U.S. Department of Defense Contract Awards for July 12, 2012

0
1574

Here’s Today’s Department of Defense Contract Awards

 

NAVY

The Navy is awarding indefinite-delivery/indefinite-quantity multiple award contracts to 385 contractors that will provide for their competition for service requirements solicited by Naval Sea Systems Command, Naval Air Systems Command, Space and Naval Warfare Systems Command, Naval Supply Systems Command, Military Sealift Command, Naval Facilities Command, Strategic Systems Programs, Office of Naval Research, and the U.S. Marine Corps.  The 22 functional service areas within the scope of the contracts include: research and development support; engineering system engineering and process engineering support; modeling, simulation, stimulation, and analysis support; prototyping, pre-production, model-making, and fabric support; system design documentation, and technical data support; software engineering, development, programming, and network support; reliability, maintainability, and availability support; human factors, performance, and usability engineering support; system safety engineering support; configuration management support; quality assurance support; information system development, information assurance, and information technology support; ship inactivation and disposal support; interoperability, test and evaluation, trials support; measurement facilities, range, and instrumentation support; acquisition logistics support; supply and provisioning support; training support; in-service engineering, fleet introduction, installation and checkout support; program support; functional and administrative support, and public affairs and multimedia support.  These contracts are in addition to the existing 2,501 contracts previously awarded under the SeaPort Enhanced (SeaPort-e) acquisition program for services procurements.  The government estimates a maximum of $5,300,000,000 of services will be procured per year via orders issued under the SeaPort-e multiple award contracts.  The award of these contracts is a result of the SeaPort-e Rolling Admissions solicitation.  The SeaPort-e acquisition is comprised of seven regional zones in which task orders will be competed based upon the principal place of performance.  These awards contain provisions to set aside requirements for small businesses, service disabled veteran owned small businesses, 8a business development program and historically under-utilized business zone small businesses.  Under these multiple award contracts, each contractor will be provided a fair opportunity to compete for individual task orders solicited within their zone or zones of performance.  The awards have a two-year base period with one five-year award term.  These contracts were competitively procured via the Navy Electronic Commerce Online website, with 415 offers received and 385 contracts awarded.  Contract funds will be obligated at the time of task order award and as such, multiple funding types (with varying expiration dates) may be used, consistent with the purpose for which the funds were appropriated.  The Naval Sea Systems Command, Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-12-D-6741 through N00178-12-D-7127).  The list of contractors involved are:  5-D Systems, Inc.*, Round Rock, Texas; 6e Technologies*, Lafayette, Colo.; A&T Marketing, Inc. dba AT Networks*, Columbia, Md.; Aboutscan, Inc.*, San Ramon, Calif.; Accutype Services, Inc.*, Charlottesville, Va.; ACR Technical Services Inc.*, Newport News, Va.; Act Too Consulting, Inc.*, Ridgecrest, Calif.; ADNET Systems, Inc., Rockville, Md.; Advanced Concepts and Technology International, L.L.C. dba ACT-I*, Waco, Texas; Advanced Concepts Enterprises, Inc., dba ACES*, Shalimar, Fla.; Advanced Fusion Technologies, L.L.C.*, Lihue, Hawaii; AE Strategies, L.L.C.*, McLean, Va.; AERMOR L.L.C.*, Canton, N.C.; AES Technology, L.L.C.*, San Marcos, Texas; Aethercomm, Inc., Carlsbad, Calif.; AFG Group Inc., dba AFG Construction Management*, Herndon, Va.; AIS Engineering Inc.*, Silver Spring, Md.; Alakai Consulting & Engineering, Inc.*, Mililani, Hawaii; Alico Systems Inc.*, Torrance, Calif.; Allagash Group L.L.C.*, Columbia, Md.; Alliant Technologies L.L.C.*, Louisville, Ky.; Alpha Omega Group*, Rancho Palos Verdes, Calif.; Alutiiq Pacific, L.L.C.*, Anchorage, Alaska; Alytic, Inc.*, Sterling, Va.; Anchor Point Technology Resources, Inc.*, Indianapolis, Ind.; APPEREON Business Solutions Inc., dba ABSI*, Baltimore, Md.; Appledore Marine Engineering, Inc.*, Portsmouth, N.H.; Applied Energetics, Inc.*, Tucson, Ariz.; Applied Minds L.L.C.*, Glendale, Calif.; Applied Radar, Inc.*, North Kingstown, R.I.; Ares Corp., dba Ares Government Services, Burlingame, Calif.; ArgenTech Solutions Inc.*, Durham, N.H.; Assevero Security Consulting, L.L.C.*, Annapolis, Md.; Assisted Management Solutions, Inc., dba AMS*, Leonardtown, Md.; Assura, Inc.*, Henrico, Va.; ASTRO Systems, Inc.*, Bethesda, Md.; Athena Technology Group, Inc.*, Falls Church, Va.; Atlantic Diving Supply Inc., dba ADS, Virginia Beach, Va.; AttivaSoft, L.L.C.*, Columbia, Md.; Auxiliary Systems, Inc.*, Norfolk, Va.; Avansis, Inc.*, Alpharetta, Ga.; Avatar Technologies, Inc.*, Melbourne, Fla.; AVID L.L.C.*, Yorktown, Va.; Avionics Test and Analysis Corp., dba ATAC*, Niceville, Fla.; AXIS Management Group, L.L.C.*, McLean, Va.; BAER Consulting Firm L.L.C., dba BMK Consultants*, St Paul, Minn.; Banyan Technology Solutions, Inc.