Saturday, October 19, 2013

DTN News - AIRLINES NEWS: Boeing Adjusts 747-8 Production Rate

DTN News - AIRLINES NEWS: Boeing Adjusts 747-8 Production Rate
Source: DTN News - - This article compiled by K. V. Seth from reliable sources Boeing
(NSI News Source Info) HONG KONG - October 19, 2013: Boeing [NYSE: BA] announced that it will adjust the production rate for the 747-8 program from 1.75 airplanes to 1.5 airplanes per month through 2015 because of lower market demand for large passenger and freighter airplanes.

"This production adjustment better aligns us with near-term demand while stabilizing our production flow, and better positions the program to offer the 747-8's compelling economics and performance when the market recovers," said Eric Lindblad, vice president and general manager, 747 Program, Boeing Commercial Airplanes. "Although we are making a small adjustment to our production rate, it doesn't change our confidence in the 747-8 or our commitment to the program."

The company expects long-term average growth in the air cargo market to begin returning in 2014, and forecasts global demand for 760 large airplanes (such as the 747-8) over the next 20 years, valued at $280 billion.

The 747-8 family provides airlines with double-digit improvements in fuel efficiency, operating costs and emissions, while being 30 percent quieter and adding more capacity. To date, the 747-8 has accumulated 107 orders for passenger and cargo versions, 56 of which have been delivered.

The first delivery at the new production rate is expected in early 2014. The production rate change is not expected to have a significant financial impact.

Forward-Looking Statements
Certain statements in this release may be "forward-looking" within the meaning of the Private Securities Litigation Reform Act of 1995. Words such as "expects," "forecasts," "plans," "projects," "believes," "estimates," "targets," "anticipates," and similar expressions are used to identify these forward-looking statements. Forward-looking statements are based on our current expectations and assumptions, which may not prove to be accurate. These statements are not guarantees and are subject to risks, uncertainties, and changes in circumstances that are difficult to predict. Actual outcomes and results may differ materially from what is expressed or forecasted in these forward-looking statements. As a result, these statements speak to events only as of the date they are made and we undertake no obligation to update or revise any forward-looking statement, except as required by federal securities laws. Specific factors that could cause actual results to differ materially from forward-looking statements include, but are not limited to, the effect of economic conditions in the United States and globally, and general industry conditions as they may impact us or our customers, as well as the other important factors disclosed previously and from time to time in our filings with the Securities and Exchange Commission.



Contacts:

Carrie Berry
747 Communications
+1 425-418-8592
carrieann.berry@boeing.com

Doug Alder
Boeing Communications
+1 206-660-2978
doug.alder-jr@boeing.com
SOURCE Boeing

*Link for This article compiled by K. V. Seth from reliable sources Boeing
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS

DTN News - ROMANIA DEFENSE NEWS: Romania Finally Settles On Portuguese F-16s

DTN News - ROMANIA DEFENSE NEWS: Romania Finally Settles On Portuguese F-16s
Source: DTN News - - This article compiled by K. V. Seth from reliable sources David Donald 
(NSI News Source Info) HONG KONG - October 19, 2013: Late last week, Romanian defense minister Mircea Dusa signed the contract for a €600 million ($817 million) deal to acquire 12 Lockheed Martin F-16AM/BM fighters from Portugal. An initial installment was paid at the same time. The acquisition of F-16s will finally allow Romania to operate NATO-compatible aircraft, and also brings to an end a long-running saga to provide a replacement for the dwindling LanceR fleet of upgraded MiG-21s.


Included in the deal are nine current Portuguese air force aircraft and three that Portugal is acquiring through the U.S. excess defense article program. This trio will be put through a mid-life update (MLU) program at Portugal’s OGMA maintenance, repair and overhaul company to bring them up to F-16AM/BM standards before delivery to Romania. The deal, which covers nine F-16AM single-seaters and three F-16BM two-seaters, also includes the training of an initial batch of nine pilots and 69 technicians, to be undertaken partly in the U.S.

The first aircraft is scheduled for delivery in 2015/16, with all 12 to be handed over by 2017 to equip a single squadron. Romania has stated its intention to buy another batch of F-16s from Portugal to equip a second unit.

Romania began its search for a new fighter in the early 2000s, with the aim of replacing the LanceRs in 2010/11 with 48 new aircraft. The F-16, Eurofighter Typhoon and Saab Gripen were seen as the main contenders, but a lack of funds continually delayed any decision. In 2005 Romania announced that it was to buy used F-16s from the Israeli air force, with overhaul and support provided by Elbit. Belgian F-16s were considered in 2006, and in 2008 Romania submitted a request for 24 new Block 50/52 aircraft and discussed an alternative plan to buy second-hand U.S. aircraft. In March this year Romania approved the purchase of 24 ex-U.S. Air Force F-16C/D Block 25s, but subsequently the country struck a final, cheaper deal with Portugal.

In Romanian service the F-16s will replace the 30 to 40 remaining LanceRs. This program involved a major upgrade to the Mikoyan MiG-21M, MF and UM, and was undertaken by Aerostar in conjunction with Elbit. Avionics were completely overhauled and Python 3 missile capability was added. From 1996 the Romanian air force received 71 LanceR A ground attackers with Elta EL/M-2001B radar, 14 LanceR B two-seat conversion trainers and 26 LanceR C air defense fighters with EL/M-2032 radar.

Portugal acquired a total of 45 F-16A/B Block 15s. The first batch, delivered from 1994, comprised 20 Block 15OCU aircraft acquired new under the Peace Atlantis I program to equip Esquadra 201 at Monte Real. In 1999 Portugal received 25 ex-U.S. Air Force Block 15s to establish a second squadron, Esquadra 301. Only 20 of these aircraft were placed in service, and soon after delivery they were put through the MLU program with new avionics, F100-PW-220E engines and Falcon UP structural upgrade. The remaining five ex-U.S. aircraft were used as a source of spares.

*Link for This article compiled by K. V. Seth from reliable sources David Donald 
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*Photograph: IPF (International Pool of Friends) + DTN News / otherwise source stated
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS

DTN News: U.S. Department of Defense Contracts Dated October 18, 2013

DTN News: U.S. Department of Defense Contracts Dated October 18, 2013
Source: K. V. Seth - DTN News + U.S. DoD issued No. 731-13 October 18, 2013
(NSI News Source Info) HONG KONG - October 18, 2013: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued  October 18, 2013  are undermentioned;

CONTRACTS

 Today’s contract announcements include awards made during the government shutdown where noted.

U.S. TRANSPORTATION COMMAND

(All of the following contracts were awarded Oct. 1, 2013)

Three option year modifications were awarded under a firm fixed-price contract for international airlift services. The teams and their awards are as follows: (1) Alliance Contractor Team of Leesburg, Va., estimated $141,487,046 (HTC711-13-D-CC01). Team members are: American Airlines, Inc., Ft. Worth, Texas; Evergreen International Airlines, Inc., McMinnville, Ore.; North American Airlines, Inc., Jamaica N.Y.; US Airways, Inc., Phoenix Ariz.; and World Airways, Inc., Peachtree City, Ga. (2) Federal Express Charter Programs Team Arrangement of Memphis, Tenn., estimated $237,326,979 (HTC711-13-D-CC02). Team members are: Air Transport International, LLC, Little Rock, Ark.; Atlas Air, Inc., Purchase, N.Y., Delta Air Lines, Inc., Atlanta, Ga.; Federal Express Corp., Memphis, Tenn.; Polar Air Cargo Worldwide, Inc., Purchase, N.Y.; and MN Airlines, LLC, doing business as Sun Country Airlines, Mendota Heights, Minn. (3) Patriot Team, Tulsa, Okla., estimated $168,183,810 (HTC711-13-D-CC04). Team members include: ABX Air, Inc., Wilmington, Ohio; JetBlue Airways Corp., Long Island City, N.Y.; Kalitta Air, LLC, Ypsilanti, Mich.; Northern Air Cargo, Anchorage, Alaska; Sky Lease I, Greensboro, N.C.; Southern Air, Inc., Norwalk, Conn.; United Airlines, Inc., Elk Grove Village, Ill.; and United Parcel Service, Louisville, Ky. Work will be performed at worldwide locations and is expected to be completed Sept 30, 2014. Contract funds will not expire at the end of the current fiscal year. U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

