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 Some of the information contained within may be outdated and links may not function.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. 14, 2014

CONTRACTS

NAVY

The Boeing Co., Seattle, Washington, is being awarded a $295,643,284 advance acquisition contract for the procurement of long-lead items for the manufacture and delivery of 12 Lot II Full Rate Production P-8A aircraft for the U.S. Navy (8) and the government of Australia (4). Work will be performed in Seattle, Washington (82.6 percent); Baltimore, Maryland (6.2 percent); Greenlawn, New York (4.2 percent); the United Kingdom (3.5 percent); and North Amityville, New York (3.5 percent), and is expected to be completed in April 2018. Fiscal 2014 advanced procurement aircraft procurement (Navy) funds in the amount of $152,043,495 and foreign military sales funds in the amount of $55,800,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Navy ($152,043,495; 51 percent) and the government of Australia ($143,599,789; 49 percent) under a cooperative agreement. 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-C-0067).

Bell/Boeing Joint Program Office, California, Maryland, is being awarded $15,170,182 for modification 0006 under previously awarded cost-plus-incentive fee, indefinite-delivery requirements contract (N00019-09-D-0008) for repair of various parts on the V-22 aircraft. Work will be performed in Fort Worth, Texas (80 percent), and Ridley Park, Pennsylvania (20 percent). Work is expected to be completed by Dec. 31, 2017. Fiscal 2014 Navy working capital funds in the amount of $15,170,182 will be obligated at the time of award and will not expire before 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). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

AIR FORCE

ATAP Inc.,* Eastaboga, Alabama (FA8517-14-D-0009); Advanced Technology Systems Company,* McLean, Virginia (FA8517-14-D-0010); Boneal Inc.,* Means, Kentucky (FA8517-14-D-0011); Charleston Logistics LLC.,* Charleston, South Carolina (FA8517-14-D-0012); and Tec-Masters Inc.,* Huntsville, Alabama (FA8517-14-D-0013), are being awarded $231,000,000 maximum firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract under the Third Party Logistics (3PL) Follow-on Service Acquisition. The purpose of the multiple awarded 3PL IDIQ contract is to provide services necessary to source, acquire and ensure delivery of a broad range of support equipment items, on demand, to the warfighter. The preponderance of the work is services necessary to manage and leverage the supply chain for the scope of this contract which encompasses approximately 3,000 national stock numbers. This award is the result of a 100 percent small business set-aside acquisition. A total of five offers were received. The contract has a basic ordering period of three years from date of award with two, two-year performance incentive options for a total period of performance of seven years. Work will be performed predominantly at the contractors' locations mentioned above and is expected to be completed by Aug. 15, 2021. Fiscal 2014 operation and maintenance funds in the amount of $868,696, Consolidated Sustainment Activity Group working capital funds in the amount of $56,192 and foreign military sales funds in the amount of $742,183 are being obligated at time of award. Twenty-five percent of this contract will support foreign military sales; the first orders are for Saudi Arabia, Iraq, Indonesia and Thailand. This is not a multiyear contract. The Air Force Sustainment Center Contracting Directorate/PZAAC, Robins Air Force Base, Georgia, is the contracting activity.

Cherokee Nation Red Wing LLC.,* Tulsa, Oklahoma (FA8517-14-D-0014); International Logistics Group LLC.,* Warner Robins, Georgia (FA8517-14-D-0015); and Precision Air Inc.,* Manning, South Carolina (FA8517-14-D-0016) are being awarded a $57,000,000 maximum firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract under the Third Party Logistics (3PL) Follow-on Service Acquisition. The purpose of the multiple awarded 3PL IDIQ contract is to provide services necessary to source, acquire and ensure delivery of a broad range of support equipment items, on demand, to the warfighter. The preponderance of the work is services necessary to manage and leverage the supply chain for the scope of this contract which encompasses approximately 3,000 national stock numbers (NSNs). This award is the result of an 8(a) competitive acquisition and a total of four offers were received. The contract has a basic ordering period of three years from date of award with two, two-year performance incentive options for a total period of performance of seven years. Work will be performed predominantly at the contractors' locations mentioned above and is expected to be completed by Aug. 15, 2021. This is not a multiyear contract. Fiscal 2014 operation and maintenance funds in the amount of $556,915 and foreign military sales funds in the amount of $22,959 are being obligated at time of award. Twenty-five percent of this contract will support foreign military sales; the first orders are for Korea and Chile. The Air Force Sustainment Center Contracting Directorate/PZAAC, Robins Air Force Base, Georgia, is the contracting activity.

UES Inc., Dayton, Ohio, has been awarded a $9,000,000 indefinite-delivery/indefinite-quantity contract for Mechanical Systems Performance Evaluation III. Contractor will conduct basic, applied, and advanced research and development relating to critical turbine engine mechanical system technology targeted for high performance, highly efficient and adaptive turbine engines being developed under the Versatile Affordable Advanced Turbine Engine and the Adaptive Engine Technology Development programs. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 13, 2022. This award is the result of a competitive acquisition and one offer was received. Fiscal 2014 Air Force research, development, test and evaluation funds in the amount of $301,081 for Task Order 0001 are being obligated at time of award. Multiyear is not applicable. Air Force Research Laboratories Wright Research Site Aerospace Systems Contracting Branch for Turbine Engines (AFRL/RQKPB), Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-2348 and Task Order 0001).

