Monday, September 29, 2014

DTN News - PICTURES OF THE DAY: IT'S TUESDAY !!!!

DTN News - PICTURES OF THE DAY: IT'S  TUESDAY !!!! 
Source: DTN News - - This article compiled by K. V. Seth from reliable sources Pictures of The Day
(NSI News Source Info) TORONTO, Canada - September 29, 2014: IT'S TUESDAY !!!! 

IT'S TUESDAY

TUESDAY
TUESDAY
TUESDAY
TUESDAY


Have a Great Tuesday To All

    DTN News Friends

*Link for This article compiled by K. V. Seth from reliable sources Pictures of The Day
*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 September 29, 2014

DTN News: U.S. Department of Defense Contracts Dated September 29, 2014
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-187-14 September 29, 2014
(NSI News Source Info) TORONTO, Canada - September 29, 2014: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 29, 2014 are undermentioned;

CONTRACTS
 
WASHINGTON HEADQUARTERS SERVICES
 
Halfaker and Associates, LLC, Arlington, Virginia (HQ0034-14-D-0024); Credence Management Solutions, Herndon, Virginia (HQ0034-14-D-0025); ByteCubed, LLC, Alexandria, Virginia (HQ0034-14-D-0026); and Strategic Operational Solutions, Inc., Vienna, Virginia (HQ0034-14-D-0027), are each being awarded a hybrid cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide support for the Office of Small Business Programs to develop market research tools and small business workforce development curricula. The aggregate not-to-exceed amount for this contract is $325,000,000. The four companies will have the opportunity to bid on individual task orders as they are issued. Performance location will be determined with each order and the expected completion date is Sept. 30, 2019. No funds will be obligated at time of award; funds will be obligated on individual task orders. This contract was competitively procured via the Federal Business Opportunities website, with eight proposals received. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.
NAVY

DRS Laurel Technologies, Johnstown, Pennsylvania, is being awarded a $171,065,633 fixed-price-incentive, cost-plus-incentive fee, cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for the development, integration and production of Technology Insertion Hardware. TIH is the latest generation of display, processor, and network requirements for combat control and sonar systems for U.S. Navy submarines. Equipment will provide modernization and upgrade of systems currently installed on SSN 688i, SSBN, SSGN, Seawolf, Virginia class, and Ohio Replacement submarines, as well as installation of initial systems for new construction Virginia class submarines. This contract includes an option, which, if exercised, would bring the cumulative value of the contract to an estimated $384,340,759. The option combines purchases for the U.S. Navy (94.2 percent), and the government of Australia (5.8 percent), under the Foreign Military Sales program. Work will be performed in Johnstown, Pennsylvania (92 percent); Burnsville, Minnesota (7 percent); and Manassas, Virginia (1 percent), and is expected to be completed by September 2019. Fiscal 2014 other procurement (Navy) funds in the amount of $350,000 will be 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 three offers received. The Naval Undersea Warfare Center Division Keyport, Keyport, Washington, is the contracting activity (N00253-14-D-0004).

Facility Support Services, LLC,* Richmond, Virginia (N40085-14-D-8180); Rand Enterprises, Inc.,* Newport News, Virginia (N40085-14-D-8181); Vista Construction, LLC,* Norfolk, Virginia (N40085-14-D-8182); Syncon, LLC,* Chesapeake, Virginia (N40085-14-D-8183); and Tazewell Homeland JV, LLC,* Norfolk, Virginia (N40085-14-D-8184), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build contract for construction projects located within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads area of responsibility (AOR), primarily for facilities within Norfolk Naval Shipyard and the Naval Medical Center in Portsmouth, Virginia. The maximum dollar value including the base period and four option years for all five contracts combined is $95,000,000. The work to be performed provides for, but is not limited to, new construction, renovation, alteration, repairs, site improvement, general construction, electrical, fire protection, mechanical and other associated work on warehouses, training facilities, operational facilities (such as berthing piers and medical facilities), personnel support and service facilities, utilities, housing facilities, and demolition of existing structures and facilities. Tazewell Homeland JV, LLC is being awarded task order 0001 at $496,800 for construction of a one-story toilet facility at Pier 3, Building 1734 at Norfolk Naval Shipyard in Portsmouth, Virginia. Work for this task order is expected to be completed by July 2015. The term of the contract is not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2011 military construction (Navy) contract funds in the amount of $516,800 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 21 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Wu and Associates, Inc.,* Cherry Hill, New Jersey (N40085-14-D-5245); A&D General Contracting Inc.,* Santee, California (N40085-14-D-5246); Benaka Inc.,* New Brunswick, New Jersey (N40085-14-D-5247); Kisan-Pike,* Rochester, New York (N40085-14-D-5248); Nutmeg Companies Inc.,* Norwich, Connecticut (N40085-14-D-5249); and Upstate Construction Services, Inc.,* East Syracuse, New York (N40085-14-D-5250), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northeast area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $95,000,000. The work to be performed provides for new construction, renovations, alteration or repair to various facility types including, but not limited, to institutional facilities, administrative and industrial facilities, housing facilities, child care centers, lodges, recreational/fitness centers, retail complexes, warehouses, offices, community centers, medical facilities, operational airfield facilities, hangars, armories, fire stations, auditoriums, religious facilities and manufacturing facilities. Wu and Associates is being awarded task order 0001 at $7,587,000 for the construction of Whole Center Repairs work at Naval Operations Support Center, Buffalo, New York. Work for this task order is expected to be completed by January 2016. All work on this contract will be performed primarily in the NAVFAC Northeast AOR which includes Maine (40 percent); Connecticut (30 percent); Pennsylvania (10 percent); Massachusetts (5 percent); New Jersey (5 percent); New York (5 percent); Delaware (1 percent); New Hampshire (1 percent); Rhode Island (1 percent); and Vermont (1 percent). Work may also be performed in the remainder of the NAVFAC Atlantic AOR (1 percent). The term of the contract is not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $7,612,000 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 21 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
Manu Kai, LLC, Honolulu, Hawaii, is being awarded $74,269,130 for modification P00045 under a previously awarded fixed-price-award-fee, indefinite-quantity provision and cost-plus-award-fee, indefinite-quantity provision contract (N00604-09-D-0001), to exercise the sixth option period for range operations support and base operations support services. Work will be performed at the Pacific Missile Range Facility, Kauai, Hawaii, and work for this effort is expected to be completed Sept. 30, 2015. If all options are exercised, work will continue until Sept. 30, 2018. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $43,064,556 will be obligated at the time of award, subject to availability of funds, and will not expire at the end of this current fiscal year. Funds in the amount of $31,204,574 will be obligated as individual task orders as they are issued. The Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