Louis Berger Aircraft Services Inc., Greenville, S.C., was awarded a $14,959,823 modification (P00021) to previously awarded contract HTC711-10-C-S002 to exercise the option for air terminal and ground handling services for fiscal year 2014. Work will be performed at Kuwait International Airport/Abdullah Al Mubarak Air Base with an expected completion date of Sept. 30, 2014. Fiscal 2014 Transportation Working Capital Funds were obligated for the full amount at the time of award. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

Science Applications International Corp., Mc Lean, Va., is being awarded a $14,110,134 
cost-plus-award-fee task order modification to previously awarded task order HC1028-08-D-2025-6S01 to exercise option period four for Agile Transportation for the 21st Century Business Process Management services. This contract modification will provide for process and systems improvement and reengineering for BPM development activities for discrete and capacity-based deployment and distribution processes, including group passenger movements, distribution planning, route planning, sustainment planning (e.g., stock position management, distribution planning capacity management) and transportation execution activities. The contractor shall apply best business practices and configure the BPM tool, webMethods®, to standardize, automate, benchmark and improve business. Work will be performed at Scott Air Force Base, Ill., with an expected completion date of Sept. 30, 2014. Fiscal 2014 Transportation Working Capital Fund operating, fiscal 2014 TWCF working capital, fiscal 2014 non-IT operating, and fiscal 2013 and 2014 research, development, test & evaluation funds in the amount of $11,382,134 were obligated at the time of award. Contract funds will expire at the end of fiscal year 2014. The U. S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

Paragon Technology Group, Inc., Vienna, Va., is being awarded an $11,260,500 labor hour modification (P00010) to previously awarded task order HTC711-12-F-D015 to exercise option period one for program management office support. This modification will provide for support and integration within acquisition program management for assigned acquisition programs and services acquisitions. Disciplines include, but are not limited to: program control, resource management, requirements management, configuration management, test and evaluation, systems engineering, security engineering, program management support, risk management, information technology administrative support, acquisition support, and integration of all the disciplines. Work will be performed at Scott Air Force Base, Ill., with an expected completion date of Sept. 30, 2014. Fiscal 2014 Transportation Working Capital Funds operating, TWCF capital, non-IT operating, and Defense Health Program operating funds in the amount of $11,037,326 were obligated at time of modification execution. Contract funds will expire at the end of fiscal year 2014. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

Harris IT Services Corp., Dulles, Va., is being awarded a $10,087,122 (estimated) fixed-price, labor hour and cost task order modification (24) to previously awarded contract W91QUZ-07-D-0001-6S02 to exercise option period two for customer services support: service delivery. This modification will provide continued support for selected command, control, communications, and computer systems and support functions to include exercise and contingency operations support, Web support, test center support, network infrastructure engineering and support, command and control and business systems support, application support and information protection and event analysis support. Work will be performed at Scott Air Force Base, Ill., and is expected to be completed Sept. 30, 2014. Fiscal 2014 Transportation Working Capital Fund operating, TWCF working capital, Air Force operations and maintenance, Office of the Secretary of Defense operations and maintenance, and Defense Health Program. funds in the amount of $8,424,921 (estimated) were obligated at time of award. Contract funds will expire at the end of fiscal year 2014. The U. S. Transportation Command Directorate of Acquisition, Scott Air Force Base, is the contracting activity.

Agile Defense, Inc.,*Fairfax, Va., is being awarded a $8,763,796 fixed-price, labor hour, and cost task order modification (P00024) to previously awarded contract HTC711-11-F-D051 to exercise option period two. This modification will provide continued support for the corporate services support, including service support help desk and desktop customer support; audio-visual and video teleconference support; hardware management and maintenance; special command, control, communications and computer systems support; and information assurance/information protection support. The contract contains tasks for the contractor to provide non-personal services for the Military Surface Deployment and Distribution Command and U.S. Transportation Command help desk and desktop customer support; senior management support; telephone support services; IA policy, certification and accreditation; and lifecycle support for C4 infrastructure. Work will be performed at Scott Air Force Base, Ill., and is expected to be completed Sept. 30, 2014. Fiscal 2014 Transportation Working Capital Fund operating and TWCF working capital funds in the amount of $8,763,796 were obligated at time of award. Contract funds will expire at the end of fiscal year 2014. The U. S. Transportation Command, Directorate of Acquisition Scott Air Force Base, Ill., is the contracting activity.

Tapestry Solutions, Inc., San Diego, Calif., is being awarded an $8,366,969 fixed-price, labor hour, and cost contract. This contract award will provide continued support for the Integrated Computerized Deployment System ICODES, including contract level and project management support, ICODES sustainment, ICODES enhancements, configuration management support, information assurance support, help desk support service. The contract contains tasks for the contractor to provide non-personal services for the Military Surface Deployment and Distribution Command and U.S. Transportation Command. Work will be performed at San Diego, Calif., and at Scott Air Force Base, Ill., and is expected to be completed Sept. 30, 2014. Fiscal 2014 Transportation Working Capital Fund operating funds in the amount of $8,366,969 were obligated at time of award. Contract funds will expire at the end of fiscal year 2014. The U. S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-13-C-D006).

Northrop Grumman, Chantilly Va., is being awarded an $8,365,347 modification (P00016) to previously awarded contract (HTC711-12-F-D048) to exercise option period one on a one-year base contract with two one-year option periods for Joint Distribution Process Analysis Center. This contract provides for support for the Joint Distribution Process Analysis Center for work for the global deployment and distribution network and infrastructure assessments, analytically driven operational courses of action, joint capability analysis to inform programmatic decisions, systems integration and data management, Joint Deployment Distribution Enterprise analysis/global distribution performance assessment, and future transformation analysis. Work will be performed at Scott Air Force Base, Ill., with an expected completion date of Sept. 30, 2014. Fiscal 2014 TWCF, DPO, and AT-21 funds in the amount of $8,365,347 were obligated at time of award. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

Lynden Air Cargo, LLC, Anchorage, Alaska, is being awarded a $6,773,188 firm-fixed price with economic-price-adjustment contract. The contract provides for cargo charter airlift moving up to 40,000 pounds of cargo. Work will be performed in Alaska from Joint Base Elmendorf-Richardson to Eareckson Air Station (Shemya Island) and other satellite locations in Alaska, and is expected to be completed in August 2016. Fiscal 2014 Transportation Working Capital Funds and in the amount of $6,773,188 were obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This acquisition was a competitive acquisition, and five offers were received. U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity. (HTC711-14-D-CC01)

ARMY
Harris Corporation, Rochester, N.Y., was awarded a modification (P00019) to a previously awarded firm-fixed-price, multi-year, foreign military sales contract (W15P7T-11-D-H607) to increase the ceiling for country-directed, sole-source procurement of Harris radios to $846,600,000. This FMS contract is in support of Saudi Arabia, Poland, Czech Republic, El Salvador, Latvia and Romania. Performance location and funding will be determined with each order. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity. (Awarded Oct. 8, 2013)

Akima Construction Services LLC, Laurel, Md., (W912DY-14-D-0001); Ayuda Management Corporation, Broomfield, Colo., (W912DY-14-D-0002); FutureNet Group Inc., Detroit, Mich., (W912DY-14-D-0003); Ma-Chis Kawv III LLC, Kinston, Ala., (W912DY-14-D-0004); North Wind Neu Security Services LLC, Idaho Falls, Idaho, (W912DY-14-D-0005); Security Construction Services Inc., Hudson, Mass., (W912DY-14-D-0006); and Zieson Construction Co LLC, Topeka, Kan., (W912DY-14-D-0007); were awarded a firm-fixed-price, option-included contract with a maximum value of $80,000,000 to provide design, build and construction capabilities for Access Control Point construction and equipment installation. Performance location and funding will be determined with each order. The bid was solicited through the Internet, with 29 bids received. The Army Corps of Engineers, Huntsville, Ala., is the contracting activity. (Awarded Oct. 7, 2013)

AIR FORCE
United Launch Services LLC, Littleton, Colo., was awarded a $939,085,130 cost-plus-incentive-fee modification (P00002) with cost-plus-fixed-fee and firm-fixed-price contract line item numbers under a previously existing contract (FA8811-13-C-0003) for Fiscal 2014 EELV Launch Capability for the Delta IV and Atlas V families of launch vehicles. The contract modification is for all launch capability effort to include mission assurance, program management, systems engineering, integration of the space vehicle with the launch vehicle, launch site and range operations, and launch infrastructure maintenance and sustainment. Work will be performed at Littleton, Colo., Vandenberg Air Force Base, Calif., and Cape Canaveral Air Station, Fla., and will be completed Sept. 30, 2014. This award is the result of a sole-source acquisition with only one offer solicited and received. Fiscal 2013 in the amount of $294,314,145 was obligated at time of award. Launch Systems Directorate, Space and Missile Systems Center, Los Angeles AFB, Calif., is the contracting activity. (Awarded Oct. 1, 2013)

