Showing posts with label MILITARY CONTRACTS. Show all posts
Showing posts with label MILITARY CONTRACTS. Show all posts

Monday, November 25, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 25, 2013

FROM:  U.S. DEFENSE DEPARTMENT 

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply Inc.*, Virginia Beach, Va., (SPM8E3-14-D-0001); Noble Supply & Logistics**, Rockland, Mass., (SPM8E3-14-D-0002); and Theodore Wille Intertrade, Switzerland, (SPM8E3-14-D-0003) have been awarded a maximum $260,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance, repair and operations supplies for the Central Command area of responsibility.  This is a two-year base contract with two 18-month option periods.  This contract is a competitive acquisition, and 18 offers were received.  Locations of performance are Virginia, Massachusetts, and Switzerland, with a Nov. 25, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Patterson Dental Supply Inc., Saint Paul, Minn., has been awarded a maximum $14,607,354 modification (P00009) exercising the fourth one-year option period on a one-year base contract (SPM2DE-10-D-7447) with four one-year option periods for distribution of a wide range of general dental supplies.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Minnesota with a Dec. 13, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

Kings Bay Support Services, LLC, Baton Rouge, La., is being awarded a $37,741,080 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-11-D-7578) to exercise option two for base operations support services at Naval Submarine Base Kings Bay.  The work to be performed provides for base operations support services including public safety, harbor security, security operations, supply, personnel support, facilities support, facility management/facility investment, other (swimming pools), pavement clearance, utilities, chiller, electrical, wastewater, steam, water, telecommunications, compressed air, base support vehicles and equipment, environmental, and vertical transportation equipment.  The total contract amount after exercise of this option will be $109,668,695.  Work will be performed in Kings Bay, Ga. (99 percent) and Shellman Bluff, Ga. (1 percent), and work is expected to be completed November 2014.  Fiscal 2014 operation and maintenance, Navy; fiscal 2014 Navy working capital funds; fiscal 2014 Defense Health Program funds; and fiscal 2014 family housing operation and maintenance, Navy contract funds in the amount of $3,140,101 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.

The Boeing Co., St. Louis, Mo., is being awarded a $37,338,608 modification to a delivery order 007302 issued previously against a basic ordering agreement (N00019-11-G-0001) for the procurement of retrofit kits in support of the F/A-18E/F and EA-18G Trailing Edge Flap engineering change proposal redesign, including 48 Trailing Edge Flap Redesign kits, 48 left hand units and 48 right hand units.  Work will be performed in St. Louis, Mo., and is expected to be completed in July 2017.  Fiscal 2014 aircraft procurement, Navy contract funds in the amount $37,338,608 will be obligated at time of award; none of which expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $15,940,631 modification to previously awarded contract (N00024-13-C-5403) for engineering and technical support services for the standard missile program.  Work will be performed in Tucson, Ariz. (82.8 percent); Andover, Mass. (12.4 percent); Huntsville, Ala. (3.8 percent), and Camden, Ark. (1 percent), and is expected to be completed by November 2014.  Fiscal 2012 weapons procurement, Navy contract funds in the amount of $9,590,000 will be obligated at the time of award, and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

CACI Inc. - Federal, Chantilly, Va., is being awarded $8,436,370 for modification P00009 to previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract (N00189-12-D-Z001) to provide functional, technical professional, analytical, and administrative support services to NAVSUP in support of the Navy’s Enterprise Resource Planning (ERP) system.  Taskings will include:  sustainment support, working on Engineering Change Proposals, business process improvement evaluations, testing, and deployment of the Navy ERP Single Supply Solution release, and other Navy ERP initiatives.  Services provided will include: participation on functional teams within the NAVSUP Enterprise Business Office, Navy ERP program, Navy, and Department of Defense; assisting the Navy in resolving issues pertaining to Navy ERP, as well as, cross service, and existing Navy business processes by providing functional expertise in Navy business processes; technical and functional architecture support; training development and execution support.  Work will be performed in Mechanicsburg, Pa. (60 percent); Philadelphia, Pa. (15 percent); Norfolk, Va. (15 percent); and San Diego, Calif. (10 percent), and is expected to be completed by Nov. 30, 2014.  With the exercise of this option, the total value of the contract is increased from $27,104,747 to $35,541,117.  No funding will be obligated with the exercise of the option.  No funds will expire before the end of the current fiscal year.  The requirement was competitively procured through full and open competition and solicited via the Navy Electronic Commerce on Line website, with two offers received in response to this solicitation.  The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

Raytheon Integrated Defense Systems, Largo Fla., is being awarded a $7,097,447 modification to previously awarded contract (N00024-13-C-5212) to exercise options for Cooperative Engagement Capability (CEC) engineering services.  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. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies.  Work will be performed in St. Petersburg, Fla., and is expected to be completed by September 2014.  Fiscal 2013 Army research, development, test and evaluation; fiscal 2013 research, development, test and evaluation; fiscal 2014 operations and maintenance, Navy; fiscal 2012 other procurement, Navy; and fiscal 2005, 2009, 2012 and 2013 shipbuilding and conversion, Navy funding in the amount of $1,984,786 will be obligated at time of award.  Contract funds in the amount of $371,638 funds will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

ARMY

Y-Tech Services Inc.*, Alaska was awarded a $15,625,895 multi-year, cost-plus-fixed-fee contract for aviation maintenance services in support of the Aviation Flight Test Directorate at the Redstone Test Center.  This is a base year with a four one-year options contract.  Fiscal 2014 research, development, test and evaluation funds in the amount of $23,460 were obligated at the time of the award.  Estimated completion date is Jan. 31, 2019.  Bids were solicited via the Internet with seven received.  Work location will be Redstone Arsenal, Ala.  Army Contracting Command, Redstone Arsenal (Aviation) Ala., is the contracting agency (W58RGZ-14-C-0007).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded a $28,200,000 cost-plus-incentive-fee contract for Phase II of the Engineering Change Proposal Upgrade program.  Technical upgrades to be performed include improved automotive and electrical power generation, chassis upgrades and improved in vehicle network capabilities.  Fiscal 2014 research, development, test and evaluation funds were obligated at the time of the award.  Estimated completion date is Nov. 26, 2018.  Bids were solicited via the Internet with one received.  Work location will be Sterling Heights, Mich.  Army Contracting Command (Tank and Automotive) Warren, Mich., is the contracting agency (W56HZV-14C-B019).

*Small Business

**Woman Owned Small Business

Friday, November 22, 2013

DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 22, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY


BAE Systems Aerospace, Phoenix, Ariz., has been awarded a maximum $11,093,991 modification (P00102) exercising the first one-year option period on a one-year base contract (SPM8EH-13-D-0002) with four one-year option periods for life preservers and component parts.  This is a firm-fixed-price with economic-price contract.  Location of performance is Arizona with a Dec. 5, 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.

Patriot Industries Inc.*, Monticello, Ky., has been awarded a maximum $9,262,151 firm-fixed-price contract for modular lightweight load carrying equipment.  This contract is a competitive acquisition and ten offers were received.  Location of performance is Kentucky with a Nov. 30, 2014 performance completion date.  This is a one-year base contract with two one-year option periods.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-14-D-1002).

AIR FORCE

Lockheed Martin Corp., Sunnyvale, Calif., has been awarded a $105,083,207 modification (P00057) to an existing cost-plus-award-fee contract (FA8808-10-C-0002) to provide MILSATCOM Orbital Operations and Logistics Sustainment Support functions to support the operations and sustainment of Milstar and the Defense Satellite Communications System.  This modification exercises the fourth option year.  Work will be performed in Sunnyvale,
Calif., and is expected to be completed by Nov. 30, 2014.  Fiscal 2014 operations and maintenance funds in the amount of $17,500,000 are being obligated at time of award.  Space and Missile Systems Center/PKJ, Peterson Air Force Base, Colorado Springs, Colo., is the contracting activity.

Jacobs Technology Inc., Lincoln, Mass., has been awarded a $12,800,149 cost-plus-fixed-fee modification (P00013) on an existing contract (FA8721-13-C-00008) to continue providing disciplined systems/specialty engineering and technical/Information Assurance services, support, and products using established government, contractor, and industry processes. This contract provides a broad array of classified cryptographic and information assurance (IA) systems, equipment, services and support across different DoD agencies, U.S. military departments and various foreign military sales customers.  A good portion of the contract supports developing, acquiring, modernizing, testing, fielding, sustaining and disposing of COMSEC systems, sustaining SIGINT equipment, providing key management, providing information assurance services, and providing cryptographic/IA logistical and field support services.  In addition, the contract also supports the Defense Enterprise Accounting and Management System program.  Work will be performed at Lincoln, Mass., and is expected to be completed by May 19, 2014.  Fiscal 2013 research and development and procurement funds and fiscal 2014 research and development, procurement and operations and maintenance funds in the amount of $2,342,754 will be obligated at time of award.  Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Mass., is the contracting activity.

ARMY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $46,867,800 firm-fixed-price contract to convert 26 UH-60M Black Hawk aircraft to Taiwan Army and Taiwan National Airborne Service Corps configurations.  Estimated completion date is Aug. 30, 2016.  Fiscal 2014 other procurement funds were obligated at the time of the award.  One bid was solicited and one received.  Work location is Stratford, Conn.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity (W58RGZ-12-C-0008).

Weeks Marine Inc., Covington, La., was awarded a $21,253,000 firm-fixed-price contract for pipeline dredging of the Bayport Flare and Houston Ship Channel, Redfish to Beacon 78, Chambers County, Texas.  Dredging consists of 742,000 cubic yards for Bayport Flare Sections 1 and 2; and 3,989,000 cubic yards for Houston Ship Channel Sections 4 through 14.  Fiscal 2014 operations and maintenance, Army funds in the amount of $17,306,000 were obligated at the time of the award.  Estimated completion date is Dec. 3, 2014.  Bids were solicited via the Internet with two received.  Work location will be Anahuac, Texas.  Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-14-C-0001).

Hamp’s Construction LLC, New Orleans, La. was awarded an $11,658,930 firm-fixed-price contract for clearing and grubbing the existing levee, including debris disposal, demolition of the flood wall and cutting sheet piles.  Hamp’s will also remove abandoned pipelines, remove and replace existing riprap armament, furnish borrow pit preparation, construct a levee enlargement, and surface same, realign and surface access ramps, install deep soil mixing material for ground improvement including soil and excavation disposal, and seeding, fertilizing and mulching, and other related work.  Estimated completion date is Aug. 29, 2014.  Fiscal 2014 other procurement funds were obligated at the time of the award.  Bids were solicited via the Internet with six received.  Work location is Buras, La.  Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-14-C-0009).

Northrop Grumman Systems Corp., Aerospace Systems, Redondo Beach, Calif., was awarded an $8,192,012 cost-plus-fixed-fee contract for a protected Military Satellite Communications design for affordability risk reduction demonstration.  This is proposed against Army Research Laboratory broad agency announcement.  Estimated completion date is Jan. 21, 2015.  Fiscal 2014 research, development, test and evaluation funds were obligated at the time of the award.  Bids were sent out via the Internet with an indeterminate number received.  Work location is Redondo Beach, Calif.  Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-14-C-0004).

Shavers-Whittle Construction LLC, Mandeville, La., was awarded an $8,112,606 firm-fixed-price contract for the Southeast Louisiana Urban Flood Control Project, Soniat Canal, Jefferson Parish, La.  Estimated completion date is Aug. 5, 2015.  Fiscal 2014 other procurement funds were obligated at the time of the award.  Bids were solicited via the Internet with eight received.  Work location will be New Orleans, La.  Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-14-C-0010).

SOS International, Reston, Va. was awarded a $7,299,684 modification (P00009) to firm-fixed-price contract W52P1J-11-C-0058 which will execute option year two for public affairs operations in support of U.S. Forces - Afghanistan.  Estimated completion date is Nov. 26, 2014.  Fiscal 2014 operations and maintenance, Army funds were obligated at the time of the award.  Bids were solicited via the Internet with four received.  Work location will be Afghanistan.  Army Contracting Command, Rock Island, Ill., is the contracting activity (52P1J-11-C-0058).

