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 Some of the information contained within may be outdated and links may not function.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 Aug. 1, 2014

CONTRACTS

SPECIAL OPERATIONS COMMAND

Exelis, Inc., Clifton, New Jersey, is being awarded a $190,000,000 indefinite-delivery/indefinite-quantity contract to provide Suite of Integrated Radio Frequency Countermeasure components and related services for the Technology Applications program office and CV-22 program offices. The majority of the work will be performed in Clifton, New Jersey. This contract has a five-year base period and a three-year incentive award period. Ordering periods will end on July 30, 2019. Individual task orders will be funded with operations and maintenance or procurement appropriations under the appropriate fiscal year. Fiscal 2014 operations and maintenance funds in the amount of $8,618,657 are being obligated at time of award on the first task order. This contract was a not competitively procured in accordance with FAR 6.302-1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity (H92241-14-D-0006).

NAVY

Baldi Bros., Inc.*, Beaumont, California (N62473-14-D-0064); CJW Construction, Inc.*, Santa Ana, California (N62473-14-D-0065); Granite Construction Company, Watsonville, California (N62473-14-D-0066); Marathon Construction Corporation*, Lakeside, California (N62473-14-D-0067); and Reyes Construction, Inc., Pomona, California (N62473-14-D-0068), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, repair and renovation of heavy horizontal and civil engineering construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). Types of projects may include, but are not limited to: outdoor shooting and combat training ranges and terrains, canals and channels, dams and embankments, bridges, erosion control and stormwater management, landfills, ammunition/weapons magazines, irrigation and landscaping, recreational fields and parks, and tunneling and horizontal directional drilling. The combined maximum dollar value for all five contracts, including the base period and four option years, is $99,000,000. No task orders are being issued at this time. All work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (80 percent); Arizona (16 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent); and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of August 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as full and open unrestricted procurement with a Historically Underutilized Business Zone price evaluation preference in accordance with FAR 52.219-4, and a reserve to two or more small businesses, via the Federal Business Opportunities website with 19 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $49,646,289 cost-plus-fixed-fee contract for fiscal 2014 advance planning to prepare and make ready for the defueling work on USS George Washington (CVN 73). This effort will provide for advanced planning, ship checks, design, documentation, engineering, procurement, fabrication and preliminary shipyard or support facility work to prepare for the defueling work. Work will be performed in Newport News, Virginia, and is expected to completed by July 2015. Fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $49,646,289 will be obligated at the time of the award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S.C. 2304(c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-2111).

MicroPact, Inc.,* Herndon, Virginia, is being awarded a $12,989,520 indefinite-delivery/indefinite-quantity contract for the Naval Justice Information System (NJIS). The NJIS will provide enterprise support for the United States Navy and Marine Corps criminal justice community’s case management and reporting requirements. The NJIS program will enable end-to-end case management and incident reporting capabilities for the law enforcement, investigations, command actions, corrections and judicial actions communities, with implementation and configuration of the program in a two-phase approach. This program includes the replacement and retirement of the Consolidated Law Enforcement Operations Center, Corrections Management Information and Case Management systems, as well as the migration of all legacy data from those systems into the NJIS database. Work will be performed in Quantico, Virginia, and is expected to be completed by Feb. 2, 2019. No funds will be obligated at the time of award. Funds will be obligated as individual task orders are issued. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with full and open competition proposals solicited via the Commerce Business Daily’s Federal Business Opportunities and SPAWAR e-Commerce Central websites, with 11 offers received. The Space and Naval Warfare System Command, San Diego, California, awarded the contract on behalf of its organizational partner, the Program Executive Office for Enterprise Information Systems (N00039-14-D-0004).

Airborne Tactical Advantage Co., Newport News, Virginia, is being awarded a $12,798,915 firm-fixed-price, cost reimbursement, indefinite-delivery/indefinite-quantity contract for services in support of the Contracted Air Services program, which provides contractor-owned and operated Type III high subsonic and Type IV supersonic aircraft to U.S. Navy fleet customers for a wide variety of airborne threat simulation capabilities. This provides for training shipboard and aircraft squadron weapon systems operators and aircrew. Work will be performed in Newport News, Virginia (45 percent); Point Mugu, California (35 percent); and various locations outside the continental United States (20 percent), and is expected to be completed in November 2014. Fiscal year 2014 operations and maintenance (Navy) funds in the amount of $7,856,845 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-D-0010).