The Aerospace Corp., El Segundo, Calif., was awarded a $787,782,764 (excluding unexercised options) cost-plus-fixed-fee, five year contract for general life cycle systems engineering and integration for the National Security Space Community. Contractor will provide planning, systems definition, and technical specification support, analyze user needs, design and design alternative, interoperability, manufacturing and quality control, and assist with test and evaluation, launch support, flight tests, orbital operations and integration of space systems into effective systems of systems. Work will be performed at Los Angeles Air Force Base, Calif., and is expected to be completed by Sept. 30, 2014. This award is the result of a sole-source acquisition. Fiscal 2014 research and development, operations and maintenance, procurement and other procurement funds are being obligated upon availability of funds. Space and Missile Systems Center/PKE, Los Angeles AFB, Calif., is the contracting activity (FA8802-14-C-0001). (Awarded Oct. 1, 2013)

General Atomics Aeronautical Systems, Inc., Poway, Calif., was awarded a maximum $377,400,000 not-to-exceed delivery order, undefinitized contract award (0050) on an existing firm-fixed-price contract (FA8620-10-G-3038) for fiscal 2013 MQ-9 Reaper production. Contractor will provide 24 MQ-9 Block 5 Reaper aircraft, shipping containers, initial spares and support equipment. Work will be performed in Poway, Calif., and is expected to be complete by July 29, 2016. This award is the result of a sole-source acquisition. Fiscal 2013 aircraft procurement funds in the amount of $305,000,000, Fiscal 2012 standard equipment procurement funds in the amount of $3,800,000, and Fiscal 2012 spares orocurement funds in the amount of $68,600,000 are being obligated at time of award. Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, OH 45433 is the contracting activity. (Awarded Oct. 15, 2013)

Lockheed Martin Aeronautics, Marietta, Ga., was awarded an $180,991,416 not-to-exceed modification (P00177) on an undefinitized contract award (FA8625-11-C-6597) for two foreign military sales Saudi Arabia KC-130J aircraft and associated non-recurring engineering support. Work will be performed at Marietta, Ga., and is expected to be completed by April 2016. This contract is 100 percent foreign military sales for Saudi Arabia. Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded Oct. 3, 2013)

DynCorp International, LLC, Fort Worth, Texas, was awarded a $73,980,649 modification exercising option year five on a firm-fixed-price, cost-plus-award-fee with cost-reimbursable line items contract (FA4890-08-C-0004) for receipt, inventory, accountability, maintenance, repair, periodic inspection and test, serviceability, marling, storage, security, shopping, and reporting of War Reserve Materials resources. Work will be performed at Shaw Air Force Base, S.C., Langley AFB, Va., and overseas operations at Thumrait, Oman; Masirah, Oman; Salalah Port, Oman; Al Udeid Air Base, Qatar; Al Jaber, Kuwait; Al Dhafra, United Arab Imrates; and Manama, Bahrain, and is expected to be complete by Sept. 30, 2014. Fiscal 2014 Operations and Maintenance funds in the amount of $28,378,069 are being obligated at time of award. Air Combat Command/AMIC/OKC, Langley AFB, Va., is the contracting activity. (Awarded Oct. 1, 2013)

ATK Launch Systems Inc. (ATK), Corrine, Utah, was awarded on Oct. 15, 2013, a $49,418,935.00 cost-plus-fixed-fee contract for Research and Development on the Medium Class Stage III motor. The contractor shall demonstrate available and common emerging technologies in a Medium Class Stage III motor that may be applicable to multiple future common strategic propulsion systems. The effort will begin the development of a flight motor design that will be a direct replacement for the SR-73. Work will be performed at Corinne, Utah, and is expected to be complete by Oct.15, 2016. This award is the result of Broad Agency Announcement. Fiscal 2013 research and development funds in the amount of $9,629,261 are being obligated at time of award. Air Force Nuclear Weapons Center/PZBA, Hill Air Force Base, Utah, is the Contracting Activity; (FA8219-14-C-0001) (Awarded Oct. 15, 2013)

Raytheon Company Network Centric Systems, Marlborough, Mass., was awarded a $40,248,828 modification (P00016) to the existing firm-fixed-price-incentive-firm contract (FA8307-12-C-0013) for the exercise of an option which continues development and testing of Engineering Development Models of air (E-4, E-6) and ground fixed & transportable Command Post Terminals with Presidential & National Voice Conferencing for the Family of Advanced Beyond Line-of-Sight Terminals. Work will be performed at Marlborough, Mass., and is expected to be completed by March 2014. Fiscal 2013 research and development funds in the amount of $150,000 were obligated at time of award. Air Force Life Cycle Management Center/HNSK, Hanscom Air Force Base, Mass., is the contracting activity. (Awarded Oct. 15, 2013)

DynCorp International, LLC, Fort Worth, Texas, was awarded a $39,652,740 modification (A00066) exercising option year four on a firm-fixed-price contract (FA3002-09-C-0024) for T-6, T-38 Undergraduate Pilot Training and T-38 Introduction to Fighter Fundamentals aircraft maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2016. Fiscal 2014 operations and maintenance funds in the amount of $39,652,740 will be awarded upon availability of funds. The 82nd Contracting Squadron/LGCA, Sheppard AFB, Texas, is the contracting activity. (Awarded Oct. 1, 2013)

Aerojet Rocketdyne, Rancho Cordova, Calif., was awarded a $28,938,705.00 cost-plus-fixed-fee contract for research and development on the Medium Class Stage III motor. The contractor shall demonstrate available and common emerging technologies in a Medium Class Stage III motor that may be applicable to multiple future common strategic propulsion systems. The effort will begin the development of a flight motor design that will be a direct replacement for the SR-73. Work will be performed at Rancho Cordova, Calif., and is expected to be completed by Oct. 15, 2016. This award is the result of a broad agency announcement. Fiscal 2013 research and development funds in the amount of $8,598,958 are being obligated at time of award. Air Force Nuclear Weapons Center/PZBA Hill Air Force Base, Utah, is the contracting activity (FA8219-14-C-0002). (Awarded Oct. 15, 2013)

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $26,772,401 modification (P00192) to the existing cost-plus fixed fee contract (FA8611-08-C-2897) to retrofit fielded Mission Training Centers with Out the Window visual systems upgrade and night vision goggles capability. Effort includes upgrades for F-22 Training Systems at Sheppard Air Force Base, Texas; Tyndall AFB, Fla.; Langley AFB, Va.; Hickam AFB, Hawaii, and Elmendorf Air Force Base, Alaska. Work will be performed at Fort Worth, Texas, with an expected completion date of Dec. 31, 2016. Fiscal 2013 and 2014 aircraft procurement funds in the amount of $26,772,401 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio is the contracting activity.

The Boeing Company, St. Louis, Mo., was awarded a $24,726,375 modification (P00044) for an existing contract (FA8678-10-C-0100) for QF-16 Full-Scale Aerial Target low rate initial production. The contract modification is for the exercise of the LRIP option under the basic contract, and is for the purchase of 13 QF-16s, 12 drone peculiar support equipment, and integration engineering support. Work will be performed in St. Louis, Mo., and is expected to be completed by Oct. 9, 2015. Fiscal 2013 procurement funds in the amount of $24,726,375 are being obligated at time of award. Air Force Life Cycle Management Center/EBYK (Aerial Targets), Eglin Air Force Base, Fla., is the contracting activity. (Awarded Oct. 10, 2013)

Northrop Grumman Systems Corp., Linthicum Heights, Md., was awarded an indefinite-delivery/indefinite-quantity contract in the amount of $24,375,000 (as one of five contractors with a shared ceiling for five contracts) for research and development regarding automatic target recognition (ATR). The Compact ATR and Sustainable Environment (CASE) program addresses efficiency and sustainability concerns associated with the development, operation and maintenance of current non-cooperative ATR technology. Research is focused on reducing template/database dimensionality and cost for single and multi-phenomenology ATR, while maintaining target identification performance. CASE will develop and demonstrate the ability to add new target representations to ATR databases rapidly, including potentially on-the-fly target insertion. CASE will exploit opportunities for increased operational efficiency and robustness through missionization of ATRs. Technology developments will be demonstrated in both laboratory and field environments, including real time flight demonstrations. CASE will also explore the migration of compact ATRs to operational use. Work will be performed in Baltimore, Md., and is expected to be completed by Oct. 3, 2020. This award is the result of a competitive acquisition and multiple offers were solicited through a broad agency announcement, seven offers were received; however five contracts will be awarded. Fiscal 2013 research and development funds in the amount of $200,000 are being obligated at time of award. Air Force Research Laboratory/ RQKSR is the contracting activity (FA8650-14-D-1750). (Awarded Oct. 3, 2013)