Black River Constructors Joint Venture, La Crosse, Wis., was awarded a $7,299,000 firm-fixed-price contract for The Grand Encampment Island Unloading Project to remove dredged and other materials from the Mississippi River’s Grand Encampment Island, Pool 4, Buffalo County, Wis.  Estimated completion date is Nov. 15, 2015.  Fiscal 2014 other procurement funds were obligated at the time of the award.  Bids were solicited via the Internet with two received. Work location will be Alma, Wis. Army Corps of Engineers, St. Paul, Minn., is the contracting activity (W912ES-14-C-0002)

NAVY

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $33,023,240 cost-plus-fixed-fee modification to delivery order 0044 previously issued against a basic ordering agreement (N00019-12-G-0006) in support of the V-22.  This modified order provides for engineering and technical support for the V-22 flight control system and on-aircraft avionics software; flight test planning and coordination of changed avionics and flight control configuration; upgrade planning of avionics and flight controls, including performance of qualification testing and integration testing on software products.  Work will be performed at Ridley Park, Pa. (90 percent) and Fort Worth, Texas (10 percent), and is expected to be completed in December 2015.  Fiscal 2013 aircraft procurement, Navy; fiscal 2013 aircraft procurement, Air Force; fiscal 2014 operations and maintenance, Air Force; and fiscal 2014 operations and maintenance, Navy contract funds in the amount of $33,023,240 will be obligated at time of award, of which $7,907,796 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded a $17,000,000 modification to previously awarded contract (N00024-10-C-5126) to exercise fiscal 2014 options for deferred mission systems equipment for DDG 1001.  Work will be performed in Portsmouth, R.I. (48 percent), Minneapolis, Minn. (41 percent), and Moorestown, N.J. (11 percent), and is expected to be completed by April 2017.  Fiscal 2014 shipbuilding and conversion, Navy funds in the amount of $17,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Fla., is being awarded $13,297,674 for cost-plus-fixed-fee order 0015 under a previously awarded basic ordering agreement (N00164-11-G-JQ97) for the procurement of eight redesigned Turret Electronic Unit prototypes and related data items for the Target Sight Systems AN/AAQ-30(A).  This acquisition is for the AN/AAQ-30 Target Sight Systems (TSS) that is to be integrated into the AH-1Z Cobra Attack Helicopter.  This integration is part of the U.S. Marine Corps H-1 Upgrades Program for the remanufacture of legacy aircraft with state of the art designs incorporated into the existing fleet of AH-1W’s, converting them to AH-1Z.  The TSS provides target identification and tracking, passive targeting for integrated weapons, including Hellfire missiles, and a laser designation capability supporting friendly laser-guided weapons.  Work will be performed in Orlando, Fla., and is expected to be completed by April 2016.  Fiscal 2013 aircraft procurement Navy contract funds in the amount of $13,297,674 will be obligated at time of award, and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1), as set forth in FAR 6.203-1(b)(1)(ii) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

MISSILE DEFENSE AGENCY

Kearfott Corp., Little Falls, N.J., is being awarded an $18,700,000 cost-plus-fixed-fee contract to design, develop, assemble and test high fidelity inertial measurement units (IMU) that meet or exceed the requirements of MDA-STD-005 for the Missile Defense Agency Advanced Technology Risk Reduction.  Options work will also include qualification testing, highly accelerated life test/high accelerated stress screening and service life tests, and delivery of one set of IMU test station equipment.  The work will be performed in Little Falls, N.J.  The performance period is from November 2013 through September 2018.  This contract was competitively procured via publication on the Federal Business Opportunities website with 112 proposals received.  Fiscal 2014 research, development, test, and evaluation funds in the amount of $700,000 are being obligated on this award.  The Missile Defense Agency, Redstone Arsenal, Ala., is the contracting activity (HQ0147-14-C-0002).

*Small Business

Thursday, November 21, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 21, 2013

FROM:  U.S. DEFENCE DEPARTMENT 
CONTRACTS

ARMY

Ahtna Engineering Services, Anchorage, Alaska (W911KB-14-D-0005); Bristol Environmental Remediation Services LLC, Anchorage, Alaska (W911KB-14-D-0006); Marsh Creek LLC, Anchorage, Alaska (W911KB-14-D-0009); BSI-TLI, Joint Venture, Golden, Colo. (W911KB-14-D-0007); Chemtrack Alaska, Anchorage, Alaska (W911KB-14-D-0008)*, were awarded a $180,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for environmental remediation services.  Estimated completion date is Nov. 20, 2018.  Bids were solicited via the Internet with ten received.  Funding and location will be determined with each order.  Army Corps of Engineers, Elmendorf, Alaska, is the contracting activity.

Raytheon Co., Missile Systems, Tucson, Ariz., was awarded a $57,849,999 firm-fixed-price contract for the procurement of tube launched optically tracked wireless guided missiles.  Estimated completion date is Nov. 30, 2015.  One bid was solicited and one received.  Fiscal 2014 other procurement army funds in the amount of $19,886,000 were obligated at the time of the award.  One bid was solicited and one received.  Army Contracting Command, Redstone Arsenal (Missile), Ala., is the contracting activity (W31P4Q-12-C-0265).

University of California, Santa Barbara (UCSB), Calif., was awarded a $56,591,679 cost-sharing contract for an extension and ceiling increase modification to maintain the Collaborative Biotechnologies (ICB) University Affiliated Research Center.  Services include engineering and research capabilities focusing on research to enable biotechnology solutions that address Army needs through the application of the principles of cross-disciplinary bioengineering sciences.  UCSB/ICB is dedicated to performing research at the interface between biotechnology and engineering in order to solve difficult problems in the areas of sensors, materials, and systems engineering.  Estimated completion date is Nov. 30, 2016.  One bid was solicited and one received.  Funding and location will be determined by each order.  Army Contracting Command, Research Triangle Park, N.C., is the contracting activity (W911NF-09-D-0001).

The Bedwell Co., West Chester, Pa., was awarded a $42,751,000 firm-fixed-price contract for the Communications Electronics Research Development and Engineering Center Flight Activity Facility Joint Base project.  Options will be exercised at the time of the award.  Estimated completion date is Sept. 15, 2015.  Fiscal 2014 military construction funds in the amount of $42,751,000 were obligated at the time of the award.  Bids were solicited via the Internet with five received.  Army Corps of Engineers, New York, is the contracting activity (W912DS-14-C-0004).

Clark Construction Enterprises LLC, St. Martinsville, La., was awarded a $26,154,430 firm-fixed-price contract for a resilient features, hurricane and storm damage risk reduction system, Mississippi River levee, Mississippi River and tributaries, Belle Chasse to Oak Point, Plaquemines Parish, La.  Estimated completion date is Oct. 7, 2013.  Fiscal 2014 funds in the amount of $26,154,430 were obligated at the time of the award.  Bids were solicited via the Internet with eight received.  Army Corps of Engineers, New Orleans, La., is the contracting agency (W912P8-14-C-0008).

AIR FORCE

CORRECTION:  The contract number for the Lockheed Martin Missiles and Fire Control awarded contract announced Nov. 19, 2013 was incorrect.  The correct number is FA8682-14-D-0091

NAVY

Silver Ships Inc.*, Theodore, Ala. (N00024-14-D-2205) and Gravois Aluminum Boats LLC*, doing business as Metal Shark Aluminum Boats LLC, Jeanerette, La. (N00024-14-D-2207), are each being awarded separate firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contracts for the construction of high speed maneuverable surface targets (HSMSTs).  The U.S. Navy maintains an inventory of HSMSTs to be utilized mainly for weapon system test and evaluation and fleet training exercises at nine seaborne target operating activities (“ranges”). This effort also includes trailers, shipping cradles and spares for a total estimated ceiling value of $48,000,000 for both awards.  Silver Ships Inc., is being awarded $11,683,129, and Gravois Aluminum Boats LLC is being awarded $13,782,379.  Work will be performed in Theodore, Ala., and Jeanerette, La., and work is expected to be completed by November 2018.  Fiscal 2013 other procurement, Navy contract funds in the amount of $25,465,508 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This contract was competitively solicited as a small business set aside via the Federal Business Opportunities website, with six offers received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded a $13,929,461 modification to a previously awarded firm-fixed-price contract (N61340-12-C-0030) to exercise an option to procure one AH-1Z Flight Training Device for the U.S. Marine Corps.  Work will be performed in Broken Arrow, Okla. (54 percent); Fort Worth, Texas (28 percent) and St. Louis, Mo. (18 percent), and is expected to be completed in February 2017.  Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $13,929,461 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity.

G4S Government Solutions, Palm Beach Gardens, Fla., is being awarded an $11,495,146 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N33191-11-D-0738) to exercise option two for base operating services at Naval Support Activity, Kingdom of Bahrain.  The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform trouble calls, security, galley, facilities investment, custodial, pest control, integrated solid waste management grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles and equipment at the Naval Support Activity in the Kingdom of Bahrain and its seven outlying areas.  Work will be performed at the Naval Support Activity, Kingdom of Bahrain, and work is expected to be completed November 2014.  Contract funds are fiscal 2014 operations and maintenance, Navy and fiscal 2014 Navy working capital funds in the amount of $10,049,237 and the funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity.

Onyx-Ace Joint Venture LLC*, Honolulu, Hawaii, is being awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineer services for professional Geographic Information System services for activities at various locations primarily in the Pacific and Indian Ocean Areas.  The maximum dollar value for the not-to-exceed 60-month period (including the base year and four one-year option periods) is $10,000,000.  No task orders are being issued at this time.  Work will be performed in the Pacific and Indian Ocean Areas.  The term of the contract is not-to-exceed 60 months, with an expected completion date of June 2018.  Fiscal 2014 operations and maintenance, Navy 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 four proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-D-0200).

DEFENSE LOGISTICS AGENCY

Hess Corporation, Woodbridge, N.J., has been awarded a maximum $378,818,845 firm-fixed-price requirements contract utilizing block purchase for electricity.  This contract is a competitive acquisition, and seven offers were received.  Locations of performance are New Jersey, Pennsylvania, Maryland, and District of Columbia with a June 30, 2019 performance completion date. This contract is a five year base contract.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2019 Army, Navy, and Air Force funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SPE600-14-D-8000).

Sterling Foods LLC, San Antonio, Texas, has been awarded a maximum $32,785,593 modification (P00006) exercising the second one-year option period on a one-year base contract (SPM3S1-12-D-Z100) with four one-year option periods for bakery components used in the meal-ready-to-eat program.  This is a firm-fixed-price contract.  Location of performance is Texas with a Dec. 31, 2014, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.


