CONTRACTS
ARMY
General Atomics-Aeronautical Systems, Inc., Poway, Calif., was 
awarded an $18,109,374 modification (P00014) to contract 
W58RGZ-12-C-0057 for changes to the Universal Ground Control Station. 
 Fiscal 2013 other procurement funds in the amount of $8,873,593 were 
obligated at the time of the award.  Work will be performed in Poway, 
Calif., with an estimated completion date of Nov. 30, 2015.   Army 
Contracting Command, Redstone Arsenal, Ala. is the contracting activity.
 
General Atomics-Aeronautical Systems, Inc., Poway, Calif., was 
awarded a $76,215,685 modification (P00015) to contract W58RGZ-12-C-0057
 to change the Gray Eagle Portable Ground Control Station to a mobile 
ground control station.  Fiscal 2014 other procurement funds in the 
amount of $35,842,972 and fiscal 2013 other procurement funds in the 
amount of $2,453,283 were obligated at the time of the award. Estimated 
completion date is Nov. 30, 2016.Work will be performed in Poway, Calif.
 Army Contracting Command, Redstone Arsenal, Ala. is the contracting 
activity.
NAVY
Eastern Research Group, Lexington, Mass. (N00174-14-D-0007); 
Martin-Baker Aircraft Co., United Kingdom (N00174-14-D-0008); Pacific 
Scientific Energetic Materials, Hollister, Calif. (N00174-14-D-0009); 
General Dynamics Ordnance and Tactical Systems, Bothell, Wash. 
(N00174-14-D-0010); Hi-Shear Technology Corp., Torrance, Calif. 
(N00174-14-D-0011); Nammo Talley, Mesa, Ariz. (N00174-14-D-0012); and 
Ensign-Bickford Aerospace & Defense Co., Simsbury, Conn. 
(N00174-14-D-0013) are each being awarded firm-fixed-price, 
indefinite-delivery/indefinite-quantity, multiple award contracts 
for development, product improvement, prototyping, qualification and 
production support.  Each contractor will receive the minimum guaranteed
 task order amount of $500 at time of award. These contracts include 
options, which if exercised, would bring these contracts to an estimated
 combined value of $232,897,406.  If all options are exercised, the 
estimated ceiling for Eastern Research Group is $10,787,035; the 
estimated ceiling for Martin-Baker Aircraft Co. is $32,122,194; the 
estimated ceiling for Pacific Scientific Energetic Materials is 
$36,744,748; the estimated ceiling for General Dynamics Ordnance and 
Tactical Systems is $30,405,120; the estimated ceiling for Hi-Shear 
Technology Corp. is $33,423,374; the estimated ceiling for Nammo Talley 
is $40,535,021; and the estimated ceiling for Ensign-Bickford Aerospace 
& Defense Co. is $48,879,914.  These seven contractors will be given
 the opportunity to compete for the task orders under the terms and 
conditions of the awarded contracts.  Work will be performed in 
Lexington, Mass. (14.3 percent), the United Kingdom (14.3 percent), 
Hollister, Calif. (14.3 percent), Bothell, Wash. (14.3 percent), 
Torrance, Calif. (14.3 percent), Mesa, Ariz. (14.3 percent) and 
Simsbury, Conn. (14.2 percent), and is expected to be completed by 
February 2015.  Fiscal 2014 operations & maintenance, Navy contract 
funds in the amount of $3,500 will be obligated at time of award and 
will expire at the end of the current fiscal year.  This contract was 
competitively procured via the Federal Business Opportunities website, 
with seven offers received.  The Naval Surface Warfare Center, Indian 
Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., 
is the contracting activity. 
Pacific Scientific Energetic Materials, Hollister, Calif. 
(N00174-14-D-0014); Science Applications International Corp., Lexington,
 Mass. (N00174-14-D-0015); Martin-Baker Aircraft Co., United Kingdom 
(N00174-14-D-0016); Nammo Talley, Mesa, Ariz. (N00174-14-D-0017); and 
General Dynamics Ordnance and Tactical Systems, Bothell, Wash. 
(N00174-14-D-0018), are each being awarded a firm-fixed-price, 
indefinite-delivery/indefinite-quantity, multiple-award contract 
for quality evaluation/surveillance program support.  Each contractor 
will receive the minimum guaranteed task order amount of $500 at time of
 award.  These contracts include options, which if exercised, would 
bring these contracts to an estimated combined value of $66,256,118. If 
all options are exercised, the estimated ceiling for Pacific Scientific 
Energetic Materials is $13,055,474; the estimated ceiling for Science 
Applications International Corp. is $9,646,501; the estimated ceiling 
for Martin-Baker Aircraft Co. is $12,796,879; the estimated ceiling for 
Nammo Talley is $14,840,429; and the estimated ceiling for General 
Dynamics Ordnance and Tactical Systems is $15,916,835.  These five 
contractors will be given the opportunity to compete for the task orders
 under the terms and conditions of the awarded contracts.  Work will be 
performed Hollister, Calif. (20 percent), Lexington, Mass. (20 percent),
 United Kingdom (20 percent), Mesa, Ariz. (20 percent), and Bothell, 
Wash. (20 percent), and is expected to be completed by February 2015.   
Fiscal 2014 operations & maintenance, Navy contract funds in the 
amount of $2,500 will be obligated at time of award and will expire at 
the end of the current fiscal year.  This contract was competitively 
procured via the Federal Business Opportunities website, with seven 
offers received.  The Naval Surface Warfare Center, Indian Head 
Explosive Ordnance Disposal Technology Division, Indian Head, Md., is 
the contracting activity. 
Engility Corp., Chantilly, Va., is being awarded a $39,969,545 indefinite-delivery/indefinite-quantity
 contract for electronic warfare (EW) weapons systems modifications for 
U.S. Navy and Australian EA-6B, EA-18G, E-2C, MH-60R, BAMS, P-8A 
aircraft, Unmanned Air Systems, flight simulators, training systems, 
other advanced electronic attack derivatives and initiatives.  Services 
to be provided include systems engineering, in-service hardware and 
software engineering, intelligence data analysis, test and evaluation, 
EW systems development, threat analysis, threat defeat, mission 
planning, and EW data development.  EW weapons systems modifications 
include weapon system software, on-call field engineering analysis, test
 and evaluation, studies and analysis, threat analysis and sensor 
intelligence mission data files, jammer techniques development and 
logistics for distribution of Operational Flight Programs.  Work will be
 performed at the Naval Air Warfare Center Weapons Division, Point Mugu,
 Calif. (90 percent) and Naval Air Station Whidbey Island, Wash. (5 
percent), and Nellis Air Force Base, Las Vegas, Nev. (5 percent), and is
 expected to be completed in February 2019.  Fiscal 2014 research, 
development, test, and evaluation, Navy funding in the amount of 
$800,000 are being obligated on this award, none of which will expire at
 the end of the current fiscal year.  This contract was competitively 
procured via an electronic request for proposals; three offers were 
received.  This contract combines purchases for the U.S. Navy 
($37,971,068; 95 percent) and the Government of Australia ($1,998,477; 5
 percent) under the Foreign Military Sales Program.   The Naval Air 
Warfare Center, Weapons Division, China Lake, Calif., is the contracting
 activity (N68936-14-D-0015).
Lockheed Martin Corp., Baltimore, Md., is being awarded a 
$23,555,382 modification to previously awarded Basic Ordering Agreement 
(N00024-12-G-4329) for the accomplishment of fleet maintenance 
sustainment support for littoral combat ships.  Work will be performed 
in San Diego, Calif., and is expected to be completed by September 2014.
  Fiscal 2013 and 2014 operations & maintenance, Navy contract funds
 in the amount of $23,555,382 will be obligated at time of award and 
will expire at the end of the current fiscal year.  The Southwest 
Regional Maintenance Center, San Diego, Calif., is the contracting 
activity.
BAE Systems Land and Armaments L.P., Minneapolis, Minn., is being 
awarded a $19,227,000 modification to previously awarded contract 
(N00024-12-C-5311) to exercise an option for hardware and engineering 
services in support of the Advanced Gun System.  BAE will provide mounts
 for the magazine upper pallet hoist, gun cooling assembly, centerline 
hoist, and engineering services to support those efforts.  Work will be 
performed in Louisville, Ky. (90 percent), Minneapolis, Minn. (6 
percent), and Cordova, Ala. (4 percent), and is expected to be completed
 by January 2018.  Fiscal 2014 shipbuilding and conversion, Navy 
contract funds in the amount of $19,227,000 will be obligated at time of
 award will not expire at the end of the current fiscal year.  The Naval
 Sea Systems Command, Washington., D.C., is the contracting activity.  
York International Corp., York, Pa., is being awarded an $11,100,082 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee/firm-fixed-price
 contract for the procurement of engineering and technical support 
services to provide research, development, testing and evaluation for 
shipboard air conditioning and refrigeration modernization programs. 
 Work will be performed in York, Pa., and is expected complete by 
February 2017.  Fiscal 2014 research, development, test & evaluation
 funding in the amount of $935,000 will be obligated at time of award 
and will not expire at the end of the current fiscal year.  This 
contract was not competitively procured in accordance with 10 U.S.C. 
2304(c)(1) and FAR 6.302-1 - as there is only one responsible source and
 no other supplies or services will satisfy agency requirements.  The 
Naval Surface Warfare Center, Carderock Division, Ship System 
Engineering Station, Philadelphia, Pa., is the contracting activity 
(N65540-14-D-0006).  
DEFENSE LOGISTICS AGENCY
EnerSys Energy Products Inc., Warrensburg, Mo., has been awarded a 
maximum $40,263,852 fixed-price with economic-price-adjustment contract 
for storage batteries.  This contract is a competitive acquisition, and 
two offers were received.  This is a three-year base contract with no 
option periods.  Location of performance is Missouri with a Feb. 20, 
2017 performance completion date.  Using military service is Army.  Type
 of appropriation is fiscal year 2014 defense working capital funds. 
 The contracting activity is the Defense Logistics Agency Land and 
Maritime, Columbus, Ohio, (SPE7LX-14-D-0020).
Sysco Seattle, Kent, Washington, has been awarded a maximum 
$24,400,000 fixed-price with economic-price-adjustment, 
indefinite-quantity contract for prime vendor full line food 
distribution for customers in the Alaska area. This contract is a 
sole-source acquisition and is an extension of two contracts 
(SPM300-08-D-3160 and SPM300-13-D-3641).  Location of performance is 
Alaska with a Feb. 22, 2015 performance completion date.  Using military
 services are Army, Navy and Air Force.  Type of appropriation is fiscal
 2014 defense working capital funds.  The contracting activity is the 
Defense Logistics Agency Troop Support, Philadelphia, Pa., 
(SPM300-14-D-3738).
Exide Technologies, Milton, Ga., has been awarded a maximum 
$18,546,992 fixed-price with economic-price-adjustment contract for 
storage batteries.  This contract is a competitive acquisition, and two 
offers were received.  This is a three-year base contract with no option
 periods.  Location of performance is Georgia with a Feb. 20, 2017 
performance completion date.  Using military service is Army.  Type of 
appropriation is fiscal year 2014 defense working capital funds.  The 
contracting activity is the Defense Logistics Agency Land and Maritime, 
Columbus, Ohio, (SPE7LX-14-D-0021).
Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, has been 
awarded a maximum $12,235,755 modification (01) on delivery order (0009)
 to firm-fixed-price contract (SPRWA1-11-D-0007).  The modification adds
 various items in support of the joint helmet mounted cueing system. 
 Delivery order 0009 was awarded Jan. 21, 2014 with a total value of 
$14,666,736.  The revised total based on this modification is 
$26,902,491.  This is a sole-source acquisition.  Locations of 
performance are Texas, Oregon, and Israel with an Aug. 31, 2015 
performance completion date.  Using military service is Navy.  Type of 
appropriation is fiscal year 2014 Navy aircraft procurement and foreign 
military sales funds.  The contracting activity is the Defense Logistics
 Agency Aviation, Robins Air Force Base, Ga.
Actavis Pharma, Parsippany, N.J., has been awarded a maximum 
$7,692,983 modification (P00042) exercising the fourth option year on a 
one-year base contract (SPM2D0-10-D-0001) with seven one-year option 
periods for various pharmaceutical products.  This is a fixed-price with
 economic-price-adjustment, indefinite-delivery/indefinite-quantity
 contract.  Location of performance is New Jersey with a Feb. 24, 2015 
performance completion date.  Using military services are Army, Navy, 
Air Force, Marine Corps, and federal civilian agencies.  Type of 
appropriation is fiscal year 2014 war-stopper funds.  The contracting 
activity is the Defense Logistics Agency Troop Support, Philadelphia, 
Pa.