Beaver Aerospace & Defense, Inc., Livonia, Mich., was awarded a maximum $23,097,009 indefinite-delivery/indefinite-quantity contract for the repair of Fast-Rising B Plug (FBRP) components for the Minuteman III intercontinental ballistic missile weapon system. The B-Plug is the closing apparatus for the Personnel Access Hatch which is the entrance to the launch tube of the Minuteman III Launch Facility. Under the awarded contract, Beaver Aerospace & Defense will provide the required hardware, test equipment, manpower, and facilities to repair FRBP components. Work will be performed at Livonia, Mich., and is expected to be complete by October 2019. This award is the result of a sole-source acquisition. Fiscal 2013 missile procurement funds in the amount of $5,419,223 are being obligated at time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8206-14-D-0001).

Lockheed Martin Corp., Marietta, Ga., was awarded a $21,624,671 modification (P00228) to an existing contract (FA8625-11-C-6597) for the diminishing manufacturing sources solution to Color Multipurpose Display Unit and Multi-Function Color Display for C-130J aircraft. The contract modification redesign effort for the CMDU and MFCD is to replace common obsolete central processor and graphics processor chip sets. Work will be performed at Marietta, Ga., and is expected to be completed by Sept. 30, 2015. This contract includes 15 percent foreign military sales Norway, Israel and Kuwait. The remaining 85 percent are fiscal 2012 procurement funds in the amount of $21,624,671, and are being obligated at time of award. Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded Oct. 10, 2013)

Exelis Systems Corp., Colorado Springs, Colo., was awarded a $20,696,055 modification (P00125) exercising option year seven on a firm-fixed-price with cost-reimbursable line items contract (FA4890-07-C-0007) for base operation services at Forward Operating Location-Curacao. Work will be performed at FOL-Curacao, and is expected to be completed by Sept. 30, 2014. Fiscal 2014 operations and maintenance funds will be awarded upon availability of funds. Headquarters Air Combat Command AMIC/PKB is the contract activity. (Awarded Oct. 1, 2013)

The Defense Support Services LLC (DS2), Mount Laurel, N.J., was awarded a $18,703,564 modification (A00066) exercising option year five on an existing firm-fixed-price contract (FA3002-09-C-0003) for civil engineering services. The contractor will provide all labor, supplies, materials, parts, supervision and other items or services necessary to perform the management and operation of the base operating support services, civil engineering. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2018. Fiscal 2014 operations and maintenance funds in the amount of $18,703.564 will be obligated upon availability of funds. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity. (Awarded Oct. 1, 2013)

M1 Support Services, Denton, Texas, was awarded a $16,893,372 modification (P00053) to exercise option year two under a previously existing contract (FA4890-11-C-0005) for T-38 support for the T-38 Companion Trainer program. The contract modification is for program management, organizational and intermediate maintenance services for T-38 aircraft. Work will be performed at Beale Air Force Base, Calif., Holloman AFB, N.M., Langley AFB, Va., Tyndall AFB, Fla., and Whiteman AFB, Mo., and will be completed Sept. 30, 2014. Fiscal 2014 operations and maintenance funds will be awarded subject to availability of funds. Air Combat Command/Acquisition Management and Integration Center, Langley AFB, Va., is the contracting activity. (Awarded Oct. 1, 2013)

Aerojet Rocketdyne, Inc., Rancho Cordova, Calif., was awarded a $16,085,503 firm-fixed-price undefinitized contract action for the procurement of a classified quantity of BLU-129 warhead casings. Work will be performed at Rancho Cordova, Calif., and will be completed by Dec. 30, 2014. Fiscal year 2011 ammunition procurement funds in the amount of $16,085,503 were obligated at time of award. This contract was a sole-source acquisition. The Air Force Life Cycle Management Center, Eglin Air Force Base, Fla., is the contracting activity (FA8656-13-C-0235). (Awarded Sept. 30, 2013)

Defense Support Services LLC, Marlton, N.J., was awarded a $14,878,790 modification (P00115) exercising option year five under an existing Aerial Targets firm-fixed-price with award fee provisions contract (FA4890-09-C-0004). The modification provides for Air Combat Command AMIC contracting and program management oversight to include functional and quality assurance support for the Aerial Targets program which directly supports live-fire weapons system testing and enables the 53rd Weapons Evaluation Group in the developmental and operational weapons testing for all air-to-air missiles and for the F-22, F-35, F-16, and F-15 aircraft. Work will be performed at Tyndall Air Force Base, Fla., and Holloman AFB, N.M., and is expected to be completed by Sept. 30, 2014. This action is subject to availability of fiscal 2014 operations and maintenance funding. Air Command Command/AMIC/PKCA, Newport News, Va., is the contracting activity. (Awarded Oct. 1, 2013)

Canadian Commercial Corp., Ottawa, Ontario, Canada, was awarded a $14,349,903 modification (0005) for a contract (HTC711-10-D-R001) for Rotary Wing Airlift services for the North Warning System. Work will be performed at North Warning System radar sites throughout the arctic region of Canada, and is expected to be completed by Sept. 30, 2014. Fiscal 2014 operations and maintenance funds will be obligated upon availability of funds. Headquarters Air Combat Command/AMIC/PKB, Langley Air Force Base, Va., is the contracting activity. (Awarded Oct. 1, 2013)

The Bionetics Corporation, Yorktown, Va., was awarded a $13,741,824 task order (0005) under a firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract (FA4890-10-D-0001-0005) for the Multi-Command Precision Measurement Equipment Laboratories (PMEL) contract. The contractor shall provide all management, personnel, equipment, tools, materials, supervision, and other items and services necessary to perform the PMEL services as defined in the performance work statement. Work will be performed at Barksdale Air Force Base, La.; Beale AFB, Calif.; Cannon AFB, N.M.; Dyess AFB, Texas; Ellsworth AFB, S.D.; Minot AFB, N.D.; Moody AFB, Ga.; Offutt AFB, Neb.; Royal Air Force Feltwell, United Kingdom; and Whiteman AFB, Mo., and is expected to be complete by Sept. 2014. Fiscal 2014 operations and maintenance funds will be awarded subject to availability of funds. Air Combat Command AMIC/PKB, Langley AFB, Va., is the contracting activity. (Awarded Oct. 1, 2013)

Telecommunication Support Services, Inc. (TSS), Melbourne, Fla., was awarded a $11,428,392 modification (P00062) for the exercise of option year four services under the Mobile Air Surveillance System contract (FA4890-09-C-0009) for radar air surveillance; radio and satellite communications for counterdrug operations; host nation air sovereignty; search air rescue; and other regional operations in the United States Southern Command area of responsibility. This contract has multiple performance locations. Program management and support is provided from TSS facilities in Melbourne, Florida and other locations both continental U.S. and worldwide, and is expected to be completed by Sept. 30, 2014. Fiscal 2014 operations and maintenance funds in this modification incrementally funds the amount of $2,099,000, the remaining $9,329,392 for subsequent incremental funding is subject to availability of funds. Headquarters Air Combat Command/AMIC/PKCB, Langley Air Force Base, Va., is the contracting activity. (Awarded Oct. 1, 2013)

ViaSat, Inc., Carlsbad, Calif., was awarded an $11,406,320 firm-fixed-price delivery order (0001) for an existing contract (FA8307-13-D-0004) for KS-252 follow-on production and sustainment. Work will be performed at Scottsdale, Ariz., and is expected to be completed by Feb. 11, 2015. Fiscal 2012 and 2013 procurement funds in the amount of $11,406,320 are being obligated at time of award. Air Force Life Cycle Management Center/HNCK, Lackland Air Force Base, Texas, is the contracting activity. (Awarded Oct. 15, 2013)