*Small Business

Tuesday, November 19, 2013

U.S. DOD CONTRACTS FOR NOVEMBER 19, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

NAVY

The Navy is awarding indefinite-delivery/indefinite-quantity, multiple-award contracts to 914 contractors that will provide for their competition for service requirements solicited by Naval Sea Systems Command, Naval Air Systems Command, Space and Naval Warfare Systems Command, Naval Supply Systems Command, Military Sealift Command, Naval Facilities Command, Strategic Systems Programs, Office of Naval Research and the U.S. Marine Corps.  The 22 functional service areas within the scope of the contracts include: 1) research and development support, 2) engineering system engineering and process engineering support, 3) modeling, simulation, stimulation and analysis support, 4) prototyping, pre-production, model-making and fabric support, 5) system design documentation and technical data support, 6) software engineering, development, programming and network support, 7) reliability, maintainability and availability support, 8) human factors, performance and usability engineering support, 9) system safety engineering support, 10) configuration management support, 11) quality assurance support, 12) information system development, information assurance and information technology support, 13) ship inactivation and disposal support, 14) interoperability, test and evaluation, trials support, 15) measurement facilities, range and instrumentation support, 16) acquisition logistics support, 17) supply and provisioning support, 18) training support, 19) in-service engineering, fleet introduction, installation and checkout support, 20) program support, 21) functional and administrative support, and 22) public affairs and multimedia support.  These contracts are in addition to the existing 2,838 contracts previously awarded under the SeaPort Enhanced (SeaPort-e) acquisition program for services procurements.  The government estimates a maximum of $5,300,000,000 of services will be procured per year via orders issued under the SeaPort-e multiple award contracts.  The award of these contracts is a result of the SeaPort-e Rolling Admissions solicitation.  The SeaPort-e acquisition is comprised of seven regional zones in which task orders will be competed based upon the principal place of performance. These awards contain provisions to set aside requirements for small businesses, service disabled veteran owned small businesses, 8a business development program and historically under-utilized business zone small businesses.  Under these multiple award contracts, each contractor will be provided a fair opportunity to compete for individual task orders solicited within their zone or zones of performance.  The awards will have a five-month base period with one five-year option.  These contracts were competitively procured via the Navy Electronic Commerce Online website, with 955 offers received and 914 contracts awarded.  Contract funds will be obligated at the time of task order award and, multiple funding types with varying expiration dates may be used, consistent with the purpose for which the funds were appropriated.  The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-14-D-7128 -- N00178-14-D-8045).   The list of contractors involved are:  1 Source Consulting, Inc., Germantown, Md.; 2Is Inc.*, Walpole, Mass.; 4M Research Inc.*, Huntsville, Ala.; A² Systems Engineering Inc.*, El Segundo, Calif.; A2B Tracking Solutions, Inc.*, Portsmouth, R.I.; AAR Parts Trading Inc. doing business as (dba) AAR Defense Systems and Logistics, Wood Dale, Ill.; A-B Computer  Solutions, Inc.*, Mandeville, La.; Accent Controls, Inc.*, Riverside, Mo.; Access Personnel Services, Inc.*, Lancaster, Pa.; Acquisition Systems Associates, Inc.*, Great Falls, Va.; Adaptive Consulting & Training Services, LLC dba ACTS*, Stafford, Va.; Adela Technologies*, Leonardtown,, Md.; Aderas, Inc.*, Reston, Va.; Advanced Mission Systems, LLC*, Charlotte, N.C.; Advanced Professional Consulting, Inc. dba Veteran Technologists*, Aberdeen, Md.; Advanced Sciences and Technologies, LLC.*, Berlin, N.J.; Advanced Technology Services dba OptiDoc*, Marietta, Ga.; Advanced Technology Systems Co., Inc. (Of Virginia)*, Mclean, Va. ; Advantage SCI, LLC*, El Segundo, Calif.; Advent Business Co., Inc.*, Aurora , Ill.; Advent SVCS LLC*, Panama City Beach, Fla.; AED, Inc.*, Hyattsville, Md.; Affinity Fidelis Consulting and Technologies, LLC dba Affinity Fidelis *, Fredericksburg, Va.; AFGlobe Communications Inc. dba ACI Solutions*, Sterling, Va.; Agile Government Services, Inc.*, Overland Park, Kan.; Ahtna Support and Training Services, LLC*, Anchorage, Alaska; AINET Corp.*, Beltsville, Md.; Air Logistics and Engineering Consultants, LLC*, Warner Robins, Ga.; Aitheras, LLC dba Aitheras*, Rockville, Md.; Alexandria Insights, Inc.*, Fairfax Station, Va.; All U Need Temporary Services dba All U Need Personnel*, Washington, D.C.; Allen Corp. of America, Inc.*, Fairfax, Va.; Allied Reliability, Inc.*, North Charleston, S.C.; AlphaSix Corp.*, Sterling, Va.; American Computer Development Inc. dba ACDI*, Frederick, Md.; American Society for Engineering Education dba ASEE, Washington, D.C.; America's Staffing Partner, Inc.*, Bethlehem, Pa.; AMP Management Consulting LLC*, Fredericksburg, Va.; Ampcus Inc.*, Chantilly , Va.; Anderson Solutions & Associates dba ASA*, Fredericksburg, Va.; Anglicotech LLC*, Washington, D.C.; Apex Data Systems Inc.*, Fredericksburg, Va.; Apogee Engineering, LLC*, Colorado Springs, Colo.; Applied Computer Science Group, Inc.*, Bowie, Md.; Applied Visual Technology, Inc. dba AVT Simulation*, Orlando, Fla.; Aranea Solutions, Inc.*, Huntsville, Ala.; Arch Systems*, Baltimore, Md.; Ardent Technologies, Inc.*, Dayton, Ohio; Armada, Ltd*, Powell, Ohio; Art Anderson Associates, Inc.*, Bremerton, Wash.; ASP Web Solutions, LLC*, Bartlett, Tenn.; Augustine Consulting, Inc.*, Monterey, Calif.; AURA Systems Technologies*, San Dimas, Calif.; Avanco International, Inc.*, Fairfax, Va.; Avani Technology Solutions Inc.*, Rochester, N.Y.; Averalink Information Systems, LLC*, North Charleston, S.C.; Avion Solutions, Inc. dba Avion*, Huntsville, Ala.; AVOSYS Technology, Inc.*, San Antonio, Texas; AVPOL International LLC dba AIL*, Memphis, Tenn.; Axiom Resource Management, Inc. , Falls Church, Va.; B&L Machine & Fabrication*, Norfolk, Va.; Badger Defense Group Inc.*, Orlando, Fla.; Banner Staffing*, Washington, D.C.; Barba Consulting, Inc.*, Marlton, N.J.; BarnAllen Technologies, Inc.*, Rockville, Md.; Barnett Engineering & Signaling Laboratories*, Colorado Springs, Colo.; Bayfield Technology Group, Inc.*, Luray, Va. ; Bayonet Inc.*, San Diego, Calif.; BFG Systems LLC dba: BFG Systems*, Saint Petersburg, Fla.; BITHOP Systems, Inc.*, Springfield, Va.; Bitterroot Services & Technology LLC dba BST*, Florence, Mont; BleuForce, LLC*, Chula Vista, Calif.; Blue Tang Solutions, Inc.*, Coronado, Calif.; Boarhog LLC*, San Diego, Calif.; Boulevard Consulting Group, LLC*, Arlington, Va.; Bowhead Professional Solutions, LLC dba BPS*, Alexandria, Va.; Bowler Pons Solutions Consultants, LLC dba Immigration Integrity Group*, Arnold, Md.; Bridge Group, LLC*, Bumpass, Va.; BuddoBot Inc.*, Alexandria, Va.; Business Enterprises & Systems Technology, Inc. dba BESTech*, McLean, Va.; C Parker Consulting, Inc.*, Fredericksburg, Va.; Carolina Growler Inc.*, Star, N.C.; Catalyst Solutions, LLC*, Stafford, Va.; CATVIDEO, Inc. dba CATMEDIA*, Tucker, Ga.; Caulfield Consulting, Inc.*, Ashburn, Va.; CB Technologies, Inc., Westminster, Calif.; C-Edge Software Consultants LLC*, Saint Louis, Mo.; Center for Applied Innovation*, Yorktown, Va.; Center for Organizational Excellence, Inc.*, Rockville, Md.; Cherokee Nation Red Wing, LLC*, Tulsa, Okla.; CHP Solutions*, Stafford, Va.; Citadel Logic, LLC*, Hampton, Va.; Claxton Logistics Services, LLC*, Stafford, Va.; Cobec Consulting, Inc.*, Manassas, Va.; Comptech PC*, Fort Pierce, Fla.; Computational Physics, Inc.*, Springfield, Va.; Computer Technologies Consultants, Inc. dba CTC*, Seabrook, Md.; Concord Crossroads*, Manassas, Va.; Conetsco, Inc.*, Manassas, Va.; Consortium for Ocean Leadership Inc., Washington, D.C.; Constellation Software Engineering Corp.*, Lanham, Md.; Converge IT Solutions, LLC*, Clinton, Md.; Mager, William Grant dba Core Services Group*, Virginia Beach, Va.; CoreSys Consulting Services, LLC*, Alexandria, Va.; Coronata Systems, Inc.*, Ardmore, Tenn.; Cougaar Software, Inc.*, Vienna, Va.; Covell Solutions*, Vienna, Va.; Creative Business Solutions, Inc.*, Washington, D.C.; Crewestone Technologies, Inc.*, Chesapeake, Va.; Crown Consulting, Inc.*, Arlington, Va.; CTCA.info, LLC*, Edgewater, Md.; Customer Inspired Solutions, LLC*, King of Prussia, Pa.; Cyber Security Engineering Associates LLC dba CSEA*, Baltimore, Md.; Cyber Technology Services, Inc. dba Cytech Services*, Manassas, Va.; Daniel Eke and Associates, PC*, Silver Spring, Md.; Data Tactics Corp.*, McLean, Va.; Datalis Solutions Corp.*, Montvale, N.J.; Daylight Defense, LLC*, San Diego, Calif.; DeNovo Solutions LLC*, Centennial, Colo.; Designed Consulting LLC*, Yuma, Ariz.; DCAPS Inc.*, Shalimar, Fla.; Digital Consultants LLC*, Mclean, Va.; Dignitas Technologies LLC*, Orlando, Fla.; Dilks - Simone Enterprises, Inc.*, North Charleston, S.C.; DirectViz Solutions LLC*, Chantilly, Va.; DuChancell Engineering Consulting*, Del Mar, Calif.; Durbin Group, LLC*, Spotsylvania, Va.; Dynamic Computer Corp. dba Connecting Point Computer Center*, Farmington Hills, Mich.; Dynamic Management Associates*, Woodbridge, Va.; Dynamic Pro Inc.*, Alexandria, Va.; ECLAT Integrated Software Solutions, Inc..*, Stafford, Texas; Edwards Group LLC dba Polaris Technology Solutions*, Aldie, Va.; Effecture, LLC*, San Diego, Calif.; eKuber Ventures Inc.*, Herndon, Va.; Elda and Edwina International Inc.*, Columbia, Md.; Electro Standards Laboratory Inc. dba Electro Standards Laboratories*, Cranston, R.I.; e-Management Consultants, Inc.*, Silver Spring, Md.; Emerging Technology Support LLC*, Mooresville, N.C.; Eminent IT, LLC dba Eminent*, Arlington, Va.; Energy Plus Limited dba Energy Research Consultants*, Laguna Hills, Calif.; Enformatica*, San Diego, Calif.; Engineering Solutions and Products LLC, Eatontown, N.J.; Envision, LLC.*, Saint Louis, Mo.; ENX Group, Inc.*, Fairfax, Va.; EPIC Consulting Planning & Business Information LLC*, Springfield, Va.; ESEA*, Los Altos, Calif.; Estuate Inc.*, Sunnyvale, Calif.; Etelic Inc.*, Glen Allen, Va.; eTRANSERVICES LLC*, Fredericksburg, Va.; Evanhoe & Associates, Inc. dba AIDC Solutions*, Dayton, Ohio; Evergreen Fire Alarms, LLC dba Evergreen Fire &Security*, Tacoma, Wash.; Evigilant.com Inc. dba eVigilant Security*, Lorton, Va.; Explosive Ordnance Mission Focused Defense LLC dba EOMFD*, Goose Creek, S.C.; Extreme Data Technologies LLC*, Norwalk, Conn.; EyeIT.com, Inc.*, Alexandria, Va.; Fathom 4, LLC*, Charleston, S.C.; FedForce, Inc.*, Reston, Va.; Field Data Technology, LLC*, Fairfax, Va.; Flight Test Aerospace, Inc.*, Chantilly, Va.; G2SF, INC.*, Reston, Va.; GameSim Inc.*, Orlando, Fla.; Gantec Corp.*, Schaumburg, Ill.; Gartner, Inc., Stamford, Conn.; GCorp Consulting dba GKORP*, Chula Vista, Calif.; Gemini Industries Inc.*, Burlington, Mass.; GeoNorth, LLC*, Anchorage, Alaska; Germanos Defense Services, Inc.*, Virginia Beach, Va.; GET Engineering*, El Cajon, Calif.; GINIA Inc.*, Alexandria, Va.; Global Services International, LLC*, Killeen, Texas; Global Solutions Group Inc.