Contracts for September 20, 2013

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

09/20/2013 05:01 PM CDT


FOR RELEASE AT
5 p.m. ET
No. 674-13
September 20, 2013


CONTRACTS

 

MISSILE DEFENSE AGENCY

 

Lockheed Martin Space Systems Company, Sunnyvale, Calif., has been awarded a $3,920,739,507 contract modification to a previously awarded fixed-price-incentive-firm contract (HQ0147-07-C-0196) for production of both U.S. government (USG) and exportable Foreign Military Sales (FMS) Terminal High Altitude Area Defense (THAAD) Interceptors plus associated equipment to the United Arab Emirates. Work will be managed in Sunnyvale, Calif., with performance in Troy, Ala.; Huntsville, Ala.; and Camden, Ark. Deliveries will begin in fiscal year 2015 and complete in fiscal year 2019. This modification definitizes the USG Lot 4, and awards a priced option for Lot 5. This action includes production effort to deliver exportable FMS THAAD Interceptors and a priced option (Letter of Offer and Acceptance Amendment 01) for delivery to UAE. It includes the manufacturing and delivery of a maximum 110 USG Interceptors pending execution of all options, 192 FMS THAAD Interceptors, 16 FMS Single Missile Round Containers, and 16 FMS THAAD Active Leak Sensor Systems. Fiscal 2012 and 2013 procurement funds in the amount of $862,410,758 and FMS case funds in the amount of $2,705,632,696 will fund this award. In addition, this award includes a fiscal 2014 priced option for the USG for the maximum amount of $352,696,053 to be exercised no later than Dec. 31, 2013. The Missile Defense Agency, Huntsville, Ala., is the contracting activity.


ARMY

 

PAR Government Systems Corp.*, Rome, N.Y., was awarded an $85,000,000 cost-plus-fixed-fee, non-option-eligible, non-multi-year contract in support of operations. This award has been approved on an other than full and open competition basis pursuant to the authority of 10 U.S.C. 2304(c)(6), National Security. Performance location and funding will be determined with each order. This contract was a non-competitive acquisition with one bid received. The U.S. Army Contracting Command - Natick Division, Natick, Mass., is the contracting activity (W911QY-13-D-0100).

 

Raytheon Co., Marlborough, Mass., was awarded a $79,300,000 cost-plus-fixed-fee, non-option-eligible, multi-year services contract to provide technical support services to assist the Product Management Office for Air Traffic Control Systems and the Communication-Electronics Command, Logistics Readiness Center with life cycle management support for 39 air traffic navigation, integration and coordination systems and 21 fixed base precision approach radar systems and equipment. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Contracting Command - Aberdeen Proving Ground, Aberdeen, Md., is the contracting activity (W15P&T-13-D-E023).

 

New World Solutions Inc.*, Herndon, Va., was awarded a $35,748,885 cost-plus-fixed-fee, non-option-eligible, non-multi-year contract to provide the National Guard Intelligence Center with applied remote sensing image science support. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with five bids received. The U.S. Army Intelligence and Security Command (Charlottesville), Charlottesville, Va., is the contracting activity (W911W5-13-D-0001).

 

Cox Construction*, Vista, Calif., was awarded a $21,899,000 firm-fixed-price, non-option-eligible, multi-year contract for single construction of the maneuver area training and equipment site at Fort Irwin, Calif., for the California National Guard. Performance locations will be Fort Irwin, Calif., with funding from fiscal 2013 military construction funds. This contract was a competitive acquisition via the web with eight bids received. The National Guard Bureau - California, San Luis Obispo, Calif., is the contracting activity (W912LA-13-C-0003).

 

ABM Government Services, Hopkinsville, Ky. (W560MY-13-D-0007); Apro International Inc., Vienna, Va. (W560MY-13-D-0008); CACI Dynamic Systems Inc., Chantilly, Va. (W560MY-13-D-0009), were awarded a $17,014,891 time-and-materials, option-eligible, non-multi-year multiple award, indefinite-delivery/indefinite-quantity contract to provide operational contracting support for vital supplies, services and construction to U.S. Central Command Acquisition Support Services. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with five bids received. The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity.

