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 Some of the information contained within may be outdated and links may not function.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. 20, 2014

CONTRACTS

NAVY

BAE Systems Technology Solutions & Services, Inc., Rockville, Maryland (N00039-14-D-0121); General Dynamics C4 Systems, Taunton, Massachusetts (N00039-14-D-0122); Global Technical Systems,* Virginia Beach, Virginia (N00039-14-D-0123); Northrop Grumman Systems Corp., Herndon, Virginia (N00039-14-D-0124); and Serco, Inc., Reston, Virginia (N00039-14-D-0125), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee contract for Consolidated Afloat Networks and Enterprise Services (CANES) production units. The estimated, cumulative value of the multiple award contract is $2,529,500,000. CANES serves as the bridge to the future of Navy afloat networks, consolidating existing legacy and standalone networks, providing the necessary infrastructure for applications, systems and services to operate in the tactical domain. CANES delivers its capabilities within a single complete system, bringing the necessary infrastructure that will enable timely and interoperable information exchange among tactical, support and non-tactical or administrative users, applications and information technology platforms. This contract has an eight-year ordering period up to the contract award amount. There are no options. Work will be performed in North Charleston, South Carolina; Taunton, Massachusetts; Virginia Beach, Virginia; Madison, Alabama; and San Diego, California, as delivery orders determine. Work is expected to be completed by August 2022. No funds will be obligated at the time of award. Funds will be obligated as individual delivery orders are issued. The multiple award contracts were competitively procured by full and open competition bids via the Space and Naval Warfare e-Commerce Central and the Federal Business Opportunities websites, with seven offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

Caddell Construction Co. (Delaware), LLC, Montgomery, Alabama, is being awarded a $110,809,000 firm-fixed-price contract for construction of nuclear power training facilities at Joint Base Charleston. The work to be performed provides for construction of a new multistory, blast hardened training operation facility; construction of a single story secured area entry point; and construction of a pier extension of steel and concrete piles and slabs. The contract also contains six unexercised options and two planned modifications, which if exercised and/or issued, would increase cumulative contract value to $157,810,500. Work will be performed in Goose Creek, South Carolina, and is expected to be completed by June 2018. Fiscal 2014 military construction (Navy) contract funds in the amount of $110,809,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-C-1756).

Lockheed Martin Corp., Mission Systems and Training, Moorestown, New Jersey, is being awarded a $60,802,243 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee, and cost-only contract for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build 12. The contract provides for Aegis shipboard integration engineering, Aegis test team support, Aegis modernization team engineering support, ballistic missile defense test team support, and AWS element assessments. This contract includes options which, if exercised, would bring the cumulative value of this contract to $420,379,808. Work will be performed in Moorestown, New Jersey (27 percent); Norfolk, Virginia (22.5 percent); San Diego, California (20 percent); Pascagoula, Mississippi (6.5 percent); Bath, Maine (6.5 percent); Mayport, Florida (6.5 percent); Pearl Harbor, Hawaii (5.5 percent); Everett, Washington (4 percent); Syracuse, New York (1 percent), and other locations totaling less than 1 percent (0.5), and is expected to be completed by November 2018. Fiscal 2011 and 2013 shipbuilding conversion (Navy); fiscal 2014 operations and maintenance (Navy); and fiscal 2012 and 2014 other procurement (Navy) funding, in the amount of $21,839,327 will be obligated at time of award. Contract funds in the amount of $6,485,936 will 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) - only one or limited number of sources and no other suppliers will satisfy the requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-14-C-5104).

Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $59,159,691 modification to a previously awarded contract (N00024-11-C-6410) to exercise an option for the production of MK54 Mod 0 Lightweight Torpedo (LWT) Kits, and related engineering and repair services for upgrade of U.S. Navy LWT. Although the MK54 Mod 0 LWT is primarily intended as an anti-submarine torpedo for littoral scenarios, its basic capabilities includes operation in both shallow and deep water acoustic environmental conditions, and exceeds MK46 anti-submarine warfare capabilities in deep-water scenarios. This modification involves purchases for the U.S. Navy and the governments of India, Turkey and Australia under the Foreign Military Sales program. Work will be performed in Keyport, Washington (60 percent), and Portsmouth, Rhode Island (40 percent), and is expected to be completed by January 2018. Fiscal 2012 and 2014 weapons procurement (Navy), and FMS funds, in the amount of $59,159,691 will be obligated at the time of award. Contract funds in the amount of $2,073,984 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Systems Corp., Herndon, Virginia, is being awarded a $34,774,652 indefinite-delivery/indefinite-quantity contract utilizing firm-fixed priced 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 Virginia Beach, Virginia (80 percent), and Huntsville, Alabama (20 percent), and is expected to be completed by August 2017. Subject to availability of funds, fiscal 2014 and 2017 other procurement (Navy), and fiscal 2015 and 2016 shipbuilding and conversion (Navy) contract funds, in the amount of $799,056 will be obligated at contract award and will not expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-14-D-3035).