*, Detroit, Mich.; Government Contracting Services LLC*, Roy, Wash.; Government Contracting Specialists, Inc.*, Chesapeake, Va.; GRAVICOM LLC*, Elnora, Ind.; GS5, LLC*, Dumfries, Va.; Haven 365 LLC*, Stafford, Va.; HCH Enterprises, LLC*, Providence, R.I.; Heritage Services Corp.*, Cocoa, Fla.; Hester Group*, Jacksonville, Fla.; Highbury Defense Group*, San Diego, Calif.; Hosted Records Inc.*, Alexandria, Va.; Howard & Co., Inc.*, Reston, Va.; HPT Advisory Services, LLC*, McLean, Va.; H.T. Innovations, L.L.C.*, Chesterfield, Va.; Hyperion Biotechnology Inc.*, San Antonio, Texas; ICS Technologies, Inc.*, McLean, Va.; Ideation Inc.*, Chantilly, Va.; Identity Management Systems, LLC*, Fredericksburg, Va.; IERUS Technologies, Inc.*, Huntsville, Ala.; Immersive Media Tactical Solutions, LLC*, Fredericksburg, Va.; INADEV Corp.*, McLean, Va.; Incident Communication Solutions, LLC*, Stevensville, Md.; Infinity Support Services*, Aldie, Va.; Infolob Solutions, Inc.*, Irving, Texas; Information Innovators, Inc., Springfield, Va.; InfoStructures, Inc.*, Rockville, Md.; Innoflight, Inc.*, San Diego, Calif.; Innovation Business Partners, Inc.*, Lavallette, N.J.; Innovative Algorithms, LLC*, San Diego, Calif.; Innovative Services & Solutions dba ISS*, Mansfield, Texas; Innovim Defense Services LLC dba IDS*, Oxon Hill, Md.; Integrated Defense Applications, LLC dba IDA Technology*, El Paso, Texas; Integrated Financial Analysts, Ltd. dba INFINA*, Tysons Corner, Va.; InteliTrac, Inc.*, Fort Worth, Texas; Intellectual Concepts, LLC*, Atlanta, Ga.; Intelligent Automation Inc.*, Rockville, Md.; Interactive Government Holdings, LLC*, Washington, D.C.; Interdyne Corp.*, Mooresville, N.C.; International Business Sales & Services Corp. dba IBSS Corp*, Silver Spring, Md.; INTER-OP.NET Inc. dba INTER-OP*, Virginia Beach, Va.; InterOptions, LLC*, Tampa, Fla.; IPSecure Inc.*, San Antonio, Texas; ISI Telemanagement Solutions, Inc.*, Schaumburg, Ill.; ISYS Inc. dba ISYS Technologies*, Littleton, Colo.; IT Concepts, Inc.*, Ashburn, Va.; ITC Defense Corp.*, Arlington, Va.; IT-CNP, INC.*, Columbia, Md.; I-Three Solutions, LLC*, Lexington Park, Md.; ITMC Solutions, LLC*, Bristow, Va.; IWON, LLC*, Colonial Beach , Va.; Jamison Professional Services, Inc.*, East Point, Ga.; JDR Unlimited, LLC*, Melbourne, Fla.; Jered LLC dba PHR, Brunswick, Ga.; JETPUBS Inc.*, Hudson, WI; Joiner Associates LLC*, Norfolk, Va.; Jones Lang LaSalle Americas, Inc. dba Public Institutions, Washington, D.C.; JRM Enterprises, Inc. dba JRM Technologies*, Fredericksburg, Va.; Kalon, LLC*, Supply, N.C.; KAMMS Group LLC*, Woodbridge, Va.; Karsun Solutions LLC*, Herndon, Va.; KCK Technologies, LLC*, Fairfax, Va.; Kenific Group*, Fairfax, Va.; Kilda Group, LLC*, Annapolis, Md.; Kiple Acquisition Science Technology Logistics & Engineering dba Kiple Consulting*, Bel Air, Md.; Knowledge Capital Associates, LLC*, Springfield, Va.; Knowledge Management Inc.*, Tyngsboro, Maine; Kutta Technologies, Inc.*, Phoenix, Ariz.; KZF Design, Inc.*, Cincinnati, Ohio; LDM & Associates LLD dba LDM Group, LLC*, Bethesda, Md.; Leading Edge Solutions, LLC*, Fort Washington, Md.; Lee Defense Group, LLC  dba  Lee Defense Group*, Springville, Ind.; Lexicon Consulting, Inc.*, El Cajon, Calif.; Lightspeed Technologies dba LP3*, Fairfax, Va.; Links Media LLC dba Links Global*, Rockville , Md. ; Lixis Technology LLC*, Washington, D.C.; LLUCAS Corp.*, Washington, D.C.; Logistics Applications Inc.*, Alexandria, Va.; LR-Associates, LLC*, Alexandria, Va.; Lukos, LLC*, Tampa, Fla.; Lumbee Resource Management Group*, Jacksonville, Fla.; Lumbee Tribe Enterprises, LLC*, Pembroke, N.C.; M1 Support Services LP, Denton, Texas; MacDonald-Bedford LLC*, Alameda, Calif.; Macray Services and Solutions, LLC*, Washington, D.C.; Mansai Corp.*, Greenbelt, Md.; MartinFederal Consulting, L.L.C.*, Auburn, Ala.; Masy Group LLC*, Alexandria, Va.; Materials Sciences Corp.*, Horsham, Pa.; McFarland Technology, Inc.*, Murrysville, Pa.; McKenna Principals, Inc.*, Woodbridge, Va.; McKinney & McKinney Techical Services Inc. dba M&M Technical Services*, Woodbridge, Va.; McLane Advanced Technologies, LLC, Temple, Texas; McNally Industries, LLC*, Grantsburg, WI; MCS of Tampa, Inc. dba Mission Critical Solution*, Tampa, Fla.; MDM Technical Services Corp. dba SASI Defense Technologies*, Pittsburgh, Pa.; MDW Associates, LLC*, McLean, Va.; Meridian Technologies, Inc.*, Jacksonville, Fla.; MESMO Inc. dba MESMOLSS*, Waldorf, Md.; Metasystems, Inc.*, North Royalton, Ohio; MillerWilson Consulting, LLC dba MWC*, North Charleston, S.C.; Minerva Systems & Technologies, LLC*, Lexington, KY; Mobius Consulting, LLC*, Alexandria, Va.; Mobius Industries USA, Inc.*, Kirkland, Wash.; Morgan 6, LLC*, North Charleston, S.C.; Moriarty and Associates Consulting Corp. dba Moriarty and Associates*, Fairfax, Va.; MSDS Consultant Services, LLC*, Clinton, Md.; Murtech*, Glen Burnie, Md.; NATECH Network Solutions LLC*, Plano, Texas; National Technology & Service Group LLC*, San Diego, Calif.; Navigant Consulting, Inc., Chicago, Ill.; NAVTEC, Inc.*, Chula Vista, Calif.; NetCentrics Corp.*, Herndon, Va.; NetSecurity Corp. dba Netsecurity*, Dulles, Va.; Network Runners, Inc.*, Ashburn, Va.; Nevins Software , Inc.*, Morris, Ill.; Nexagen Networks Inc.*, Aberdeen, Md.; Nexus Technology Solutions, LLC*, Panama City Beach, Fla.; Nguyen Information Consulting dba Net-Integrated Consulting*, West Des Moines, IA; NLT Corp. dba NETCOM Group*, Springfield, Va.; North Star Group LLC*, Washington, D.C.; northRamp LLC*, Reston, Va.; Novitas Global Solutions LLC dba Novitas Group*, Reston, Va.; NSC Technologies, Inc.*, Portsmouth, Va.; ODME Solutions, LLC*, San Diego, Calif.; Old Breed, LLC*, Quantico, Va.; Operational Support Group*, Virginia Beach, Va.; OpTempo, LLC*, Stafford, Va.; Optima Global Solutions, Inc.*, Lawrenceville, N.J.; Ordnance Holdings, Inc.*, Reisterstown, Md.; Orion Networking Inc.*, Great Falls, Va.; P2P Holdings LLC dba TekPartners Government Solutions*, Coral Springs, Fla.; PAC Solutions*, Stafford, Va.; Pacific Rim Aerospace Corp. dba PacRim Aero*, Kirkland, Wash.; Patriot Maritime Compliance, LLC*, Concord, Calif.; Payne Consulting Inc. dba Payne Consulting Services*, Los Lunas, N.M.; PCI Strategic Management, LLC*, Columbia, Md.; Pegasus Support Services, LLC*, Woodstock, Ga.; Perceptium Group*, Fredericksburg, Va.; Perceptix, LLC*, Washington, D.C.; Perfecta Aviation, LLC dba PAVN*, Alexandria, Va.; Persistent Systems, LLC*, New York, N.Y.; Pharos Group, Inc.*, Stafford, Va.; Phoenix Data Security Inc.*, Phoenix, Ariz.; Phoenix Soft*, Phoenix, Ariz.; Pinnakle Technologies Inc.*, Naperville, Ill.; Pioneer Corporate Services, Inc.*, Ashburn, Va.; Pioneer Technologies Corp.*, Las Vegas, Nev.; Piping Systems International, Inc.*, Bay Minette, Ala.; PKL Services Inc.*, Poway, Calif.; POGO Inc.*, Oceanside , Calif.; Portage, Inc. dba Portage Environmental Inc., Idaho Falls, Idaho; Porter Scientific, Inc. dba Porter Environmental*, Pembroke, N.C.; Positioning Systems Research*, La Jolla, Calif.; Premier Professional Systems, Inc.*, Huntsville, Ala.; Premier Solutions HI, LLC*, Honolulu, Hawaii; PrimeTech International, Inc. *, North Kansas City, Mo.; Professional Performance Development Group, Inc., San Antonio, Texas; Professional Services of America Inc. dba Professional Services of America*, Parkersburg, W.Va.; Progressive Data Systems, Inc.*, Stafford, Va.; Promethean Technical Solutions, LLC*, Fredericksburg, Va.; Provideo Management, Inc.*, Tysons Corner, Va.; QualBlazer, LLC*, Alexandria, Va.; QSI, Inc. dba Quality Solutions Consulting Group, INC.*, Carlsbad, Calif.; QuickFlex Inc.*, San Antonio, Texas; R Dorsey & Co. dba R.DORSEY+Co.*, Worthington, Ohio; Ranger Aerofab, LLC dba Ranger Enterprises, Springville, Ind.; Rapier Solutions, Inc. dba Simplified Computing Systems*, Matthews, N.C.; RCT Systems, Inc.*, Linthicum, Md.; Red Tail, LLC*, Arlington, Va.; REK Associates, LLC*, Chantilly, Va.; RETTEW Associates, Inc.*, Lancaster, Pa.; Right Sized Solutions, Inc. dba RSSI*, Sterling, Va.; RightDirection Technology Solutions, LLC*, Baltimore, Md.; Risk Mitigation Consulting, Inc.*, Destin, Fla.; RLM Communications*, Spring Lake, N.C.; Rock Creek Research, Data Management and Analysis LLC dba Rock Creek Data*, Alexandria, Va.; RoundTable Defense, LLC*, Stafford, Va.; RSL Fibersystems LLC*, E. Hartford, Conn.; Sabel Systems Technology Solutions, LLC*, Gainesville, Va.; SABRE88, LLC*, Newark, N.J.; Saint Security Services, LLC*, Springfield, Va.; Sapient Government Services Inc., Arlington, Va.; SAPTA Systems LLC*, San Antonio, Texas; SAVID LLC*, Saratoga, Calif.; SCI Consulting Services, Inc. dba Software Control International, McLean, Va.; SciTech Services dba SciTech*, Havre de Grace, Md.; SDL Federal Solutions Inc., Reston, Va.; Sealund & Associates Corp.*, St. Petersburg, Fla.; Sektor Solutions, Inc.*, Arlington, Va.; SEMAC LLC dba SEMAC*, Virginia Beach, Va.; SENTAR Inc.*, Huntsville, Ala.; Shivan Technologies, Inc.*, Fairfax, Va.; SI Organization, Inc., King of Prussia, Pa.; Silverback7, Inc.*, Woodbridge, Va.; Six Degrees of Simulation, Inc.*, Orlando, Fla.; SofTec Solutions, Inc.*, Englewood, Colo.; Spartan Business & Technology Services Inc. dba Spartan Business & Technology Consulting*, Alexandria, Va.; Spectra Tech Inc.*, Oak Ridge, Tenn.; Spin Systems, Inc.*, Sterling, Va.; Spinvi Consulting, LLC*, Alexandria, Va.; Squires Group Inc.*, Annapolis, Md.; STARA Technologies, Inc.*, Gilbert, Ariz.; Stauder Consulting, Inc., dba Stauder Technologies*, St. Peters, Mo.; SteedPetro LLC*, Washington, D.C.; Storage Strategies, Inc. dba SSI*, Springfield, Va.; Strata G Solutions Inc.*, Huntsville, Ala.; Strategic Response Initiatives, LLC *, Albany, N.Y.; Strategy and Management Services Inc. dba SAMS*, Springfield, Va.; Strike Group LLC*, Detroit, Mich.; Strong Castle, Inc.*, Washington, D.C.; Strongbridge Corp.*, Sterling, Va.; Succeed to Lead, LLC*, Dumfries, Va.; SunMan Engineering, Inc.*, San Jose, Calif.; Sunrise Beach Corp. dba M2 Services Corp.*, McKinney, Texas; Synergy Aerospace, Inc.*, Lexington Park, Md.; Syntelligent Analytic Solutions, LLC*, Falls Church, Va.; Tactical Micro, Inc.*, Fredericksburg, Va.; Takontrol, LLC*, Annandale, Va.; Tanager, Inc.*, Annapolis Junction, Md.; Tandel Systems, Inc.*, Oldsmar, Fla.; Tantivy Systems Group Technologies, Inc. dba TSG Technologies*, Melbourne, Fla.; Tech Global, Inc.*, Rockville, Md.; Technical Professional Services, Inc.*, Wayland, Mich.; Technique Solutions, Inc.*, Martinsville, Va.; Tellus Solutions, Inc.*, Santa Clara, Calif.; TENICA and Associates, LLC*, Alexandria, Va.; Threat Defense LLC dba Threat Defense*, New Orleans, La.; Tidewater, Inc.*, Elkridge, Md.; Tilson Government Services, LLC*, Portland, Maine; TIME Systems LLC*, Washington, D.C.; TM3 Solutions*, Woodbridge, Va.; TMCI - The McVey Co., Inc. dba TMCI*, Fairfax, Va.; TMGE LLC*, Remington, Va.; Tolliver Group Inc.*, Winter Park, Fla.; Tompkins Consulting LLC dba TC Defense*, Arlington , Va.; Topologe*, Burlington, Mass.; TOTE Services, Inc., Moorestown, N.J.; Trace Systems, Inc.*, McLean, Va.; Trey Software*, La Jolla, Calif.; Trimech Services, LLC dba Trimech Services*, Glen Allen, Va.; Triple Canopy, Inc., Reston, Va.; Trusted Federal Systems, Inc.*, Greenbelt, Md.; TSO Armor and Training, Inc.*, Chesapeake, Va.; United Global Group Inc. dba United Global Group*, Fredericksburg, Va.; Universal Marine Leasing, Inc. dba Universal Marine*, Seaford, Va.; Universal Solutions International, Inc. dba USI*, Newport News, Va.; Universal Strategy Group, Inc.