 

Banyan Biomarkers Inc.*, Alachua, Fla, was awarded a $12,950,816 cost-plus-fixed-fee, non-option-eligible, multi-year contract modification (P00015) of contract (W81XWH-10-C-0251) for a within scope increase to develop a mild/moderate traumatic brain injury assay for use on the Johnson & Johnson/Ortho Clinical Diagnostics VITROs(r) MicroWell device to analyze clinical trial samples. Performance locations will be Rochester, N.Y., Alachua, Fla., and Carlsbad, Calif., with funding from fiscal 2012 and 2013 research development testing and evaluation funds. This contract was a non-competitive acquisition with one bid received. The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity.

 

Northrop Grumman, Herndon, Va., was awarded a $9,222,563 cost-plus-incentive-fee, option-eligible, multi-year contract modification (P00021) of contract (W31P4Q-12-C-0029) for the requirement to the intercept install capability to Forward Operating Base 101 in Operation Enduring Freedom. This is in support of foreign military sales to Afghanistan. Performance locations will be Huntsville, Ala., and Afghanistan, with funding from fiscal 2013 operations and maintenance, Army funds. This contract was a non-competitive acquisition with one bid received. The U.S. Army Contracting Command - Redstone Arsenal (Missile), Redstone Arsenal, Ala., is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Mylan Specialty, Basking Ridge, N.J., has been awarded a maximum $62,620,232 modification (P00003) exercising the first option-year period of a one-year base contract (SPM2D0-12-D-0020) with seven one-year option periods for epinephrine auto-injectors. The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is New Jersey with a Sept. 26, 2014, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 

Innovation Associates*, Johnson City, N.Y., has been awarded a maximum $48,750,000 fixed-price with an economic-price-adjustment contract for pharmacy automation systems to include robotic dispensers, cabinets, workstations, hardware, and software. This is a five year base contract with no option year periods. This contract was a competitive acquisition and 43 offers were received. Location of performance is New York with a Sept. 16, 2018, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2D1-13-D-8302).

 

Johnson & Johnson Health Care Systems Inc., on behalf of Ethicon, Piscataway, N.J., has been awarded a maximum $42,095,798 modification (P00014) exercising the fifth option year period of a one year base contract (SPM2D0-08-D-0256) with seven one-year option periods for various medical and surgical products. The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is New Jersey with a Sept. 24, 2014, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 

FreshPack Produce Inc.*, Denver, Colo., has been awarded a maximum $37,213,064 modification (P00200) exercising the first option-year period of an 18-month base contract (SPM300-12-D-S114) with two 18-month option periods for full-line fresh fruit and vegetable support. The contract is a fixed-price with an economic-price-adjustment, indefinite-quantity contract. Location of performance is Colorado with an April 15, 2015, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2013 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 

United Technologies Corp., doing business as Pratt & Whitney, East Hartford, Conn., has been awarded a minimum $23,556,930 firm-fixed-price, sole-source contract for replenishment spares of F100 aircraft engine fan rotors. Location of performance is Connecticut with an Aug. 30, 2015, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Air Force working capital funds. The contracting activity is the Defense Logistics Aviation, Tinker Air Force Base, Okla.; (N00383-12-G-001M-UN92).

 

EFW Inc., Fort Worth, Texas, has been awarded a maximum $19,824,724 firm-fixed-price, undefinitized contract for multi-purpose color display replacement. This is a five year base, sole-source contract. Location of performance is Texas and Israel, with a September 2018 performance completion date. Using military services is Navy. Type of appropriation is fiscal 2013 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-13-G-004X-1000).

