  The second is an $11,220,543 labor-hour task order modification for Option Period Four for enterprise support services.  Work will be performed at Scott Air Force Base, Ill., and SRA facilities in O'Fallon, Ill., Fairfax, Va., and Alexandria, Va., and is expected to be completed Sept. 30, 2013 (HTC711-09-F-0005).  Contract funds for both will expire at the end of fiscal year 2013.  The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.           

            Agile Defense Inc., Fairfax, Va., is being awarded an estimated $9,332,973 fixed-price, labor hour, and cost task order modification for Option Period One for customer services support: service support.  Work will be performed at Scott Air Force Base, IL and is expected to be completed Sept. 30, 2013.  Contract funds will expire at the end of fiscal year 2013. The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-11-F-D051). 

            Harris IT Services Corp., Dulles, Va., is being awarded an $8,616,644 fixed-price and labor-hour task order modification for Option Period One for information technology (IT) support of selected U.S. Transportation Command's Command, Control, Communications and Computer (C4) systems and support functions.  Work will be performed at Scott Air Force Base, Ill.,  and St. Louis, Mo, and is expected to be completed Sept. 30, 2013.  Contract funds will expire at the end of fiscal year 2013.  The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (W91QUZ-07-D-0001). 

            JAR Assets Inc., of Mandeville, La., is being awarded a $7,003,000 fixed-price modification for Option Year Two to provide dedicated fuel transportation service by tug and barge.  Work will be performed at various U. S. ports and points on the Gulf of Mexico and the Lower Mississippi River and their connecting waterways and tributaries.  Work is expected to be completed Sept. 30, 2013.  Contract funds will expire at the end of the current fiscal year.  The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-11-C-W001). 

            IBM Corp., Fairfax, Va., is being awarded a $6,670,632 labor hour task order modification for Option Period Four for Distribution Portfolio Management (DPfM) services which provides expertise and technical support for complex, direct near- and long-term  strategic, functional, and operational planning capabilities, policies, processes, architectures, performance metrics, systems, and standards.  Work will be performed at Scott Air Force Base, Ill., and is expected to be completed June 14, 2013.  Contract funds will expire at the end of fiscal year 2013.  The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-07-D-0011). 

NAVY

            Electric Boat Corp., Groton, Conn., is being awarded a $100,444,236 modification to previously awarded contract (N00024-10-C-2118) to exercise an option for continued lead yard services for the Virginia-class submarine program.  Work will be performed in Groton, Conn. (93 percent), Newport, R.I. (1 percent), and Newport News, Va. (6 percent), and is expected to be completed by September 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, DC, is the contracting activity. 

            Honeywell Technology Solutions Inc., Jacksonville, Fla., is being awarded a not-to-exceed $41,892,665 cost-plus-award-fee task order under a previously awarded contract (M67004-09-D-0020) for prepositioning and Marine Corps logistics support service for Blount Island Command.  Work will be performed in Jacksonville, Fla., and is expected to be completed in September 2013.  Contract funds will expire at the end of the current fiscal year.  U. S. Marine Corps, Blount Island Command, Jacksonville, Fla., is the contracting activity. 

            John C. Grimberg Co., Inc., Rockville Md., was awarded a $20,325,000 firm-fixed-price task order #0022 on September 29 under a previously awarded multiple award construction contract (N40080-10-D-0492) to renovate Building 9 (B9), Federal Bureau of Investigation (FBI) Academy at Marine Corps Base, Quantico.   The work to be performed provides for the design/build of the FBI B9 cafeteria project located at the FBI Academy for the partial renovation and construction of several additions to B9 on the FBI Quantico Complex.  The project will replace 2 chillers, 16 air handlers and 43 fan coil units.  The project includes design and build a temporary kitchen server and dining facility while B9 is under renovation, remove and install a new curtain wall storefront, masonry repairs and restoration and 100 percent sprinklered building.  Work will be performed in Quantico, Va., and is expected to be completed by April 2014.  Contract funds in the amount of $20,325,000 are obligated on this award and expired at the end of fiscal year 2012.  Four proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington DC, is the contracting activity. 

            Raytheon Network Centric Systems, St. Petersburg, Fla., is being awarded a $20,334,000 not-to-exceed firm-fixed-price letter contract for Cooperative Engagement Capabilities (CEC) production during fiscal years 2012-2013.  CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units.  Work will be performed in St. Petersburg, Fla. (90 percent) and Largo, Fla. (10 percent), and is expected to be completed by September 2014.  Funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Sea Systems Command, Washington, DC, is the contracting activity (N00024-12-C-5231). 