*, Franklin, Tenn.; Unlimited Services Systems Management & Consultants dba USSMC*, Glen Allen, Va.; Valytics, LLC*, Great Falls, Va.; Varen Technologies, Inc.*, Columbia, Md.; Varsant, Inc.*, Waldorf, Md.; Vasto Technologies, Inc.*, Fairfax Station, Va.; Vector Resources, Inc., Torrance, Calif.; Vectrona, LLC*, Virginia Beach, Va.; Venatore LLC*, Tampa, Fla.; Vesa Health & Technology*, San Antonio, Texas; Vion Corp., Herndon, Va.; Visual Soft, Inc.*, Vienna, Va.; VLS IT Consulting, Inc.*, Newark, Del.; VOR Technology, LLC*, Columbia, Md.; VPC Solutions, Inc.*, Dunn Loring, Va.; vTech Solution Inc.*, Chantilly, Va.; VXD Systems, Inc.*, Morganville, N.J.; W4 Limited L.P.*, Fort Worth, Texas; Warrant Technologies LLC*, Bloomington, Ind.; Webworld Technologies, Inc.*, Springfield, Va.; Wellington Federal, LLC*, Dumfries, Va.; Westcarb Enterprises, Inc.*, Springfield, Mass.; Woodbury Technologies, Inc.*, Clearfield, Utah; WPI Services, LLC dba Worldwide PRCH Ingration Services *, Juno Beach, Fla.; XOR Security, LLC*, Fairfax, Va.; Xpect Solutions, Inc.*, Bristow, Va.; YADARI Enterprises*, Fairfield, Calif.; Zephyr Media and Communications, Inc.*, Springfield, Va.; Zurka Interactive LLC*, Vienna, Va.; Kongsberg Gallium Ltd, Kanata, Ontario; Haka Inc.*, Honolulu, Hawaii; Science Applications International, Corp. (SAIC), McLean, Va.; A. Harold and Associates, LLC dba AHA*, Jacksonville, Fla.; A2Z, Inc.*, Virginia Beach, Va.; A-T Solutions, Fredericksburg, Va.; AAC Inc.*, Vienna, Va.; AAI Corp., Hunt Valley, Md.; AAMCORE Inc.*, Leesburg, Va.; Abbott On Call, Inc. dba AOC, Inc.*, Vienna, Va.; ABSG Consulting Inc., Arlington, Va.; Accenture Federal Services LLC, Arlington, Va.; Acquisition, Research and Logistics, Inc.*, Oxon Hill, Md.; ACTA, Inc.*, Torrance, Calif.; Adaptive Methods, Inc.*, Centreville, Va.; Addx Corp.*, Alexandria, Va.; Advanced Information Systems Group, Inc.*, Orlando, Fla.; Advanced Internet Marketing, Inc. dba GBS Group*, Virginia Beach, Va.; Advanced Systems Technology and Management, Inc.*, Vienna, Va.; Advanced Systems Technology, Inc.*, Lawton, Okla.; Affordable Engineering Services LLC, Coronado, Calif.; Agile Defense, Inc. dba Webster Data Communication*, Fairfax, Va.; ALEX-Alternative Experts, LLC*, Chantilly, Va.; Alpha Solutions Corp.*, Virginia Beach, Va.; ALTRON, Inc.*, Mt. Pleasant, S.C.; AM Pierce & Associates, Inc.*, Lexington Park, Md.; Amee Bay LLC*, Anchorage, Alaska; American Electronics, Inc.*, California, Md.; American Technical Services, Inc.*, Norco, Calif.; Amron Corp.*, McLean, Va.; Amyx, Inc.*, Reston, Va.; Analysis Modeling and Programming Sciences, Inc.*, Poway, Calif.; Analytic Solutions LLC*, Virginia Beach, Va.; Anchor Innovation, Inc.*, Virginia Beach, Va.; Andromeda Systems Inc.*, Virginia Beach, Va.; Antech Systems, Inc.*, Chesapeake, Va.; AOC Global Services, LLC*, Chantilly, Va.; Apextech, LLC.*, Arlington, Va.; Apogee Solutions, Inc.*, Chesapeake, Va.; Applied Engineering Management Corp.*, Herndon, Va.; Applied Logistics Services, Inc.*, Odon, Ind.; Applied Management Corp. dba AM*, Arlington, Va.; Applied Research Associates, Inc., Albuquerque, N.M.; Applied Technical Systems, Inc.*, Silverdale, Wash.; Applied Technology, Inc.*, King George, Va.; A-P-T Research, Inc. dba APT Research*, Huntsville, Ala.; Arinbe Technologies, Inc.*, Falls Church, Va.; Artisan Electronics, Inc.*, Gosport, Ind.; ASM Research, Inc., Fairfax, Va.; AT&T Government Solutions, Inc. dba AT&T, Vienna, Va.; Alliant Techsystems Operations LLC dba  ATK Tactical Propulsion and Control, Rocket Center, W.Va.; Atkinson Aeronautics & Technology*, King Geroge, Va.; Atlantic CommTech Corp.*, Norfolk, Va.; Atlas Executive Consulting, LLC*, North Charleston, S.C.; AUSGAR Technologies, Inc.*, San Diego, Calif.; Ausley Associates, Inc.*, Lexington Park, Md.; Automation Precision Technology, LLC dba A P T*, Norfolk, Va.; Avaya Government Solutions, Inc., Fairfax, Va.; AVIAN Engineering, LLC*, Lexington Park, Md.; Aviation Systems Engineering Co., Inc. dba ASEC*, Lexington Park, Md.; Avineon, Inc.*, McLean, Va.; AVW Technologies Inc.*, Chesapeake, Va.;  BAI, Inc.*, Alexandria, Va.; Battelle Memorial Institute, Columbus, Ohio; BGI, LLC*, Akron, Ohio; BLS Consultants, Inc.*, Virginia Beach, Va.; Brandes Associates, Inc.*, Lone Tree, Colo.; Baum, Romstedt Technology Research Corp. dba BRTRC, Fairfax, Va.; BSC Systems, Inc.*, Chantilly, Va.; Burr Business Solutions, LLC*, Enola, Pa.; CAE USA Inc., Tampa, Fla.; CALNET, Inc., Reston, Va.; Calvert Systems Engineering*, Prince Frederick, Md.; Camber Corp., Huntsville, Ala.; Cameron Bell Corp. dba Gov Solutions Group*, Daniel Island, S.C.; Capstone Corp., Alexandria, Va.; Cardno EM-Assist, Inc., Folsom, Calif.; Carley Corp.*, Orlando, Fla.; Carter-Lambert Divisions, LLC*, Waldorf, Md.; Celeris Systems, Inc.*, Anaheim, Calif.; Centerscope Technologies Inc. dba CenterScope*, Elkridge, Md.; Centurum Technical Solutions, Inc., Marlton, N.J.; CEXEC, Inc.*, Reston, Va.; CGI Federal, Inc., Fairfax, Va.; CGW Technologies, Inc.*, Great Mills, Md.; CJSeto Support Services, LLC*, Ventura, Calif.; Client Solution Architects LLC*, Mechanicsburg, Pa.; Client/Server Software Solutions, Inc. dba CSSS.NET*, Bellevue, Neb.; Coalition Solutions Integrated Inc.*, California, Md.; CodeLynx, LLC*, North Charleston, S.C.; Coherent Technical Services, Inc.*, Lexington Park, Md.; COLE Technology Corp.*, Fort Worth, Texas; COLSA Corp., Huntsville, Ala.; Command Decisions Systems & Solutions, Inc. dba CDS2*, Stafford, Va.; CommIT Enterprises Inc.*, Hughesville, Md.; Compass Systems, Inc.*, Lexington Park, Md.; Compliance Corp.*, Lexington Park, Md.; Concurrent Technologies Corp., Johnstown, Pa.; CORTEK, Inc.*, Fredericksburg, Va.; Cruz Associates Inc.*, Yorktown, Va.; CSSI, Inc., Washington, D.C.; Culmen International, LLC*, Alexandria, Va.; Cydecor, Inc.*, Arlington, Va.; D&L Services, LLC*, California, Md.; D&S Consultants Inc. dba DSCI, Eatontown, N.J.; D3 Technologies, Inc., San Diego, Calif.; Daniel H Wagner Associates, Inc.*, Exton, Pa.; DasNet Corp.*, Bohemia, N.Y.; Data Solutions & Technology Inc.*, Lanham, Md.; DataSource, Inc.*, McLean, Va.; Davis Defense Group*, Fredericksburg, Va.; Dawnbreaker, Inc.*, Rochester, N.Y.; Decision Technologies, Inc.*, Arlington, Va.; Decisive Analytics Corp., Arlington, Va.; Defense Holdings, Inc.*, Manassas Park, Va.; DEL REY Systems and Technology, Inc.*, San Diego, Calif.; Diamond Data Systems, LLC*, Metairie, La.; Diverse Technologies Corp.*, Upper Marlboro, Md.; DKW Communications, Inc.*, Washington, D.C.; Domenix Corp.*, Chantilly, Va.; DRPA Inc.*, Knoxville, Tenn.; Dyncorp International, LLC, Fort Worth, Texas; E. L. Hamm & Associates, Inc.*, Virginia Beach, Va.; Eagle Systems, California, Md.; Eastern Research Group, Inc., Lexington, Mass.; ECS Federal, Inc. dba E C S, Fairfax, Va.; EHS Technologies Corp.*, Moorestown, N.J.; EMSolutions, Inc. dba EMSolutions*, Arlington, Va.; EMW, INC.*, Herndon, Va.; Engineering Support Personnel Inc. dba ESP*, Orlando, Fla.; Enterprise Information Services, Inc. dba ESI, Vienna, Va.; Enterprise Resource Performance, Inc. dba ERPI*, Leesburg, Va.; EOIR Technologies, Inc., Fredericksburg, Va.; E S H Group Inc.*, Alexandria, Va.; ESRG Government Services, LLC dba ESRG*, Virginia Beach, Va.; Exceptional Software Strategies, Inc.*, Linthicum Heights, Md.; EXCET, INC., Springfield, Va.; Exelis, Inc., Herndon, Va.; Facchina Global Services, LLC, La Plata, Md.; Falconwood*, Arlington, Va.; Flatter & Associates, INC.*, Stafford, Va.; Forward Slope*, San Diego, Calif.; Fulcrum Corp.*, Arlington, Va.; Fulcrum IT Services, LLC, Centreville, Va.; G2 Software Systems*, San Diego, Calif.; Geographic Information Services, Inc. dba GIS*, Birmingham, Ala.; Geologics Corp., Alexandria, Va.; George Consulting, Ltd.*, Daniel Island, S.C.; Georgia Tech Applied Research Corp., Atlanta, Ga.; Global Business Solutions, Inc. dba GBSI*, Pensacola, Fla.; Global Services Corp., Fayetteville, N.C.; Global Systems Technologies dba GST*, Yardley, Pa.; Global Technology and Management Resources, Inc. dba GTMR*, Leonardtown, Md.; Goldbelt Hawk, LLC dba GBHAWK*, Newport News, Va.; Gnostech, Inc.*, Warminster, Pa.; GPA Technologies, Inc.*, Ventura, Calif.; Greenfield Engineering Corp.*, Leonardtown, Md.; Greenpak Development, Inc.*, Parkersburg, W.Va.; Greystones Consulting Group LLC dba Greystones Group*, Washington, D.C.; Grove Resource Solutions, Inc. dba GRSI*, Frederick, Md.; GSTEK Inc.*, Chesapeake, Va.; Harlan Lee & Associates*, Vienna, Va.; Harmonia Holdings Group LLC*, Blacksburg, Va.; Harry Kahn Associates, Inc.*, Hagerstown, Md.; HART Technologies Inc.*, Manassas, Va.; HDT Engineering Services, Inc., Fredericksburg, Va.; HEBCO, INC.*, Oklahoma City, Okla.; Herdt Consulting, Inc. dba Herdt*, Chelsea, Ala.; HI-TEST Laboratories, Inc.*, Arvonia, Va.; Holmes-Tucker International, Inc.*, Lexington Park, Md.; Homeland Security Solutions, Inc., Hampton, Va.; Honeywell Technology Solutions dba Honeywell, Columbia, Md.; HP Enterprise Services, LLC, Herndon, Va.; Hughes Associates, Baltimore, Md.; I-Prise Communications, Inc.*, Oxnard, Calif. ; IBASET*, Foothill Ranch, Calif.; II Corps Consultants, Inc. dba II Corps Consultants*, Locust Grove, Va.; ICF Inc., L.L.C., Fairfax, Va.; Imagine One Technology and Management LTD*, Colonial Beach, Va.; Information Planning Associates, Inc.*, Falls Church, Va.; Info Soft Systems Inc.*, Potomac, Md.; InfoReliance Corp., Fairfax, Va.; Information Management Resources*, Aliso Viejo, Calif.; Information Research Corp.*, Bridgeport, W.Va.; InnovaSystems International LLC, San Diego, Calif.; Innovative Aviation Services, Inc.*, Woodbridge, Va.; Innovative Decisions, Inc.*, Vienna, Va.; Innovative Logistics Support Services Corp.*, New Orleans, La.; IMS-Chas*, North Charleston, S.C.; Innovative Reasoning LLC*, Orlando, Fla.; Integrated Consultants Inc. dba ICI Integrated Consultants*, San Diego, Calif.; Integrated Systems Analyst dba ISA*, Alexandria, Va.; INTEKRAS, Inc.*, Sterling, Va.; Intelligent Decision Systems Inc.*, Centreville, Va.; intelliSolutions, Inc.*, San Diego, Calif.; Intergraph Government Solutions Corp. dba IGS, Madison, Ala.; International Business Machines Corp. dba IBM, Bethesda, Md.; International Systems Management Corp.*, Boyds, Md.; Interoptek, Inc.*, Huntsville, Ala.; ISPA Technology*, Centreville, Va.; ITA International LLC*, Yorktown, Va.; IZ Technologies, Inc.*, Sterling, Va.; J. M. Waller Associates, Inc., Fairfax, Va.; J.F. Taylor, Inc., Lexington Park, Md.; J5 Systems*, San Diego, Calif.; Jahn Corp.*, Lexington Park, Md.; Janus Research Group, Inc., Appling, Ga.; Jardon and Howard Technologies*, Orlando, Fla.; JBR Resources, LLC*, Carlisle, Pa.; JC3 Global, Inc.*, La Plata, Md.; Joint Research and Development, Inc.*, Stafford, Va.; Juno Technologies*, Rancho Santa Fe, Calif.; KAEGAN Corp.*, Orlando, Fla.; Kalman and Co., Inc., Virginia Beach, Va.; Kay and Associates, Inc., Buffalo Grove, Ill.; Ki Ho Military Acquisition Consulting, Inc. dba KIHOMAC*, Fairfax, Va.; King Technologies, Inc.*, San Diego, Calif.; Klett Consulting Group*, Virginia Beach, Va.; KMS Solutions, LLC*, Melbourne, Fla.; Knight Networking and Web Design, Inc. dba Knight Networking*, Marlton, N.J.; Knowledge Engineers, Inc.*, Alexandria, Va.; KOAM Engineering Systems, Inc.