Northrop Grumman Systems Corp., Sunnyvale, California, is awarded $60,109,750 for modification P00008 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-14-C-0011) for Trident II (D5) Underwater Launcher System and Advanced Launcher Development Program support. This modification provides for the exercise of options for ongoing support for the Trident deployed SSBN and the SSGN underwater launcher subsystem, engineering refueling overhaul shipyard support, and United Kingdom launcher trainer support. Work will be performed at Sunnyvale, California (77.52 percent); Kings Bay, Georgia (11.48 percent); Bangor, Washington (9.82 percent); and Camarillo, California (1.18 percent), with an expected completion date of Sept. 30, 2018. Fiscal 2014 research, development, test and evaluation contract funds in the amount of $3,801,000, and United Kingdom contract funds in the amount of $1,893,673, are being obligated on this award. Subject to the availability of funding, fiscal 2015 operations and maintenance (Navy) funds in the amount of $26,343,699, and fiscal 2015 research, development, test and evaluation contract funds in the amount of $28,071,378, are being obligated on this award. Contract funds in the amount of $26,343,699 will expire at the end of fiscal 2015. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-14-C-0011).
The Boeing Co., Seattle, Washington, is being awarded a $43,283,263 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for integrated logistics and contractor services in support of the P-8A Poseidon Multi-mission Maritime Aircraft. Work will be performed in Seattle, Washington (58 percent); Jacksonville, Florida (12 percent); Valencia, California (6 percent); Linthicum, Maryland (5 percent); Greenlawn, New York (3 percent); and various locations within the United States (16 percent), and is expected to be completed in April 2017. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $43,283,263 will be obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Interstate Electronics Corp., Anaheim, California, is being awarded a $38,723,168 cost-plus-fixed-fee, cost-plus-incentive-fee modification P00006 to a previously awarded contract (N00030-14-C-0006) for flight test instrumentation management and support, follow-on Commanders Evaluation Test mission operations and data acquisition, data recording subsystem operational support, engineered refueling overhaul support, Evolved Expendable Launch Vehicle flight test operations support, and strategic weapon system training. Work will be performed in Anaheim, California (77 percent); Cape Canaveral, Florida (18 percent); Washington, District of Columbia (2 percent); Norfolk, Virginia (1 percent); Bremerton, Washington (1 percent); Bangor, Washington (0.5 percent); and Kings Bay, Georgia (0.5 percent), with an expected completion date of March 31, 2016. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $34,947,143; fiscal 2015 United Kingdom funds in the amount of $3,392,800; and fiscal 2015 missile procurement (Air Force) funds in the amount of $383,225, are being obligated on this award, subject to the availability of funds. None of the funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

American Petroleum Tankers, LLC, New York, New York, is being awarded $36,515,000 for the exercise of an 11-month option period under a previously awarded firm-fixed-price contract (N00033-07-C-5416) for the worldwide charter of two U.S.-flagged, Jones Act tankers. The tankers will be employed in worldwide cargo delivery to support the Defense Logistics Agency-Energy. Work for this option period will be performed at sea worldwide, and is expected to be completed by August 2015. Subject to availability of funds, working capital contract funds in the amount of $36,515,000 are being obligated for fiscal 2015. Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-07-C-5416).

General Dynamics National Steel and Shipbuilding Co., San Diego, California, is being awarded a $36,185,301 modification to previously awarded cost-plus-award-fee contract (N00024-13-C-4404) for USS Boxer (LHD 4) fiscal 2014 phased maintenance availability (PMA). A PMA 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, California, and is expected to be completed by December 2014. Fiscal 2014 operations and maintenance (Navy) and Navy working capital funds in the amount of $36,185,301 will be obligated at the time of award. Contract funds in the amount of $36,185,301 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

BAE Systems Land & Armaments L.P., Armament Systems Division, Louisville, Kentucky, is being awarded a $28,697,931 firm-fixed-price contract for the fiscal 2014 production of the MK 38 Machine Gun System (MGS). This contract fulfills specified requirements and technical performance requirements for the MK38 MOD2 25mm MGS Ordnance Alteration and provides additional spare parts. This contract combines purchases for the U.S. government (95.83 percent), and the government of Israel (4.17 percent), under the Foreign Military Sales program. Work will be performed in Hafia, Israel (68 percent), and Louisville, Kentucky (32 percent), and is expected to be completed by April 2016. Fiscal 2014 weapons procurement (Navy and U.S. Coast Guard), National Guard and Reserve Equipment Appropriation, and foreign military sales contract funds in the amount of $28,697,931 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 FAR 6.302-1(a)(2) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-14-C-0015).

RQ/Filanc JV I, Carlsbad, California, is being awarded $21,459,903 for firm-fixed-price task order 0009 under a previously awarded multiple award construction contract (N62473-10-D-5414) for replacement of waste drain pipes in Building 1 at Naval Medical Center San Diego. The existing waste pipes are clogged, corroded, and damaged, making this replacement necessary. The work will address deficiencies, requirements, and modifications necessary to provide reliable service, and meet current and future hospital needs. Piping with significant deterioration and corrosion will be replaced. Pipe sections found to be in good or fair condition will be cleaned. Above ground piping sections that are found to have inadequate pipe slope will be adjusted. Work will be performed in San Diego, California, and is expected to be completed by October 2018. Fiscal 2014 operations and maintenance (Defense Health Program) contract funds in the amount of $21,459,903 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Wolf Creek Federal Services, Inc.,* Anchorage, Alaska, is being awarded a $21,005,191 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N44255-13-D-8008) to exercise option one for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for all management and administration, bachelor housing 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 to provide base operations support. After award of this option, the total cumulative contract value will be $41,896,091. Work will be performed at various installations in the NAVFAC Northwest AOR, but primarily at Naval Air Station Whidbey Island and Naval Station Everett, and work is expected to be completed September 2015. No funds will be obligated at the time of award. Fiscal 2015 operations and maintenance (Navy), fiscal 2015 Navy working capital funds, and fiscal 2015 Defense Health Program funds in the amount of $12,027,374 for recurring work, will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

RQ Construction, LLC, Carlsbad, California, is being awarded a $20,995,000 firm-fixed-price contract for design and construction of the Tactical Operations Center (TOC) and Mobile Tactical Operations Center, P-8A at Naval Air Station Whidbey Island. The work provides for design and construction of a new low rise TOC facility, and renovation and conversion of the Tactical Support Center (B2771) to a new Mobile Tactical Operations Center. The TOC facility will include the commander, patrol and Reconnaissance Wing 10 headquarters. The project also includes the demolition of an existing building to construct the TOC. The facilities will contain classified spaces, and demolition with hazardous waste disposal may be required. The contract also contains two unexercised options, which, if exercised, would increase cumulative contract value to $23,055,000. Work will be performed in Oak Harbor, Washington, and is expected to be completed by September 2017. Fiscal 2010 and fiscal 2014 military construction, (Navy) contract funds in the amount of $20,995,000 are obligated on this award, of which $3,122,369 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-14-C-5006).

RQ Construction, LLC, Carlsbad, California, is being awarded a $15,680,000 firm-fixed-price task order 0017 under a previously awarded multiple award construction contract (N62473-10-D-5409) for seismic rehabilitation, Phase 1, of Building 1 at Naval Medical Center San Diego. This is the first project of the multiyear Naval Medical Center San Diego Seismic Damper Program to improve the seismic performance, building safety, survivability, and seismic code compliance of the hospital and related essential facilities. The main hospital will be seismically upgraded by the installation with seismic dampers at various damper locations. Work will be performed in San Diego, California, and is expected to be completed by July 2017. Fiscal 2014 operations and maintenance (Defense Health Program) contract funds in the amount of $15,680,000 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

AAR Airlift Group, Inc., Palm Bay, Florida, is being awarded a $15,332,330 modification under a previously awarded firm-fixed-price contract (N00033-11-C-1003) to exercise a 12-month option for the provision of ship-based and shore-based vertical replenishment and other rotary-wing logistic services. These include search and rescue support; medical evacuations; passenger transfers; internal cargo movement; and dynamic interface testing in support of Commander, Naval Air Forces Command. AAR Airlift Group, Inc., will provide helicopters, personnel, support equipment, and all supplies necessary to perform flight operations in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility. Work will be performed in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility, and is expected to be completed by September 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of 15,332,330 are being obligated and are subject to availability of fiscal 2015 funding. Funds will expire at the end of fiscal 2015. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-11-C-1003).

Burns & McDonnell, Kansas City, Missouri, is being awarded a maximum amount $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for multidiscipline architect-engineering services in support of projects primarily in Connecticut and Rhode Island. The work to be performed provides for multiple disciplines or single disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, fire protection, and interior design. Task order 0001 is being awarded at $173,489 for architect-engineering design services for building 440, technical training facility (Perry Hall), Navy Leadership Ethics Center Administration building repairs at Newport, Rhode Island. Work for this task order is expected to be completed by March 2015. The term of the contract is not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $173,489 are being 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 10 proposals received. The NAVFAC, Mid-Atlantic Northeast, Integrated Product Team, Norfolk, Virginia, is the contracting activity (N40085-14-D-5227).