Lockheed Martin Sippican, Inc., Marion, Massachusetts, is being awarded a $31,905,389 modification to a previously awarded contract (N00024-11-C-6404) for fixed-price-incentive, firm-fixed-price, cost-plus-fixed fee, cost-type option for the production of 108 MK48 Mod 7 Common Broadband Advanced Sonar System (CBASS) Functional Item Replacement (FIR) Kits, related engineering services to support CBASS FIR kits, CBASS FIR kit spares, and CBASS FIR kit warranty. The objective of the MK48 Mod 7 CBASS kit production program is to supply the U.S. Navy with functional item replacement upgrade kits consisting of a guidance and control box, broadband analog sonar receiver, preamplifier, cable assemblies, and guidance and control assembly materials. Work will be performed in Marion, Massachusetts (95 percent), and Syracuse, New York (5 percent), and is expected to be completed by November 2017. Fiscal 2012 and 2014 weapons procurement (Navy) funds in the amount of $31,905,389 will be obligated at the time of award. Contract funds in the amount of $1,540,688 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $12,789,893 modification to the previously awarded F-35 Lightning II Low Rate Initial Production (LRIP) Lot VI contract (N00019-11-C-0083). This modification provides for the procurement of F-35 Deployable Spares Package spares for the U.S. Air Force. Work will be performed in Owego, New York (21 percent); Orlando, Florida (20 percent); Nashua, New Hampshire (18 percent); United Kingdom (18 percent); Torrance, California (15 percent); Marion, Virginia (3 percent); Melbourne, Florida (3 percent); Endicott, New York (1 percent); Williston, Vermont (0.5 percent); and Duarte, California (0.5 percent). Work is expected to be completed in May 2017. Fiscal 2012 aircraft procurement (Air Force) funds in the amount of $12,789,893 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics, Electric Boat Corp., Groton, Connecticut, is being awarded a $8,990,973 cost-plus-fixed-fee contract for the ongoing acquisition of the weapons systems shipboard development, integration requirements, and shipboard engineering for refueling support for the United States and United Kingdom Trident II D5 missile program. The maximum dollar value, including the base period and two option years is $32,334,273. The work will be performed in Groton, Connecticut (21 percent); Norfolk, Virginia (20 percent); Silverdale, Washington (19 percent); Bremerton, Washington (18 percent); St. Marys, Georgia (16 percent); and Cape Canaveral, Florida (6 percent), with an expected completion date of Sept. 30, 2014. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $8,990,973 are being obligated at time of award and will expire at the end of the current fiscal year. This contract is a sole source acquisition negotiated under 10 U.S.C. 2304(c)(1). Strategic Systems Program, Washington, District of Columbia, is the contracting activity (N00030-14-C-0023).

The Boeing Co., St. Louis, Missouri, is being awarded a $6,948,500 modification to a cost-plus-incentive-fee delivery order issued previously against a Basic Ordering Agreement (N00019-11-G-0001). This modification provides for Phase C1 of the F/A-18 A-D Airframe Service Life Extension Program. The effort will include seven flight critical engineering change proposals for fracture and maintenance critical areas of the airframe. Work will be performed in St. Louis, Missouri (55 percent). and El Segundo, California (45 percent), and is expected to be completed in July 2015. Fiscal 2013 and 2014 aircraft procurement (Navy) contract funds in the amount of $6,948,500 will be obligated at the time of 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.