*, San Diego, Calif.; Kratos Defense & Rocket Support Services, Inc., San Diego, Calif.; Liberty Business Associates, LLC*, North Charleston, S.C.; LinQuest Corp., Los Angeles, Calif.; Linxx Global Solutions, Inc., dba Linxx Security*, Virginia Beach, Va.; Logistics Management Institute dba LMI, McLean, Va.; Logis-Tech, Inc.*, Manassas, Va.; Logistic Services International, Inc. dba LSI, Jacksonville, Fla.; Logistics Support Inc.*, Arlington, Va.; Long Wave Inc.*, Oklahoma City, Okla.; Loyola Enterprises Inc.*, Virginia Beach, Va.; LTM Inc.*, Havelock, N.C.; M.C. Dean, Inc., Dulles, Va.; M2 Consulting Corp*, San Diego, Calif.; MAC Consulting Services, Inc.*, Fairfax, Va.; MacAulay-Brown Inc., Dayton, Ohio; Main Sail, LLC*, Cleveland, Ohio; Maintenance Inspection Services, Inc.*, Morganton, N.C.; Management & Engineering Technologies International, Inc. dba METI*, El Paso, Texas; Management Consulting Inc. dba MANCON, Virginia Beach, Va.; MANDEX Inc.*, Fairfax, Va.; Manufacturing Engineering System, Inc dba MES*, Rockville, Md.; Manufacturing Techniques, Inc. dba M-TEQ, Kilmarnock, Va.; Marine Acoustics*, MIddletown, R.I.; Maritime Applied Physics Corp.*, Baltimore, Md.; MARKON, Inc.*, Falls Church, Va.; Marlin Alliance Inc.*, San Diego, Calif.; Marshall Communications Corp.*, Ashburn, Va.; MCR Federal LLC, McLean, Va.; Merdan Group, Inc.*, San Diego, Calif.; Metamorphosis Group Inc.*, Vienna, Va.; Metron Inc.*, Reston, Va.; Metson Marine Services, Inc.*, Ventura, Calif.; MI Technical Solutions*, Chesapeake, Va.; MicroTechnologies, LLC dba Microtech, Vienna, Va.; Mid Atlantic Engineering Technical Services, Inc.*, Chesapeake, Va.; Mikel*, Fall River, Mass.; MIL Corp., Bowie, Md.; Millennium Corp.*, Arlington, Va.; Milli Micro Systems, Inc. dba Mms Tactical*, Northridge, Calif.; MILVETS Systems Technology*, Orlando, Fla.; Minerva Engineering*, Mesa, Ariz.; Modern Technology Solutions, Inc., Alexandria, Va.; Momentum Inc.*, Camp Hill, Pa.; MPR Associates, Inc., Alexandria, Va.; MTG Services, Inc.*, Lakehurst, N.J.; MTS Technologies*, Arlington, Va.; Mutual Telecom Services Inc. dba Black Box Network Services, Needham, Mass.; MYMIC*, Portsmouth, Va.; KSH Solutions Inc.*, San Antonio, Texas; Nakuuruq Solutions LLC*, Herndon, Va.; Nathan Kunes, Inc.*, Coronado, Calif.; National Sourcing, Inc.*, Tampa, Fla.; Naval Systems, Inc.*, Lexington Park, Md.; NCI Information Systems, Inc., Reston, Va.; Netzer Russell Consulting, LLC*, Ridgecrest, Calif.; Next Wave Systems, LLC*, Pekin, Ind.; Oak Grove Technologies LLC*, Raleigh, N.C.; Object CTalk*, King of Prussia, Pa.; Odyssey Systems Consulting Group LTD., Wakefield, Mass.; Oldenburg Group Inc. dba Oldenburg Lakeshore, Kingsford, MI; Omnitech Solutions, Inc.*, Bethesda, Md.; Opal Soft Inc.*, Sunnyvale, Calif.; Organizational Strategies Inc. dba OSI*, Arlington, Va.; Overlook Systems Technologies, Inc.*, Vienna, Va.; P3I, Inc., Hopkinton, Mass.; PAL Services*, O Fallon, Mo.; Parsons Government Services Inc., Pasadena, Calif.; Patrona Corp. dba Patrona*, Arlington, Va.; PCCI Inc.*, Alexandria, Va.; PC Engineering, Inc.*, Panama City, Fla.; Penobscot Bay Media LLC dba Pen Bay Media*, Rockland, Maine; Phacil. Inc., Arlington, Va.; Phoenix Group Of Virginia, Inc. dba PGV*, Chesapeake, Va.; PAL Technologies Inc. dba Pal-Tech*, Arlington, Va.; Potomac-Hudson Engineering Inc.*, Gaithersburg, Md.; Prairie Quest Consulting*, Fort Wayne, Ind.; Precise Systems*, Lexington Park, Md.; Predicate Logic*, San Diego, Calif.; Preferred Systems Solutions, Vienna, Va.; Prism Maritime LLC*, Chesapeake, Va.; Professional Solutions1, LLC dba Professional Solutions, Alexandria, Va.; Professional Systems Associates, Inc.*, Panama City, Fla.; Progeny Systems, Manassas, Va.; Programs Management Analytics & Technologies, Inc. dba PMAT*, Norfolk, Va.; Prometheus Co.*, Lexington Park, Md.; PSI PAX INC.*, California, Md.; Puritan Research Corp.*, Vienna, Va.; Quadelta*, Arlington, Va.; Quantum Professional Services*, San Diego, Calif.; R & D Training and Technical Services, Inc.*, Virginia Beach, Va.; R&K Solutions, Inc.*, Roanoke, Va.; Radiance Technologies, Inc., Huntsville, Ala.; Research Analysis and Engineering, LLC*, Arlington, Va.; RAM Laboratories*, San Diego, Calif.; RBC*, Alexandria, Va.; Regis & Associates, PC*, Washington, D.C.; Reliability & Performance Technologies LLC dba RP Technologies*, Dublin, Pa.; Reliable Government Solutions Inc.*, Beltsville, Md.; Renaissance Sciences Corp.*, Chandler, Ariz.; Rentfrow Inc.*, Ventura, Calif.; Research and Engineering Development, LLC, Lexington Park, Md.; RGS Associates, Arlington, Va.; RNB Technologies, Inc., Stafford, Va.; ROH Inc.*, Arlington, Va.; Rohrbach Group, Inc.*, Poway, Calif.; ROI Consulting LLC*, Mullica Hill, N.J.; Rollout Systems, LLC*, California, Md.; S4 Inc.*, Burlington, Mass.; Saalex Corp dba Saalex Solutions*, Camarillo, Calif.; Sabre Systems, Inc., Warrington, Pa.; SAM Inc.*, College Park, Md.; San Diego Community College District dba San Diego City College, San Diego, Calif.; Savvee Consulting, Inc.*, Chantilly, Va.; Sayres and Associates*, Washington, D.C.; SBG Technology Solutions*, Stafford, Va.; Schafer Corp. dba WJ Shafer and Associates, Chelmsford, Mass.; SDS International Inc.*, Fredericksburg, Va.; Secure Mission Solutions, LLC. Dba SMS, N. Charleston, S.C.; Sentek Consulting Inc. dba Sentek Global*, San Diego, Calif.; Serrano IT Services*, Omaha, Neb.; ShadowObjects LLC*, Leonardtown, Md.; Sierra Management and Technologies, Inc.*, California, Md.; Silver Bullet Solutions Inc.*, Arlington, Va.; Simulation Systems Technologies, Inc. dba SSTI*, Voohees, N.J.; SITE, LLC dba Systems Intgrtion Tech Evltion*, Arlington, Va.; Smartronix, Inc., Hollywood, Md.; Solution Engineering Associates, Inc. dba SEAI*, Lexington Park, Md.; Sotera Defense Solutions Inc., Herndon, Va.; Sound & Sea Technology, Inc. dba Sound & Sea Technology*, Lynnwood, Wash.; Southwest Research Institute dba SWRI, San Antonio, Texas; Spalding Consulting, Inc.*, Lexington Park, Md.; Spatial Integrated Systems Inc. dba SIS*, Virginia Beach, Va.; Specialty Systems*, Toms River, N.J.; Spectrum Technology Group, Inc.*, Gaithersburg, Md.; SRI International, Menlo Park, Calif.; Standard Calibrations, Inc.*, Chesapeake, Va.; Stargates Inc.*, Arlington, Va.; STG Inc., Reston, Va.; STIMULUS Engineering Services, Inc.*, Loogootee, Ind.; Strategic Analysis, Inc., Arlington, Va.; Strategic Data Systems dba SDS*, San Diego, Calif.; Strategic Technology Institute Inc. dba STI*, Rockville, Md.; Stratom Inc.*, Boulder, Colo.; Subsidium, Inc.*, Luray, Va.; Summit Technical Solutions, LLC*, Colorado Springs, Colo.; Sunset Design & Programming Inc. dba Sunset Design*, Oxnard, Calif.; Support Systems Associates, Inc.*, Melbourne, Fla.; Survice Engineering Co., Belcamp, Md.; Symvionics Inc.*, Arcadia, Calif.; Synergy Software Design, LLC*, Washington, D.C.; Systems Documentation, Inc.*, Piscataway, N.J.; Systems Engineering & Management Co. dba SEMCO*, Vista, Calif.; Systems Engineering Support  dba SESCO*, San Diego, Calif.; Systems Planning and Analysis, Inc., Alexandria, Va.; Systems Plus, Inc.*, Rockville, Md.; SRA International Inc. dba SRA, Fairfax, Va.; Sysytems Technology Forum, Limited*, Fredericksburg, Va.; Tactical Engineering & Analysis, Inc.*, San Diego, Calif.; Target Media Mid Atlantic Inc. dba Target Systems*, Mechanicsburg, Pa.; Technical Software Services, Inc.. dba TECHSOFT*, Pensacola, Fla.; Tech Wizards, Inc.*, Newburg, Md.; Technical and Project Engineering, LLC dba TAPE*, Alexandria, Va.; Technology and Management International, LLC dba TAMI*, Toms River, N.J.; Technology Associates International Corp. dba TAIC, Carlsbad, Calif.; Technology Security Associates Inc.*, California, Md.; Technomics*, Arlington, Va.; Tekla Research Inc.*, Dumfries, Va.; Teleconsultants Inc.*, Chesapeake, Va.; TELESIS Corp.*, Beltsville, Md.; Tetra Tech EMC, Inc. dba Tetra Tech EMC, Camarillo, Calif.; Thornberry Consulting, LLC*, Mount Airy, Md.; TIE Today, Inc.*, Oviedo, Fla.; Technology Program Services Associates, Inc.*, Whiting, N.J.; Transformation Systems Inc.*, Arlington, Va.; TRANSTECS Corp.*, Wichita, Kan.; Tri-Force Consulting Services Inc.*, Lansdale, Pa.; Triton Services, Inc.*, Annapolis, Md.; Triumph Enterprises, Inc.*, Fairfax, Va.; Trofholz Technologies, Inc.*, Rocklin, Calif.; Truston Technologies, Inc.*, Broussard, La.; T-Solutions, Inc.*, Chesapeake, Va.; Turner Strategic Technologies, LLC*, Norfolk, Va.; TWM Associates, Inc.*, Falls Church, Va.; Unconventional Concepts, Inc.*, Mary Esther, Fla.; Unified Industries Inc.*, Springfield, Va.; Unisys Corp. dba Federal Systems, Reston, Va.; Universal Consulting Services, Inc.*, Fairfax, Va.; Universal Technical Resource Services, Inc. dba UTRS, Cherry Hill, N.J.; Valkyrie Enterprises, LLC*, Virginia Beach, Va.; Vaughn Management & Services, Inc.*, Camarillo, Calif.; VectorCSP, LLC*, Elizabeth City, N.C.; Veteran Enterprise Technology Services, LLC dba VETS*, Vienna, Va.; Vision Point Systems, Inc.*, Blacksburg, Va.; Visual Concepts LLC*, Ventura, Calif.; Vox Optima, LLC*, Albuquerque, N.M.; VT AEPCO Inc., Alpharetta, Ga.; W R Systems, Ltd., Fairfax, Va.; Washington Technology Group, Inc.*, Silver Spring, Md.; Web Business Solutions Inc.*, Fredericksburg, Va.; Whitney, Bradley & Brown Inc., Reston, Va.; WGS Systems LLC*, Frederick, Md.; Wyle Laboratories, Inc., Huntsville, Ala.; X-Feds, Inc.*, San Diego, Calif.; Zekiah Technologies, Inc.*, La Plata, Md.; Zimmerman Associates, Inc. dba ZAI, Fairfax, Va.; Accelerated Development & Support Corp. dba ADS*, Arlington, Va.; Applied Computing Technologies, Inc.*, Alexandria, Va.; Artemis Consulting, LLC*, San Diego, Calif.; BTP Systems, LLC*, Ludlow, Mass.; Caelum Research Corp.*, Rockville, Md.; Cape Henry Associates, Inc.*, Virginia Beach, Va.; Collins Consulting, Inc.*, Schaumburg, Ill.; Craig Technical Consulting, Inc. dba Craig Technologies*, Cape Canaveral, Fla.; Dynamic Analytics and Test, LLC*, Arlington, Va.; GCC Technologies, LLC*, Oakland, Md.; Global Defense, Inc. dba GDI*, Arlington, Va.; J3S, Inc.*, Georgetown, Texas; KPMG LLP, McLean, Va.; Kros-Wise*, San Diego, Calif.; Marine Systems Corp.*, Boston, Mass.; Monroe Defense Industry Consulting, Inc.*, Colonial Beach, Va.; Natural SPI Inc.*, Tucson, Ariz.; Navmar Applied Sciences Corp., Warminster, Pa.; NS Software Services Inc. dba Stiltmart Learning Management Services*, Pensacola, Fla.; Ohm Systems, Inc.*, Horsham, Pa.; Orqid Consulting & Associates, Inc.*, San Diego, Calif.; Pacific Science & Engineering Group, Inc.*, San Diego, Calif.; Quality Innovative Solutions, Inc. dba QI-Solutions, QISI*, Oxnard, Calif.; Referentia Systems Inc.*, Honolulu, Hawaii; S & K Technologies, Inc.*, Saint Ignatius, Mont.; Sedna Digital Solutions, LLC*, Manassas, Va.; Softcomm Inc. dba Softcomm*, San Diego, Calif.; Solers, Inc., Arlington, Va.; SOLUTE dba SOLUTE Consulting*, San Diego, Calif.; STS International, Inc.*, Berkeley Springs, W.Va.; System Planning Corp., Arlington, Va.; Systems Technologies, Inc., West Long Branch, N.J.; TechFlow, Inc.*, San Diego, Calif.; Tecolote Research, Inc., Goleta, Calif.; Tek Source USA, Inc.*, Tampa, Fla.; Wakelight Technologies, Inc.*, Honolulu, Hawaii; Analysis Group, LLC, Falls Church, Va.; Salient Federal-SGIS, Inc. dba SGIS, San Diego, Calif.; Vector Planning and Services, Inc.*, San Diego, Calif.; Investment Management Enterprise Inc.*, Richmond, Va.; iO Technologies, Inc.*, Dahlgren, Va.; Electromagnetic Compatibility Management Concepts dba EMC Management Concepts*, Sterling, Va.