PKL Services Inc., Poway, Calif., was awarded a $9,958,180 modification (P00013) for the exercise of option year one under a previously existing firm-fixed-price contract (FA4897-12-C-2004) for Republic of Singapore aircraft maintenance and operation services. The contractor shall be responsible for providing personnel, supervision and services necessary to maintain Republic of Singapore Air Force F-15SG and United States Air Force F-15E aircraft based with the 366th Maintenance Group, located at Mountain Home Air Force Base, Idaho. This includes providing flying and maintenance scheduling support, centralized control (maintenance operations center), maintenance training functions, operations support to include aviation resource management, aircrew flight equipment, pilot training, and simulator/platform instruction. Work will be performed at Mountain Home Air Force Base, Idaho, and is expected to be completed by Sept. 30, 2014. This award is the result of a sole-source acquisition and relates to 100 percent foreign military sales to the Republic of Singapore. The 366th Contracting Squadron, Mountain Home AFB, Idaho, is the contracting activity. (Awarded Oct. 1, 2013)

Science Applications International Corp., S&R and Intelligence System Services, McLean, Va., was awarded a $8,399,044 cost-plus-fixe-fee completion contract for Advanced Laser Technology Research (ALTER) to advance the state-of-the-art in technologies for the purpose of laser development and laser damage and vulnerability testing programs and to provide facility and operations support to the Air Force Research Laboratory, Directed Energy Directorate, Laser Division, Advanced Electric Laser Branch. Work will be performed at Kirtland Air Force Base, N.M., and is expected to be completed on Oct. 14, 2016. This award is the result of request for proposal FA9451-11-R-0267 competitive acquisition advertised on FedBizOps, and four offers were received. Fiscal 2013 research and development funds in the amount of $260,367 are being obligated upon availability of funds. Air Force Research Laboratory, Det 8/RVKDL, Kirtland AFB, N.M., is the contracting activity (FA9451-13-C-0267). (Awarded Oct. 1, 2013)

Kuhana Associates, LLC, Honolulu, Hawaii, was awarded a maximum $7,842,873 modification (P00024) to the firm-fixed-price, indefinite-delivery/indefinite-quantity and small business set aside contract (FA4877-10-D-0001) for health care workers who will perform a full range of clinical support service. Work will be performed at Davis-Monthan Air Force Base, Ariz., with an expected completion date of Sept. 30, 2014. Fiscal 2014 Defense Health program funds in the amount of $3,814,348 are being obligated upon availability of funds. The 355th Contracting Squadron, Davis-Monthan AFB, Ariz., is the contracting activity. (Awarded Oct. 1, 2013)

NAVY
Raytheon Co., Integrated Defense Systems, Sudbury, Mass., was awarded a $406,024,307 fixed-price-incentive, cost-plus-fixed-fee multi-year procurement contract for the production of Aegis Weapon System AN/SPY-1D(V) Radar Transmitter Group and Missile Fire Control System (MFCS) MK 99 equipment, engineering services, and an option for AN/SPY-1D(V) Transmitter Group and select MFCS MK 99 equipment. Work will be performed in Andover, Mass. (78.3 percent), Sudbury, Mass. (19.3 percent), Canada (1 percent), Moorestown, N.J. (0.9 percent), and Norfolk, Va.,(0.5 percent), and is expected to be completed by September 2019. Fiscal 2013 Shipbuilding and Conversion, Navy funding in the amount of $205,532,390 was obligated at the time of award. Contract funds 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)- only one or limited number of sources and no other suppliers will satisfy the requirements. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity (N00024-13-C-5115). (Awarded Sept. 27, 2013)

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., was awarded a $385,742,176 cost-plus-incentive-fee contract for the engineering and modeling development phase design, development, integration, test and delivery of Air and Missile Defense S-Band Radar (AMDR-S) and Radar Suite Controller. The AMDR-S radar will be deployed on DDG 51 Flight III class ships. This contract includes options which, if exercised, would bring the cumulative value of this contract to $1,633,363,781. Work will be performed in Sudbury, Mass. (65.1 percent); Fairfax, Va. (15.6 percent); East Syracuse, N.Y. (6.4 percent); Stafford Springs, Conn. (5.3 percent); Milwaukee, Wis. (2 percent); Indianapolis, Ind. (1.7 percent); Placentia, Calif. (1.7 percent); Maynard, Mass. (0.8 percent); Norton, Mass. (0.7 percent); and Olathe, Kan. (0.7 percent), and is expected to be completed by July 2017. Fiscal 2013 other procurement, Navy funding in the amount of $156,960,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities websites, with three offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-14-C-5315). (Awarded Oct. 10, 2013)

CACI Technologies, Inc., Chantilly, Va. (N65236-14-D-4924); Centurum Information Technology, Inc., Marlton, N.J. (N65236-14-D-4925); Computer Sciences Corp., Falls Church, Va. (N65236-14-D-4926); DRS Technical Services, Inc., Herndon, Va. (N65236-14-D-4927); General Dynamics One Source, LLC, Fairfax, Va. (N65236-14-D-4928); 
Lockheed Martin Corp. Global Training and Logistics - Development, Orlando, Fla. (N65236-14-D-4929); ManTech Telecommunications and Information Systems Corp., Herndon, Va. (N65236-14-D-4930); M.C. Dean, Inc., Dulles, Va. (N65236-14-D-4931); Science Applications International Corp., McLean, Va. (N65236-14-D-4932); Secure Mission Solutions, LLC, Fairfax, Va. (N65236-14-D-4933); Sotera Defense Solutions, Inc., Virginia Beach, Va. (N65236-14-D-4934); Systems Research and Applications Corp., Fairfax, Va. (N65236-14-D-4935); Scientific Research Corp., Atlanta, Ga. (N65236-14-D-4936); and STG, Inc., Reston, Va. (N65236-14-D-4937) were each awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for fixed-price-incentive (firm target) and firm-fixed-price task orders, performance based contract. The contracts are for the procurement of transport computing & infrastructure services including the entire spectrum of non-inherently governmental services and solutions (equipment and services) associated with the full system lifecycle support including research, development, test, evaluation, production and fielding of sustainable, secure, survivable, and interoperable Command, Control, Communication, Computers, Combat Systems, Intelligence, Surveillance, Reconnaissance, Information Operations, Enterprise Information Services and Space Capabilities. The cumulative, estimated value (ceiling) of the base year is $179,908,687. These contracts include options, which if exercised, would bring the cumulative value (ceiling) of these contracts to an estimated $899,543,435. Work will be performed worldwide. Work is expected to be completed by October 2014. If all options are exercised, work could continue until October 2018. SPAWAR Systems Center Atlantic Navy Working Capital funds in the amount of $25,000 will be obligated at the time of award as the minimum guarantee and will be split among the 14 awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas. The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 21offers received. Space and Naval Warfare Systems Center Atlantic, 
Charleston, S.C., is the contracting activity. (Awarded Oct. 3, 2013)

Huntington Ingalls Inc., Newport News, Va., was awarded a $155,682,919 modification to previously awarded contract (N00024-10-C-2102) for engineering, technical, design, configuration management, Integrated Logistics Support, database management, research and development, modernization, trade and industrial support for nuclear submarines. Work will be performed in Newport News, Va., and is expected to be completed by September 2014. Fiscal 2012 and 2013 other procurement, Navy and working capital funds in the amount of $560,635 were obligated at time of award. Contract funds in the amount of $63,263,861 expired at the end of fiscal year 2013. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 27, 2013)

Lockheed Martin Mission Systems and Training, Syracuse, N.Y., was awarded a $95,727,501 modification to previously awarded contract (N00024-07-C-5201) for definitization of the Navy’s FY12 AN/SQQ-89A(V)15 Surface Ship Undersea Warfare System production requirements and exercise of Fiscal 2013 production options. The AN/SQQ-89A(V)15 is a surface ship combat system with the capabilities to search, detect, classify, localize and track undersea contacts; and to engage and evade submarines, mine-like small objects, and torpedo threats. Work will be performed in Lemont Furnace, Pa. (56 percent), Syracuse, N.Y. (23 percent), Clearwater, Fla. (14 percent), and Owego, N.Y. (7 percent), and is expected to be completed by December 2015. Contract funds will not expire at the end of the current fiscal year. Fiscal 2010, 2011, 2012 and 2013 shipbuilding and conversion, Navy and fiscal 2012 and 2013 other procurement, Navy funding in the amount of $54,497,343 was obligated at the time of the award. This contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C. is the contracting activity. (Awarded Sept. 30, 2013)

