Thursday, June 27, 2013

DTN News: U.S. Department of Defense Contracts Dated June 27, 2013

DTN News: U.S. Department of Defense Contracts Dated June 27, 2013
Source: U.S. DoD issued No.  470-13 June 27, 2013
(NSI News Source Info) TORONTO, Canada - June 27, 2013: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued  June 27, 2013  are undermentioned;


CONTRACTS
AIR FORCE
            Northrop Grumman Systems Corp., Northrop Grumman Information Systems, Herndon, Va., has been awarded a firm-fixed price, single award indefinite delivery/indefinite quantity contract with a maximum contract ceiling of $490,000,000 for follow-on support for the Combat Air Force Distributed Mission Operations and Integration program.  The Distributed Mission Operations Network 2.0 service contract will provide interoperability of dissimilar Air Force training systems (simulators) to accomplish U.S. Air Force training requirements.  Work will be performed at Orlando, Fla., and is expected to be completed by June 30, 2018, with options that could extend the period of performance to June 30, 2023.  This award is the result of a competitive source selection acquisition.  The acquisition was a full and open competition and two offers were received.  Fiscal 2013 Operations and Maintenance appropriations in the amount of $13,026 for the initial task order are being obligated at time of award for Transition Site Setup Services.  Air Force Life Cycle Management Center, Agile Combat Support, Simulators Division, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8621-13-D-6318). 

            The Boeing Co., Saint Louis, Mo., has been awarded a $39,464,977 modification (P00006) to the contract (FA8681-13-C-0063) for Joint Direct Attack Munitions (JDAM).  This modification is an option exercised under the Lot 17 JDAM contract to add 1,601 JDAM tailkits.  The total cumulative face value of the contract is $141,914,216.  Work will be performed at Saint Charles, Mo., and is expected to be completed by March 31, 2015.  Fiscal 2013 Ammunition Procurement funds are being obligated at time of award.  Of the total obligation of $39,464,977, $14,886,765 are baseline JDAM funds, and $24,578,212 are Overseas Contingency Operation funds.  The contracting activity is Air Force Life Cycle Management Center/EBDK, Eglin Air Force Base, Fla. 

            Advanced Engineering Consultants, Columbus, Ohio, has been awarded a maximum $12,000,000 indefinite-delivery/indefinite quantity contract for mechanical, electrical, architect, engineer services to support Wright-Patterson Air Force Base, Ohio.  Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by June 26, 2018.  Guaranteed contract minimum amount of $10,000 will be awarded at time of contract award.  Three delivery orders will be issued with the initial award.  Air Force Life Cycle Management Center/PZIOC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8601-13-D-0003).

NAVY
            Hewlett Packard Enterprise Services (HPES), Herndon, Va., is being awarded a $321,689,010 indefinite-delivery/indefinite-quantity, firm-fixed-price, fixed-price award fee contract for the Next Generation Enterprise Network (NGEN).  The single contract award was based on the HPES Combined Enterprise Services and Transport Services proposal.  The Department of the Navy operates one of the largest intranets in the world, which is the Navy Marine Corps Intranet (NMCI).  NGEN is the acquisition approach designed to provide network services originally consolidated in 2000 under NMCI.  NMCI currently delivers end-to-end, secure information technology services to more than 400,000 seats and 800,000 users.  This contract includes four, one-year options which, if exercised, would bring the evaluated contract cumulative value to $3,454,735,513.  Work will be performed at nearly 2,500 Navy and Marine Corps locations worldwide, from major bases to single-user sites, and work is expected to be completed in June 2014.  If the options are exercised, the work will continue through June 2018.  The HPES, NGEN team includes AT&T Government Solutions, Inc., Vienna, Va.; International Business Machines Global Business Services Federal, Bethesda, Md.; Lockheed Martin Services, Inc., Gaithersburg, Md.; and Northrop Grumman Systems Corp., McLean, Va.  Fiscal 2013 Operations and Maintenance, Navy, fiscal 2013 Operations and Maintenance, Marine Corps funds, and fiscal 2013 Other Procurement Navy funds in the amount of $140,000,000 are being obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This requirement was solicited using full and open competition via the Space and Naval Warfare System Command E-Commerce and the Federal Business Opportunities website, with seven proposals received for specific segments and/or combined segments.  The Space and Naval Warfare System Command, San Diego, Calif., is awarding the contract on behalf of its organizational partner, Program Executive Office Enterprise Information Systems is the contracting activity (N00039-13-D-0013). 