Ace Technology Partners LLC, Elk Grove Village, Illinois, has been awarded a $7,047,715 firm-fixed-price contract for Fidelis eXtrusion Prevention System (XPS) standard maintenance and software. Work will be performed at Elk Grove Village, Illinois, and is expected to be completed by Sept. 29, 2017. This award is the result of a competitive acquisition; 26 offers were solicited and five offers were received. Fiscal 2014 operations and maintenance funds in the amount of $7,047,715 are being obligated at time of award. Air Force Life Cycle Management Center/HNCK, Cryptologic and Cyber Systems Division, Lackland Air Force Base, Texas, is the contracting activity (FA8732-13-D-0014 RV01).

Boeing Aerospace Operations Inc., Oklahoma City, Oklahoma, has been awarded a $6,666,319 modification (P00148) to a firm-fixed-price, time and material, cost-plus-fixed-fee, cost-plus-incentive-fee, and cost-reimbursable contract (FA8106-07-C-0001) for a VC-25 Nitrogen Generation System Study to comply with FAA Final Rule FAA-2005-22997. The total cumulative face value of the contract, including the referenced modification is $316,942,806. The contract modification is for engineering services to provide recommended options, risk items and other special conditions associated with the installation of a Nitrogen Generation System in the VC-25A aircraft. Work will be performed at Oklahoma City, Oklahoma, and Long Beach, California, and is expected to be completed by May 11, 2015. Fiscal 2014 operations and maintenance funds in the amount of $6,666,319 are being obligated at time of award. Air Force Life Cycle Management Center/WLKLA, Tinker Air Force Base, Oklahoma, is the contracting activity.

ARMY

General Dynamics - OTS Inc., Garland, Texas was awarded a $38,526,856 modification (P0002) to foreign military sales contract (Canada, UAE) W52P1J-13-D-0050 to acquire Mark (MK) 80 General Purpose Bomb Body series: MK82-1= 1,662 each; MK82-6= 12,187 each; MK84-4= 736 each; MK84-10= 3,544 each. Fiscal 2012, 2013, and 2014 other procurement funds in the amount of $38,507,104 were obligated at the time of the award. Estimated completion date is July 31, 2016. Work will be performed in Garland, Texas. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity.

Spectra Technologies LLC,* Camden, Arizona was awarded a $29,734,914 firm-fixed price contract to procure M303 blasting demolition kits. Funding and work location will be determined with each order with an estimated completion date of Aug. 13, 2019. Bids were solicited via the internet with two received. Army Contracting Command, Picatinny Arsenal, New Jersey is the contracting activity (W15QKN-14-D-0017).

Voith Hydro Inc., York, Pennsylvania was awarded a $21,920,646 firm-fixed-price contract with options for major rehabilitation of turbine units 1 and 2 at Denison Dam Power Plant, Denison, Texas and to design, manufacture, shop test and install two Francis turbine runner assemblies, including spare parts, tools and lifting devices. Work will be performed in Denison, Texas with an estimated completion date of Nov. 11, 2017. Bids were solicited via the Internet with five received. Fiscal 2014 other procurement funds in the amount of $21,920,646 are being obligated at the time of the award. Army Corps of Engineers, Tulsa, Oklahoma is the contracting activity (W912BV-14-C-0022).

TCC-NLC JV,* Fife, Washington (W911KB-14-D-0025); Ancor Inc.,* Anchorage, Alaska (W911KB-14-D-0026); and Orion Construction Inc.,* Wasilla, Alaska (W911KB-14-D-0027) were awarded a $15,000,000 firm-fixed-price indefinite delivery indefinite quantity contract with options for facility repair and renewal at various military installations in Alaska. Funding and exact work location will be determined with each order with an estimated completion date of Aug. 14, 2017. Bids were solicited via the Internet with seven received. Army Corps of Engineers, Elmendorf AFB, Alaska is the contracting activity.

BMI Defense Systems Inc.*, Bryan, Texas was awarded a $12,219,736 modification (P0002) to contract W56HZV-13-D-0109 to acquire 5,064 Gunners Accessory Package (GAP) 2.0 kits supporting the cross platform Mine Resistant Ambush Protected (MRAP) program. Fiscal 2014 other procurement funds in the amount of $12,219,736 were obligated at the time of the award. Estimated completion date is Mar. 30, 2016. Work will be performed Bryan, Texas. Army Contracting Command, Warren, Michigan is the contracting activity.

Alutiiq Manufacturing Contracts LLC,* Fife, Washington was awarded an $11,478,761firm-fixed-price contract with options to repair the main apron access and alert pavements. Work will be performed at Buckley AFB, Colorado with an estimated completion date of Oct. 20, 2015. Bids were solicited via the Internet with three received. Fiscal 2014 other procurement funds in the amount of $11,478,761 are being obligated at the time of the award. National Guard Bureau, Selfridge ANGB, Michigan is the contracting activity (W90FYQ-14-C-0001).

Life Technology Corp., Carlsbad, California was awarded a $9,100,000 modification (P00002) to contract W81XWH-12-D-0038 to acquire reagents and consumable supplies for the DNA Identification Laboratory at the Armed Forces Medical Examiners System, Dover AFB, Delaware. Funding and work location will be determined with each order. Estimated completion date is Aug. 14, 2015. Army Medical Research Acquisition Activity Frederick, Maryland is the contracting activity.

*Small business