BAE Systems San Diego Ship Repair Inc., San Diego, Calif., was awarded a $70,777,435 modification to previously awarded cost-plus-award-fee contract (N00024-11-C-4400) for USS Princeton (CG 52) fiscal 2014 extended dry-dock selected restricted availability. An extended dry-dock selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, Calif., and is expected to be completed by November 2014. Fiscal 2013 operations & maintenance, Navy and Fiscal 2013 other procurement, Navy funding in the amount of $70,777,435 was obligated at time of award. Contract funds in the amount of $40,839,406 expired at the end of fiscal 2013. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity. (Awarded Sept. 27, 2013)

M.A. Mortenson Co. doing business as Mortenson Construction, Minneapolis, Minn., was awarded a $36,900,000 firm-fixed-price contract for design and construction of a Littoral Combat Ship Training Facility at Naval Base San Diego. The work to be performed provides for renovating a portion of an existing warehouse building to provide a centralized training facility to house the Littoral Combat Ship simulators supporting the new Navy platforms coming to Naval Base San Diego. The contract also contains one unexercised option and two planned modifications, which if exercised would increase cumulative contract value to $43,472,004. Work will be performed in San Diego, Calif., and is expected to be completed by October 2015. Fiscal 2009, 2011, and 2013 military construction, Navy contract funds in the amount of $36,900,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with ten proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-13-C-4206). (Awarded Sept. 30, 2013)

BAE Systems San Diego Ship Repair, San Diego, Calif., (N00024-13-D-4408); Continental Maritime of San Diego, San Diego, Calif., (N00024-13-D-4409); and General Dynamics NASSCO, San Diego, Calif., (N00024-13-D-4410) were each awarded indefinite-delivery/indefinite-quantity multiple award contracts for the completion of Chief of Naval Operations availabilities, continuous maintenance availabilities and emergent maintenance availabilities on DDG 51 and CG 47 class ships in San Diego, Calif. Both cost-plus-fixed-fee and firm fixed price delivery orders may be issued under the multiple award contracts. The maximum dollar value of all delivery orders awarded under all three contracts is $35,000,000. The contracts include one option period which, if exercised, extends the term of the contracts by one year but does not increase the cumulative value of the contracts beyond $35,000,000. The term of the contracts, including the base and option period, is not to exceed 24 months. Work is expected to be completed in San Diego, Calif., though the place of performance and completion dates for specific availabilities will be determined in that availability’s delivery order and is expected to be completed by September 2015. Fiscal 2013 operations & maintenance, Navy funding in the amount of $10,000 were obligated on each contract at the time of contract award to satisfy the contract’s minimum guarantee, for a total obligation of $30,000. Contract funds in the amount of $30,000 expired at the end of fiscal year 2013. The contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 30, 2013)

URS Group, Inc., San Antonio, Texas, was awarded a $31,181,234 firm-fixed-price task order JM01 under a previously awarded multiple-award construction contract (N62742-09-D-1174) for replacement of a fuel pier and truckload facility at Naval Station Guantanamo Bay. The work to be performed provides for demolition of the existing pier and replaces it with a concrete fuel pier which includes fender piles, mooring dolphins, a control building and a ramp to transition from the pier to the shore. The project also includes fuel piping, ship hose service with spill containment, constructing a new road leading to the pier, telephone, fire alarm and suppression systems, oily water collection system, and construction dredging. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by September 2015. Fiscal 2013 military construction, Department of Defense contract funds in the amount of $31,181,234 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity. (Awarded Oct. 3, 2013)

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, was awarded a $30,000,000 fixed-price-incentive (firm-target) modification to a previously awarded advance acquisition contract (N00019-13-C-0014), to provide long lead-time parts, materials and components required for the delivery of two additional Low Rate Initial Production Lot VIII F-35 Lightning II Joint Strike Fighter Conventional Takeoff and Landing aircraft for the Government of Japan. Work will be performed in Fort Worth, Texas, and is expected to be completed in July 2014. Foreign military sales funding in the amount of $30,000,000 are being obligated on this 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 authority. (Awarded Oct. 11, 2013)

BAE Systems San Diego Ship Repair Inc., San Diego, Calif., was awarded a $23,802,154 modification to previously awarded cost-plus-award-fee contract (N00024-11-C-4400) to definitize the USS Mobile Bay (CG 53) fiscal 2014 selected restricted availability. A selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. This modification includes options which, if exercised, would bring the cumulative value to $23,915,216. Work will be performed in San Diego, Calif., and is expected to be completed by May 2014. Fiscal 2013 operations and maintenance, Navy and fiscal 2013 other procurement, Navy funding in the amount of $23,802,154 was obligated at time of award. Contract funds in the amount of $20,636,052 expired at the end of fiscal 2013. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity. (Awarded Sept. 28, 2013)

Lockheed Martin, Mission Systems and Training, Moorestown, N.J., is being awarded a $21,350,270 modification to previously awarded contract (N00024-03-C-5115) for DDG 51 Combat System Ship Integration Technical Data Packages and Design Budget Engineering Team Packages associated with incorporating the AEGIS Weapon System and associated Combat system elements into DDG 51 class ships. Work will be performed in Moorestown, N.J., (41 percent), Bath, Maine, (26 percent), Pascagoula, Miss., (26 percent), Washington, D.C., (5 percent), Port Hueneme, Calif., (1 percent), and Syracuse, N.Y., (1 percent) and is expected to be completed by September 2014. Fiscal 2011 shipbuilding and conversion, Navy funding in the amount of $19,072,625 will be obligated at the time of the award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.

Northrop Grumman Systems Corp., Baltimore, Md., was awarded a $20,356,252 modification to previously awarded contract (N00024-10-C-5343) for the procurement, fabrication and delivery of three AN/SPQ-9B radar sets with redundancy, two interface kits, Cooperative Engagement Capability, and one combat interface kit for Aegis. The AN/SPQ-9B radar system provides U.S. Navy ships the capability to detect and track low-flying, high-speed, small Radar Cross Section (RCS) anti-ship missile targets in heavy clutter environments. Work will be performed in Baltimore, Md. (85 percent), and Bethpage, N.Y. (15 percent), and is expected to be completed by July 2015. Fiscal 2013 shipbuilding and conversion, Navy and Fiscal 2013 other procurement, Navy contract funds in the amount of $20,356,252 were obligated at time of award and did not expire at the end of the current fiscal year. The Naval Sea Systems Command is the contracting activity. (Awarded Sept. 27, 2013)

Epsilon Systems Solutions Inc., San Diego, Calif., was awarded a $15,814,969 cost-plus-fixed-fee contract for professional and engineering support services for the Southwest Regional Maintenance Center. These services include support to the product family departments in the areas of production operations, corrosion control, engines, machine, combat systems, production control, and offsite repair programs on Naval Base San Diego. Work will be performed in San Diego, Calif., and is expected to be complete by July 2014. Fiscal 2013 operations & maintenance, Navy contract funds in the amount of $15,814,969 were obligated at time of award and expired at the end of fiscal 2013. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) - only one or limited number of sources and no other suppliers will satisfy the requirements. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity (N55236-13-C-0013). (Awarded Sept. 28, 2013)

DRS Power & Control Technologies Inc., Milwaukee, Wis., was awarded a $13,396,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of rugged air circuit breakers and associated cradles in support of the LSD class midlife electric plant upgrade. Work will be performed in Milwaukee, Wis., and is expected to be complete by October 2017. Fiscal 2012 other procurement, Navy funding in the amount of $1,358,560 was obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-13-D-0027). (Awarded Sept. 30, 2013)

BAE Systems Hawaii, Honolulu, Hawaii, was awarded a $13,171,617 modification to previously awarded contract (N00024-06-C-4408) for repairs to the USS Paul Hamilton (DDG 60). This repair modification consists of 68 work items for DDG 60 scheduled fiscal 2014 CNO availability. Work will be performed in Pearl Harbor, Hawaii, and is expected to be complete in March 2014. Fiscal 2013 operations and maintenance, Navy funds in the amount of $13,171,617 were obligated at time of award and expired at the end of fiscal year 2013. The Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. (Awarded Sept. 27, 2013)

Siemens Industry, Inc., Beltsville, Md., was awarded a $12,136,943 firm-fixed-price contract for the design and construction of an Energy Management and Control System and Direct Digital Control System for Heating Ventilation and Air Conditioning System Upgrades at Marine Corps Base Quantico. The work to be performed provides for upgrades to numerous buildings. The new Energy Management and Control Systems shall integrate all buildings into a central system. All new and existing Direct Digital Systems shall be seamlessly integrated into an overall Energy Management and Control System. Work will be performed in Quantico, Va., and is expected to be completed by October 2016. Fiscal 2013 operation and maintenance, Marine Corps contract funds in the amount of $12,136,943 were obligated on this award and expired at the end of fiscal year 2013. This contract was competitively procured via the Federal Business Opportunities website with one proposal received. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-13-C-0003). (Awarded Sept. 30, 2013)