AIR FORCE

BAE Systems Information and Electronic Systems Integration, Nashua, New Hampshire, has been awarded a $74,000,000 indefinite-delivery/indefinite-quantity contract for F-16 Stores System Tester sustainment. The contractor will provide F-16 Stores System Tester spares, as well as engineering and software development and maintenance support. Work will be performed at Nashua, New Hampshire, and is expected to be completed by Oct. 14, 2020. This award is the result of a sole-source acquisition. It is anticipated that fiscal 2014 procurement, operations and maintenance; consolidated sustainment activity group non-expiring working capital; and foreign military sales funds will be issued via delivery orders against this contract in support of the requirement. FMS is approximately 33 percent of the contract. The first delivery order will be obligated at time of award for fiscal 2014 FMS funds for Taiwan in the amount of $6,753,382. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8251-14-D-0001).

ARCTEC Alaska Joint Venture, Joint-Base Elmendorf-Richardson, Alaska, has been awarded a $32,062,792 firm-fixed-price contract, plus one option year, for the operation and maintenance of 15 geographically separated long range radar sites, three remote radio sites, maintenance of the Regional Air Operations Center, and Maintenance Control and Communications Center within Alaska. Work will be performed at Joint Base Elmendorf-Richardson, Alaska, and at the 15 separate sites located throughout Alaska, and is expected to be completed by Sept. 30, 2027, if all 12 option years are exercised. This award is the result of a competitive acquisition and one offer was received. Operations and maintenance funds will be obligated subject to availability. 766 SCONS/OL AA, Joint-Base Elmendorf-Richardson, Alaska, is the contracting activity (FA5215-14-C-7007).

FlightSafety International, Flushing, New York, will be awarded a $27,471,325 firm-fixed-price requirements contract for Gulfstream Pilot/Flight Engineering Training services. This requirement is a recurring requirement within Headquarters Air Force Mobility Command/A3T. This contract will provide initial and refresher academic and simulator training, and a variety of technical courses for U.S. Air Force pilots and flight engineers operating the Air Force Gulfstream series aircraft. Work will be performed at Dallas, Texas; Savannah, Georgia; Wilmington, Delaware; and Long Beach, California, and is expected to be completed by Sept. 30, 2019. This award is the result of a competitive acquisition with no limit to the number of offers solicited; two offers were received. Fiscal 2015 operations and maintenance funds in the amount of $5,494,265 will be obligated for the base period, but no funds are being obligated at time of award. The 763 Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity (FA4452-14-D-0003).

ARMY

MedTrust LLC, San Antonio, Texas, was awarded a $20,746,039 modification (P00003) to contract W81K00-14-D-0014 for the extension of specialized nursing services. Work will be performed at the San Antonio Military Medical Center, Joint Base San Antonio-Fort Sam Houston, and Wilford Hall Ambulatory Surgical Center, Joint Base San Antonio-Lackland Air Force Base, Texas. Funding will be determined with each order. Estimated completion date is March 31, 2015. The Army Medical Command, Fort Sam Houston, Texas, is the contracting activity.

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $9,665,276 modification (P00545) to contract DAAA09-98-E-0006 to modernize infrastructure, Building G-4, Holston Army Ammunition Plant. Fiscal 2014 other procurement funds in the amount of $9,665,276 were obligated at the time of the award. Estimated completion date is Aug. 31, 2017. Work will be performed at the Holston Army Ammunition Plant, Kingsport, Tennessee. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Burleson Consulting Inc.,* Folsom, California, was awarded a $7,000,000 firm-fixed-price contract to restore the natural habitat and for habitat monitoring, at the former Fort Ord, California, with an estimated completion date of Aug. 19, 2019. Funding will be determined with each order. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-14-D-0010).

DEFENSE INFORMATION SYSTEMS AGENCY

Harris IT Services Corp., Herndon, Virginia was awarded a ceiling $450,000,000 indefinite-delivery/indefinite-quantity hybrid contract (firm-fixed-price, fixed-price-award-fee, cost-plus-fixed-fee and cost reimbursement contract line items) for services to provide engineering, maintenance, and program management support for the Crisis Management System. The IDIQ total cumulative ceiling value of the contract is $450,000,000 over the one-year base period and nine one-year option periods. There is no guarantee that the contract will be extended beyond the base one-year ordering period. Performance will be at various locations in the continental United States, with an estimated completion date of August 2015. Fiscal 2014 operations and maintenance funds in the amount of $5,412,872 will be obligated on the first task order at time of award. The original solicitation was issued as other than full and open competitive action pursuant to 10 U.S.C. 2304(c) (6) or 41 U.S.C. 3304(a) (6), and two proposals were received. The Defense Information Technology Contracting Organization-National Capital Region, Fort Meade, Maryland is the contracting activity (HC1047-14-D-4006).

*Small business