            Huntington Ingalls Inc., Pascagoula, Miss., is being awarded an $11,626,843 cost-plus-fixed-fee modification to previously awarded contract (N00024-06-C-2304) to exercise an option for fiscal year 2013 class services in support of class product fabrication, delivery, engineering, and engineering support of the DDG 1000 Zumwalt class destroyer.  Work will be performed in Pascagoula, Miss. (95 percent), and Gulfport, Miss. (5 percent), and is expected to be completed by July 2013.  Funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, DC, is the contracting activity. 

            American Operations Corporation Support Services L.L.C.*, Chantilly, Va., was awarded on Sept. 30, 2012, an $11,491,814 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-08-D-2307), to exercise option four for Base Operating Support services at the Naval Air Facility El Centro.  The work to be performed provides for management, administrative services, utilities system maintenance, building and structures maintenance, heating, ventilation and air conditioning, refrigeration and compressed air equipment maintenance, transportation services, pest control services, ground electronics maintenance and services, transient aircraft services, supply services, welfare and recreation maintenance services, swimming pool operation and maintenance, combined bachelor housing, grounds maintenance, minor construction, support equipment maintenance services, and environmental services.  The total contract amount after exercise of this option will be $58,150,911.  Work will be performed in El Centro, Calif., and work is expected to be completed September 2013.  Contract funds will not expire at the end of fiscal year 2012.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity. 

            InterSystems Corp., Cambridge, Mass., is being awarded a $9,535,080 firm-fixed-price, commercial contract to provide sustainment for software database upgrades and technical assistance of the proprietary software cache and legacy digital standard multi-user multi-processor software for the Department of Defense (DoD) Composite Health Care System.   The work will be performed at DoD Medical Treatment Facilities and Cambridge, Mass., and is expected to be completed by September 2013.  Contract funds will expire at the end of the current fiscal year.  This contract was procured on a sole-source basis under the authority of 10 U.S.C. 2304(c)(1).  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-13-C-3301). 

            Lockheed Martin Corp., Mission Systems and Sensors, Washington, DC, was awarded an $8,486,259 modification on Sept. 28, 2012, to definitize exiting contract (N00024-12-G-4329) for LCS 1 variant fiscal year 2013 engineering support services.  The contractor shall provide technical library services, logistics and technical data and documentation, quality management services for preparation of test and inspection requirements of authorized work, perform quality assurance inspection, collect and analyze test data and review each accomplished work item and determine impact on capital, facilities, manpower, and material to develop consistency and standardization for follow on availabilities.  Work will be performed in San Diego, Calif., and is expected to be completed by September 2013.  Contract funds in the amount of $8,486,259 expired at the end of fiscal year 2012.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity. 

            Lockheed Martin Corp., Mission Systems and Sensors, Washington, DC, was awarded a $7,512,871 modification on Sept. 28, 2012, to definitize previously awarded contract (N00024-12-G-4329) for LCS 1 variant fiscal year 2013 planned maintenance support.  Work will be performed in San Diego, Calif., and is expected to complete by September 2013.  Contract funds in the amount of $7,512,871 expired at the end of fiscal year 2012.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity. 

            General Dynamics Bath Iron Works, Bath, Maine, was awarded a $7,040,684 modification on Sept. 28, 2012, to definitize existing contract (N00024-12-G-4330) for LCS 2 variant fiscal year 2013 engineering support.  The contractor shall provide technical library services, logistics and technical data and documentation, quality management services for preparation of test and inspection requirements of authorized work, perform quality assurance inspection, collect and analyze test data and review each accomplished work item and determine impact on capital, facilities, manpower, and material to develop consistency and standardization for follow on availabilities.  Work will be performed in San Diego, Calif., and is expected to be completed by September 2013.  Contract funds in the amount of $7,040,684 expired at the end of fiscal year 2012.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity. 

AIR FORCE

            B3H Corp., Dayton, Ohio., (FA8100-12-D-0003) 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.  

            DynCorp International L.L.C., Fort Worth, Texas, (FA4890-08-C-0004) is being awarded a $61,205,788 firm-fixed-price, cost plus award fee with const reimbursable line items contract for logistics support of war reserve materials resources.  The location of the performance are Shaw Air Force Base, S.C.; Langley Air Force Base, Va.; Thumrait, Oman; Masirah, Oman; Qatar; Kuwait; Al Dhafra, United Arab Emirates and Manama, Bahrain.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKB, Langley Air Force Base, Va. 