            Amphenol Fiber Systems International, Allen, Texas, is being awarded an estimated $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of a Mixed Fiber Optic Cable Assembly under sustainment activities, to replace the Light-Emitted Diode based CX-13295 Tactical Fiber Optic Cable Assemblyfor the United States Marine Corps.  Work will be performed in Allen, Texas, and work is expected to be completed by June 26, 2016.  Fiscal 2013 Procurement Marine Corps, Overseas Contingency Operations funds in the amount of $10,205,977 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-13-D-2440). 

            Gryphon Technologies, LC, Washington, D.C., is being awarded a $46,432,142 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to support the Office of the Secretary of Defense, Defense Readiness Support System to include: systems engineering, integration, test and evaluation, and lifecycle support; technical support services required to augment readiness programs and projects; and market research of commercial and military hardware or software for use with readiness reporting and management or associated interface programs and other integrated systems and equipment.  This is one of four contracts awarded.  Each awardee will compete for task orders during the ordering period.  This three-year contract includes two, one-year options which, if exercised, would bring the potential value of this contract to $78,463,954.  Work will be performed at the contractor’s facilities in Washington, D.C. (65 percent), and at Government facilities in National Capitol region (35 percent), and work is expected to be completed June 26, 2016.  Fiscal 2013 Operations and Maintenance funds and fiscal 2013 Research, Development, Test and Evaluation funds will be obligated against individual task orders as they are issued.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website, with five proposals received and four were recommended for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0076). 

            DynCorp International LLC, Fort Worth, Texas, is being awarded a $44,891,846 modification under a previously awarded cost-plus-incentive-fee contract (N62742-12-C-3525) to exercise the first option period to provide services for Philippines Operations Support in the Republic of the Philippines for the Joint Special Operations Task Force – Philippines.  The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide support services.  After award of this option, the total cumulative contract value will be $223,454,838.  Work will be performed in the Republic of the Philippines, and is expected to be completed June 30, 2014.  Fiscal 2013 Operation and Maintenance, Navy funds in the amount of $13,046,450 are obligated on this award and funds will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity. 

            Fluor Federal Solutions, LLC, Greensville, S.C., is being awarded a $44,395,625 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-12-D-7582) to exercise option one for regional base operations support services at Naval Air Station, Jacksonville; Naval Station Mayport; Bureau of Medicine and Surgery; and Blount Island Command.  The work includes, but is not limited to the following functions:  port operations, facilities support services, facility investment, base support vehicles and equipment, and environmental.  The total contract amount after exercise of this option will be $86,706,235.  Work will be performed in Jacksonville, Fla., and work is expected to be completed in June 2014.  Fiscal 2013 Operation and Maintenance, Navy, fiscal 2013 Operation and Maintenance, Marine Corps, fiscal 2013 Navy Working Capital funds, fiscal 2013 Defense Health Program funds, and fiscal 2013 Family Housing Operation and Maintenance, Navy funds in the amount of $11,523,698 are obligated at the time of award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity. 

            InnovaSystems International, LLC, San Diego, Calif., is being awarded a $44,216,554 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to support the Office of the Secretary of Defense, Defense Readiness Support System to include: systems engineering, integration, test and evaluation, and lifecycle support; technical support services required to augment readiness programs and projects; and market research of commercial and military hardware or software for use with readiness reporting and management or associated interface programs and other integrated systems and equipment.  This is one of four contracts awarded.  Each awardee will compete for task orders during the ordering period.  This three-year contract includes two, one-year options which, if exercised, would bring the potential value of this contract to $75,566,236.  Work will be performed at the contractor’s facilities in San Diego, Calif. (65 percent), and at Government facilities in National Capitol region (35 percent), and work is expected to be completed June 26, 2016.  Fiscal 2013 Operations and Maintenance funds and fiscal 2013 Research, Development, Test and Evaluation funds will be obligated against individual task orders as they are issued.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website, with five proposals received and four were recommended for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0075). 