Raytheon Co., Tucson, Ariz., was awarded a $10,934,694 firm-fixed price modification to a previously awarded contract for 31 Launcher Switching Multiplex Unit/Launcher Interface Control Assembly technical refresh kits and 17 Maintenance Assist Module Delta Kits for the Rolling Airframe Missile (RAM) MK 49 Mod 3 Guided Missile Launch Systems (GMLS). The RAM MK 31 Guided Missile Weapon System (GMWS) is a NATO cooperative development and production program between the participating governments of the United States and Federal Republic of Germany, developed in response to the need for an Anti-Ship Missile Defense System. The MK 31 GMWS is comprised of the MK 44 Guided Missile Round Pack and the MK 49 GMLS. The countries operate under a memorandum of understanding which establishes business principles for program execution along with contracting and financial agreements for the RAM Program. This contract modification involves a purchase by the German government as a result of an international agreement between the governments of the United States and Germany (100 percent). Work will be performed in Louisville, Ky., and is expected to be completed by December 2018. German funding in the amount of $10,934,694 was obligated at the time of contract award. Contract funds did not expire at the end of fiscal year 2013. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-11-C-5448). (Awarded Sept. 30, 2013)

Northrop Grumman Systems Corp., Herndon, Va., was awarded a $9,932,848 indefinite-delivery/indefinite-quantity contract for non-recurring engineering services for the finalization of technical data packages; and pre-production/production units for ship self-defense Mk2 command and control hardware for LSD 50, LSD 52, CVN 72 and CVN 78. Work will be performed in Virginia Beach, Va., and is expected to be completed by October 2015. Fiscal 2012 and 2013 other procurement, Navy and Fiscal 2013 research, development, test and evaluation funding in the amount of $$2,657,064 was obligated at time of award. Contract funds in the amount of $2,440,602 will 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) only one or limited number of sources and no other suppliers will satisfy the requirements. The Naval Surface Warfare Center, Dahlgren, Va., is the contracting activity (N00178-14-D-3003). (Awarded Oct. 9, 2013)

Raytheon Missile Systems, Tucson, Ariz., was awarded a $9,606,647 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., and is expected to be completed by November 2014. Fiscal 2012 research, development, test and evaluation funding in the amount of $49,472 was obligated at the time of award and expired at the end of fiscal 2013. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 30, 2013)

FutureNet Group, Inc.*, Detroit, Mich., was awarded a $9,499,725 firm-fixed-price contract for front gate anti-terrorism/force protection improvements at Marine Corps Recruit Depot Parris Island. The proposed construction will consist of a new entry control facility, including roadway relocation paving and construction of a gate sentry house facility, four sentry booths, a canopy, and a raised over-watch station. Work will be performed in Parris Island, S.C., and is expected to be completed by April 2015. Fiscal 2013 military construction, Navy contract funds in the amount of $9,499,725 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-14-C-1757). (Awarded Oct. 16, 2013)

General Dynamics Bath Iron Works, Bath, Maine, was awarded a $9,132,002 modification to previously awarded contract (N00024-06-C-2303) to exercise an option for DDG 1000 class services. This work will provide technical and industrial engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship design. Work will be performed in Bath, Maine, and is expected to be completed by September 2014. Fiscal 2013 shipbuilding and conversion, Navy funding in the amount of $9,132,002 was 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. (Awarded Oct. 7, 2013)

Progeny Systems Corp.,* Manassas, Va., was awarded a $8,986,414 cost-plus-fixed fee contract for the procurement of engineering and technical services associated with Small Business Innovation Research Phase III Topic Number N96-278 - Technology Infusion Methodology for commercial off-the-shelf-based systems and topic N98-115 - COTS Approach to Information Security. Work will be performed in Manassas, Va., and will is expected to be completed by December 2014. Funding in the amount of $761,300 was obligated at time of award. Fiscal 2013 research, development, test and evaluation contract funds in the amount of $761,300 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(5) - authorized or required by Statue 15 U.S.C. 638 (r) aid to small business. The Naval Sea System Command, Washington D.C., is the contracting activity (N00024-14-C-6294). (Awarded Oct. 11, 2013)

Wolf Creek Federal Services, Inc.*, Anchorage, Alaska, was awarded $8,357,229 for firm-fixed-price task order 0002 under a previously awarded indefinite-delivery/indefinite-quantity contract (N44255-13-D-8008) for base operating support services primarily at Naval Air Station Whidbey Island and Naval Station Everett. The work to be performed provides for bachelor housing services; facility management services; facility investment services; pest control services; integrated solid waste management services; pavement clearance services; utilities maintenance and operations services to include electrical, gas, wastewater, steam, and water; base support vehicles and equipment; crane services; and environmental services. Work will be performed in Whidbey Island and Everett, Wash., and is expected to be completed by September 2014. Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $8,357,229 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity. (Awarded Oct. 1, 2013)

Lockheed Martin Corp., Bethesda, Md., was awarded a not-to-exceed $7,703,991 cost-plus-award-fee undefinitized contract action for the procurement of Phase II upgrades to the LCS 1 Integrated Tactical Trainer. Work will be performed in San Diego, Calif., and is expected to be completed by May 2015. Fiscal 2013 other procurement, Navy funding in the amount of $3,851,995 was obligated at time of award and did not expire at the end of fiscal year 2013. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) - only one or limited number of sources and no other suppliers will satisfy the requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-03-C-2311). (Awarded Sept. 27, 2013)

Alliant Techsystems Operations, LLC, Elkton, Md., was awarded a $7,478,270 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of WW98 Initiating Propellant that will be used on the MK48 Advance Capability Torpedo system. Work will be performed in Elkton, Md., and work is expected to be completed by Feb. 9, 2019. Fiscal 2013 weapon procurement, Navy funds in the amount of $1,669,370 will be obligated at the time of award and will not expire before the end of the current fiscal year. This procurement was solicited on a sole source basis in accordance 10 U.S.C. 2304(c)(1). The Naval Supply Systems Command, Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-14-D-K003). (Awarded Oct. 9, 2013)

Asset Group, Inc.*, Oklahoma City, Okla., was awarded $7,307,000 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N69450-10-D-0784) for renovations to building 600 at Naval Air Station Pensacola. The work to be performed provides for interior demolition, minor structural repairs, sheet rock replacement on walls and ceilings, interior electrical repairs, interior plumbing replacement, installation of fire suppression system and detection systems, floor covering replacement, interior and exterior door replacement, stairwell repairs, heating, ventilation and air conditioning system replacement, elevator upgrades and site repairs. Work will be performed in Pensacola, Fla., and is expected to be completed by January 2015. Fiscal 2013 military construction, Navy contract funds in the amount of $7,307,000 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity. (Awarded Sept. 30, 2013)

EaglePicher Technologies, LLC, Joplin, Mo., was awarded a $7,190,283 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of 450 units of thermal crossover batteries. Work will be performed in Joplin, Mo., and work is expected to be completed by Oct. 9, 2018. Fiscal 2013 weapon procurement Navy funds in the amount of $1,118,947 will be obligated at the time of award, and will not expire before the end of the current fiscal year. This procurement was solicited on a sole source basis in accordance 10 U.S.C. 2304(c)(1). The Naval Supply Systems Command, Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-14-D-K002). (Awarded Oct. 9, 2013)

Raytheon Integrated Defense Systems, Portsmouth, R.I., was awarded a $6,920,249 cost-plus-fixed fee task order under basic ordering agreement (N00024-13-G-5413) for NATO Sea Sparrow Surface Missile System and Ship Self Defense System design agent engineering, technical, logistic and programmatic services in support of Objective Configuration Phase II ship self-defense improvements and related efforts. Work will be performed in Portsmouth, R.I., and is expected to be completed by July 2014. Fiscal 2013 other procurement, Navy and Fiscal 2013 research, development, test and evaluation funding in the amount of $3,993,473 was 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. (Awarded Oct. 7, 2013)