            Alion Science and Technology Corp., Burr Ridge, Ill., (FA4600-06-D-0003) is being awarded a $48,320,075 cost plus fixed fee contract for developing advanced processes for detached operations.  The location of the performance is Rome, N.Y.  Work is expected to be completed by Sept. 28, 2015.  The contracting activity is ESG/PKS, Offutt Air Force Base, Neb.  

            DynCorp International L.L.C., Fort Worth, Texas, (FA3002-09-C-0024) is being awarded a $36,606,354 modification to contract for aircraft maintenance.  The location of the performance is Sheppard Air Force Base, Texas.  Work is expected to be completed by Sept. 30, 2016.  The contracting activity is 82 CONS/LGCA, Sheppard Air Force Base, Texas.  

            Exelis Systems Corp., Newport News, Va., (FA4890-08-C-0005, P00087) is being awarded a $35,794,575 contract modification to provide air and surface surveillance capability in support of Department of Defense's (DoD) Counterdrug Program and North American Aerospace Defense Command's (NORAD) air sovereignty mission.  The location of the performance is Yuma, Ariz.; Fort Huachuca, Ariz.; Deming, N.M.; Marfa, Texas; Eagle Pass, Texas; Rio Grande City, Texas; Cudjoe Key, Fla.; Lajas, Puerto Rico and Newport News, Va.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKCC, Langley Air Force Base, Va. 

            L-3 Communications Systems Co. /Interstate Electronics Corp., Anaheim, Calif., (FA8807-12-C-0011) is being awarded a $31,882,577 research, development, test and engineering contract for Military GPS user equipment Increment 1 technology development.  The location of the performance is Anaheim, Calif.  Work is expected to be completed by Oct. 30, 2014.  The contracting activity is SMC/PKP, Los Angeles Air Force Base, Calif. 

            Crew Training International Inc., Memphis, Tenn., (FA4890-08-C-0006, P00074) is being awarded a $26,629,629 fixed price with cost-reimbursable line items for the MQ-1/MQ-9 contract aircrew training and courseware development for personnel is support of unmanned aircraft systems operations. The location of the performance is Creech Air Force Base, Nev.; Holloman Air Force Base, N.M.; March Air Reserve Base, Calif.; and Hancock Air Reserve Base, N.Y.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKB, Langley Air Force Base, Va. 

            Exelis Systems Corp., Colorado Springs, Colo., (FA4890-07-C-0007) is being awarded a $20,000,000 contract modification for base operation services at FOL-Curacao.  The location of the performance is FOL-Curacao.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKBA, Langley Air Force Base, Va.

            Defense Support Services L.L.C., Mount Laurel, N.J., (FA3002-09-C-0003, A00049) is being awarded a $17,716,099 firm-fixed-price contract for civil engineering services at Sheppard Air Force Base, Texas.  The location of the performance is Sheppard Air Force Base, Texas.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is 82nd Contracting Squadron/LGCN, Sheppard Air Force Base, Texas. 

            M1 Support Services, Denton, Texas, (FA4890-11-C-0005, P00025) is being awarded a $16,070,194 contract modification for T-38 support for the T-38 companion trainer program.  The location of the performance is Beale Air Force Base, Calif.; Holloman Air Force Base, N.M., Langley Air Force Base, Va.; Tyndall Air Force Base, Fla.; and Whiteman Air Force Base, Mo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKCA, Langley Air Force Base, Va.  

            Defense Support Services L.L.C., Marlton, N.J., (FA4890-09-C-0004, P00089) is being awarded a $14,550,074 contract modification for ACC AMIC contracting and program management.  The location of the performance is Tyndall Air Force Base, Fla., and Holloman Air Force Base, N.M.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKCA, Langley Air Force Base, Va.  

            Canadian Commercial Corp., Ottawa, Ontario, Canada, (HTC711-10-D-R001-0004) is being awarded a $14,396,096 contract modification for rotary wing airlift services for the North Warning System.  The location of the performance is arctic region of Canada.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKB, Langley Air Force Base, Va.  

            The Bionetics Corp., Yorktown, Va., (FA4890-10-D-0001) is being awarded a $13,104,407 contract modification for precision measurement equipment laboratory services.  The location of the performance is Barksdale Air Force Base, La.; Beale Air Force Base, Calif.; Cannon Air Force Base, N.M.; Dyess Air Force Base, Texas; Ellsworth Air Force Base, S.D.; Minot Air Force Base, N.D.; Moody Air Force Base, Ga.; Offutt Air Force Base, Neb.; RAF Feltwell, United Kingdom and Whiteman Air Force Base, Mo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKBA, Langley Air Force Base, Va.  

            L3 Communications Vertex Aerospace L.L.C., Madison, Miss., (FA3002-11-C-0001, A00021) is being awarded a $12,111,176 contract modification for trainer maintenance services.  The location of the performance is Sheppard Air Force Base, Texas, and Naval Air Station Pensacola, Fla.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is 82 CONS/LGCA, Sheppard Air Force Base, Texas.  

            Telecommunication Support Services Inc., Melbourne, Fla., (FA4890-09-C-0009, P00045) is being awarded a $10,346,342 contract modification for services under the Mobile Air Surveillance System. The location of the performance are locations in Colombia, Netherlands Antilles, Florida and Costa Rica, Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKCB, Langley Air Force Base, Va.  

            PKL Services Inc., Poway, Calif., (FA4897-12-C-2004) is being awarded a $9,733,688 firm-fixed-price contract for Republic of Singapore aircraft maintenance and operation services.  The location of the performance is Mountain Home Air Force Base, Idaho.  Work is expected to be completed by Sept. 30, 2017.  The contracting activity is 366 CONS/LGCA1, Mountain Home Air Force Base, Idaho.  Contract involves foreign military sales to the Republic of Singapore. 

            CC Distributors, Corpus Christi, Texas, (FA2823-11-D-0008, P00005) is being awarded a $9,000,000 fixed price with material reimbursable contract for a simplified method for authorized civil engineer personnel and self-help customers to purchase materials, equipment and supplies.  The location of the performance is Eglin Air Force Base, Fla.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFTC PZI/PZIOA, Eglin Air Force Base, Fla.  

            Alutiiq Business Services L.L.C., Anchorage, Ala., (FA4890-09-C-0002, P00035) is being awarded a $8,176,045 contract modification to provide management of customer service, personnel systems management, awards and decorations, passport services and processing and information management/client systems administrator services for ten air combat command and three Air Force strike command installations.  The location of the performance is Barksdale Air Force Base, La.; David-Monthan Air Force Base, Ariz.; Dyess Air Force Base, Texas; Ellsworth Air Force Base, S.D.; Holloman Air Force Base, N.M.; Langley Air Force Base, Va.; Minot Air Force Base, N.D.; Moody Air Force Base, Ga.; Mountain Home Air Force Base, Idaho; Nellis Air Force Base, Nev.; Seymour-Johnson Air Force Base, N.C.; Shaw Air Force Base, S.C.; and Whiteman, Mo.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKCC, Langley Air Force Base, Va.  

            Kuhana Associates L.L.C., Honolulu, Hawaii, (FA4877-10-D-0001, P00019) is being awarded a $7,769,823.20 firm-fixed-price contract for clinical support services.  The location of the performance is Davis-Monthan Air Force Base, Ariz.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is 355 CONS/MSCAB, Davis-Monthan Air Force Base, Ariz.  

            C2 Technologies Inc., Vienna, Va., (FA4890-08-C-0007, P00041) is being awarded a $6,860,952 firm-fixed-price with cost reimbursable for travel and reproduction costs contract for EC-130H/A-10 contract aircrew training and courseware development services.  The location of the performance is Davis-Monthan Air Force Base, Ariz. and Moody Air Force Base, Ga.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is ACC AMIC/PKB, Langley Air Force Base, Va. 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

            Lockheed Martin Corp., Orlando, Fla., is being awarded $16,565,914 modification to a cost plus fixed fee contract (HR0011-09-C-0096).  This modification was issued under the joint DARPA/ONR Long Range Anti-Ship Missile (LRASM) demonstration program.  This modification adds additional effort to perform risk reduction enhancements in advance of the upcoming flight test of the air launch LRASM A version.  Work will be performed in Orlando, Fla. (97.97%); Crestview, Fla. (1.40%); Santa Clarita, Calif. (0.63%); and Bothell, Wash. (.003%).  The work is expected to be completed by Sept. 13, 2013.  The Defense Advanced Research Projects Agency is the contracting activity. 

*Small Business