            Science Applications International Corp., McLean, Va., is being awarded a $40,251,532 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to support the Office of the Secretary of Defense, Defense Readiness Support System to include: systems engineering, integration, test and evaluation, and lifecycle support; technical support services required to augment readiness programs and projects; and market research of commercial and military hardware or software for use with readiness reporting and management or associated interface programs and other integrated systems and equipment.  This is one of four contracts awarded.  Each awardee will compete for task orders during the ordering period.  This three-year contract includes two, one-year options which, if exercised, would bring the potential value of this contract to $68,203,117.  Work will be performed at the contractor’s facilities in McLean, Va. (65 percent), and at Government facilities in National Capitol region (35 percent), and work is expected to be completed June 26, 2016.  Fiscal 2013 Operations and Maintenance funds and fiscal 2013 Research, Development, Test and Evaluation funds will be obligated against individual task orders as they are issued.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website, with five proposals were received and four were selected for award.  The Space and Naval Warfare Systems Center Pacific is the contracting activity (N66001-13-D-0074). 

            Concurrent Technologies Corp., Johnstown, Pa., is being awarded a $36,546,577 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to support the Office of the Secretary of Defense, Defense Readiness Support System to include: systems engineering, integration, test and evaluation, and lifecycle support; technical support services to augment readiness programs and projects; and market research of commercial and military hardware or software for use with readiness reporting and management or associated interface programs and other integrated systems and equipment.  This is one of four contracts awarded.  Each awardee will compete for task orders during the ordering period.  This three-year contract includes two, one-year options which, if exercised, would bring the potential value of this contract to $61,690,080.  Work will be performed at the contractor’s facilities in Johnstown, Pa. (65 percent), and at Government facilities in the National Capitol region (35 percent), and work is expected to be completed June 26, 2016.  Fiscal 2013 Operations and Maintenance funds and fiscal 2013 Research, Development, Test and Evaluation funds will be obligated against individual task orders as they are issued.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website, with five proposals received and four were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0073). 

            Northrop Grumman Corp., Integrated Systems, Bethpage, N.Y., is being awarded a $32,300,760 delivery order placed against a previously issued basic order agreement (N00019-10-G-0004).  This order will provide spares in support of five E-2D Advanced Hawkeye Full Rate Production Lot 1 Aircraft.  Work will be performed in Syracuse, N.Y. (37.8 percent); Indianapolis, Ind. (23.1 percent); Bethpage, N.Y. (13.7 percent); Woodland Hills, Calif. (6.7 percent); Greenlawn, N.Y. (3.4 percent); Marlborough, Mass. (1.9 percent); Tustin, Calif. (1.8 percent); Rockford, Ill. (1.4 percent); Falls Church, Va. (1.3 percent); Garden City, N.Y. (1.1 percent); and other locations within the United States (7.8 percent), and is expected to be completed in December 2016.  Fiscal 2013 Aircraft Procurement Navy funds in the amount of $32,300,760 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

            Science Applications International Corp., McLean, Va., has been awarded a $22,706,688 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to support special projects and electronic submarine systems to include life cycle engineering, management, hardware engineering, configuration management and logistics.  This is a multiple award and one of two contracts awarded.  Both awardees will compete for task orders during the ordering period.  This contract includes two one-year option periods, which if exercised, would bring the potential ceiling value of this award to an estimated $38,248,262.  Work will be performed at Government facilities to include operational platform sites, shore-based sites, and training activities located inside and outside of the continental U.S. (60 percent) and in McLean, Va. (40 percent), and work is expected to be completed May 30, 2016.  If all options are exercised, the work will continue through May 2018.  Fiscal 2013 Operations and Maintenance, Navy, Other Procurement, Navy, Research, Development, Test and Evaluation and Shipbuilding and Conversion, Navy funds will be obligated against individual task orders as they are issued.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via a full and open solicitation (N66001-12-R-0023) via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and two were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0045). 

            SERCO, Reston, Va., is being awarded a $19,832,018 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to support special projects and electronic submarine systems to include life cycle engineering, management, hardware engineering, configuration management and logistics.  This is a multiple award and one of two contracts awarded.  Both awardees will compete for task orders during the ordering period.  This contract includes two one-year option periods, which if exercised, would bring the potential ceiling value of this award to an estimated $33,441,807.  Work will be performed at government facilities to include operational platform sites, shore-based sites, and training activities located inside and outside of the continental U.S. (60 percent) and in Reston, Va. (40 percent), and work is expected to be completed May 30, 2016.  If all options are exercised, the work will continue through May 2018.  Fiscal 2013 Operations and Maintenance, Navy, Other Procurement, Navy, Research, Development, Test and Evaluation and Shipbuilding and Conversion, Navy funds will be obligated against individual task orders as they are issued.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via a full and open solicitation (N66001-12-R-0023) via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and two were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0046). 

            Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $60,163,310modification to the previously awarded V-22 fixed-price-incentive-fee Lot 17 - 21 multiyear contract (N00019-12-C-2001).  This modification provides for the manufacture and delivery of one MV-22 tiltrotor aircraft for the U.S. Marine Corps in accordance with the Variation in Quantity clause.  Work will be performed in Fort Worth, Texas (24.6 percent); Ridley Park, Pa. (19.2 percent); Amarillo, Texas (10.4 percent); Dallas, Texas (4.3 percent); East Aurora, N.Y. (2.5 percent); Park City, Utah (1.7 percent); El Segundo, Calif. (1.3 percent); Endicott, N.Y. (1 percent); Ontario, Canada (.9 percent); Tempe, Ariz. (.8 percent); Rome, N.Y. (.7 percent); Torrance, Calif. (.7 percent); Luton, United Kingdom (.6 percent); Clifton, N.J. (.6 percent); Salisbury, Md. (.6 percent); Los Angeles, Calif. (.6 percent); Cobham, United Kingdom (.6 percent); Irvine, Calif. (.6 percent); San Diego, Calif. (.5 percent); Yakima, Wash. (.5 percent); Brea, Calif. (.5 percent); Rockmart, Ga. (.5 percent); McKinney, Texas (.4 percent); Albuquerque, N.M. (.4 percent); Whitehall, Mich. (.4 percent); Wolverhampton, United Kingdom (.4 percent); Tucson, Ariz. (.4 percent); Erie, Pa. (.3 percent); Vergennes, Vt. (.3 percent); Kilgore, Texas (.3 percent); Shelby, N.C. (.3 percent); Avon, Ohio (.2 percent); Santa Clarita, Calif. (.2 percent); Garden City, N.Y. (.2 percent); El Cajon, Calif. (.2 percent); Corinth, Texas (.2 percent); Sylmar, Calif. (.2 percent); Westbury, N.Y. (.1 percent); and various other locations inside and outside the United States (21.8 percent), and is expected to be completed in November 2016.  Fiscal 2013 Aircraft Procurement Navy funds in the amount of $60,163,310 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

            General Dynamics Advanced Information Systems (GDAIS) Inc., Pittsfield, Mass., is being awarded a $20,414,876 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6246) for engineering and technical services in support of the AN/BYG-1 weapons control system for U.S. Navy and Royal Australian Navy submarines.  GDAIS shall continue to migrate the AN/BYG-1 Tactical Control System from a Technology Insertion (TI-10) baseline to a TI-12, integrate Advanced Processing Build (APB-13), begin development of the TI-14 baselines, and deliver this capability to multiple variants to be delivered to multiple submarine platforms.  This contract supports foreign military sales (FMS) to Australia (28 percent).  Work will be performed in Pittsfield, Mass., and is expected to be completed by June 2014.  Fiscal 2013 Research, Development, Test and Evaluation and FMS funding in the amount of $20,414,876 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, D.C. is the contracting activity. 

            Oracle America, Inc., Redwood City, Calif., is being awarded a $14,880,250 firm-fixed-price, commercial contract to provide system sustainment and maintenance support for the Global Combat Support System – Marine Corps.  Work will be performed in Reston, Va. (80 percent); Stafford, Va. (10 percent); and Charleston, S.C. (10 percent); and is expected to be completed by October 2013.  Fiscal 2013 Operation and Maintenance, Marine Corps funds in the amount of $2,300,000 will be obligated at the time of award, and will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(2).  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-13-C-2155). 

            Island Mechanical Contractor, Inc., Middleburg, Fla., is being awarded $10,143,674 for firm-fixed-price task order #0011 under a previously awarded multiple award construction contract (N69450-08-D-1280) for the design and construction of a solar array and replacement of lighting fixtures with light-emitting diode equivalentlighting at Naval Station Guantanamo Bay.  The work to be performed provides for design and construction of a 700KW solar array directly tied to the existing commissary complex complete with solar panels, electronic controls, wire, conduits and other appurtenances, and includes retrofitting of approximately 1800 existing exterior light fixtures throughout the base with light-emitting diode equivalents.  Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by October 2014.  Fiscal 2012 Military Construction, Defense Wide funds in the amount of $10,143,674 are obligated on this award and will not expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

ARMY
            Lockheed Martin Corp., Liverpool, N.Y., was awarded a $206,884,461 modification (P0010) to a previously awarded firm-fixed-price contract (W15P7T-12-C-C015) to procure AN/TPQ-53 Radar Systems and corresponding spare parts.  The cumulative total face value of this contract is $605,052,337.  Work will be performed in Syracuse, N.Y.  A combination of fiscal 2012 and fiscal 2013 Procurement funds are being obligated on this award.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity. 