3PSC, LLC, Norfolk, Virginia, is being issued a $14,915,581 modification under a previously awarded firm-fixed-price contract (N00033-09-C-2504) to exercise a 182-day option for the operation and maintenance of five U.S. Navy oceanographic survey ships (T-AGS). Work will be performed at sea worldwide, and is expected to be completed by March 2015. Working capital funds in the amount of $14,915,581 are obligated for fiscal 2015 (subject to availability of funds), and will not expire at the end of fiscal 2015. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $13,664,382 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0001) for the procurement of unique, common, and similar spare parts for Lot 14 Block I and Block II of AIM-9X missiles in support of the U.S. Navy, U.S. Air Force, and the governments of Saudi Arabia, Oman, Korea, Kuwait, Morocco, Malaysia, Turkey, Finland, Switzerland, Poland, and Denmark. Work will be performed in Tucson, Arizona, and is expected to be completed in February 2016. Fiscal 2014 weapons procurement (Navy) and fiscal 2013 and 2014 missile procurement (Air Force), as well as foreign military sales funds in the amount of $13,664,382, are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($8,419,523; 61.62 percent); the U.S. Navy ($3,730,324; 27.30 percent); and the governments of Saudi Arabia ($404,762; 2.96 percent); Oman ($311,377; 2.28 percent); Korea ($305,031; 2.23 percent); Kuwait $111,282; 0.82 percent); Morocco ($95,772; 0.70 percent); Malaysia ($93,405; 0.68 percent); Turkey ($71,263; 0.52 percent); Finland ($41,228; 0.30 percent); Switzerland ($32,612; 0.24 percent); Poland ($29,241; 0.21 percent); and Denmark ($18,562; 0.14 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland; is the contracting activity.

Marvin Engineering Co., Inc., Inglewood, California, is being awarded $12,816,113 for firm-fixed-price delivery order 0011 against a previously issued Basic Ordering Agreement (N00019-11-G-0009) for the upgrade and overhaul of 626 LAU-127 Missile Launchers. Work will be performed in Inglewood, California, and is expected to be completed in September 2018. Fiscal 2014 aircraft procurement (Navy) and fiscal 2014operations and maintenance (Navy) funds in the amount of $12,816,113, are being obligated at time of award, $6,021,617 of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Airtec, Inc., California, Maryland, is being awarded a $12,485,799 indefinite-delivery/ indefinite-quantity contract to provide operations, maintenance, and developmental test and evaluation services on a contractor-owned/contractor-operated Bombardier DHC-8/200 multi-sensor aircraft in support of the U.S. Army Southern Command’s flight missions. Work will be performed in Bogota, Columbia, and is expected to be completed in June 2015. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,405,169 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was non-competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Warfare Center, Lakehurst, New Jersey, is the contracting activity (N68335-14-D-0030).

NAVMAR Applied Sciences Corp.,* Warminster, Pennsylvania, is being awarded $12,296,784 for delivery order 0015 against a previously issued Basic Ordering Agreement (N68335-10-G-0026) for work associated with a Phase III Small Business Innovation Research effort under Topics N92-170: Laser Radar Laser Detection and Ranging Identification Demonstration; N94-178: Air-Deployable Expendable Multi-Parameter Environmental Probe; and AF083-006: Low Cost Intelligence, Surveillance and Reconnaissance, Unmanned Aerial Vehicle (UAV). Efforts include the assessment, procurement, and deployment of intelligence, surveillance, and reconnaissance systems, communication systems, unmanned systems, noise reduction technology, improved aircraft aerodynamics to include increased lift and decreased drag, unmanned air vehicle weatherization, improved endurance, support of at sea Navy operations and related support hardware. Work will be performed in Yuma, Arizona (30 percent); Patuxent River, Maryland (20 percent); Afghanistan (20 percent); China Lake, California (15 percent); and Point Mugu, California (15 percent), and is expected to be completed in September 2015. Fiscal 2014 operations and maintenance (Army) funds in the amount of $253,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

DRS Intelligence, Communication & Avionic Solutions LLC, Dayton, Ohio, is being awarded a $12,005,974 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of joint tactical terminal - receivers (JTT-R), JTT-R production engineering test set racks; fixtures and tooling. The JTT-R is an ultra-high frequency receiver that provides near real-time over the horizon threat data for situational awareness and assessment, threat avoidance, targeting, mission planning and communications. This procurement combines purchases for the U.S. Navy (91 percent), and the government of Australia (9 percent), under the Foreign Military Sales program. Work will be performed in Johnstown, Pennsylvania (85 percent), and Dayton, Ohio (15 percent), and is expected to be completed by October 2015. Fiscal 2013 and 2014 aircraft procurement (Navy) and FMS contract funds in the amount of $11,698,383, will be obligated at 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 responsible source and no other supplies or services will satisfy agency requirements. Reference FAR 6.302-1. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-WS72).

The Boeing Co., Seattle, Washington, is being awarded an $11,757,200 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for training specific data storage architecture updates and upgrades in support of the P-8A Poseidon Multi-mission Maritime Aircraft, to include hardware, software, and integration. Work will be performed in Dallas, Texas (35 percent); the Naval Air Station (NAS) Jacksonville, Florida (30 percent); NAS Whidbey Island, Washington (30 percent); and St. Louis, Missouri (5 percent), and is expected to be completed in December 2015. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $11,757,200 will be obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity.

Insitu Inc., Bingen, Washington, is being awarded $10,976,866 for firm-fixed-price delivery order 0007 against a previously issued Basic Ordering Agreement (N68335-11-G-0009) for the procurement of one ScanEagle System that consists of nine ScanEagle Electro-Optics and three ScanEagle Infra-red Unmanned Air Vehicles for the government of Yemen under the Foreign Military Sales program. This order also provides for one 12-month/3,600 flight-hour sustainment package with acceptance testing, spares, technical manuals, and training; a site activation team; field service representative; and force rotection. Work will be performed in Bingen, Washington (50 percent), and Sanaa, Yemen (50 percent), and is expected to be completed in September 2015. Foreign military sales funds in the amount of $10,976,866 are being obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

R.A. Burch, Ramona, California, is being awarded $10,638,758 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62473-10-D-5410) for repair of jet engine shop building 170 at Naval Air Station Lemoore. Repairs include exterior and interior, plumbing system, repair by replacement of the heating ventilating, and air conditioning system, repair and upgrade of fire protection and fire alarm systems, resurface roofing system, repair and improvements to electrical distribution system, and asbestos abatement. Structural repairs include reconfiguring non-load bearing walls in the restroom and office areas. Repairs to the building exterior enclosure include repair, insulate and repainting the exterior metal siding; replacement of the existing overhead roll-up doors and personnel doors, repairs to the building entrance, and cracked concrete masonry unit walls. The task order also contains one unexercised option, which, if exercised, would increase cumulative task order value to $13,253,158. Work will be performed in Lemoore, California, and is expected to be completed by April 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $10,638,758 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Acadia Engineers and Constructors,* Newmarket, New Hampshire, is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for design and engineering services in support of energy and sustainable design projects primarily in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Public Works Department Maine area of responsibility (AOR). The work to be performed provides for engineering, design and construction inspection services for projects involving waterfront facilities. Task order 0001 is being awarded at $2,331,000 for design of industrial control systems for several buildings at the Portsmouth Naval Shipyard, Kittery, Maine. Work for this task order is expected to be completed by July 2015. All work on this contract will be performed within the NAVFAC Mid-Atlantic Public Works Department Maine AOR which includes Maine (70 percent); New Hampshire (5 percent); Vermont (5 percent); Massachusetts (5 percent); Connecticut (5 percent); Rhode Island (4 percent); and New York (5 percent). Work may also be performed in the remainder of the United States (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $2,331,000 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 12 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-D-0022).

