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 Some of the information contained within may be outdated and links may not function.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 Dec. 5, 2014

CONTRACTS

DEFENSE LOGISTICS AGENCY

U.S. Foods Inc., La Mirada, California, has been awarded a maximum $245,716,983 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor subsistence support. This contract was a competitive acquisition, and five offers were received. This is a 26-month base contract with one 24-month option period. Location of performance is California, with a Feb. 2, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. 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-3127).

U.S. Foods Inc., La Mirada, California, has been awarded a maximum $23,750,000 fixed-price with economic-price-adjustment bridge contract for prime vendor subsistence support. This contract was a competitive acquisition, and two offers were received. Location of performance is California, with a Feb. 7, 2015, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. 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-3124).

ARMY

Great Lakes Dredge and Dock, Co., LLC, Oak Brook, Illinois, was awarded a $128,169,974 firm-fixed-price contract, with options, for beachfill and completion of initial construction, from Barnegat Inlet to Little Egg Inlet, Long Beach Island, New Jersey, with an estimated completion date of Aug. 11, 2017.  Bids were solicited via the Internet, with three received.  Fiscal 2014 operations and maintenance (Army) funds in the amount of $128,169,974 are being obligated at the time of the award.  U.S. Army Corps of Engineers, Philadelphia District, Philadelphia, Pennsylvania, is the contracting activity (W912BU-15-C-0007).

SGS, LLC, Oklahoma City, Oklahoma, was awarded a $32,968,419 firm-fixed-price contract to construct an unmanned aerial vehicle (UAV) launch and recovery complex.  Work will be performed at Fort Bliss, Texas, with an estimated completion date of April 15, 2016.  Bids were solicited via the Internet, with nine received.  Fiscal 2015 military construction funds in the amount of $32,968,419 are being obligated at the time of the award.  U.S. Army Corps of Engineers, Fort Worth District, Fort Worth, Texas, is the contracting activity (W9126G-15-C-0005).

Speegle Construction, Inc.,* Niceville, Florida, was awarded a $7,740,000 firm-fixed-price contract, with options, to construct a satellite dining facility. Work will be performed at Cannon Air Force Base, New Mexico, with an estimated completion date of May 8, 2016.  Bids were solicited via the Internet, with seven received.  Fiscal 2011, 2014 and 2015 military construction funds in the amount of $7,740,000 are being obligated at the time of the award.  U.S. Army Corps of Engineers, Albuquerque District, Albuquerque, New Mexico, is the contracting activity (W912PP-15-C-0001).

NAVY

BTL Technologies, Inc.,* San Antonio, Texas (N62645-15-D-5001); Loyal Source Government Services, LLC,* Orlando, Florida (N62645-15-D-5003); MD Consulting, LLC,* Waldorf, Maryland (N62645-15-D-5004); Vysnova Partners,* Frederick, Maryland (N62645-15-D-5005); Washington Harris Group, Inc.,* Greenbelt, Maryland (N62645-15-D-5006); and Wisestaff, LLC,* Houston, Texas (N62645-15-D-5007),  are each being awarded a 42-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for various physician services to include a few Allied Health labor categories at military treatment facilities in the Northeast Region of the United States.  The aggregate not-to-exceed amount for these multiple award contracts combined is $96,732,599 and the companies will have the opportunity to bid on each individual task order.   Work will be performed in the Naval Medical Center Portsmouth, Virginia (86 percent); Naval Health Clinic Annapolis, Maryland (2 percent); Naval Health Clinic Great Lakes, Illinois (2 percent); Naval Health Clinic Newport, Rhode Island (1 percent); Naval Health Clinic Patuxent River, Maryland (1 percent); Naval Health Clinic Quantico, Virginia (4 percent); Naval Branch Health Clinic Groton, Connecticut (1 percent); Naval Branch Health Clinic Portsmouth, New Hampshire (1 percent); Naval Branch Health Clinic Saratoga Springs, New York (1 percent); and any associated branch clinics in the Northeast Region of the United States (1 percent).  Work performed under these contracts is expected to be completed Sept. 30, 2018.  Fiscal 2015 Defense Health Program funds in the amount of $7,195,193 will be obligated at the time of award under initial task orders, and the funds will expire at the end of the fiscal year.  Funding is predominantly from the Defense Health Program; however, other funding initiatives such as psychological health/traumatic brain injury; overseas contingency operations; and wounded, ill, and injured may be used.  These are all one-year funding types.  These contracts were solicited via a multiple award electronic request for proposals as a 100 percent service-disabled veteran-owned small business set-aside; 27 offers were received.  The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

Carolina Growler, Inc.,* Star, North Carolina, is being awarded a maximum $37,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure 179 Marine Corps tactical weld shops.  Work will be performed in Star, North Carolina, and is expected to be completed by November 2019.  Fiscal 2014 procurement (Marine Corps) funds in the amount of $2,177,968 will be obligated under an initial delivery order at the time of award.  Funds will not expire at the end of the current fiscal year.  This contract was competitively procured as a 100 percent small business set aside via Federal Business Opportunities, with 10 proposals received.  The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-15-D-5040). 