            BES Design/Build LLC, Washington, D.C., (W91236-13-D-0050); Kepa Monument JV, Milwaukee, Wis., (W91236-13-D-0051); and Polu Kai Services LLC, Falls Church, Va., (W91236-13-D-0052); were awarded a maximum firm-fixed-price, multiple-award, task-order contract with value of $35,000,000 for construction projects at Arlington National Cemetery, Arlington, Va.  Type of appropriation will be determined with each order.  The bid was solicited through the Internet, with 35 bids received.  The Army Corps of Engineers, Norfolk, Va., is the contracting activity. 

            Medical Center Orthotics and Prosthetics LLC, Silver Spring, Md., was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a maximum amount of $30,000,000 for the procurement of prosthetics devices and fitting services for lower extremity amputees at Walter Reed National Military Medical Center and Fort Belvoir Community Hospital.  Work will be performed at Bethesda, Md., and Fort Belvoir, Va.  Fiscal 2013 Procurement funds in the amount of $9,000,000 are being obligated on this award.  The bid was solicited through the Internet, with five bids received.  The Army Medical Command, Washington, D.C., is the contracting activity (W91YTZ-13-D-0022). 

            EMI Technologies Inc., Las Cruces, N.M., was awarded a $20,000,000 firm-fixed-price contract for the procurement of General Purpose Instrumentation Vans Shelters and trailers. Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, White Sands Missile Range, N.M., is the contracting activity (W9124R-11-D-0207). 

            Raytheon Integrated Defense Systems, Andover, Mass., was awarded a firm-fixed-price contract with a maximum value of $19,576,000 for the procurement of Mobile Flight Simulators for the PATRIOT Missile System.  Work will be performed in White Sands Missile Range, N.M., and Andover.  Fiscal 2013 Research, Development, Testing and Engineering funds in the amount of $9,592,240 are being obligated on this award.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0018). 

            Lakeview Center Inc., Pensacola, Fla., was awarded a $9,973,858 modification (P00012) to a previously awarded firm-fixed-price, multi-year contract (W9124D-10-D-0031) for dining facility support services.  The cumulative total face value of this contract is $28,066,644.  Work will be performed in Tacoma, Wash.  Type of appropriation will be determined with each order.  The Army Contracting Command, Joint Base Lewis-McChord, Wash., is the contracting activity. 

            Ordnance Systems Inc., Kingsport, Tenn., was awarded a $9,562,347 modification to a previously awarded firm-fixed-price contract (DAAA09-98-E-0006) for the services associated with the vacuum drying capability for premix and plastic bonded explosives.  Performance location and funding will be determined with each order.  The Army Contracting Command, Rock Island, Ill., is the contracting activity. 

            UEC Electronics LLC, Hanahan, S.C., was awarded a firm-fixed-price contract with a maximum value of $9,341,206 for the upgrade of Light Armored Vehicles with the command and control suite.  A combination of fiscal 2012 and fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-C-0314). 

            Medico Industries Inc., Wilkes Barre, Penn., was awarded a $7,681,797 fixed-price, economic-price-adjustment contract for the production of 120mm high explosive and smoke mortar cartridge shell bodies.  A combination of fiscal 2012 and fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-C-0050). 

DEFENSE LOGISTICS AGENCY
            PD-RX Pharmaceuticals,* Oklahoma City, Okla., has been awarded a maximum $46,436,163 modification (P0009) exercising the first option year period on a one year base contract (SPM2D0-11-D-0003) with seven one-year option periods for various pharmaceutical products.  The contract is a fixed-price economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Oklahoma with a June 30, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Amfuel, Magnolia, Ark., has been awarded an estimated maximum $12,673,150 firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  The contract is for fuel.  Location of performance is Arkansas with a June 26, 2018 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2013 through fiscal 2018 Air Force funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SPRHA4-13-D-0001). 

*Small Business

*Link for This article compiled by Roger Smith from reliable sources 
U.S. DoD issued No.  470-13 June 27, 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

No comments: