An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

You have accessed part of a historical collection on defense.gov. Some of the information contained within may be outdated and links may not function. Please contact the DOD Webmaster with any questions.

Contracts For Sept. 23, 2014

CONTRACTS

ARMY

DME Corp., Orlando, Florida (W15QKN-14-D-0075); BAE Systems Information Solutions Inc., McLean, Virginia (W15QKN-14-D-0076); The Boeing Co., St. Louis, Missouri (W15QKN-14-D-0077); DRS Test & Energy Management LLC, Huntsville, Alabama (W15QKN-14-D-0078); Lockheed Martin Corp., Orlando, Florida (W15QKN-14-D-0079); Universal Technical Resource Services Inc., Cherry Hill, New Jersey (W15QKN-14-D-0080), were awarded a $249,921,506 multiple award indefinite-delivery/indefinite-quantity firm-fixed-price contract for commercial engineering services in support of the Automated Test Systems Division (ATSD) of the Armament Research, Development and Engineering Center (ARDEC). Task Orders will be competed among the six awardees. Funding and work location will be determined with each order with an estimated completion date of March 31, 2020. Bids were solicited via the Internet with 10 received. Army Contracting Command, Picatinny Arsenal, New Jersey is the contracting activity.

Renda/J Bros. JV, Roanoke, Texas, was awarded a $147,489,050 firm-fixed-price contract with options for Southeast Louisiana (SELA) Urban Flood Control Project-26, for widening the Florida Avenue Canal (Phase IV) from St. Ferdinand Street to Peoples Avenue. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Oct. 15, 2017. Bids were solicited via the Internet with three received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $147,489,050 are being obligated at the time of the award. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-14-C-0054).

Massman Construction Co., Kansas City, Missouri, was awarded a $18,196,150 firm-fixed-price contract with options for final dam repairs at Illinois River Basin LD05. Work will be performed in Marseilles, Illinois, with an estimated completion date of Feb. 21, 2017. Bids were solicited via the Internet with two received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $18,196,150 are being obligated at the time of the award. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-14-C-0090).

Berger Cummins Joint Venture, Washington, District of Columbia, was awarded a $16,868,019 firm-fixed-price multi-year contract with options for the Bagram Airfield Base 56MW operations and maintenance contract. Work will be performed in Afghanistan with an estimated completion date of March 23, 2018. Bids were solicited via the Internet with five received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $16,868,019 are being obligated at the time of the award. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-14-C-0032).

Critical Solutions International Inc., Carrollton, Texas, as awarded a $13,781,957 firm-fixed-price multi-year contract for with options for developing the technical manual for the Vehicle Mounted Mine Detector (VMMD) Husky Vehicle. Work will be performed in Carrollton, Texas, with an estimated completion date of March 18, 2018. Bids were solicited via the Internet with one received. Fiscal 2012, 2013, and 2014 other procurement (Army) funds in the amount of $13,781,957 are being obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-14-C-0140).

BAE Systems Inc., Rockville, Maryland, was awarded a $12,500,000 firm-fixed-price contract for seven Automated Installation Entry Systems for entrance security at Army installations. Funding and work location will be determined with each order with an estimated completion date of Sept. 22, 2016. Bids were solicited via the Internet with one received. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-14-D-0023).

Calibre Systems, Inc., Alexandria, Virginia was awarded a $10,002,721 modification (P00014) to contract W91WAW-12-C-0059 to exercise option year two for cost and economic analysis of major weapons system programs and associated acquisition/financial management policies and procedures. Fiscal 2014 other procurement funds in the amount of $846,672 and Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,809,575 were obligated at the time of the award. Estimated completion date is Sept. 22, 2015. Work will be performed in Washington D.C. Army Contracting Command, Aberdeen, Maryland in the contracting activity.