BSC Partners LLC,* Binghamton, N.Y., is being awarded a $30,456,711 firm-fixed-price Small Business Innovation Research (SBIR) Phase III contract under Topic #03-190 entitled Helicopter Operations Aircrew/Crew Chief Trainer.  The objective of this SBIR effort is to design, fabricate, install, and test four MH-60R Naval Aircrew Training Systems and three MH-60S Aircrew Virtual Environment Trainer (AVET) devices and upgrade the original SBIR Phase III delivered AVET S/N 1 to the AVET S/N2 baseline configuration for commonality.  This effort also includes training, contractor field services, contractor phone support and spares for all devices.  Work will be performed in Orlando, Fla. (45 percent); Binghamton, N.Y. (30 percent); San Diego, Calif. (13 percent); Norfolk, Va. (6 percent); Jacksonville, Fla. (3 percent); and Mayport, Fla. (3 percent), and is expected to be completed in December 2019.  Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $30,456,711 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-5.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61340-14-C-0002).

PPG Industries, Inc., Pittsburgh, Pa., is being awarded an $8,916,209 indefinite-delivery/indefinite-quantity contract with firm-fixed-price task orders to provide paints, coatings, solvents, preservation products, and engineering/technical services for Military Sealift Command (MSC).  PPG Industries Inc., shall provide paint products and services for MSC ships and any other government-owned or government-chartered ships designated by MSC.  This contract includes four 12-month option periods, which if exercised, would bring the cumulative value of this contract to $44,516,439.  Work will be performed worldwide and is expected to be completed Sept. 30, 2014.  If all option periods are exercised, work will continue to September 2018.  Working capital contract funds are subject to availability of fiscal 2014 funding, and funds will expire at the end of that fiscal year.  This contract was competitively procured via solicitation posted to the Military Sealift Command’s procurement website and the Federal Business Opportunities website, with and four offers received.  The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-14-D-8010).