 

Pratt & Whitney Military Engines, East Hartford, Conn., has been awarded a minimum $19,400,643 firm-fixed-price, sole-source contract for F100 aircraft engine spare part-diffuser case. Location of performance is Connecticut with a June 2017 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Air Force working capital funds. The contracting activity is the Defense Logistics Aviation, Tinker Air Force Base, Okla., (N00383-12-G-001M-UN91).

 

Pratt & Whitney Military Engines, East Hartford, Conn., has been awarded a minimum $14,078,493 firm-fixed-price, sole-source contract for F100 aircraft engine spare-part diffuser case. Location of performance is Connecticut with a February 2016 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Air Force working capital funds. The contracting activity is the Defense Logistics Aviation, Tinker Air Force Base, Okla., (N00383-12-G-001M-UN99).

 

Pratt & Whitney Military Engines, East Hartford, Conn., has been awarded a minimum $13,785,252 firm-fixed-price, sole-source contract for F100 aircraft engine spare-part rotor. Location of performance is Connecticut with a February 2016 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Air Force working capital funds. The contracting activity is the Defense Logistics Aviation, Tinker Air Force Base, Okla., (N00383-12-G-001M-UN87).

 

Burlington Apparel Fabrics, division of Burlington Industries LLC, Greensboro, N.C., has been awarded a maximum $9,552,000 modification (P00001) exercising the first option-year period of a one-year base contract (SPM1C1-12-D-1072) with four one-year option periods for poly/wool serge cloth. The contract is a firm-fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Locations of performance are North Carolina and Pennsylvania with a Sept. 26, 2014, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 

Camel Manufacturing Co.**, Pioneer, Tenn., has been awarded a maximum $7,482,250 fixed-price with an economic-price-adjustment contract for frame type expandable tents. Location of performance is Tennessee with a Sept. 20, 2014, performance completion date. This contract was a competitive acquisition and two offers were received. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-13-D-1069).

 

NAVY

 

General Dynamics Information Technology, Fairfax, Va., is being awarded a $48,759,323 firm-fixed-priced, indefinite-delivery contract for the modernization of U.S. Marine Corps Range Training Systems (RTSs), providing for production, test, installation, and delivery of the RTSs, in support of Program Manager Training Systems, Orlando, Fla. The contractor shall perform a mix of systems and logistics engineering, design, development and systems integration, and training and installation of the systems, for use at Marine Corps training ranges worldwide. Work will be performed in Fairfax, Va., and is expected to be completed by September 2016. No funds will be obligated at the time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was competitively procured via Federal Business Opportunities website, with four offers received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-13-D-7803).

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $46,018,410 modification to the previously awarded F-35 Lightning II low rate initial production Lot VI advance acquisition contract (N00019-11-C-0083). This modification provides for the non-recurring technical efforts for manufacturing technology transfer and planning tasks required to ensure a manufacturing base with sufficient technical knowledge is established to support F-35 production requirements. Work will be performed in El Segundo, Calif. (50 percent); Fort Worth, Texas (24 percent); Samlesbury, United Kingdom (20 percent); Nashua, N.H. (2.6 percent); San Diego, Calif. (1.5 percent); Palmdale, Calif. (1.2 percent); Marietta, Ga. (.3 percent); Orlando, Fla. (.2 percent); Amityville, N.Y. (.1 percent); and Laval, Canada (.1 percent), and is expected to be completed in June 2013. Fiscal 2011 aircraft procurement, Navy and international partner funding funds in the amount of $46,018,410 will be obligated at time of award, $36,428,426 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $20,461,696 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0002) for the procurement and delivery of electronic components needed to support F-35 production and sustainment requirements due to current diminishing manufacturing sources. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2013. Fiscal 2011 aircraft procurement, Navy and aircraft procurement, Air Force funds, fiscal 2013 operations and maintenance, Navy funds and operations and maintenance, Navy funds in the amount of contract funds in the amount of $20,461,696 will be obligated at time of award, $13,685,825 of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($9,252,671); U.S. Navy and Marine Corps ($23,752,211); and international partners ($6,775,872). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 