*, Rockville, Md.; Bay West, Inc.*, St. Paul, Minn.; Beacon Interactive Systems*, Cambridge, Mass.; Bentler Enterprises Inc.*, Lanham, Md.; Berhanu, Eskinder dba EBA*, San Diego, Calif.; Bering Straits Aerospace Services L.L.C.*, Anchorage, Alaska; Bevilacqua Research Corp.*, Huntsville, Ala.; BinTech, Inc.*, Vienna, Va.; Birdi and Associates, Inc.*, Pasadena, Calif.; Blue Glacier Management Group Inc.*, Fairfax, Va.; Blue River Information Technology, L.L.C., dba Blue River IT*, Arlington, Va.; Blue Water Media L.L.C.*, Greenbelt, Md.; BNL Inc.*, Lovettsville, Va.; Boecore*, Colorado Springs, Colo.; Book Zurman, Inc.*, Largo, Fla.; Bowen Consulting Group, Inc., dba Bowen Group,*, Stafford, Va.; BPX Technologies, Inc.*, Rockville, Md.; Braxton-Grant Technologies, Inc.*, Woodstock, Md.; Buffalo Group L.L.C.,*, Reston, Va.; Business Information Technology Solutions Inc., dba BITS*, Alexandria, Va.; Caduceus HealthCare Inc.*, Atlanta, Ga.; Calhoun International, L.L.C.*, Tampa, Fla.; Calloway and Associates, Inc.*, Raleigh, N.C.; Carolinas IT dba Sytec Business Solutions*, Raleigh, N.C.; Carrington Services Group, L.L.C.*, Owings Mills, Md.; CBX Technologies, Inc.*, Oakland, Calif.; Center for Strategic & International Studies dba CSIS*, Washington, D.C.; Centris Consulting, Inc.*, Scranton, Pa.; Change Stride L.L.C.*, Sterling Heights, Mich.; CKA, L.L.C.*, Reston, Va.; Cloudburst Security L.L.C.*, Alexandria, Va.; CNF Technologies Corp., dba Cyber Net Force*, San Antonio, Texas; Code Plus, Inc.*, Fairfax, Va.; Colossal Contracting L.L.C.*, Alexandria, Va.; COMINT Systems Corp.*, Springfield, Va.; Command Languages Inc., dba CLI Solutions*, Tampa, Fla.; Conley & Associates Inc.*, Grover, Mo.; Continental Tide Defense Systems Inc.*, Hazleton, Pa.; Contracting Resources Group, Inc., dba CRG*, Baltimore, Md.; Cornerstone Technology Services, L.L.C.*, Mount Jackson, Va.; CornerTurn, L.L.C.*, Corona, Calif.; Corps Solutions, L.L.C.*, Stafford, Va.; Crawford Consulting Services Inc.*, East Pittsburgh, Pa.; Crescent Resources, L.L.C.*, New Orleans, La.; Crowley Technical Services, L.L.C.*, Jacksonville, Fla.; CSIC Corp.*, San Diego, Calif.; CSMI L.L.C., dba CSMI*, Lawrence, Mass.; Cyber Squared Inc.*, Arlington, Va.; Cybrix Group Inc.*, Tampa, Fla.; Data Center Enhancements Inc.*, Saint Charles, Ill.; Data Networks Inc., dba Data Networks Corp.*, Reston, Va.; DAVetTechs L.L.C., dba Disabled American Veteran Technologies*, Honolulu, Hawaii; Definitive Logic Corp.*, Arlington, Va.; Delta Epsilon Technologies, L.L.C.*, McLean, Va.; Delta Solutions & Strategies, L.L.C.*, Colorado Springs, Colo.; Design West Technologies Inc., dba Design West Aratech*, Tustin, Calif.; Dev Sion Corp.*, Cary, N.C.; DfR Solutions, L.L.C.*, College Park, Md.; DHA Group Inc., dba DHA*, Washington, D.C.; DHPC Technologies, Inc.*, Woodbridge, N.J.; Digital Outfit*, San Diego, Calif.; Digitized Schematic Solutions L.L.C.*, Westlake Village, Calif.; Dimension Consulting Inc.*, Ashburn, Va.; DoVeDa Enterprises Inc.*, Mountain View, Calif.; Dragoon Technologies Inc.*, Sterling, Va.; DSFederal Inc.*, Gaithersburg, Md.; Dynamic Network Enterprises, Inc.*, Stafford, Va.; Eclipse Group Inc.*, Annapolis, Md.; ECSI International Inc., dba ECSI*, Clifton, N.J.; Edaptive Systems L.L.C.*, Owings Mills, Md.; Egressone Corp., dba Egressone Technology Group*, Irving, Texas; ELAN Technical and Administrative Services L.L.C.*, San Diego, Calif.; Ellis & Ellis Associates, E2, Inc.*, Saint Petersburg, Fla.; E-merging Technologies Group Inc.*, Cleveland, Ohio; Engineered Testing Systems L.L.C.*, Indianapolis, Ind.; Enterprise Technology Services L.L.C., dba ETS*, Herndon, Va.; eScribeSolutions Inc.*, Virginia Beach, Va.; Espey Mfg & Electronics Corp.*, Saratoga Springs, N.Y.; EXCEL Staffing Services dba EXCEL Management Services Inc.*, Richmond, Va.; Exceptional Employees for Exceptional Results Inc., dba E3R Inc., Trade Style*, El Cajon, Calif.; Executech Strategic Consulting L.L.C.*, Woodbridge, Va.; Eyak Technology L.L.C. dba Eyak Tek, Sterling, Va.; Fairwater Associates L.L.C.*, Norfolk, Va.; Federal Acquisition Strategies L.L.C.*, Fredericksburg, Va.; Fidelity Technologies Corp., Reading, Pa.; FM Talent Source L.L.C.*, Silver Spring, Md.; FnnTEK Inc.*, McDonough, Ga.; FPS Communications L.L.C.*, Dumfries, Va.; Frankie Friend & Associates Inc.*, Centennial, Colo.; G4I Staffing Support*, Vienna, Va.; GaN Corp.*, Huntsville, Ala.; GB-SYS, Inc., dba Genesis Business Systems*, San Antonio, Texas; Gemini 3 Group Inc.*, Stafford, Va.; Genova Technologies*, Cedar Rapids, Iowa; Geospatial Consulting Group International, L.L.C., dba GEOCGI*, Alexandria, Va.; Get It Done (GID) Solutions L.L.C., dba GID Solutions L.L.C.*, Fredericksburg, Va.; Govsolutions Inc.*, Virginia Beach, Va.; Graham Staffing Services Inc., dba Graham Staffing*, Rockville, Md.; Grant Thornton L.L.P., Alexandria, Va.; Green Mountain Communications Inc.*, Pembroke, N.H.; GreenLine Systems Inc.*, Arlington, Va.; Gupton and Associates Inc.*, Alexandria, Va.; Heartwood Studios Inc.*, San Mateo, Calif.; Heron Associates Inc.*, Vienna, Va.; High Impact Services Inc.*, Noblesville, Ind.; Human Potential Consultants L.L.C.*, Carson, Calif.; HumanTouch L.L.C.*, McLean, Va.; ICC Software Inc.*, Plano, Texas; ICEL Integrated Services L.L.C.*, Severn, Md.; Ideaon*, Concord, Calif.; Index Group Inc.*, Rockville, Md.; InDyne Inc., Reston, Va.; Information Management Consultants Inc.