Emprise Corp., Ledyard, Conn., is being awarded an $8,739,750 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee task orders for support services in the areas of maintenance, reliability and system engineering services, and engineering and technical services.  This contract will provide support services to Military Sealift Command vessels, as well as other U.S. Navy and government owned vessels worldwide.  This contract includes one 12-month option period and two six-month option periods, which, if exercised, would bring the cumulative value of this contract to $26,719,053.  Work will be performed in Ledyard, Conn., and on board vessels located worldwide, and work is expected to be completed Nov. 19, 2014.  If all option periods are exercised, work will continue through November 2016.  Working capital contract funds in the amount of $100,000 are obligated for fiscal 2014, and will expire at the end of the fiscal year.  This contract was competitively procured via solicitation posted to the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with more than 170 companies solicited and two offers received.  The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-14-D-8005).

Ensign-Bickford Aerospace and Defense Co., Simsbury, Conn, is being awarded an $8,650,874 firm-fixed-priced contract for five sizes of low-hazard linear shaped charges.  The low-hazard flexible linear shaped charges are used to produce a linear cutting action in various applications where remote, fast and reliable cutting of obstacles and other targets is required.  Work will be performed in Nortonville, Ky., and is expected to be completed by November 2018.  Fiscal 2013 procurement of ammunition, Air Force contract funds in the amount of $553,500 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received. Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-14-D-JR10).

DEFENSE LOGISTICS AGENCY

American Regent, Shirley, N.Y., has been awarded a maximum $28,074,324 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products in support of the corporate exigency contract program to provide medical/surgical surge, re-supply, and sustainment material.  This contract is a competitive acquisition, and thirty-one offers were received.  Location of performance is New York with a Nov. 17, 2014 performance completion date.  This contract is a one-year base with seven one-year option periods.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2D0-14-D-0001).

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded a $300,000,000 indefinite-delivery/indefinite-quantity contract for development and production of multiple foreign military sales test vehicles and equipment, mission planning, mission operational flight program, test support, logistics support, sustainment, and non-recurring engineering.  Work will be performed at Lockheed Martin Missiles and Fire Control, Orlando, Fla., and Lockheed Martin Missiles and Fire Control, Troy, Ala., with an expected completion date of Nov. 19, 2018.  This contract involves foreign military sales with Finland and Australia.  This contract was a sole-source acquisition.  The Air Force Life Cycle Management Center, Eglin Air Force Base, Fla., is the contracting activity (FA8682-13-D-0049).

Bering Straits Logistics Services, Anchorage, Alaska has been awarded a $12,274,457 modification (P00012) to previously awarded FA810012C0002 as the 76th Maintenance Wing material support integrator. The contractor shall maintain day-to-day operations to include all labor, supervision, materials, tools, equipment, personnel protective equipment, interim storage, transportation, and incidentals.  The contractor shall be responsible for obtaining material and supply agreements with individual vendors to provide all the PPE and materials required for this program.  The contractor shall provide program management, strategic analysis for future needs, recommendations to increase efficiencies, improve cost savings, and ensure compliance with applicable laws, directives, and regulatory requirements.  Work will be performed at Tinker Air Force Base, Okla. with an expected completion date of Dec. 18, 2014.  Fiscal 2014 Depot Maintenance Activity Group funds in the amount of $12,274,457 are being obligated at time of award.  The Air Force Sustainment Center, Tinker AFB, Okla., is the contracting activity.

Teledyne Scientific & Imaging, LLC., Thousand Oaks, Calif., was awarded a $8,409,250 cost-plus-fixed-fee contract for Knowledge Representation in Neural Systems program.  The objective of the program is to develop new theories that explain how conceptual knowledge is represented in the human brain and test those theories by demonstrating the ability to predict and interpret concept-related patterns of neural activity measured non-invasively.  Work will be performed at Thousand Oaks, Calif., with an expected completion date of Jan. 16, 2017.  Fiscal 2013 research, development, test and evaluation funds in the amount of $3,072,169 are being obligated at time of award.  This contract was a competitive acquisition, and 13 offers were received.  The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-C-7357).

S&K Aerospace LLC, Saint Ignatius, Mont., has been awarded an estimated $7,126,828 modification (P00005) on an existing firm-fixed-price, cost-reimbursable-no-fee contract (FA8505-12-D-0002) for foreign military sales Royal Saudi Air Force F-15 classified items Third Party Logistics Repair & Return management services. This modification adds 13 months period of performance to the basic contract. Work will be performed at Warner Robins, Ga., and multiple certified sources of repair located throughout the continental United States, and is expected to be completed by Dec. 19, 2014.  This contract is 100 percent Foreign Military Sales for Saudi Arabia.  Air Force Life Cycle Management Center/WWKA, Robins Air Force Base, Ga., is the contracting activity.


*Small Business

Monday, November 18, 2013

U.S. DOD CONTRACTS FOR NOVEMBER 18, 2013

FROM;  U.S. DEFENSE DEPARTMENT
CONTRACTS

ARMY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $77,524,748 modification (P00113) to firm-fixed-price contract W58RGZ-12-C-0008 to exercise an option for the procurement of seven Army UH-60M Black Hawk helicopters in accordance with contract clause H-23, “Option for Increased Quantity of Helicopters.”  Estimated completion date is June 30, 2015.  Work location is Stratford, Conn.  One bid was solicited and one received.  Fiscal 2013 other procurement funds in the amount of $77,524,748 are being obligated.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting agency.

McTech Corp.*, Cleveland, Ohio, was awarded a $51,784,000 firm-fixed-price contract with options for the construction of a dormitory and conference center, advanced training center.  Base plus all contract option contract line item numbering systems are awarded in this contract.  Estimated completion date is May 30, 2016.  Work location is Harpers Ferry, W.Va.  Thirteen bids were solicited, and thirteen received.  Fiscal 2014 other procurement funds in the amount of $51,784,000 are being obligated at time of award.  Army Corps of Engineers, Baltimore, Md., is the contracting agency (W912DR-14-C-0004).

Birdon America Inc.*, New Orleans, La., was awarded a $9,397,711 firm-fixed-price contract for hardware, test, logistics demonstration, contractor support and data deliverables for the Bridge Erection Boat.  The contract also includes options for additional production units and services.  Estimated completion date is Feb. 8, 2015.  Work location is New Orleans, La., ($7,518,169) and Clackamas, Ore. ($1,879,542).  Fiscal 2012 other procurement funds in the amount of $7,520,577 are being obligated at time of award.  Bids were solicited via the Internet, with five received.  Army Contracting Command - Tank and Automotive, Warren, Mich., is the contracting agency (W56HZV-14-C-0015).

Alliant Corp.*, Knoxville, Tenn., was awarded a $9,000,000 firm-fixed-price, architect/engineer indefinite-delivery/indefinite-quantity contract for environmental services for the Army Corps of Engineers, Louisville Mission Boundaries.  Estimated completion date is Nov. 17, 2018.  Work location and funding will be determined by each order.  Army Corps of Engineers, Louisville, Ky., is the contracting agency (W912QR-14-D-0001).


NAVY

TerraGroup Corp., Allentown, Pa., is being awarded a $49,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Lightweight Water Purification System (LWPS) in support of the product manager, expeditionary power systems, program manager, combat support systems.  The LWPS is a lightweight, modular, highly transportable, self-contained water purification system used to produce potable water from water sources such as rivers, lakes, wells, and oceans for Marines operating in austere environments.  The initial delivery order 0001 will procure LWPS and enhanced pump modules.  Work will be performed in Allentown, Pa., and is expected to be completed by November 2018.  Delivery order 0001 has an expected completion date of January 2015.  No funds will be obligated on the base contract.  Fiscal 2013 Marine Corps procurement contract funds in the amount of $14,994,714 will be obligated on delivery order 0001, and funds will not expire at the end of the current fiscal year.  This contract was competitively awarded via the Federal Business Opportunities website, with three offers received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-14-D-5001).

Delta Resources Inc., Alexandria, Va., (N00189-14-D-Z003), Group W Inc.*, Fairfax, Va., N00189-14-D-Z004), Metron Scientific Solutions Inc., Reston, Va., (N00189-14-D-Z005), Serco Inc. Reston, Va. (N00189-14-D-Z006), and Systems Planning and Analysis Inc. Alexandria, Va., (N00189-14-D-Z007), are each being awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts to provide world class modeling and simulation services in support of the Office of the Chief of Naval Operations (OPNAV) Assessment Division (N81).  The services are for systems engineering, model development and research, model modification and improvements, and model testing, transition, and demonstration support.  The models support OPNAV in the areas of warfighting, manpower, and fleet readiness.  Work will be performed in Washington, D.C., and work is expected to be completed by Nov. 30, 2016.  These five contractors shall compete for task orders under the terms and conditions of the awarded contract.  The maximum value of all task orders will be $43,042,246.  A minimum guarantee of $30,000 will be provided to each of the five contractors at the time of award.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $150,000 will be obligated at the time of award, and will expire at the end of the current fiscal year.  The requirement was competitively procured through full and open competition and solicited via the Federal Business Opportunities website, with five offers received in response to this solicitation.  NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded a $9,256,869 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0091) to exercise an option for the procurement of four Block A to B 50 - 69 series upgrade installs for the V-22 aircraft.  Work will be performed in Philadelphia, Pa. (60 percent); Havelock, N.C. (20 percent); and Fort Worth, Texas (20 percent), and is expected to be completed in September 2015.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $9,256,869 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

DMS Pharmaceutical Group Inc.**, Park Ridge, Ill., has been awarded a maximum $46,647,841 modification (P00094) exercising the second one-year option period on a one-year base contract (SPM2D0-11-D-0005) with five one-year option periods for various pharmaceutical products in support of the vendor managed inventory program which provides access to inventory to ensure material availability of medical and surgical surge, and re-supply and sustainment material.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Illinois with a Nov. 20, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

URS Federal Technical Services Inc., Germantown, Md., has been awarded a maximum $7,976,352 modification (P00056) exercising the fourth one-year option period on a one-year base contract (SP3300-10-C-0006) with four one-year option periods for material distribution services to include receipt, storage, and issuance.  This is a fixed-price, incentive-firm-target, award-fee, hybrid contract.  Locations of performance are Maryland and Florida with a Dec. 31, 2014 performance completion date.  Using service is DLA Distribution, Pennsylvania.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pa.

AIR FORCE

Raytheon Space and Airborne Systems, McKinney, Texas, has been awarded a $9,084,334 order (0011) under basic ordering agreement (FA8620-11-G-4050) for Multispectral Targeting System (MTS)-B High Definition/Target Location Accuracy (HD/TLA) Production Readiness which entails the delivery of an economical fabrication, assembly, inspection, test, delivery readiness and ability for the contractor to achieve full-rate production readiness for an MTS-B HD/TLA turret unit.  Work will be performed at McKinney, Texas and is expected to be complete by Oct. 31, 2014.  This award is the result of a sole-source acquisition.  Fiscal 2012 procurement funds in the amount of $9,084,334 are being obligated at time of award.  Air Force Life Cycle Management Center/WIIK, Wright Patterson Air Force Base, Ohio, is the contracting activity.

*Small Business
**Woman Owned Small Business

Search This Blog

Translate

White House.gov Press Office Feed