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $7,467,820 modification to a previously awarded contract (N00024 13 C-5407) for Standard Missile-6 lifetime buy of obsolete material components. This contract modification will incorporate requirements for lifetime buys of SM-6 obsolete components and will mitigate the risk of redesign efforts. Work will be performed in Malaga, Spain (67 percent); Melville, New York (19 percent); Camden, Arkansas (5 percent); Dallas, Texas (4 percent); Sandy Hook, Connecticut (2 percent); Los Alamitos, California (2 percent); Wilmington, Massachusetts (less than 1 percent); Austin, Texas (less than 1 percent); and is expected to be completed by December 2014. Fiscal 2012, 2013and 2014 weapons procurement (Navy) funding in the amount of $7,467,820 will be obligated at the time of award. Contract funds in the amount of $5,992,165 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

ARMY

Oshkosh Corp., Oshkosh, Wisconsin, was awarded a $45,037,719 cost-plus-fixed-fee contract to reset and upgrade up to 800 Mine Resistant Ambush Protected (MRAP) All-Terrain Vehicles (M-ATV). Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 31, 2015. Bids were solicited via the Internet with one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $38,727,860, and fiscal 2014 other procurement funds in the amount of $6,309,859, are being obligated at the time of the award. Army Contracting Command, Warren, Michigan is the contracting activity (W56HZV-14-C-0094).

The Atlantic Group,* Huntsville, Alabama, was awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity single award task order contract for engineer surveying and mapping of shallow water habitat, floodplain changes and vegetation cover at various nationwide locations. Funding and work location will be determined with each order with an estimated completion date of July 31, 2019. Bids were solicited via the Internet with 27 received. U.S. Army Corps of Engineers, Omaha, Nebraska is the contracting activity (W9128F-14-D-0003).

Kutta Technologies, Inc.,* Phoenix, Arizona, was awarded a $9,000,000 cost-plus-fixed-fee contract for the Synergistic Unmanned Manned Intelligent Teaming Mission Tasking System. Funding and work location will be determined with each order with a completion date of Sept. 1, 2017. One bid was solicited with one received. Army Contracting Command, Fort Eustis, Virginia is the contracting activity (W911W6-14-D-0001).

Hesco Bastion, Inc.,* North Charleston, South Carolina, was awarded a $8,792,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options, for partially textile-lined gabion baskets, refurbishment of partially textile-lined gabion baskets, and technical advisory services for the National Flood Fight Center, Rock Island, Illinois. Funding and work location will be determined with each order with a completion date of Dec. 31, 2017. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Rock Island, Illinois is the contracting activity (W912EK-14-D-0001).

Ichor Medical Systems, Inc.,* San Diego, California, was awarded a $8,640,535 cost-plus-fixed- fee multiyear contract for the development and clinical assessment of a DNA-based antibody delivery platform for passive immunoprophylaxis. Work will be performed in San Diego, California, with an estimated completion date of July 30, 2018. Bids were solicited via the Internet with 100 received. Fiscal 2014 research, development, test and evaluation funds in the amount of $2,824,961 are being obligated at the time of the award. Army Contracting Command, Research Triangle Park, North Carolina is the contracting activity (W911NF-14-C-0001).

AIR FORCE

Alion Science and Technology Corp., Burr Ridge, Illinois, has been awarded a $10,027,721 cost-plus-fixed-fee delivery order (0067) on the AMMTIAC indefinite-delivery/indefinite-quantity cost-plus-fixed-fee sole-source (FA4600-06-D-0003) for nanotechnology development and technology transfer. AMMTIAC will provide technical, engineering, and expertise in nanotechnology applications in materials, manufacturing and testing of interest to the military. The work will be performed at Rome, New York, and Crane, Indiana, and is expected to be completed by Dec. 29, 2016. Department of Defense working capital funds in the amount of $20,000 are being obligated at time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

*Small business