GXM Consulting,* Ashburn, Virginia, was awarded a $9,868,927 modification (P00009) to contract W911NF-12-C-0049 to develop a program-level research and development process for deploying secure tactical applications on mobile communication platforms. Fiscal 2012 and 2014 other procurement funds in the amount of $7,623,717 were obligated at the time of the award. Estimated completion date is Sept. 18, 2016. Work will be performed in Afghanistan and Arlington, Virginia. Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity.

PentaCon LLC,* Catoosa, Oklahoma, was awarded a $7,306,162 firm-fixed-price contract for the construction of a 19,174 square foot single story dormitory to include a parking lot with 34 spaces. Work will be performed in at McConnell Air Force Base, Kansas, with an estimated completion date of Jan. 21, 2016. Bids were solicited via the Internet with three received. Fiscal 2014 military construction funds in the amount of $7,306,162 are being obligated at the time of the award. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-14-C-4021).

Frontier Performance Polymers Corp., Parsippany, New Jersey, was awarded a $7,227,893 firm-fixed-price foreign military sales (Taiwan) contract for the MK12-3 polyurethane plug, a component of the MK67 propelling charge. Funding and work location will be determined with each order with an estimated completion date of Sept. 30, 2018. Bids were solicited via the Internet with one received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-14-D-0094).

AIR FORCE

Northrop Grumman Aerospace Systems, San Diego, California, has been awarded a $78,066,102 firm-fixed-price delivery order under a basic order agreement for initial Global Hawk Block 40 spare parts. Work will be performed at Warner Robins Air Force Base, Georgia, and is expected to be complete by Sept. 24, 2018. This award is the result of a sole-source acquisition. Fiscal year 2012 aircraft procurement funds in the amount of $78,066,102 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8620-13-G-0001)

GSD&M, Austin, Texas, has been awarded a $41,000,000 option year to previously awarded contract FA3002-08-D-0019 for U.S. Air Force national advertising and Marketing Services. Work will be performed at Austin, Texas, and is expected to be complete by Sept. 30, 2015. Fiscal year 2015 operations and maintenance funds in the amount of $41,000,000 will be obligated when they become available. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $30,000,000 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 Fort Worth, Texas, and is expected to be complete by Oct. 3, 2022. This award is the result of a competitive acquisition with 34 offers received. Fiscal year 2014 research, development, test and evaluation funds in the amount of $128,737 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-2408)

Doss Aviation, Colorado Springs, Colorado, has been awarded a $23,480,780 modification (P00042) to previously awarded contract FA3002-06-D-0010 for option year nine of 10 option years for U.S. Air Force initial flight screening requirements contract. Work will be performed at Pueblo, Colorado, and is expected to be complete by Sept. 30, 2015. Fiscal year 2014 operations and maintenance funds in the amount of $2,600,000 will be obligated at time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio Randolph, Texas, is the contracting activity.

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $14,577,497 cost-plus-fixed-fee contract under a basic order agreement for software development. Contractor will develop, demonstrate, and deliver, through a Feasibility Demonstration Model (FDM), end-to-end operational efficiencies toward fulfilling end-user requirements for Geospatial Intelligence (GEOINT). This will include ordering, tasking, collection, and access to commercial Electro-Optical (EO) and Synthetic Aperture Radar (ComSAR) imagery. Work will be performed at Herndon, Virginia, and is expected to be complete by Sept. 22, 2016. Fiscal year 2013 research, development, test and evaluation funds in the amount of $9,931,913 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity. (FA8750-14-C-0209)

TriQuint CW Inc., Newbury Park, California, has been awarded a $10,655,643 cost-plus-fixed-fee contract for engineering services applicable to the ALQ-155 Band 10S Receiver Transmitter. Contractor will provide non-recurring engineering services for the form, fit and function interface; redesign; development of data, manufacturing and delivery of prototypes that will meet legacy LRU specification requirements for the backward wave oscillator assembly applicable to the ALQ-155 system on the B-52 aircraft. Work will be performed at Newbury Park, California, and is expected to be complete by Sept. 22, 2016. This award is the result of a sole-source acquisition. Fiscal year 2014 consolidated sustainment activity group-engineering funds in the amount of $10,655,643 are being obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity. (FA8522-14-C-0007)