*, Reston, Va.; Information Management Group Inc., dba IMG*, Fairfax, Va.; Information Systems Solutions Inc., dba ISSI*, Rockville, Md.; Information Technology Company L.L.C., dba Information Technology*, Falls Church, Va.; Information Technology Strategies L.L.C., dba IT-STRAT*, Dulles, Va.; Innovative Management Strategists L.L.C.*, Woodbridge, Va.; Innovative Solutions & Integration Strategies Corp., dba I.S.I.S. Corp.*, Williamsburg, Va.; Innovative Systems Group, Inc.*, Raleigh, N.C.; InQuirere L.L.C.*, Middletown, N.Y.; InquisIT L.L.C.*, Chantilly, Va.; Integrated Design Group Inc.*, Boston, Mass.; Integrated Solutions Management Inc., dba ISM*, Tampa, Fla.; Integrity PCB Design Inc., dba Integrity Engineering & Design Solution*, Scottsdale, Ariz.; Intellectus, L.L.C., dba Intellectus*, Chantilly, Va.; IntelliDyne L.L.C., Falls Church, Va.; Intelligent Waves L.L.C.,*, Reston, Va.; Interactive Process Technology L.L.C.*, Jamaica Plain, Mass.; International Software Systems Inc.*, Greenbelt, Md.; Interspec L.L.C.*, Virginia Beach, Va.; Intratek Computer Inc.*, Santa Ana, Calif.; IP-Plus Consulting, Inc.*, Columbia, Md.; J&B Hartigan Inc., dba Technology Management Group*, Carrollton, Va.; Java Productions Inc., dba JPI*, Blacksburg, Va.; JCI Metal Products*, Lemon Grove, Calif.; Johnsons Consulting L.L.C., dba Cutting Edge Technologies & Solutions*, Mesa, Ariz.; JTJ Resources L.L.C.*, Stockbridge, Ga.; K.R.T. L.L.C.*, Chesapeake, Va.; Karda Systems L.L.C.*, Virginia Beach, Va.; KeyBridge Technologies Inc.*, Oklahoma City, Okla.; Keysoft Systems Inc.*, San Diego, Calif.; Kinney Group Inc.*, Indianapolis, Ind.; Kinsey Technical Services Inc.*, Chantilly, Va.; Kitco Fiber Optic Inc.*, Virginia Beach, Va.; Kizano Corp.*, Woodbridge, Va.; Kochur Trummer L.L.C.*, San Diego, Calif.; Konark Software Solutions L.L.C.*, Virginia Beach, Va.; kSARIA Corp.*, Methuen, Mass.; Lean Solutions Institute Inc., dba LSI*, Carlsbad, Calif.; Leed Corporate Services Inc., dba Leed Staffing Services*, Brookfield, Conn.; LeMay Engineering and Consulting*, Anchorage, Alaska; LGB & Associates Inc.*, Fairfax, Va.; Lightship Group L.L.C., dba Ask Services*, Wickford, R.I.; LinkedObjects Inc.*, San Diego, Calif.; Loch Harbour Group Inc.*, Alexandria, Va.; Logistics & Environmental Solutions Corp., dba LESCO*, Huntsville, Ala.; Lone Star Aerospace Inc.*, Addison, Texas; LTC Solutions L.L.C.*, Stafford, Va.; Lynch Consultants L.L.C.*, Washington, D.C.; Lynux Works Inc.*, San Jose, Calif.; Macetech Security Solutions Inc., dba Mace Consulting Services*, Panama City, Fla.; Machristom L.L.C.*, Lexington, Ky.; Mag Defense Services L.L.C.*, Chantilly, Va.; Mahan Consulting Group L.L.C.*, McLean, Va.; Management Recruiters of Fort Worth-SW L.P., dba Siter-Neubauer & Associates*, Fort Worth, Texas; Manufacturing Technical Solutions Inc.*, Huntsville, Ala.; Mav6 L.L.C., Alexandria, Va.; MD Consulting L.L.C.*, Waldorf, Md.; Md2 Systems Inc.*, Glen Allen, Va.; Media Systems Integration L.L.C.*, Chantilly, Va.; MEI Technologies Inc., Houston, Texas; Melco Inc.*, Key West, Fla.; MeriTec Services Inc.*, San Antonio, Texas; Metis Solutions L.L.C.*, Alexandria, Va.; Metis Technology Solutions Inc.*, Mountain View, Calif.; Mid Atlantic Professionals Inc., dba Simply Staffing*, Germantown, Md.; MIRATEK Corp.*, El Paso, Texas; Mirus Technology L.L.C.*, Fairfax, Va.; Mission Solutions L.L.C., Moorestown, N.J.; MIT Professionals Inc.*, Houston, Texas; MSB Associates L.L.C.*, Downers Grove, Ill.; MultiServices Group International Corp. Inc., dba MSGI Corp.*, Tampa, Fla.; National Material Supply Co., L.L.C.*, St Louis, Mo.; National Professional Exchange Inc., dba NPX, Hollywood, Md.; National Marine Mammal Foundation Inc.*, San Diego, Calif.; NBS Enterprises L.L.C.*, Leesburg, Va.; Nelson Engineering Co.*, Merritt Island, Fla.; Netorian*, Middle River, Md.; NetQuarry Inc.*, Fullerton, Calif.; NevWest Inc.*, National City, Calif.; NextGen Consulting Inc., dba NGCI*, Washington, D.C.; Ninx Technologies L.L.C.*, Bowie, Md.; Noblis Inc., Falls Church, Va.; Northern Technologies Group dba NTG*, Tampa, Fla.; Northstar Advisory & Engineering Services*, Falls Church, Va.; Novel Applications of Vital Information Inc.*, McLean, Va.; Nsite L.L.C.*, Fredericksburg, Va.; Nsync Services*, Grand Prairie, Texas; Nuvuk Construction L.L.C., dba Pueo Group Contracting*, Aiea, Hawaii; Obsidian Solutions Group L.L.C.*, Fredericksburg, Va.; Office Automation Systems Ltd., dba Oasys*, Peoria, Ill.; Operations & Technology Inc.*, Lanham, Md.; Optimus Technology Inc.*, Parkville, Md.; Orbis Technologies Inc.*, Annapolis, Md.; OST Inc. dba Optimal Solutions & Technologies*, Washington, D.C.; Pacific Rim Defense L.L.C.*, Aiea, Hawaii; Paragon Research Corp.*, Huntsville, Ala.; Pathfinder Consultants, L.L.C.*, Washington, D.C.; Patriot L.L.C., dba Patriot Innovations*, Columbia, Md.; PAVR Software Solutions L.L.C.*, Fairfax, Va.; PBP Management Group Inc., dba PBP*, Wichita, Kan.; Peerless Technologies Corp.*, Fairborn, Ohio; Pendaran Inc.*, Ann Arbor, Mich.; PGSE Inc., dba PRISM Group*, San Diego, Calif.; Pinnacle Shift Technologies L.L.C.*, Bloomington, Ind.; Planet 9 Studios Inc.*, San Francisco, Calif.; Plateau Software Inc.*, Issaquah, Wash.; PM Tec Inc., dba PM Tech*, Phoenix, Ariz.; Posterity Group L.L.C.*, Ashton, Md.; Premier Systems Sales Ltd., dba Premier Systems Ltd.*, Blue Bell, Pa.; Presidio Networked Solutions dba PRESIDIO, Greenbelt, Md.; PRL Technologies Inc.