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 Some of the information contained within may be outdated and links may not function.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 July 17, 2014

CONTRACTS

NAVY

Insight Pacific LLC,* Anaheim, California (N62478-14-D-4000); Bethel-Webcor JV-1,* Anchorage, Alaska (N62478-14-D-4001); Dawson-Hawaiian Builders I,* Honolulu, Hawaii (N62478-14-D-4002); JSR-ECC LLC,* Schertz, Texas (N62478-14-D-4003); CT JV,* Bargerville, Indiana (N62478-14-D-4004); and Environet Inc.,* Kamuela, Hawaii (N62478-14-D-4005) are being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command Hawaii area of responsibility. The maximum dollar value including the base period and four option years for all six contracts combined is $240,000,000. The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration, and related demolition of existing infrastructure based on design-build or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii area of responsibility. The term of the contract is not to exceed 60 months, with expected completion date of July 2015 (base period). Navy working capital funds in the amount of $60,000 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 22 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Pearl Harbor, Hawaii, is the contracting activity.

Geographic Information Services Inc., Birmingham, Alabama, was awarded a $29,884,815 firm-fixed-priced, indefinite-quantity/indefinite-delivery contract to provide software maintenance, database development, engineering support, integration services, and training for foreign military sales purchasers to use the Weapon Danger Zone Tool. Work will be performed in Birmingham, Alabama, and is expected to be completed by July 1, 2017. This contract will be funded with foreign military sales funds. No contract funds will expire by the end of the current fiscal year. No funds were obligated at the time of award. Funds will become available on individual task orders. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-14-D-9501). (This contract was awarded on July 2, 2014.)

EDO Professional Services Inc., Alexandria, Virginia, is being awarded $24,864,130 for one-year modification (P00012) to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-09-D-0032) for continued technical services in support of Space and Naval Warfare Systems Center Pacific unmanned maritime systems. An accelerated timeline and increased operational requirements for unmanned maritime systems performing fleet mine countermeasures and force protection necessitated this modification to increase the cost ceiling. EDO Professional Services Inc., will provide engineering, logistics, configuration management, research, depot maintenance, system administration, and tactical and strategic management. Work will be performed in Manama, Bahrain (65 percent) and San Diego, California (35 percent), and is expected to be completed by July 21, 2015. No funds will be obligated at the time of award. Fiscal 2014 and 2015 operations and maintenance, (Navy) and research, development, test and evaluation funds will be incrementally obligated at the task order level. Fiscal 2014 operations and maintenance, (Navy) funds in the amount of $16,000,000 will expire at the end of the current fiscal year. This is a modification to a contract competitively procured via Space and Naval Warfare Systems Center Pacific solicitation N66001-09-R-0032 and published on the Federal Business Opportunities website, with one offer received. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Ingalls Shipbuilding, Pascagoula, Mississippi, is being awarded a $23,499,948 modification to previously awarded contract (N00024-13-C-2402) for early industry involvement associated with the LHA(R) Program Flight 1 (LHA 8) ship design to initiate an affordability design phase. The early industry involvement contracts were awarded to U.S. shipyards that have the facilities and resources to build a large deck amphibious assault ship without major re-capitalization. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by May 2015. Fiscal 2014 research, development, test & evaluation contract funds in the amount of $19,740,760 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $15,178,728 modification to previously awarded cost-plus-award-fee contract (N00024-10-C-4407) for USS New Orleans (LPD 18) fiscal 2014 selected restricted availability (SRA). An SRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by December 2014. Fiscal 2014 operations and maintenance (Navy) and fiscal 2014 other procurement (Navy) funding in the amount of $15,178,728 will be obligated at the time of award. Contract funds in the amount of $14,689,549 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $65,256,769 modification (P00010) to foreign military sales contract W56HZV-13-D-0015 for specialized training, contractor logistics support, and base life support for the Iraq M1A1 Abrams program. Funding and work location will be determined with each order. Estimated completion date is Feb. 28, 2015. Army Contracting Command, Warren, Michigan, is the contracting activity.

Kongsberg Defence & Aerospace, Kongsberg, Norway, was awarded a $43,000,000 modification (P00115) to contract W15QKN-12-C-0103 for depot support for the Common Remotely Operated Weapon Station. Fiscal 2014 operations and maintenance (Army) funds in the amount of $43,000,000 were obligated at the time of the award. Estimated completion date is July 15, 2016. Work will be performed in Johnstown, Pennsylvania. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Watts Constructors LLC, Honolulu, Hawaii, was awarded a $36,441,000 firm-fixed-price contract with options for designing and building the Special Operations Forces Battalion Operations Facility Complex. Work will be performed at Fort Carson, Colorado, with an estimated completion date of June 15, 2016. Bids were solicited via the Internet with fifteen received. Fiscal 2013 military construction funds in the amount of $36,441,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-C-0024).