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded an $8,496,555 modification (P00101) to previously awarded contract FA8625-12-C-6598 for Large Aircraft Infrared Countermeasures (LAIRCM) small laser transmitters assembly acquisition. Contractor will provide 13 small laser transmitter assemblies. Work will be performed at Rolling Meadows, Illinois, and Edinburgh, United Kingdom, and is expected to be complete by Oct. 31, 2015. This contract is 100 percent foreign military sales. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

NAVY

Raytheon Co., El Segundo, California, is being awarded a $40,950,000 firm-fixed-price delivery order against a previously issued Basic Ordering Agreement (N00019-10-G-0006) for the procurement of 15 AN/APG-79 Active Electronically Scanned Array Radar Systems in support of the F/A-18 E/F aircraft. Work will be performed in Forest, Mississippi (50 percent); Andover, Massachusetts (30 percent); and El Segundo, California (20 percent); and is expected to be completed in November 2016. Fiscal 2012 and 2014 aircraft procurement (Navy) funds in the amount of $40,950,000 are being obligated on this award, $10,920,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bell Boeing Joint Program Office, California, Maryland, is being awarded $36,558,239 for modification P00001 under a previously awarded firm-fixed price contract (N00383-14-D-039N) for the repair of various parts, including the Prop-Rotor Gearbox and HUB Assembly for the V-22 aircraft. Work will be performed in Hurst, Texas, and is expected to be completed no later than Sept. 30, 2015. No funds will be obligated at the time of award. Fiscal 2014 Navy working capital funds will be obligated on the individual delivery orders as they are issued. Contract funds will not expire by the end of the current fiscal year. One company was solicited for this non-competitive requirement in accordance with 10 U.S.C.2304 (c)(1), and one offer was received in response to the solicitation. NAVSUP Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Sundt Construction Inc., Tempe, Arizona, is being awarded $26,311,474 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N40085-10-D-5332) for renovation of Bachelor Enlisted Quarters Buildings B860, B861, B862 and B865 Plant Building at Joint Expeditionary Base Little Creek-Ft Story. The work to be performed provides for renovation of existing structures to bring them into compliance with current building codes, Anti-Terrorism/Force Protection standards, and housing requirements. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by October 2016. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $26,311,474 are being 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, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Sechan Electronics Inc.,* Lititz, Pennsylvania, is being awarded a $24,313,902 indefinite-delivery/indefinite-quantity contract utilizing firm-fixed-price orders for production hardware for Ship Self-Defense System (SSDS) Mk2 production hardware. The scope includes hardware production, assembly, configuration, alignment, integration, testing and shipping of the SSDS hardware. Work will be performed in Lititz, Pennsylvania, and is expected to be completed by September 2017. Fiscal 2014 other procurement (Navy) funding in the amount of $609,565 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside via Federal Business Opportunities, with two offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity. (N00178-14-D-3048)

Leidos Inc., McLean, Virginia, is being awarded a $17,478,965 modification to previously awarded indefinite-delivery/indefinite-quantity contract (N00174-13-D-0011) for the procurement of additional Future Radiographic Systems (FRS), depot-level repair parts and engineering support. The FRS systems provide military services with a portable system that provides real-time downrange imaging capability. FRS assists explosive ordnance disposal technicians in analyzing and determining the condition of a device or munitions. Work will be performed in San Diego, California, and is expected to complete in September 2016. Fiscal 2014 other procurement (Air Forces) and fiscal 2014 other procurement (Navy) funding in the amount of $6,881,820 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-13-D-0011).