*, Valrico, Fla.; Probus Test Systems Inc.*, Lincroft, N.J.; Procon Consulting L.L.C.*, Arlington, Va.; Project Support Services Inc.*, Summerfield, Fla.; Project XYZ Inc.*, Huntsville, Ala.; Propulsor Technology Inc.*, Bridgeville, Pa.; ProSync Technology Group L.L.C.*, Ellicott City, Md.; Protech Global Solutions L.L.C., dba ProTech*, Fairfax, Va.; PTR Automation Inc.*, Panama City Beach, Fla.; Pure Integration dba PureIntegration*, Herndon, Va.; Pyramid Quality Solutions & Innovations Inc.*, Madison Heights, Mich.; Qbase L.L.C.*, Springfield, Ohio; QuarterLine Consulting Services L.L.C.*, McLean, Va.; RadGov Inc.*, Fort Lauderdale, Fla.; RationalSoft Inc., dba Rationalsoft*, Reston, Va.; Real Time Consulting L.L.C.*, Phoenix, Ariz.; Resolution Group Inc.*, Indianapolis, Ind.; RF Logistics L.L.C.*, Chula Vista, Calif.; Riverside Research Institute, New York, N.Y.; Romanyk Consulting Corp.*, Plano, Texas; Sabre Solar L.L.C., dba Sabre-Co.*, Bethesda, Md.; Sage Consulting Group Inc.*, Alexandria, Va.; Sand Springs Development Corp.*, Estero, Fla.; Sapphire Innovative Solutions Inc.*, Las Vegas, Nev.; Savantage Financial Services Inc., dba Savantage Solutions*, Rockville, Md.; ScaVet Technologies L.L.C., dba SVT*, Sewell, N.J.; Science and Technology Associates Inc., dba STA*, Arlington, Va.; ScienceTomorrow L.L.C.*, Woodbridge, Va.; SDV International L.L.C.*, Alexandria, Va.; SE2 Spielman Engineering dba SE2*, Camarillo, Calif.; Security Risk Solutions Inc.*, Mount Pleasant, S.C.; Segue Technologies Inc.*, Arlington, Va.; Shadowens Services Inc.*, Lexington Park, Md.; Shine Enterprises L.L.C., dba Shine Systems & Technologies*, Charlottesville, Va.; SIBS L.L.C.*, Gladstone, Va.; Soft-Con Enterprises Inc.*, Upper Marlboro, Md.; Software Transformations Inc.*, Addison, Texas; Solomon Technology Solutions Inc.*, Scottsdale, Ariz.; Solv L.L.C., dba Solv*, Arlington, Va.; Spaan Tech Inc.*, Chicago, Ill.; Spanalytics L.L.C.*, Richmond, Va.; Special Tactical Services L.L.C.*, Virginia Beach, Va.; Spectrum Systems Inc., Fairfax, Va.; SSB Inc.*, Fairfax, Va.; Stokes Evans Ltd.*, Alexandria, Va.; StratComm Inc., dba Boston Publishing Co.*, Natick, Mass.; Strategic Business Systems Inc.*, Clearwater, Fla.; Strategic Innovative Solutions L.L.C.*, Tampa, Fla.; Street Legal Industries Inc.*, Oak Ridge, Tenn.; Suh’dutsing Telecom L.L.C.*, Cedar City, Utah; Summit Technologies Inc.*, Winter Park, Fla.; Sun Technologies Group Inc.*, San Diego, Calif.; Superior Marine Solutions L.L.C.*, Hampton, Va.; Swain Online Inc., dba Swain Techs*, Ardmore, Pa.; Synchron L.L.C.*, Fairfax Station, Va.; Synchronized Logistics & Technology Corp.*, Washington Township, Mich.; Synexxus Inc.*, Arlington, Va.; Sysorex Government Services Inc., dba ISC-Information Systems Consortium*, Herndon, Va.; Systems Service Enterprises Inc., dba SSE*, St. Louis, Mo.; T and T Consulting Services Inc., dba TATCS*, Gaithersburg, Md.; Tactical Edge*, San Diego, Calif.; TaraNet Inc.*, San Diego, Calif.; Tauri Group L.L.C., Alexandria, Va.; TechEdge Solutions Group L.L.C.*, Glenview, Ill.; TechGuard Security L.L.C.*, O’Fallon, Mo.; Technical Control Consultants L.L.C.*, New Bern, N.C.; Technician Professionals L.L.C.*, Waldorf, Md.; Technology Solutions Provider Inc., dba TSPI*, Sterling, Va.; TechShot Inc.*, Greenville, Ind.; Teksouth Corp.*, Gardendale, Ala.; Telstar Associates Inc.*, Boise, Idaho; Tesla Laboratories Inc.*, Arlington, Va.; TestPros Inc.*, Sterling, Va.; Tetrad Digital Integrity dba TDI*, Washington, D.C.; Thomas L. Stowell & Associates L.L.C.*, Norfolk, Va.; Tiburon Associates Inc., Alexandria, Va.; Torch Technologies Inc, Huntsville, Ala.; Trans-Tel Central Inc., dba Trans-Tel*, Norman, Okla.; Trident Alliance Corp. L.L.C.*, Reno, Nev.; Tridyn Group*, Marlton, N.J.; Trifecta Solutions L.L.C.*, Reston, Va.; Trilok Inc.*, Leesburg, Va.; Triquetra Technologies, Inc.*, Newport News, Va.; True Communications Inc.*, Dulles, Va.; Unatek Inc.*, Bethesda, Md.; United States Marine Inc., Gulfport, Miss.; University of Tennessee dba Univ. Tennessee System Office, Knoxville, Tenn.; Uptime Solutions Professional Services Group Inc., dba Uptime Solutions PSG*, Richmond, Va.; U.S. Federal Solutions Inc.*, Alexandria, Va.; U.S. Job Force Inc.*, Norfolk, Va.; U.S. Tower Corp.*, Woodlake, Calif.; VDL-5 Technologies Inc.*, Santee, Calif.; Vend-Tech Enterprise L.L.C.*, Wichita, Kan.; Ventrom L.L.C.*, Washington, D.C.; Ventura Technology Enterprises Ltd.*, Waipahu, Hawaii; VersaTech Inc.*, Savage, Md.; Veteran Corps of America*, O’Fallon, Ill.; Veteran Data Solutions L.L.C.*, Cary, N.C.; VetsAmerica Business Consulting Inc.*, McLean, Va.; Virtual Workgroup Technologies Corp.*, Ashburn, Va.; Vision Information Technology Consultants L.L.C., dba Vision IT Consultants*, Little Rock, Ark.; Vizz L.L.C.*, Pensacola, Fla.; Voletude L.L.C.*, Morristown, N.J.; Volt Telecom Group, Corona, Calif.; W5 Technologies Inc.*, Huntsville, Ala.; West Sound Workforce Inc.*, Gig Harbor, Wash.; Wiltex Inc.*, Norfolk, Va.; Wiser Company L.L.C.*, Murfreesboro, Tenn.; X Corp Solutions Inc.*, Alexandria, Va.; XMCO Inc.*, Warren, Mich.; Yakshna Solutions Inc.*, Herndon, Va.; Zeneth Technology Partners L.L.C.*, Arlington, Va.; ZFI Engineering & Construction Inc.*, Winter Haven, Fla.; Zolon Tech Inc.*, Herndon, Va.; L-3 National Security Solutions Inc., Reston, Va.; and Portland Tacoma Consulting L.L.C., Stevenson, Wash. 