Sonatech Inc., doing business as Channel Technologies Group, Santa Barbara, California, is being awarded a $34,384,013 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of TR-343 sonar transducer ship sets.  The TR-343 transducer is part of the AN/SQS-53 hull mounted sonar array assembly which is a component of AN/SQQ-89(V) acoustic sonar weapons system. The AN/SQQ-89(V) is a fully integrated surface ship undersea warfare combat system with the capability to search, detect, classify, localize, and attack submarine targets.  The contract will provide fabrication, assembly, inspection, test and delivery of TR-343 sonar transducer ship sets.  The contract will support the new construction of DDG Arleigh Burke class Navy destroyer ships.  This contract combines purchases for the U.S. Navy (85 percent) and the government of Japan (15 percent). Work will be performed in Santa Barbara, California, and is expected to be completed by December 2019.  Fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $2,122,489 will be obligated at the time of 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 two offers received.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-15-D-GP71).

Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $12,000,000 modification to a previously awarded contract (N00024-10-C-5126) to provide additional hours for non-recurring engineering in support of the DDG 1000 program.  Work will be performed in Portsmouth, Rhode Island (80 percent), and Bath, Maine (20 percent), and is expected to be completed by January 2016.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $12,000,000 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.

General Dynamics Bath Iron Works, Bath, Maine, is being awarded an $8,019,628 modification to a previously awarded contract (N00024-11-C-2306) for material and labor to repair, modify and complete work on the DDG 1001 deckhouse.  Work will be performed in Bath, Maine, and is expected to be completed by January 2017.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $8,019,628 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $7,223,685 firm-fixed-price delivery order under previously awarded Basic Ordering Agreement (N00024-12-G-5123) for the procurement of diminishing manufacturing sources spares for Aegis modernization and new construction requirements.  Work will be performed in Moorestown, New Jersey, and is expected to be completed by June 2015.  Fiscal 2013 and 2014 other procurement (Navy) funds and fiscal 2011 shipbuilding and conversion (Navy) funding in the amount of $7,223,685 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.

AIR FORCE

Boeing Co., Seattle, Washington, has been awarded a $78,724,734 delivery order (0384) on previously awarded contract F33657-01-D-0013 for C-32 and C-40 aircraft fleet support. Work will be performed at Oklahoma City, Oklahoma, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount of $78,724,734 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $23,349,751 cost-plus-fixed-fee modification (P00057) to previously awarded contract FA8811-10-C-0006 for systems engineering and integration support to the Launch and Test Range System. Work will be performed at Los Angeles Air Force Base, California, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 other procurement funds and research and development funds in the amount of $3,719,000 are being obligated at the time of award. Range and Network Division, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

The Boeing Co., Seal Beach, California, has been awarded a $12,941,460 modification (P00078) to exercise the option on previously awarded contract FA8819-08-C-0006 to continue logistics support, special studies, and local area network sustainment. Contractor will conduct maintenance and operations services for the development and delivery of the logistics infrastructure for the Space-Based Space Surveillance Block 10 System. Work will be performed at Seal Beach, California, and is expected to be completed by June 20, 2015. Fiscal 2015 operations and maintenance funds in the amount of $3,322,548 are being obligated at the time of award. Space and Missile Systems Center, Space Superiority Systems Directorate, Los Angeles Air Force Base, California, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Koniag Information Security Services, LLC*, Chantilly, Virginia, has been awarded a ceiling $6,767,577 modification (P00005) exercising the first option period on a one-year base contract (HR0011-14-C-0048), with four one-year option periods for contractor support services for the Defense Advanced Research Projects Agency Security and Intelligence Directorate (SID). The modification brings the total cumulative face value of the contract to $13,481,154 from $6,713,577. Work will be performed at DARPA Headquarters in Arlington, Virginia, with an expected completion date of Dec. 31, 2015. Fiscal 2014 research, development, test and evaluation funds in the amount of $3,327,343 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small business