Arriba Corp.,* Norfolk, Virginia, is being awarded $12,514,800 for firm-fixed-price task order 0016 under a previously awarded multiple award construction contract (N40080-10-D-0495) for the construction of a new multi-level parking garage located at the Joint Base Anacostia-Bolling. Layout accommodates vehicular, motorcycle and bicycle parking. Garage also includes elevators, lighting, access ramps, stairwells, striping, signage, site preparation, utility relocations, roadway reconfiguration, new electrical utilities and drainage systems. Work will be performed in Washington, District of Columbia, and is expected to be completed by October 2015. Fiscal 2012 military construction (Defense) contract funds in the amount of $12,514,800 are being obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity.

Maersk Line Ltd., Norfolk, Virginia, is being awarded a $12,495,775 modification under a previously awarded firm-fixed-price contract (N00033-10-C-3220) to exercise a one-year option period for the time charter of one self-sustaining ship, MV SSG Edward A. Carter Jr., to support the U.S. Army’s ammunition prepositioning program. Work will take place at sea in the Far East for this option period is expected to be completed by September 2015. Transportation working capital contract funds in the amount of $12,495,775 are being obligated at the time of award, and will not expire at the end of the fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-10-C-3220).

Outdoor Research LLC, Seattle Washington, is being awarded a maximum amount $12,377,449 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 106,835 pairs of intermediate cold weather gloves. Work will be performed in Seattle, Washington, and is expected to be completed in September 2019. Fiscal 2014 operations and maintenance funds in the amount of $8,631,776 will be obligated under delivery order 0001 at the time of award and will expire at the end of the current fiscal year. Additional funds will be obligated on delivery orders as they are issued. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-14-D-1028).

Raytheon Co., Electronic Warfare Systems, Goleta, California, is being awarded a $9,414,000 firm-fixed-price delivery order against a previously issued Basic Ordering Agreement (N00019-10-G-0006) for the procurement of 226 ALE-50 Bravo T3F launchers for U.S. Navy F/A-18 E/F aircraft. Work will be performed in Forest, Mississippi (70 percent), and Goleta, California (30 percent), and is expected to be completed in October 2017. Fiscal 2013 aircraft procurement (Navy) funds in the amount of $9,414,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

American Bureau of Shipping, Houston, Texas, is being issued an $8,500,000 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-13-D-8015) with firm-fixed-price task orders to provide vessel classification services in accordance with statute 46 U.S.C. 3316. Work will be performed at sea and ashore worldwide is expected to be completed by September 2015. Fiscal 2015 working capital contract funds in the amount of $8,500,000 are subject to availability in fiscal 2015 and will expire at the end of that fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-13-D-8015).

Whiting-Turner Contracting Co., Allentown, Pennsylvania, is being awarded an $8,164,047 firm-fixed-price contract for power switching equipment installation project, Building 633 at Philadelphia Navy Yard. The work to be performed provides for structural installation for power switching equipment which includes demolition, earthwork, pile supported concrete foundations, structural steel platforms, ductbanks, utilities, and electrical power. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by April 2016. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $8,164,047 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 one proposal received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-5212).

Warwick Heating & Plumbing Corp., Newport News, Virginia, is being awarded a maximum amount $7,859,868 indefinite-delivery/indefinite-quantity contract for maintenance and repair of utility distribution systems at Norfolk Naval Shipyard. The work to be performed provides for maintenance, inspection, cleaning, painting, repair, testing, and replacement of various utility systems located outside and inside of various types of facilities and buildings. No task orders are being issued at this time. Work will be performed primarily in Portsmouth, Virginia. The term of the contract is not to exceed 60 months with an expected completion date of September 2015. Fiscal 2014 working capital fund (Navy) contract funds in the amount of $5,000 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 three proposals received. The Naval Facilities Engineering Command, Hampton Roads Integrated Product Team, Norfolk, Virginia, is the contracting activity (N40085-14-D-8137).