Pegasus Medical Concepts, Inc.,* Mission Viejo, California, is being awarded a maximum amount $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide labor, equipment, and materials to furnish, install, and label high density shelving for various Navy Medicine Medical Treatment Facilities, both inside and outside the continental United States locations. The term of the contract is not to exceed 60 months with an expected completion date of Sept. 30, 2019. Fiscal 2014 operations and maintenance funds in the amount of $1,249,040 will be obligated at the time of award under the base and initial task orders, and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website as a 100 percent small business set-aside; three offers were received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-14-D-5064).

Raytheon Missile Systems, Tucson, Arizona, is being awarded an $8,936,000 modification to a previously awarded contract (N00024-13-C-5402) for depot level maintenance facility provision item ordered spares. This modification provides for the procurement of provision item ordered spares to support SM 2 and SM 6 depot level maintenance. Work will be performed in Tucson, Arizona (37 percent); Andover, Massachusetts (22 percent); Joplin, Missouri (21 percent); Minneapolis, Minnesota (9 percent); Bohemia, New York (3 percent); Syracuse, New York (2 percent); Amityville, New York (2 percent); and other locations less than 1 percent (4 percent), and is expected to be completed by November 2015. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $8,936,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

NAVMAR Applied Sciences Corp.,* Warminster, Pennsylvania, is being awarded $8,597,356 for delivery order 0001 against a previously issued Basic Ordering Agreement (N68335-14-G-0040) for work associated with a Phase III Small Business Innovation Research effort under topics N08-023: Precision High Altitude Sonobuoy Emplacement; N94-178: Air-Deployable Expendable Multi-Parameter Environmental Probe; and AF083-006: Low Cost Intelligence, Surveillance and Reconnaissance, Unmanned Aerial Vehicle. Efforts are associated with the advancements in command, control, communications, computer, intelligence, surveillance, and reconnaissance technologies to enhance communication techniques between the sensors and/or platforms and interfaces; analyze the fusion and exploitation of multi-source sensor data; and develop any other technique to advance capabilities. This work will be performed in Yuma, Arizona (30 percent); Patuxent River, Maryland (30 percent); Warminster, Pennsylvania (20 percent); and Washington, District of Columbia (20 percent), and is expected to be completed in September 2016. Fiscal 2014 operations and maintenance (Army) and research, development, test and evaluation (Navy and Defense-wide) funds in the amount of $828,899 will be obligated at the time of award, $766,139 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Drace Anderson, JV,* Gulfport, Mississippi, is being awarded an $8,245,085 firm-fixed-price contract for repairs and renovations of “A” School Bachelor Enlisted Quarters 315 at Naval Construction Battalion Center Gulfport. The work to be performed provides for interior and exterior repairs and renovation, which includes insulation, windows, roof, vents, exhausts, flashing, and replacement of the heating, ventilation, and air conditioning system, boilers and chiller. Exterior work includes replacement of windows, resealing of exterior joints, concrete repair, minor drainage work, and exterior cleaning and painting. Interior work includes room reconfiguration, replacement of finishes, replacement of tub/showers with shower surrounds, reconfiguration of handrails/guardrails, replacement and refinishing of doors, new interior signage, and new toilet accessories. Work will be performed in Gulfport, Mississippi, and is expected to be completed by March 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $8,245,085 are being 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 three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-C-0768).

Raytheon Missile Systems, Tucson, Arizona, is being awarded an $8,023,289 modification to a previously awarded contract (N00024 13 C-5407) for 18 SM-2 Block IIIA All-Up-Rounds for DDG 1000 class ships. Work will be performed in Tucson, Arizona (53 percent); Andover, Massachusetts (24 percent); Mountain View, California (8 percent); Camden, Arkansas (9 percent); San Diego, California (3 percent); Hudson, New Hampshire (2 percent); and Chandler, Arizona (1 percent), and is expected to be completed by November 2016. Fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $8,023,289 will be obligated at time of award. Contract funds in the amount of $2,239,838 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Erickson Helicopters, Inc., McMinnville, Oregon, is being issued a $7,004,248 modification under a previously awarded firm-fixed-price contract (N00033-13-C-8000) to exercise a 12-month option for the provision of ship-based and shore-rebased vertical replenishment and other rotary-wing logistic services. Services include search and rescue support; medical evacuations; passenger transfers; internal cargo movement; and dynamic interface testing in support of commander, Naval Air Forces Command. Erickson Helicopters, Inc., will provide one detachment comprised of two helicopters, personnel, support equipment, and all supplies necessary to perform flight operations in the U.S. 2nd Fleet, U.S. 5th Fleet, and U.S. 6th Fleet areas of responsibility. Work will be performed in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility, and is expected to be completed by September 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $7,004,248 are being obligated and are subject to availability of fiscal 2015 funds. Funds will expire at the end of fiscal 2015. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-13-C-8000).

Reyes Construction, Inc., Pomona, California, is being awarded $6,830,311 for firm-fixed-price task order 0013 under a previously awarded multiple award construction contract (N62473-10-D-5417) to replace the sewer lines at the Marine Corps Recruit Depot, San Diego. The work to be performed provides for demolition of the existing lines, and new sewer lines and manholes in various areas around the depot. This project will improve the reliability and reduce the maintenance of the sewage collection system. The work also includes backfilling, grading, and compacting the areas affected, and repair all landscaping, roads, and sidewalks damaged during construction. Work will be performed in San Diego, California, and is expected to be completed by April 2016. Fiscal 2014 operations and maintenance (Marine Corps) contract funds in the amount of $6,830,311 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Insitu, Inc., Bingen, Washington, is being awarded $6,757,764 for firm-fixed-price delivery order 0006 against a previously issued Basic Ordering Agreement (N68335-11-G-0009) for the procurement of one ScanEagle System for the government of the Czech Republic under the Foreign Military Sales program. The system consists of seven ScanEagle electro-optics, and three ScanEagle infra-red unmanned air systems. Work will be performed at Bingen, Washington (50 percent), and Afghanistan (50 percent), and is expected to be completed in September 2015. Foreign military sales funds in the amount of $6,757,764 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Sauer Inc., Jacksonville, Florida, is being awarded $6,670,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N40080-10-D-0490) for repair of the Naval History and Heritage Command, Buildings 44, 57, and 108 at the Washington Navy Yard. The work to be performed provides for required interior rearrangements and restoration of the facilities to allow for effective use of existing space and to bring the buildings into compliance with Architectural Barriers Act accessibility code, and fire and safety codes. Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $6,670,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

BURR-MZT Joint Venture,* San Clemente, California, is being awarded $6,623,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N44255-13-D-8012) to perform energy efficiency measures in 11 buildings at Naval Base Kitsap and Jackson Park. The work to be performed provides for all labor, materials, equipment and associated costs for energy conservation measures. Work will be performed in Bremerton, Washington, and is expected to be completed by May 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $6,623,000 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Bremerton, Washington, is the contracting activity.

ARMY

University of Southern California, Los Angeles, was awarded a $141,000,000 cost contract with options, for research and development and other activities within the approved modeling and simulation core competencies in the areas of training, education, operations, health and other arenas where the research, technologies, and methodologies may be applied. Funding and work location will be determined with each order, with an estimated completion date of Sept. 28, 2017. One bid was solicited, with one received. Army Contracting Command, Research Triangle Park Division, Research Triangle Park, North Carolina, is the contracting activity (W911NF-14-D-0005).
 
Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $93,250,000 not-to-exceed, undefinitized contract action (P00171) to a firm-fixed-price, multiyear contract, for eight uniquely configured UH-60M Black Hawk aircraft and other support equipment and services for Mexico’s secretary of national defense. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 7, 2015; this contract falls under the Foreign Military Sales program. One bid was solicited and one received. Fiscal 2010 other procurement funds are being obligated at the time of the award. With all modifications, the cumulative total of this contract is $7,035,259,311. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-12-C-0008).

Oshkosh Defense, LLC, Oshkosh, Wisconsin, was awarded an $84,810,000 modification (P00034) to firm-fixed-price contract W56HZV-09-D-0159 to extend the expiration date of the contract from Sept. 30, 2014 to Sept. 30, 2015. According to the program manager for the medium tactical vehicle family, there are three known vehicle requirements and several known system technical support requirements that will be procured during the extension. Fiscal 2015 other procurement funds will be determined with each order. Work will be performed in Oshkosh, Wisconsin. Army Contracting Command, Tank and Automotive (Warren), Warren, Michigan, is the contracting activity.

Meltech Corporation, Inc., * Landover, Maryland (W912DR-14-D-0021); Arriba Corporation,* Norfolk, Virginia (W912DR-14-D-0024); Herman/JCG CO JV,* San Diego, California (W912DR-14-D-0023); and Olgoonik Management Services, Inc.,* (W912DR-14-D-0022), will share an awarded small business, multiple award, task order, order-dependent contract for $49,900,000 for design, build and design-bid-build construction projects. Work and funding will be determined with each order, with an estimated completion date of Sept. 30, 2015. Bids were solicited via the Internet, with 44 received. U.S. Army Corps of Engineers, Baltimore District, Baltimore, Maryland, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut is being awarded a $48,800,000 cost-plus-fixed-fee contract to provide specialized engineering analysis test and technical services (SEATTS) for the Aviation Applied Technology Directorate. Work location and funding will be determined with each order, with an estimated completion date of Sept. 24, 2017. Bids were solicited via the Internet, with one received. Army Contracting Command – Aviation Applied Technology Directorate, Fort Eustis, Virginia is the contracting activity (W911W6-14-D-0002).

Woodward, Inc., Loves Park, Illinois, was awarded a $47,235,265 firm-fixed-price, multiyear contract for the UH60 helicopter T700 common fuel control, with an estimated completion date of Sept. 30, 2019. Funding and work location will be determined with each order. One bid was solicited, with one received. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-D-0148).

Lockheed-Martin Integrated Systems, Inc., Bethesda, Maryland, was awarded a $44,037,055 cost-plus-fixed-fee contract with options for Next Generation Technical Services III. This includes the management and technical support to advance high performance computing services. Work will be performed at Wright-Patterson Air Force Base, Ohio; Aberdeen Proving Ground, Maryland; Stennis Space Center Mississippi; Vicksburg Mississippi; Lorton, Virginia; and Bethesda, Maryland, with an estimated completion date of May 19, 2015. One bid was solicited, with one received. Fiscal 2013 and 2014 other procurement (Army) funds ($5,247,000); fiscal 2014 operations and maintenance (Army) funds ($135,528); and fiscal 2013 and 2014 research, development, test and evaluation funds ($26,736,044), are being obligated at the time of the award. U.S. Army Corps of Engineers, Engineer Support Center Huntsville, Huntsville, Alabama, is the contracting activity (W912DY-14-F-0423).

Alliant Techsystems Operations, LLC, Plymouth, Minnesota is being awarded a $36,778,430 firm-fixed-price, requirements contract for M230-30MM automatic guns and 32 spare parts in support of the Apache helicopter. Work location and funding will be determined with each order. The estimated completion date is Sept. 28, 2017. Army Contracting Command – Tank and Automotive, Warren, Michigan is the contracting activity (W56HZV-14-D-0148).

TSAY/Ferguson-Williams, LLC, San Juan Pueblo, New Mexico, was awarded a $25,457,793 modification (P00122) to contract W9124M-09-C-0002 for operations, maintenance, and support services at Fort Stewart, Georgia (72 percent), and Hunter Army Airfield, Georgia (28 percent). Fiscal 2015 operations and maintenance (Army) funds in the amount of $1,519,283 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. Army Contracting Command, Fort Stewart is the contracting activity.

General Dynamics-Ordnance and Tactical Systems, Williston, Vermont, was awarded a $18,750,489 modification (P00001) to contract W31P4Q-14-C-0154 to exercise a fiscal 2014 option for the fiscal 14-18 Hydra-70 Rocket System, which includes M151 high explosive Rockets, M255A1 rockets and M274 smoke signal practice rockets. Fiscal 2014 other procurement funds in the amount of $3,992,285 were obligated at the time of the award. Estimated completion date is Sept. 28, 2019. Work will be performed in Williston, Vermont, and Camden, Arkansas. Army Contracting Command, Redstone Arsenal (Missile), Redstone Arsenal, Alabama, is the contracting activity.

Orcon-Carothers JV2,* Taylor, Mississippi, was awarded an $18,046,650 firm-fixed-price contract, with options, for historical building renovation at Fort Leavenworth, Kansas. Fiscal 2014 operations and maintenance (Army) funds in the amount of $18,046,650 were obligated at the time of the award. Work will be performed in Fort Leavenworth, Kansas, with an estimated completion date of Aug. 16, 2017. Bids were solicited via the Internet, with eight received. U.S. Army Corps of Engineers, Kansas City District, Kansas City, Missouri, is the contracting activity (W912DQ-14-C-4026).

Kirkland Construction RLLP, Rye, Colorado, was awarded a $17,434,335 firm-fixed-price contract, with options, for the Rio Grande Floodway, San Acacia Phase I and II levee construction, Socorro County, New Mexico. Work includes the removal of existing and construction of new levee and soil bank approximately 3.4 miles in length. Work will be performed in Alamogordo, New Mexico with an estimated completion date of Dec. 1, 2015. Bids were solicited via the Internet, with nine received. Fiscal 2014 other procurement funds in the amount of $17,434,335 are being obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque District, Albuquerque, New Mexico, is the contracting activity (W912PP-14-C-0039).

HP Enterprise Services, LLC, Herndon, Virginia, was awarded $14,770,140 for a firm-fixed-price contract to support and maintain an information technology infrastructure library. Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,770,140 were obligated at the time of the award. Work will be performed in Falls Church, Virginia, with an estimated completion date of May 15, 2015. Bids were solicited with one received. U.S. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-14-F-0211).

E.P. Doyle & Son LLC,* Wheaton, Illinois, was awarded a $14,507,220 firm-fixed-price contract for Permanent Barrier I building, to include installing the associated electrical and mechanical equipment, wiring, electrical duct banks, walkways and parking lots/drives at the Chicago Sanitary and Ship Canal, Romeoville, Illinois. Estimated completion date of the work in Romeoville, Illinois, is Jan. 31, 2016. Bids were solicited via the Internet, with three received. Fiscal 2014 other procurement funds in the amount of $14,507,220 are being obligated at the time of the award. U.S. Army Corps of Engineers, Chicago District, Chicago, Illinois, is the contracting activity (W912P6-14-C-0022).

North Star Magnus Pacific JV,* Yuba City, California, was awarded a $12,661,832 firm-fixed-price contract, with options, for the construction of zoned earthen embankment dikes, at the California Institution for Women in Chino. Work will be performed in Chino, California, with an estimated completion date of Oct. 24, 2015. Bids were solicited via the Internet, with eight received. Fiscal 2014 other procurement funds in the amount of $12,661,832 are being obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles District, Los Angeles, California, is the contracting activity (W912PL-14-C-0025).

R.E. Staite Engineering, Inc.,* San Diego, California, was awarded a $12,297,600 firm-fixed-price contract for maintenance dredging the Redwood City Harbor Channel up to 600,000 cubic yards of dredged material. It is estimated the base period will run through Nov. 30, 2014; with the exercise of options, a second performance period will begin June 1, 2015. Work will be performed at Redwood City, California. Fiscal 2014 operations and maintenance (Army) funds in the amount of $12,297,600 were obligated at the time of the award. Bids were solicited via the Internet, with two received. U.S. Army Corps of Engineers, San Francisco District, San Francisco, California, is the contracting activity (W912P7-14-C-0014).

Computer Science Corp., Rockville, Maryland, was awarded a $12,149,019 firm-fixed-price, sole-source bridge contract for operations, maintenance, and support of a Department of Defense centralized data repository that records information about beneficiaries’ prescriptions filled worldwide, as well as other pharmaceutical data for the Military Health System. Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,149,019 were obligated at the time of the award. Work will be performed in Falls Church, Virginia, with an estimated completion date of May 30, 2015. One bids was solicited, with one received. U.S. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-14-F-0216).

Unissant, Inc., Reston, Virginia is being awarded an $11,992,354 firm-fixed-price contract for engineering fixes and systems upgrades to Armed Forces Health Longitudinal Technology Application (AHLTA) and the Composite Health Care System (CHCS). Work will be performed in Reston, Virginia (50%) and Falls Church, Virginia (50%), with an estimated completion date of Sept. 29, 2015. Bids were solicited via the Internet, with one received. Fiscal 2014 operations and maintenance funds in the amount of $11,992,354 are being obligated at award. U.S. Army Medical Research Acquisition Activity, Frederick, Maryland is the contracting activity (W81XWH-14-F-0238).

Kallidus Technologies,* Inc., Lowell, Massachusetts, was awarded a $10,730,975 firm-fixed-price contract for renovation and construction of a Building 4554 at Fort Meade, Maryland. Fiscal 2014 operations and maintenance (Army) funds in the amount of $10,730,975 were obligated at the time of the award. Work will be performed in Fort Meade, Maryland, with an estimated completion date of April 7, 2016. Bids were solicited via the Internet, with eight received. U.S. Army Corps of Engineers, Baltimore District, Baltimore, Maryland, is the contracting activity (W912DR-14-C-0039).

Oklahoma Department of Rehabilitation Services, Oklahoma City, Oklahoma, was awarded a $10,450,049 modification (P00035) to a firm-fixed-price, indefinite-delivery contract (W9124J-09-D-0003) for a six-month extension for three full food service dining facilities, one dining facility attendant, troop issue subsistence activity, and full food service mobilization. Work and funding will be determined with each order, with an estimated completion date of March 31, 2015. Army Contracting Command, Fort Sill, Oklahoma is the contracting activity.

Humanetics Innovative Solutions, Inc., Plymouth, Michigan, was awarded a $9,999,647 firm-fixed-price contract for anthropomorphic test devices, parts, calibration, repair and development. Work location and funding will be determined with each order, with an estimated completion date of Sept. 30, 2017. Bids were solicited via the Internet, with one received. Army Contracting Command, Adelphi Division, Adelphi, Maryland, is the contracting activity (W911QX-14-D-0005).

KRSW Joint Venture,* Boise, Idaho, was awarded a $9,584,404 modification (P00001) to exercise optional items 46 to 76 on firm-fixed-price contract W912DW-14-C-0022 to repair primary Taxiway A at Mountain Home Air Force Base, Idaho. Fiscal 2014 operations and maintenance (Army) funds in the amount of $9,584,404 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. U.S. Army Corps of Engineers, Seattle District, Seattle, Washington is the contracting activity.

Alakai Defense Systems, Inc.,* Largo, Florida, was awarded a $8,734,134 cost-plus-fixed-fee contract, with options, for Check Point Explosives Detection Systems-2 (CPEDS-2) upgrades for detecting bulk home-made explosives and precursors in the field. Work will be performed in Largo, Florida, with an estimated completion date of Sept. 28, 2015. One bid was solicited, with one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,734,134 are being obligated at the time of the award. Army Contracting Command, Research Triangle Park Division, Research Triangle Park, North Carolina, is the contracting activity (W911NF-14-C-0156).

ASI Constructors, Inc.*, Pueblo West, Colorado, was awarded an $8,222,350 firm-fixed-price, design-build construction contract for safety upgrades and repairs to three reservoir dams at Quantico Marine Corps Base, Virginia: Lunga, Breckinridge and Greys. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,222,350 were obligated at the time of the award. Work will be performed in Prince William, Virginia, with an estimated completion date of Sept. 28, 2016. Bids were solicited via the Internet, with three bids received. U.S. Army Corps of Engineers, Norfolk District, Norfolk, Virginia, is the contracting activity (W91236-14-C-0047).

Eastern General Contractors, Inc.,* Springfield, Massachusetts, was awarded an $8,190,000 firm-fixed-price contract for renovation of visiting Airman Quarters, Building 5101 at Westover Air Reserve Base, Massachusetts. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,190,000 were obligated at the time of the award. Work will be performed in Chicopee, Massachusetts, with an estimated completion date of Jan. 31, 2016. Bids were solicited via the Internet, with nine received. U.S. Army Corps of Engineers, Louisville District, Louisville, Kentucky, is the contracting activity (W912QR-14-C-0047).

Eastern General Contractors, Inc.,* Springfield, Massachusetts, was awarded $8,148,000 for a firm-fixed-price contract for renovation of visiting Airman Quarters, Building 5102 at Westover Air Reserve Base, Massachusetts. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,148,000 were obligated at the time of the award. Work will be performed in Chicopee, Massachusetts, with an estimated completion date of Jan. 31, 2016. Bids were solicited via the Internet, with seven received. U.S. Army Corps of Engineers, Louisville District, Louisville, Kentucky is the contracting activity (W912QR-14-C-0048).

BANC3 Inc., Princeton, New Jersey, was awarded an $8,138,707 incrementally-funded, cost-plus-fixed-fee contract with options for engineering, software architectures, system engineering, and business operations support to command, power and integration - SETA Small Business Set Aside Effort Directorate. Work will be performed in Princeton, New Jersey, with an estimated completion date of Sept. 28, 2017. Bids were solicited via the Internet, with five received. Fiscal 2014 research, development, test and evaluation funds in the amount of $8,138,707 are being obligated at the time of the award. Army Contracting Command, Aberdeen Division B, Fort Monmouth, New Jersey, is the contracting activity (W56KGU-14-C-0067).

Ultimate Concrete LLC, El Paso, Texas, was awarded a $7,198,294 firm-fixed-price contract, with options, for the McKinley Channel Phase VII, construction of a 4,800-foot long concrete channel with vertical walls. The contract calls for the base year and first option to be awarded. Work will be performed in Alamogordo, New Mexico, with an estimated completion date of Sept. 28, 2015. Bids were solicited via the Internet, with six received. Fiscal 2014 other procurement funds in the amount of $7,198,294 are being obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque District, Albuquerque, New Mexico, is the contracting activity (W912PP-14-C-0040).

Carahsoft Technology Corp., Reston, Virginia, was awarded a $7,135,539 modification (BA91) to firm-fixed-price contract N00104-13-A-ZF46 to acquire Enterprise Information Technology Resource Management and Pre-production Research Environment Program software tools and maintenance in support of U.S. Army Information Technology Agency (USAITA). Fiscal 2014 operations and maintenance (Army) funds of $3,147,539, and fiscal 2014 other procurement (Army) funds of $3,988,000, were obligated at the time of the award. Estimated completion date is Sept. 28, 2017. Work will be performed in Reston, Virginia. Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.

Northrop Grumman Systems Corp., McLean, Virginia, was awarded a $6,918,615 firm-fixed-price contract, with options, to continue to modify the Defense Occupational and Environmental Health Readiness System-Industrial Hygiene (DOEHRS-IH) application in support of resolving system change requests and system incident reports. In addition, the contract asks the contractor to resolve Fortify Findings; upgrade the commercial off-the-shelf WebLogic product; migrate Oracle Discoverer reports to Business Objects Transactional Ad Hoc Reports; and expand the Environmental Health Surveillance Registry (EHSR). The base and all options will be exercised at the time of the initial award. Work will be performed in McLean, Virginia, with an estimated completion date of Sept. 29, 2015. One bid was solicited, with one received. Fiscal 2014 operations and maintenance (Army) funds of $5,976,559, and fiscal 2014 research, development, test and evaluation funds of $942,056 are being obligated at the time of the award. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-14-F-0182).

AIR FORCE

United Launch Services LLC, Littleton, Colorado, has been awarded a $126,966,232 firm-fixed-price modification (P00055) to previously awarded contract FA8811-13-C-0003 to exercise an option for backlog transportation and order launch vehicle production services. Contractor will execute a requirement for the fiscal 2014 launch vehicle configuration of one Air Force Atlas V531 and the exercise of an option for backlog transportation. Work will be performed at Centennial, Colorado, and Cape Canaveral Air Force Station, Florida, and is expected to be completed by Aug. 15, 2015. Fiscal 2013 and 2014 missile procurement funds in the amount of $126,966,232 are being obligated at the time of award. Space and Missile Systems, Los Angeles Air Force Base, California, is the contracting activity.

Williams International Co., LLC, Walled Lake, Michigan, has been awarded a $45,000,000 indefinite-delivery/ indefinite-quantity contract for Versatile Affordable Advanced Turbine Engines III and beyond. Contractor will develop technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo-propulsion affordability over the year 2000 state-of-the-art technology. Work will be performed at Walled Lake, Michigan, and Ogden, Utah, and is expected to be completed by Sept. 29, 2022. This award is the result of a competitive acquisition, with 34 offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $154,532 are being obligated at the time of award on the first task order. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-2406).

University of Dayton Research Institute, Dayton, Ohio, has been awarded a $42,000,000 indefinite-delivery/indefinite-quantity contract for advanced behavior and life prediction of aerospace materials program. Contractor will meet specific research objectives, advancing state-of-the-art materials performance assessment and prediction capability by developing more efficient and comprehensive methods across modeling, simulation and experimental domains through primarily on-site research efforts. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Oct. 15, 2021. This award is the result of a competitive acquisition with one offer received. Fiscal 2014 research, development, test and evaluation funds in the amount of $385,362 are obligated on the initial task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-5205).

Total Quality Systems, Inc., Roy, Utah, has been awarded a $35,937,998 indefinite-delivery/indefinite-quantity contract for the Contingency Acquisition Support Model. Contractor will provide joint service software development program for the model that allows users to generate a procurement-ready requirements package in a contingency environment. Work will be performed at Roy, Utah, and is expected to be completed by Sept. 25, 2019. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8770-14-D-0545).

GE Aviation Systems, LLC, doing business as: Dowty Propellers, Sterling, Virginia, has been awarded a $20,577,894 firm-fixed-price contract for C-130J propellers and spare parts. Contractor will provide 42 P/N 697039001 propellers and associated spare parts. Work will be performed at Gloucester, United Kingdom, and is expected to be completed by May 31, 2015. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Foreign military sales funds and fiscal 2012, 2013 and 2014 aircraft procurement funds in the amount of $20,577,894 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (SPE4A1-14-G-0009-RJ03).

Ohio Aerospace Institute, Brook Park, Ohio, has been awarded a $20,000,000 indefinite-delivery/ indefinite-quantity contact for Versatile Affordable Advanced Turbine Engines III and beyond. Contractor will provide develop technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo-propulsion affordability over the year 2000 state-of-the-art technology. Work will be performed at Brook Park, Ohio, and is expected to be completed by Sept. 29, 2022. This award is the result of a competitive acquisition, with 34 offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $200,000 for task order 0001, and $400,000 for task order 0002, are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-2410)

Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $16,988,225 delivery order (0275) to previously awarded contract HC1047-05-D-4000 for Advanced Automated Tactical Communications aircraft and electronic warfare system engineering and test. Contractor will provide identification, generation, evaluation, test and documentation of modernization solutions to address modernization requirements for aircraft, sensors and support systems. Work will be performed at Atlanta, Georgia, and is expected to be completed by Dec. 6, 2015. Fiscal 2014 working capital funds in the amount of $10,552,460 are being obligated at the time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, has been awarded an $11,028,030 modification (P00052) to previously awarded contract FA8223-11-C-0001 for C-130 Aircrew Training System Electronic Control Loading System/Aerodynamic Model Update. Contractor will procure, install, integrate, test and document a replacement for the existing Electronic Control Loading due to obsolescence of the existing system. They will also replace the existing aero-model with a government-furnished property enhanced aero-model from the Aircrew Training and Rehearsal Support program. Work will be performed at Little Rock Air Force Base, Arkansas, and Dobbins Air Force Base, Georgia, and is expected to be completed by June 30, 2017. Fiscal 2014 operations and maintenance funds in the amount of $11,028,030 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8223-11-C-0001).

C.W. Roberts Contracting, Inc., Tallahassee, Florida, has been awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for paving. Contractor will furnish all plant, materials, labor, equipment, and all operations required. The work may consist of resurfacing, full depth reconstruction, and new full depth construction of bituminous concrete and portland cement concrete pavements to include airfield pavements, roadways, parking lots, and sidewalks. It may also include coldplaning of bituminous concrete pavement, construction of curb return widenings, new construction of bituminous concrete ramp-downs, crack repair in bituminous concrete pavement, and new construction of concrete foundation walls and footings. It may also include other requirements as written in the contract. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Sept. 28, 2015. This award is the result of a competitive acquisition, with four offers received. Fiscal 2014 operations and maintenance funds in the amount of $25,503 are being obligated at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2823-14-D-4008).

The Boeing Co., St. Louis, Missouri, has been awarded an $8,632,927 cost-plus-fixed-fee contract for research and development for system of systems integration technology and experimentation-technical area 1. Contractor will develop and demonstrate system of systems architectures. Work will be performed at St. Louis, Missouri, and is expected to be completed by Dec. 30, 2016. This award is the result of a competitive acquisition, with 19 offers received. Fiscal 2014 research and development funds in the amount of $3,605,155 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-C-7432).

EDO/Exelis, Inc., North Amityville, New York, has been awarded an $8,104,935 cost-plus-fixed-fee, firm-fixed-price contract for AN/ALQ-161A sustaining engineering services and preprocessor flight software deficiency analysis. Work will be performed at North Amityville, New York, and is expected to be completed by Sept. 28, 2015. This award is the result of a sole-source acquisition. Fiscal 2014 operations and maintenance funds in the amount of $8,104,935 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-14-C-0019).

University of Southern California, Los Angeles, California, has been awarded a $7,685,884 cost- reimbursement contract for software. Contractor will develop a mission-driven, domain-specific indexing and search system that will harvest and harmonize heterogeneous and obfuscated data to extract key elements of knowledge. Work will be performed at Los Angeles, California, and is expected to be completed by Sept. 28, 2017. This award is the result of a competitive acquisition, with 43 offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $350,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-14-C-0240).

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $6,568,120 modification (P00277) to previously awarded contract FA8625-11-C-6597 to integrate system and Mission Computer (MC) software changes into the HC/MC Increment 2 aircraft. Work will be performed at Marietta, Georgia, and is expected to be complete by March 31, 2017. Fiscal 2013 research, development, test and evaluation and procurement funds in the amount of $6,568,120 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-11-C-6597).