Amee Bay L.L.C.*, Charleston, S.C. (N65236-12-D-4827); Cambridge International Systems Inc.*, Arlington, Va. (N65236-12-D-4828); Forward Slope Inc.*, San Diego, Calif. (N65236-12-D-4829); Grove Resource Solutions Inc.*, Frederick, Md. (N65236-12-D-4830); Prism Maritime*, Chesapeake, Va. (N65236-12-D-4831); and Professional Software Engineering Inc.*, Virginia Beach, Va. (N65236-12-D-4832) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee with fixed-price-incentive (firm target) and firm-fixed-price provisions, multiple award contract for the procurement of Production, Installation and In-Service Support (PII) services.  The services required include support of design, acquisition, production, integration, testing, installation, and configuration management of certified C5ISR capabilities, with a specific focus on submarine and surface new construction, modernization, systems production/integration, installation and life cycle support of systems and subsystems integrated within or in support of the subsurface and surface platforms, both afloat and shore based.  Each contractor will be awarded $2,500 at the time of award.  These contracts include options which, if exercised, would bring the cumulative value of these contracts to an estimated $249,590,000.  Work will be performed worldwide.  Work is expected to be completed by July 2013.  If all options are exercised, work could continue until July 2017.  Contract funds will not expire at the end of the current fiscal year.  The multiple award contracts were competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S.C. 2304 (b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with eight offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $45,913,625 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2000) for the procurement of 123 Tomahawk Block IV Composite Capsule Launching Systems (CCLS) for the U. S. Navy.  The CCLS is a water tight encapsulating system in which the Tomahawk missile is loaded, shipped and launched from Navy submarines.  Work will be performed in Tucson, Ariz. (24.61 percent); Lincoln, Neb. (23.17 percent); Camden, Ark. (12.48 percent); Rocket Center, W.V. (10.3 percent); Carpentersville, Ill. (8.74 percent); Joplin, Mo. (6.63 percent); Hopkinton, Mass. (4.76 percent); Huntsville, Ark. (4.37 percent); Alamitos, Calif. (2.05 percent); Torrance, Calif. (1.47 percent); Downers Grove, Ill. (.75 percent); and Brooksville, Fla. (.67 percent), and is expected to be completed in July 2014.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