Walsh Federal JV St., Chicago, Illinois, was awarded a $34,748,000 firm-fixed-price multi-year contract with options for new construction for the Marshall Elementary School at Fort Campbell, Kentucky. Work will be performed at Ft. Campbell, Kentucky, with an estimated completion date of April 1, 2016. Bids were solicited via the Internet with five received. Fiscal 2014 military construction funds in the amount of $34,748,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-14-C-0025).

AAR Allen Services, Garden City, New York, was awarded a $23,507,990 firm-fixed-price contract for 60-520 gas turbine power units for the Blackhawk weapon system. Funding and work location will be determined with each order with an estimated completion date of July 30, 2019. Bids were solicited via the Internet with four received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-D-0089).

Aerojet Rocketdyne, Camden, Arizona, was awarded an $18,507,839 firm fixed-price contract with options for Stinger flight motors, 1,000 each. Base Option: Stinger flight motors, 1-1,500 each. Option 1: Stinger flight motors, 1-505 each. Option 2: Stinger flight motors, 1-545 each. The Stinger flight motor contract is required to support the Service Life Extension Program (SLEP) of 850 Stinger Block I Missiles at McAlester Army Ammunition Plant, McAlester, Oklahoma. The SLEP will replace all Stinger missile components susceptible to degradation due to aging (to include the flight motor) providing a missile with a 10 year shelf life. Work will be performed in Camden, Arizona, with an estimated completion date of Dec. 31, 2016. One bid was solicited with one received. Fiscal 2014 other procurement funds in the amount of $18,507,839 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0090).

Northrop Grumman Technical Services Inc., Herndon, Virginia, was awarded a $9,859,646 modification (P00002) to contract W9124E-14-C-0003 to continue key and essential logistics requirements at the Joint Readiness Training Center and Fort Polk, Louisiana. Fiscal 2014 operations and maintenance (Army) funds in the amount of $9,859,646 were obligated at the time of the award. Estimated completion date is Dec. 29, 2014. Work will be performed at Fort Polk, Louisiana. Army Contracting Command, Fort Polk, Louisiana, is the contracting activity.

Intelligent Decisions Inc., Ashburn, Virginia, was awarded an $8,569,058 firm-fixed-price contract with options for information technology operations and maintenance support for U.S. Southern Command Joint Task Force-Guantanamo Bay. Work will be performed in Cuba with an estimated completion date of July 22, 1019. Bids were solicited via the Internet with 13 received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,969,059 are being obligated at the time of the award. Army Contracting Command, Fort Sam Houston, San Antonio, Texas, is the contracting activity (W912CL-14-C-0018).

AIR FORCE

Northrop Grumman Systems Corp., Information Systems Sector, Defense Systems Division, C2S, Herndon, Virginia, has been awarded a $9,922,486 modification (P00020) to cost-plus-fixed-fee FA8750-13-C-0120 for software enhancements, testing, integration and maintenance. The contract modification is to provide support to the National Air and Space Intelligence Center to operate, maintain, and enhance the databases, tools, dynamic web-based products, and related systems and capabilities. Work will be performed at Beavercreek, Ohio, and is expected to be completed by June 12, 2015. Fiscal 2014 operations and maintenance funds in the amount of $6,439,147 are being obligated at the time of the award. Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity.

Vision Systems International LLC, Fort Worth, Texas, has been awarded a $7,768,862 firm-fixed-price task order (0024) to FA8522-09-D-0012 for F-15 and F-16 sustainment in support of the Joint Helmet Mounted Cueing System. Work will be performed at Wilsonville, Oregon, and is expected to be completed by July 15, 2015. This award is the result of a sole source acquisition. Funds in the amount of $7,768,862 from Fiscal 2014 Consolidated Sustainment Activity Group Working Capital Funds under the Fiscal 2014 Contract Depot Maintenance Direct Cite Funds Program Authority are being obligated at time of award. This contract is not multiyear. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

CORRECTION: The contract announced on July 14, 2014, for AvKare Inc.,** Pulaski, Tennessee (SPE2D2-14-D-0004), for $9,728,923 was announced with an incorrect award date. The correct award date is July 17, 2014.


*Small Business
**In HubZone Service Disabled Veteran Owned Small Business