DPR Hardin Construction Company, LLC/Whitesell-Green Inc., Joint Venture, Atlanta, Ga., is being awarded $20,195,000 for firm-fixed-price task order #0003 under a multiple award construction contract for design, construction and renovations of Bachelor Quarters at Naval Station Norfolk, Va. The work to be performed provides for the renovation for bachelor housing facilities to meet current code requirements: install sprinkler system; replace fire alarm system; and refurbish stairway railings and stair treads. The project will provide for painting, retrofitted to conform to anti-terrorism/force protection provisions and will include sustainable design features. Work will be performed in Norfolk, Va., and is expected to be completed by December 2014. Fiscal 2013 operations and maintenance, Navy funds in the amount of $20,195,000 are being obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (contract number N40085-10-D-5333).

 

CNMS, Joint Venture, Honolulu, Hawaii, is being awarded $18,066,075 for firm-fixed-price task order HC02 under a multiple award construction contract (N62742-10-D-1306) for design and repair of Headquarters Pacific Air Forces Building 1102 at Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed will include demolition, abatement, and replacement of aging mechanical, electrical, plumbing and communications infrastructure. It also includes construction of new architectural office layout, circulation hallways/egress paths, and restrooms fitted with new interior finishes, fixtures and equipment consistent with the approved building standards. In addition new fire alarm and fire suppression systems will be installed. Work will be performed in Oahu, Hawaii, and is expected to be completed by April 2015. Fiscal 2013 operations and maintenance, Navy and Air Force funds in the amount of $18,066,075 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, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

 

General Dynamics, SATCOM Technologies Inc., Duluth, Ga., is being awarded a $15,093,132 fixed-price, indefinite-delivery/indefinite-quantity contract to produce and deliver up to 80 each Ku-Band terminals, Ka-Band conversion kits and X-Band conversion kits for the Naval Air Warfare Center Aircraft Division, Special Communications Requirements Division (SCRD). The SCRD has been tasked by the National Guard Bureau (NGB) to install, test and evaluate the satellite communications on the move technologies in support of the NGB's advanced liaison response vehicle. Work will be performed in Duluth, Ga., and is expected to be completed in September 2016. Fiscal 2012 other procurement, Army and procurement, Marine Corps funds in the amount of $6,938,112 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-D-0032).

 

A&D GC Inc.*, Santee, Calif., is being awarded $12,847,000 firm-fixed-price task order #0009 under a multiple award construction contract for the design and construction of a combat training tank and instruction facility at Marine Corps Base, Camp Pendleton. The task order also contains a planned modification, which if awarded would increase cumulative task order value to $14,353,278. The work to be performed provides for the design and construction of a new combat training tank to serve the Reconnaissance Training Company at Marine Corps Base, Camp Pendleton. The facility will provide a two-story instruction facility for the School of Infantry to accommodate mandatory swim qualification, water survival training programs, and individual fitness training for students and instructors. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. The planned modification, if awarded, provides for the furniture, fixtures, and equipment. Work will be performed in Oceanside, Calif., and is expected to be completed by March 2015. Fiscal 2009 military construction, Navy funds in the amount of $12,847,000 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-09-D-1658).

 

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $10,865,042 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the assembly, integration, and installation of equipment in support of the EA-18G airborne electronic attack unit operational flight program software testing and avionics subsystem emulation. Equipment includes up to three EA-18G systems emulation laboratory systems; up to two each electronic attack unit/communication countermeasures sets/ALQ-99 integration test systems; one electronic attack unit/ALQ-99 integration test system; and one ALQ-218(V)2 integration test system. Work will be performed in Bethpage, N.Y. (65 percent); Baltimore, Md. (33 percent); and Camarillo, Calif. (2 percent), and is expected to be completed in January 2017. Fiscal 2012 and 2013 research, development, test and evaluation funds in the amount of $998,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-D-0036).