STARA Technologies Inc.*, Gilbert, Ariz., is being awarded a $14,943,064 firm-fixed-price contract for sustainment of Persistant Ground Surveillance System (PGSS) Operators at Forward Operating Bases throughout Afghanistan for the U.S. Army.  Work will be performed in Afghanistan, and is expected to be completed in April 2013.  Contract funds in the amount of $14,943,064 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).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-C-0357).

General Electric Co., Lynn, Mass., is being awarded a $13,154,779 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) for engineering and logistics services in support of the F/A-18E/F aircraft F414-GE-400 engine.  Work will be performed in Lynn, Mass. (90 percent) and Evendale, Ohio (10 percent), and is expected to be completed in December 2012.  Contract funds will in the amount of $274,986 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

The USA Environmental Inc.*, Oldsmar, Fla., is being awarded a $10,685,460 firm-fixed-price contract for munitions clearance in three remedial action areas, at the Operable Unit 2-B, Non-Time Critical Removal Action, Former Adak Naval Air Facility, Adak Island, Alaska.  The work to be performed provides for development of project plans and completes a munitions clearance to prescribed depths in three remedial action areas totaling about 323 acres in accordance with the agreements presented in the Adak Operable Unit B-2, Non Time Critical Removal Action, Action Memorandum.  Work will be performed on Adak Island, Alaska and is expected to be completed by July 2016.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-12-C-3003).