Tote Services Inc., Jacksonville, Florida, is being awarded a $7,136,462 modification under a previously awarded firm-fixed-price award fee contract (N0003-12-C-3131) to exercise a one-year option period for the operation and maintenance of the Offshore Petroleum Discharge System, which consists of one U.S. flagged self-sustaining vessel, USNS VADM K.R. Wheeler; tender vessel, USNS Fast Tempo, and associated equipment in support of the U.S. Navy. These ships support the deployed military forces worldwide. Work will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2015. Navy Working Capital contract funds in the amount of $7,136,462 are being obligated at the time of award, and will not expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-12-C-3131).

CORRECTION: Contract awarded to AED Inc.,* Hyattsville, Maryland (N69450-14-D-7579), for a maximum amount of $27,000,000 should have stated that the expected completion date is September 2017. (Awarded Sept. 19, 2014)

DEFENSE LOGISTICS AGENCY

Zoll Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $39,848,375 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for access to airworthy defibrillators inventory. This contract was a competitive acquisition and two offers were received. This is a five-year base contract with no option periods. Location of performance is Massachusetts with a Sept. 22, 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-0009).

Philips Healthcare, Andover, Massachusetts, has been awarded a maximum $27,366,537 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for access to airworthy defibrillators inventory. This contract was a competitive acquisition and two offers were received. This is a five-year base contract with no option periods. Location of performance is Massachusetts with a Sept. 22, 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-0010).

Golden State Medical Supply,* Camarillo, California, has been awarded a maximum $14,070,220 firm-fixed-price, requirements contract for pharmaceuticals. This contract was a competitive acquisition and three offers were received. This is a one-year base contract with four one-year option periods. Location of performance is California and Canada with a Sept. 22, 2015, performance completion date. Using services are eligible 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 (SPE2D2-14-D-0009).

US Foods Inc., La Mirada, California, has been awarded a maximum $10,200,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a sole-source acquisition. This contract is a two-month bridge contract. Location of performance is California with a Nov. 29, 2014, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3043).

Burlington Apparel Fabrics, Greensboro, North Carolina, has been awarded a maximum $9,696,000 modification (P00003) exercising the second option year on a one-year base contract (SP0600-07-C-8251) with four one-year option periods. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for Air Force polyester/wool serge cloth. Locations of performance are North Carolina and Pennsylvania with a Sept. 26, 2015,performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Sysco Hampton Roads, Suffolk, Virginia, has been awarded a maximum $7,500,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a sole-source acquisition. This contract is a two-month bridge contract. Location of performance is Virginia, with a Nov. 29, 2014, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-3100).


DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

AeroVironment Inc., Monrovia, California, has been awarded a $19,035,007 modification (P00002) adding Phase II base period within the general scope of the cost-plus-fixed-fee contract (HR0011-13-C-0099) for the Tactically Exploited Reconnaissance Node (TERN) program. The addition of the TERN Phase II program brings the total cumulative face value of the contract to $21,363,667 from $2,328,660. Work will be performed in the following locations: Monrovia, California (80 percent); Tucson, Arizona (5 percent); Fort Worth, Texas (10 percent); and Sparks, Nevada (5 percent). The TERN Phase II program is expected to be complete on September 30, 2015. Fiscal year 2014 research, development, test and evaluation funds in the amount of $5,750,000 are being obligated at time of P00002 award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

The Clearing Inc., Washington, District of Columbia, is being awarded a $6,689,586 modification (P00002) to a previously awarded firm-fixed-price contract (HQ0034-14-F-0128) to provide subject matter expertise, consultation, and advisory services for the Office of the Under Secretary of Defense for Policy to create and report a single, accountable entity with oversight of personnel accounting resources, research, and operations across the Department of Defense. Work will be performed in Arlington, Virginia, with an expected completion date of August 15, 2014. Fiscal 2014 Operations and Maintenance Funds in the amount of $6,689,586 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with one proposal received. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small business