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $10,774,083 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to provide initial non-prime mission equipment and interim technical support for the F-35 Joint Strike Fighter United States Reprogramming Laboratory. Work will be performed at Eglin Air Force Base, Fla. (70 percent) and in Fort Worth, Texas (30 percent), and is expected to be completed in August 2015. Fiscal 2012 research, development, test and evaluation funds in the amount of $10,774,083 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 

Precon Marine Inc.*, Chesapeake, Va., is being awarded a $10,525,934 firm-fixed-price contract (N69450-13-C-1258) for refit Wharf One repairs. The work to be performed provides for reinforced concrete repairs on piles, pile caps, bull rails and edge beams, installation of an impressed current cathodic protection system on reinforced concrete pile caps, installation of anodes and a bonding harness system on steel fender piles and camel guide piles, cleaning, coating and installation of fender wraps to steel fender piles, and cleaning and coating of steel camel guide piles. Work will be performed in Kings Bay, Ga., and is expected to be completed by February 2015. Fiscal 2013 operations and maintenance, Navy funds in the amount of $10,525,934 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

 

Watts Constructors LLC, Honolulu, Hawaii, is being awarded $9,995,652 firm-fixed-price task order #0006 under a multiple award construction contract for repair of the fendering system at Pier 6. The work to be performed provides for the repair of existing Pier 6 to include replacing timber and steel fending piles with reaction, fendering and corner dolphin piles, adding a new wale system and replacing rope guards, ladders, bull rails, cleats, cathodic protection system and other components. Work will be performed in Bremerton, Wash., and is expected to be completed by September 2016. Fiscal 2013 operations and maintenance, Navy funds in the amount of $9,995,652 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-10-D-5021).

 

GeoNorth LLC, Anchorage, Alaska, is being awarded a $9,833,832 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for support in conducting pre-deployment training exercise events at the Marine Air Ground Task Force Training Center. The contractor will be responsible for furnishing all labor, cold and wet weather clothing, housing, feeding requirements and services to perform required operations, and performing all work incidentals to the equipping and preparation of personnel to serve as role players during training operations, in support of Program Manager Training Systems. Work will be performed at Anchorage, Alaska (50 percent), and Twenty-nine Palms, Calif. (50 percent), and is expected to be completed by September 2014. No funds are being obligated at the time of award. Funds will be obligated on individual delivery orders as they are issued. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the Small Business Administration 8(a) program. The Marine Corps System Command, Quantico, Va., is the contracting activity (M67854-13-D-7820).

 

CCI Solutions LLC*, Augusta, Maine, is being awarded $6,927,561 firm-fixed-price task order #0002 under a multiple award construction contract for concrete repairs at Dry Dock 1 at the Charlestown Naval Shipyard. The work to be performed provides for structural repairs and replacement of deteriorated concrete surfaces and reinforcing steel of the floor and walls of the dry dock, repair of granite spall and the installation of a tunnel plug to block abandoned dewatering tunnels. Work will be performed in Boston, Mass., and is expected to be completed by January 2015. Fiscal 2013 operations and maintenance, Navy funds in the amount of $6,927,561 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department Maine, Kittery, Maine, is the contracting activity (N40085-13-D-8006).

 

Sauer Inc., Jacksonville, Fla., is being awarded a $6,842,906 modification for a firm-fixed-price task order #0006 under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-09-D-1277) for additional repairs to explosives handling Wharf Two at Naval Submarine Base, Kings Bay, Ga. The work to be performed provides for increased quantities of abatement of lead containing paint, hazardous waste disposal, and structural steel repairs. This modification, if exercised, would increase cumulative task order value to $34,666,690. Work will be performed in Kings Bay, Ga., and is expected to be completed by June 2014. Fiscal 2011 operations and maintenance, Navy funds in the amount of $6,842,907 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

 

AIR FORCE

 

Raytheon Co., Space and Airborne Systems, El Segundo Calif., was awarded a $38,634,619 indefinite-delivery/indefinite-quantity contract for supplies and services necessary for the production and sustainment of the miniaturized airborne global positioning systems receiver 2000-S24 (MAGR 2000-S24). Work will be performed at El Segundo, Calif., with an expected completion date of Sept. 30, 2017. This contract involves foreign military sales to North Atlantic Treaty Organization and other allied countries. No funds have been obligated at time of award. The Space and Missile Systems Center, Global Positioning Systems Directorate, Los Angeles Air Force Base, Calif., is the contracting activity (FA8807-13-D-0001).

 

Georgia Tech Applied Research Corp., Atlanta, Ga., was awarded a $25,000,000 delivery order to contract HC1047-05-D-4000-0249 for development and support of Multi-spectral Missile Warning System Systems Integration Lab for U.S. Army Communication and Electronic Command, Software Engineering Center/Army Reprograming and Analysis Team Electronic Warfare. Work will be performed at the Georgia Technical Research Institute in Atlanta, Ga., with an expected completion date of Nov. 18, 2015. Fiscal 2013 research, development, test and evaluation funds in the amount of $1,428,035 are being obligated at the time of award. The Enterprise Sourcing Group at Offutt Air Force Base, Neb., is the contracting activity.

 

Georgia Tech Applied Research Corp., Atlanta, Ga., was awarded a $24,999,999 delivery order to contract HC1047-05-D-4000-0252 for PMA209 systems engineering, design and development. The delivery order will focus on achieving sensor suite integration, supporting sensor fusion algorithm development, making situational awareness enhancements and better supporting the system's organic sustainment efforts for a variety of fixed wing and rotary aircraft. Work will be performed at the Georgia Technical Research Institute in Atlanta, Ga., with an expected completion date of Nov. 18, 2015. Fiscal year 2013 aircraft procurement and Navy funds in the amount of $2,500,000 are being obligated at the time of award. The Enterprise Sourcing Group at Offutt Air Force Base, Neb., is the contracting activity.

 

Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $24,851,082 modification (P00199) to previously awarded FA8611-08-C-2897 for technology upgrades to facilitate a new operating system. Effort includes technology refresh for F-22 training systems at Sheppard, Tyndall, Langley, Nellis, Hickam, and Elmendorf Air Force Bases. Work will be performed at Lockheed Martin Corp., Fort Worth, Texas, with an expected completion date of March 30, 2018. Fiscal 2013 operations and maintenance funds in the amount of $24,851,082 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

Doss Aviation, Colorado Springs, Colo., has been awarded a $23,000,000 (estimated) modification (P00038) to previously awarded FA3002-06-D-0010 for an initial flight screening program. Work will be performed at Colorado Springs, El Paso County, Colo., with an expected completion date of Sept. 30, 2014. Air Education and Training Command, Randolph Air Force Base, Texas, is the contracting activity.

 

Georgia Tech Applied Research Corp., Atlanta, Ga., was awarded a $19,182,573 delivery order to contract HC1047-05-D-4000-0256 for joint electronic advanced technology engineering (JEAT). The delivery order will focus on enhancing JEAT's ability to provide offensive and defensive capabilities throughout the electromagnetic spectrum for dominance while formulating strategies related to electronic warfare's convergence with other domains. Work will be performed at the Georgia Technical Research Institute in Atlanta, Ga., with an expected completion date of Nov. 18, 2015. Fiscal 2013 other procurement and Navy funds in the amount of $985,837 are being obligated at the time of award. The Enterprise Sourcing Group at Offutt Air Force Base, Neb., is the contracting activity.