HDR Architecture Inc., Chicago, Ill., is being awarded $10,000,000 under a previously awarded indefinite-delivery/indefinite-quantity contract (N40083-08-D-0065) to exercise option four for architectural and engineering services at Naval Station Great Lakes.  The work to be performed provides for design packages repairs and alterations to existing facilities, collateral equipment lists; project preliminary hazard analysis; obtaining permits and regulatory approvals; surveys (topographic and boundary); soil investigations, comprehensive interior design; contractor submittal review; construction inspection, observation and consultation; Operations and Maintenance Support Information (OMSI); environmental assessments; fire protection; anti-terrorism/force protection evaluation and design; designs for phased construction; and as-built drawing preparation.  Acceptance of project-related work that requires comprehensive asbestos/lead paint surveying and provide a design that will support the removal, demolition, and disposal of these and other hazardous materials in accordance with applicable laws and regulations is required.  The current total estimated contract amount after exercise of this option will be $50,000,000.  Work will be performed in Great Lakes, Ill., and work is expected to be completed July 15, 2013.  Contract funds in the amount of $10,000,000 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity. 

Burns & McDonnell Engineering Company Inc., Kansas City, Mo., is being awarded a $8,349,136 firm-fixed-price, stand alone architect-engineering contract for architectural and engineering services required to complete design services for two projects: a Nuclear Power Operational Training Facility and a Nuclear Power Operational Support Facility at Joint Base Charleston, Charleston, S.C.  The work to be performed provides for preparation of design/build request for proposals and other post construction design services.  The anticipated design start dates are August 2012 and August 2013.  Work will be performed in Charleston, S.C., and work is expected to be completed April 2016.  Contract funds in the amount of $8,349,136 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 11 proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-12-C-0025).

Pave-Tech Inc., Carlsbad, Calif., is being awarded $8,344,795 for firm-fixed-price task order #0012 under a previously awarded multiple award construction contract (N62473-09-D-1605) for the design and construction of MV- 22 Aviation Pavement Project at Marine Corps Air Station, Camp Pendleton, Calif.  The work to be performed provides for the design, construction, and rehabilitation of aircraft pavement to accommodate MV- 22 squadrons.  The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and transportation to accomplish the work in accordance with the request for proposal requirements.  Work will be performed in Oceanside, Calif., and is expected to be completed by January 2014.  Contract funds in the amount of $8,344,795 are obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

FLIR Systems Inc., North Billerica, Mass., is being awarded a $7,057,070 modification under previously awarded contract (N00164-11-D-JQ79).  The contract ceiling will increase to $11,500,000 for the test, teardown, and evaluation, repair, and data for the Maritime Forward Looking Infrared System, Combatant Craft Forward Looking Infrared System, Shipboard Infrared Visual Sensor System, and the SeaFLIR system.  The systems provide maritime crafts with all-weather, day/night, high resolution, stabilized FLIR (forward looking infrared) thermal imaging capability to augment existing optical and radar sensors.  Work will be performed in North Billerica, Mass., and is expected to be completed by July 2016.  This is a commercial contract and was issued on a sole source basis in accordance with 10 U.S.C. 2304(c)(1), as set forth in FAR 6.203-1(b)(1)(ii).  Contract funds in the amount of $13,000 will expire at the end of the current fiscal year.  Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity.

AIR FORCE

York River Electric Inc. Yorktown, Va., (FA4800-12-D-0001); Brady-Flour L.L.C., San Diego, Calif., (FA4800-12-D-0002); Heartland Construction, Paducah, Ky., (FA4800-12-D-003); Homeland Contracting Corp., Chesapeake, Va., (FA4800-12-D-0004); Noah MEB JV3, Virginia Beach, Va., (FA4800-12-D-005) and Abbott General Construction Inc., Hampton, Va., (FA4800-12-D-0006) are being awarded a $250,000,000 indefinite-delivery/indefinite-quantity contract to provide various construction projects.  The location of the performance is Joint Base Langley-Eustis, Va., to include any federal institution in the Hampton Roads area of Va.  Work is to be completed by July 11, 2013.  The contracting activity is the 633rd Contracting Squadron, Langley Air Force Base, Va. 

ARMY

Sprint Solutions Inc., Reston, Va., was awarded a $45,000,000 firm-fixed-price contract.  The award will provide for the cell phone and BlackBerry services for the U.S. Army Human Resources Command and its subordinates.  Work location will be determined, with an estimated completion date of April 28, 2017.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Contracting Command, For Knox, Ky., is the contracting activity (W9124D-12-D-0040).

Thales Raytheon Systems Company L.L.C., Fullerton, Calif., was awarded a $44,921,549 cost-plus-fixed-fee contract.  The award will provide for the modification of an existing contract to procure AN/TPQ-37 Receiver Exciter Installation Kits, associated spares and Firefinder Centerline Software.  Work will be performed in Fullerton, with an estimated completion date of Sept. 28, 2012.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-D-T001).

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $41,906,702 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure Integrated Logistics Support, Program Management, Aircraft Warranty, Maintenance Manpower and Software Loading to support the 15 UH-60M “Green” aircraft procured for the Swedish Armed Forces.  Work will be performed in Stratford, with an estimated completion date of Dec. 31, 2014. One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0003).

L-3 Communications Systems West, Salt Lake City, Utah, was awarded a $26,305,900 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure 580 Remote Operations Video Enhanced Receiver 6 upgrade kits.  Work will be performed in Salt Lake City, with an estimated completion date of April 30, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-07-C-0209).