DEFENSE LOGISTICS AGENCY
 
ReEnergy Black River LLC, Latham, New York, has been awarded a maximum $288,918,210 firm-fixed-price contract for the provisioning, production, purchase and delivery of electricity. This contract was a competitive acquisition, and two offers were received. This is a 20-year base contract with no option periods. Location of performance is New York with a Sept. 30, 2034 performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-8003).

Rockwell Collins, Inc., Cedar Rapids, Iowa, has been awarded a maximum $151,296,000 firm-fixed-price contract for helicopter display units. This contract was a competitive acquisition, and one offer was received. This is a two-year base contract with no option periods. Location of performance is Iowa with a Dec. 31, 2016 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-14-D-0060).

Noble Supply & Logistics,** Rockland, Massachusetts, has been awarded a maximum $57,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for prime vendor maintenance, repair, and operations tailored logistics support for the Africa region, zone 2. This contract was a competitive acquisition, and 10 offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Massachusetts with a Sept. 28, 2019 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 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-14-D-0002).

Atlantic Diving Supply, Inc.,* Virginia Beach, Virginia, has been awarded a maximum $48,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for prime vendor maintenance, repair, and operations tailored logistics support for the Africa region, zone 1. This contract was a competitive acquisition, and eight offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Virginia with a Sept. 28, 2019 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 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-14-D-0003).

Abbott Laboratories Inc. Point of Care Division, Abbott Park, Illinois, has been awarded a maximum $48,800,000 fixed-price with economic-price-adjustment contract for various medical test equipment and accessories. This contract was a competitive acquisition, and 48 offers were received. This is a five-year base contract with no option periods. Location of performance is Illinois, with a Sept. 28, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPM2DH-14-D-0013).

Impact Instrumentation Inc.,* West Caldwell, New Jersey, has been awarded a maximum $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for airworthy suction apparatus. This contract was a competitive acquisition, and one offer was received. This is a five-year base contract with no option periods. Location of performance is New Jersey, with a Sept. 28, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 war-stopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-14-D-0011).

Aurora Industries, LLC,* Camuy, Puerto Rico, has been awarded a maximum $11,533,632 modification (P0004) exercising the first option year on a one-year base contract (SPE1C1-14-D-1068), with three one-year option periods. This is a firm-fixed-price contract for flame resistant combat coats and trousers. Location of performance is Puerto Rico, with a Sept. 15, 2015, performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Standard Safety Equipment,* McHenry, Illinois, has been awarded a maximum $7,542,000 firm-fixed-price contract for waterproof clothing bags. This contract was a competitive acquisition, and four offers were received. This is a one-year base contract with two one-year option periods. Location of performance is Illinois, with a Sept. 30, 2015, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-14-D-1082).

CORRECTION: The contract announced on Sept. 23, 2014, for US Foods, Inc., La Mirada, California (SPE300-14-D-3043), for $10,200,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support, was announced with an incorrect award date and dollar amount. The correct dollar amount is $10,650,000, and the correct award date is Sept. 29, 2014.

CORRECTION: The contract announced on Sept. 23, 2014, for Sysco Hampton Roads, Suffolk, Virginia (SPE300-15-D-3100), for $7,500,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support, was announced with an incorrect award date and dollar amount. The correct dollar amount is $7,950,000, and the correct award date is Sept. 29, 2014.

JOINT IMPROVISED EXPLOSIVE DEVICE DEFEAT ORGANIZATION

Landmark Technologies, Inc., Vienna, Virginia, is being awarded a $12,467,465 time-and-materials contract for J9 Operations Research System Analysis support services. The J-9 ORSA will provide rapidly deployable ORSA expertise in all aspects of counter-improvised explosive device operations to support U.S. forces within and outside of the continental United States. Landmark Technologies, Inc., will perform support services at the primary location in Reston, Virginia, and overseas locations. If all options are exercised, work is expected to be completed by October 2017. Fiscal 2014 overseas contingency operations funds in the amount of $4,000,000 are being obligated at award. This contract was competitively procured, with 10 bids received. The contracting activity is the Joint IED Defeat Organization Contract Operations, Arlington Virginia (HQ0682-14-C-0006).

DEFENSE HEALTH AGENCY
 
SeKON Enterprises, Inc.,* Herndon, Virginia, was awarded an $12,433,560 cost-plus-fixed-fee contract, with options, to provide engineering, cyber security, and configuration management support services to the program executive officer, Defense Healthcare Management Systems. The total potential contract value, including the one-year base period and four one-year option periods is $75,603,463. This contract provides services including enterprise and solutions architecture, configuration management, cyber security, synthetic test data, process and software tool support, technical support for government-approved laboratories, and generalized engineering and technical services supporting programs to modernize the Electronic Health Record System and acquire a Health Information Exchange capability for seamless sharing of standardized health care data between the Department of Defense and the Department of Veterans Affairs. Work will be performed in Rosslyn, Virginia, with an expected completion date of Sept. 29, 2015. Fiscal 2014 operations and maintenance funds in the amount of $1,772,446 and fiscal 2013 research, development, test and evaluation funds in the amount of $9,609,934 were obligated at time of award. This contract was a competitive acquisition under the National Institutes of Health Information Technology Acquisition and Assessment Center's CIO-SP3 Small Business government-wide acquisition contract, and four offers were received. The Defense Health Agency, Falls Church, Virginia, is the contracting activity (HT0011-14-F-0030).
 
Longview International*, Reston, Virginia has been awarded a maximum $8,291,746 modification (P0006) exercising the first option period on a one year base contract (HT0011-13-F-0039) with three one year options for software design, development and testing to support emerging requirements in the DMLSS, DCAM and JMAR applications to meet information assurance and the establishment of new data exchanges/services. Location of performance is at the Joint Medical Logistics Functional Development Center at Fort Detrick, Maryland with a Sept. 29, 2017 completion date. Fiscal 2014 operations and maintenance funds in the amount of $8,291,746 are being obligated at award. The contracting activity is the Defense Health Agency, COD-FC, Falls Church, Virginia.

MISSILE DEFENSE AGENCY
 
Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $8,067,824 modification (P00154) to previously awarded contract number HQ0276-10-C-0001 for fiscal 2015 Baseline 4.0.2 additional ship installation. This modification brings the total cumulative face value of the contract to $2,010,610,363 from $2,002,542,539. Work will be performed at Moorestown, New Jersey, with an expected completion date of March 27, 2016. Fiscal 2014 and 2015 research, development, test and evaluation funds will be used to incrementally fund this effort. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.
 
DEFENSE INFORMATION SYSTEMS AGENCY
 
Nisga’a Data Systems, LLC., Herndon, Virginia, was awarded a $17,891,203 firm-fixed-price contract for Video Teleconferencing Refresh Project for Washington Headquarters Services Enterprise Information Technology Services Division. This is an 8(a) direct award. Work will be performed at Arlington and Alexandria Virginia. Fiscal 2014 operations and maintenance, procurement and Defense Wide Capital funding in the amount of $17,891,203 will be obligated at time of the award. The period of performance is 30 days after contract award for delivery and 365 days for installation completion. Estimated completion date is Sept. 29, 2015. The original solicitation was issued pursuant to 15 U.S.C. 637(a) as a non-competitive 8(a) set-aside IAW FAR 19.808-1 Sole Source. The Defense Information Technology Contracting Organization, Scott AFB, Illinois, is the contracting activity (HC1028-14-C-0033).
 
*Small business
**Woman-owned small business
*Link for This article compiled by K. V. Seth + U.S. DoD issued No. CR-187-14 September 29, 2014 
*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