 

Georgia Tech Applied Research Corp., Atlanta, Ga., was awarded a $14,980,979 delivery order to contract HC1047-05-D-4000-0257 for AATTC sensor, EW, tactics, integration, engineering and training. The delivery order will focus on generation of threat system modeling and simulation roadmaps, engineering studies to identify investment alternatives; generation of system roadmaps with investment strategies; technology insertion including hardware and software design, prototyping, debugging, integration and qualification; modeling and simulation analysis; and flight test engineering to include test strategies. Work will performed at the Georgia Technical Research Institute in Atlanta, Ga., with an expected completion date of Nov. 18, 2015. Fiscal 2013 research, development, test and evaluation funds in the amount of $1,257,400 are being obligated at the time of award. The Enterprise Sourcing Group at Offutt Air Force Base, Neb., is the contracting activity.

 

The Corporation of Mercer University, doing business as Mercer Engineering Research Center, Warner Robins, Ga., has been awarded a $12,380,083 cost-reimbursable, no-fee contract (FA8509-12-G-0001-0002) for TH-1H, UH1N, and HH-60G Aircraft Structural Integrity Program and Mechanical Equipment and Subsystem Integrity Program sustaining engineering support. The contract includes a wide range of analyses, to include engineering research, and integration and technical support services to isolate and analyze potential deficiencies related to the Air Force rotary-wing weapons systems. The effort will focus on identifying and solving structural and mechanical integrity issues, especially issues associated with the increasing age of the aircraft such as fatigue cracking, damage tolerance, and corrosion. Engineering data, required to implement solutions, is also provided by this effort. This effort benefits the Air Force by helping increase aircraft availability and reducing maintenance downtime. Work will be performed at Warner Robins, Ga., with an expected completion date of Sept. 19, 2014. Fiscal 2013 operations and maintenance funds are obligated in the amount of $12,380,083 at time of award. This award is the result of a sole source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Ga., is the contracting activity.

 

L3 Communications Vertex Aerospace LLC, Madison Miss., has been awarded an $11,781,299 modification (A00036) to previously awarded FA3002-11-C-0001 for trainer maintenance services. Work will be performed at Sheppard Air Force Base, Texas and Naval Air Station Pensacola, Fla., with an expected completion date of Sept. 30, 2014. No funds were obligated at time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

 

Northrop Grumman Technical Services, Hill Air Force Base, Utah, has been awarded an $11,964,262 modification (P03883) to previously awarded F42610-98-C-0001 to exercise an option. Work will be performed at Northrop Grumman Technical Services with an expected completion date of Sept. 29, 2014. Fiscal 2013 and 2014 (when available) operations and maintenance funds in the amount of $10,976,398 are being obligated at time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

 

Georgia Tech Applied Research Corp., Atlanta, Ga., was awarded an $8,989,312 delivery order to contract HC1047-05-D-4000-0261 for AATC sensor, modernization and EWCTF integration engineering and test. The delivery order will focus on identification, generation, evaluation, test and documentation of modernization solutions to address modernization requirements for aircraft, sensors and support systems. Work will be performed at the Georgia Technical Research Institute in Atlanta, Ga., with an expected completion date of Nov. 19, 2015. Fiscal 2013 operations and maintenance and Air National Guard funds in the amount of $8,989,312 are being obligated at the time of award. The Enterprise Sourcing Group at Offutt Air Force Base, Neb., is the contracting activity.

 

Summers Concrete Contracting Inc., Hahira, Ga., has been awarded an $8,987,479 firm-fixed-price contract for airfield repair. This contract provides for the repair of taxiway kilo and hot cargo pads with new cement concrete pavement and asphalt shoulder pavement. Work will be performed at Joint Base Charleston-Air Base, S.C., with an expected completion date of Sept. 3, 2014. Fiscal 2013 operations and maintenance funds in the amount of $8,987,479 were obligated at time of award. This award is the result of a competitive acquisition, solicited electronically, and nine offers were received. The 628th Contracting Squadron, Joint Base Charleston - Air Base, S.C., is the contracting activity (FA4418-13-C-0010).

 

*Small Business
** In Hubzone Woman Owned Small Business