New World Solutions Inc., Fairfax, Va., was awarded a $25,000,000 cost-plus-fixed-fee contract.  The award will provide for the engineering and support services to the Program Integration Office for quick-reaction response to Department of Defense and national requirements.  Work will be performed in Fairfax, with an estimated completion date of June 29, 2017.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-12-D-0021).

Dell Federal Systems, Round Rock, Texas, was awarded a $21,997,612 firm-fixed-price contract.  The award will provide for the procurement of hardware to support the life cycle replace program under the direction of the Science Engineering Center at Fort Lee, Va.  Work will be performed in Round Rock, with an estimated completion date of Aug. 30, 2012.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (W91QUZ-06-D-0002).

Defense Support Services L.L.C., Marlton, N.J., was awarded a $20,629,497 cost-plus-fixed-fee contract.  The award will provide for the maintenance and support services for the Directorate of Logistics at Fort Hood, Texas.  Work will be performed in Fort Hood, with an estimated completion date of Dec. 31, 2012.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-12-D-0010).

EMI Technologies, Las Cruces, N.M., was awarded a $20,000,000 firm-fixed-price contract.  The award will provide for the procurement of General Purpose Instrumentation Vans Shelters and Trailers in support of White Sands Missile Range, N.M.  Work will be performed in Las Cruces, with an estimated completion date of June 26, 2013.  The bid was solicited through the Internet, with three bids received.  The U.S. Army Contracting Command, White Sands Missile Range, N.M., is the contracting activity (W9124R-11-D-0207).

Honeywell International Inc., Tempe, Ariz., was awarded a $17,520,857 firm-fixed-price contract.  The award will provide for the procurement of Aviation Ground Power Unit Turbine Engines.  Work will be performed in Phoenix, Ariz., with an estimated completion date of Nov. 30, 2013.  The bid was solicited through the Internet, with one bid received.  The U.S. Army Contracting Command, Chambersburg, Penn., is the contracting activity (W911N2-12-C-0037).

Northrop Grumman Technical Services Inc., Herndon, Va., was awarded a $14,273,646 cost-plus-fixed-fee contract.  The award will provide for the services in support of a Government Owned Contractor Operated facility in Afghanistan.  Work will be performed in Sierra Vista, Ariz.; and Afghanistan, with an estimated completion date of March 29, 2013.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0025).

American Ordnance L.L.C., Middletown, Iowa, was awarded a $14,126,142 firm-fixed-price contract.  The award will provide for the modification of an existing contract to procure M234 and M234A1 120mm Propelling Charges.  Work will be performed in Middletown, with an estimated completion date of Aug. 30, 2013.  The bid was solicited through the Internet, with four bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0029).

Rolls-Royce Corp., Indianapolis, Ind., was awarded a $13,879,930 firm-fixed-price contract.  The award will provide for the services in support of the upgraded single channel full authority digital engine control retrofit of OH-58D fleet.  Work will be performed in Indianapolis, with an estimated completion date of July 29, 2014.  One bid was solicited, with one bid received.  The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-D-0257).

Day Zimmerman — Lone Star L.L.C., Texarkana, Texas, was awarded a $12,622,914 firm-fixed-price contract.  The award will provide for the procurement of PBXN-9 Supplementary Charge.  Work will be performed in Texarkana, with an estimated completion date of June 28, 2017.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-D-0057).

Chemring Ordnance, Perry, Fla., was awarded an $11,777,500 firm-fixed-price contract.  The award will provide for the procurement of PBXN-9 Supplementary Charge.  Work will be performed in Perry, with an estimated completion date of June 28, 2017.  The bid was solicited through the Internet, with five bids received.  The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-D-0056).

DEFENSE LOGISTICS AGENCY

Timken Aerospace Transmissions L.L.C., Manchester, Conn., was awarded contract SPRRA1-12-D-0048.  The award is a firm fixed price contract with a maximum $32,738,850 for swashplate controls.  There are no other locations of performance.  Using service is Army.  Type of appropriation is fiscal 2012 Army Working Capital Funds.  There were two proposals with two responses.  The date of performance completion is July 12, 2015.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.

Crown Clothing Co., Vineland, N.J.*, was issued a modification exercising fourth option on contract SPM1C1-08-D-1104/P00030.  The award is a firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $8,509,347 man’s poly/wool, gabardine coats.  There are no other locations of performance.  Using service is Marine Corps.  There were two proposals with two responses.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is July 26, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

*Small Business

ATTENTION READERS

We See The World From All Sides and Want YOU To Be Fully Informed
In fact, intentional disinformation is a disgraceful scourge in media today. So to assuage any possible errant incorrect information posted herein, we strongly encourage you to seek corroboration from other non-VT sources before forming an educated opinion.

About VT - Policies & Disclosures - Comment Policy
Due to the nature of uncensored content posted by VT's fully independent international writers, VT cannot guarantee absolute validity. All content is owned by the author exclusively. Expressed opinions are NOT necessarily the views of VT, other authors, affiliates, advertisers, sponsors, partners, or technicians. Some content may be satirical in nature. All images are the full responsibility of the article author and NOT VT.
Previous articleTop 10 Veterans Stories in Today’s News – July 12, 2012
Next articleDouble Standards?! Who, US?