Lockheed Martin Corp., Baltimore, Md., was awarded a not-to-exceed $6,532,228, cost-plus award fee undefinitized contract action under previously awarded basic ordering agreement (N00024-12-G-4329) for the accomplishment of planning yard support efforts in support of USS Fort Worth (LCS 3). Planning yard services will include: vendor training and crew familiarization; trainer support; availability advanced planning; long lead time material planning and procurement; material warehousing; logistics product updates; and class sustainment management. Work will be performed in Washington, D.C., and is expected to be completed by September 2014. Fiscal 2013 operations & maintenance, Navy funds in the amount of $4,415,461 were obligated at time of award and expired at the end of fiscal 2013. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept 30, 2013)

DEFENSE LOGISTICS AGENCY
Cardinal Health, Inc., Dublin, Ohio, has been awarded a maximum $130,086,972 modification (P00099) exercising the second twenty-month option period on a twenty-month base contract (SPM2DX-10-D-0001) with two twenty-month option periods for prime vendor brand name specific pharmaceutical items. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Ohio, Massachusetts, North Carolina, Texas, Florida, Washington, New Jersey, and California with a June 30, 2015 performance completion date. Using services are U.S. Naval Fleet, USNS hospital ships Mercy and Comfort, and Department of Defense. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (Awarded Oct. 3, 2013)

Spraying Devices Inc.,* Visalia, Calif., has been awarded a maximum $87,500,000 fixed-price with economic-price-adjustment contract for procurement of commercial type agricultural equipment with spraying devices. This contract was a competitive acquisition and eight offers were received. This is a five year base contract. Location of performance is California with an Oct. 10, 2018 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2014 through fiscal year 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-14-D-0002). (Awarded Oct. 11, 2013)

Kinder Morgan Tank Storage Terminals LLC., Carson, Calif., has been awarded a minimum $47,075,000 firm-fixed-price contract for contractor-owned, contractor-operated fuel storage terminal. This contract was a competitive acquisition and three offers were received. This is a five year base contract with no option periods. Location of performance is California with an Oct. 9, 2018 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2014 through fiscal year 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-C-5356). (Awarded Oct. 7, 2013)

Reinhart Foodservice, LLC, Valdosta, Ga., has been awarded a maximum $31,500,000 fixed-price with economic-price-adjustment bridge contract for prime vendor food and beverage support. This contract was a sole source acquisition. Location of performance is Georgia with an Oct. 16, 2014 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3702). (Awarded Oct. 10, 2013)

Mindray DS USA, Inc., Mahwah, N.J., has been awarded a maximum $35,817,633 modification (P00009) exercising the fourth one-year option period on a one-year base contract (SPM2D1-09-D-8352) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is New Jersey with an Oct. 18, 2014 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (Awarded Oct. 16, 2013)

Marketing Assessment, Inc.,* Sterling, Va., has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for warming blankets and other medical and emergency supplies. This contract was a competitive acquisition and thirty-three offers were received. Location of performance is Virginia with an Oct. 2, 2018 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2D1-14-D-8200). (Awarded Oct. 3, 2013)

SupplyCore, Inc.,* Rockford, Ill., has been awarded a maximum $28,600,000 five-month bridge modification (P00025) on contract SPM500-05-D-BP06 for maintenance, repair, and operations supplies for the Japan region. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois with a March 31, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (Awarded Oct. 7, 2013)

Mobil Oil Guam, Inc., Hagatna, Guam, has been awarded a maximum $23,049,571 fixed-price with economic-price-adjustment contract for fuel. This contract was a competitive acquisition and two offers were received. Location of performance is Guam with a Dec. 31, 2016 performance completion date. Using military services are Navy, Air Force and federal civilian agencies. Type of appropriation is fiscal year 2014 through fiscal year 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-1027). (Awarded Oct. 4, 2013)

Universal Sodexho, Tacoma, Wash., has been awarded a maximum $18,800,000 five-month bridge modification (P00026) on contract SPM500-05-D-BP07 for maintenance, repair, and operations supplies for the Korea region. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Washington with a March 31, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (Awarded Oct. 7, 2013)

Spacelabs Medical Inc., Issaquah, Wash., has been awarded a maximum $13,460,681 modification (P00012) exercising the fourth option year period on a base contract (SPM2D1-09-D-8351) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Washington with an Oct. 7, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (Awarded Oct. 3, 2013)

AVFuel Corp.,* Ann Arbor, Mich., has been awarded a maximum $13,028,827 fixed-price with economic-price-adjustment contract for fuel. This contract was a competitive acquisition and two offers were received. Locations of performance are Michigan and Pennsylvania with a Sep. 30, 2016 performance completion date. Using military service is Air Force. Type of appropriation is fiscal year 2014 through fiscal year 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-14-D-8500). (Awarded Oct. 16, 2013)

Hu-Friedy Mfg., Chicago, Ill., has been awarded a maximum $10,920,310 modification (P00003) exercising the second option year period on a fifteen-month base contract (SPM2DE-11-D-7452) with three one-year option periods and one nine-month option period for distribution of a wide range of general dental supplies. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois with an Oct. 13, 2014 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2013 through fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (Awarded Oct. 3, 2013)

Olgoonik Technical Services, LLC,** Anchorage, Alaska, was awarded a maximum $8,940,614 firm-fixed-price contract for operation and maintenance services of government-owned bulk fuel facilities. This contract was a competitive acquisition and five offers were received. Locations of performance are Alaska and Colorado with an Oct. 31, 2019 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 Energy, Fort Belvoir, Va., (SP0600-14-C-5400). (Awarded Oct. 1, 2013)

Honeywell International Inc., Torrance, Calif., was awarded a maximum $8,287,125 firm-fixed-price contract for engine lubricating cooler. This contract was a sole-source acquisition. Location of performance is California with a July 31, 2015 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Air Force funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., (SPM740-01-D-9711). (Awarded Sept. 30, 2013)

Sysco Nashville, LLC, Nashville, Tenn., has been awarded a maximum $6,750,000 fixed-price with economic-price-adjustment bridge contract for prime vendor food and beverage support. This contract was a sole source acquisition. Location of performance is Tennessee with a Mar. 29, 2014 performance completion date. Using military services are Army, and Air Force. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3723). (Awarded Oct. 10, 2013)

CORRECTION: Due to a FY'14 repair program for engines, the AM General LLC contract announced on Sept 25, 2013 (SPRDL1-13-D-0040) was not awarded.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Novawurks, Inc., Los Alamitos, Calif., was awarded a $42,627,714 firm-fixed-priced contract for phase two and three of the Phoenix program. Work will be performed in Los Alamitos, Calif., (69.24 percent); Tucson, Ariz., (11.45 percent); Cambridge, Mass., (3.26 percent); Louisville, Colo., (4.44 percent); and Tukwila, Wash., (11.61 percent). The estimated completion date is July 30, 2016. Fiscal 2013 advanced technology development funds were obligated at time of award. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va. (HR0011-14-C-0023). (Awarded Oct. 7, 2013)

DEFENSE INFORMATION SYSTEMS AGENCY
Iridium Satellite, LLC, "Iridium", McLean, VA is being awarded a maximum cumulative $400,000,000 multi-year, sole-source contract that provides unlimited DISA Enhanced Mobile Satellite Services (EMSS) Iridium airtime for voice, data, paging and Distributed Tactical Communications System services for an unlimited number of federal government subscribers, and other DISA-sponsored subscribers. The contract will utilize the following effective pricing schedule: $64,000,000 (year one); $72,000,000 (year two); $88,000,000 (year three); $88,000,000 (year four); and $88,000,000 (year five). The first contract year is funded by fiscal 2014 Defense Working Capital funds. The period of performance is Oct. 22, 2013 through Oct. 21, 2018. Airtime service delivery is world-wide. The contract was awarded under other than full and open competition, specifically FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Defense Information Technology Contracting Organization-National Capital Region is the contracting activity (HC1047-14-C-4000).

DEFENSE THREAT REDUCTION AGENCY
Anacor Pharmaceuticals, Palo Alto, California, was awarded a maximum $13,495,328 cost-plus-fixed-fee contract in support of the Defense Threat Reduction Agency J9 Research and Development division. This contract is for research toward overcoming resistance by the application of boron to ribosomal inhibitors. Work will be performed in Palo Alto, California and is expected to be complete April 15, 2017. Fiscal 2013 research, development, test and evaluation funds in the amount of $2,756,968 were obligated at time of award. This contract was solicited by full and open competition and one offer was received. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-14-C-0003). (Awarded Oct. 16, 2013)

*Small Business
**Small Disadvantaged Business

*Link for This article compiled by K. V. Seth from reliable sources 
U.S. DoD issued No. 731-13 October 18, 2013
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS