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 Some of the information contained within may be outdated and links may not function.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. 11, 2014

CONTRACTS
 

WASHINGTON HEADQUARTERS SERVICES
 

American Technology Solutions International Corp., Fredericksburg, Virginia (HQ0034-15-D-0011); Artlin Consulting LLC, Fairfax, Virginia (HQ0034-15-D-0012); IPT Associates LLC, Billerica, Massachusetts (HQ0034-15-D-0013); Booz Allen Hamilton, McLean, Virginia (HQ0034-15-D-0014); CACI Enterprise Solutions, Chantilly, Virginia (HQ0034-15-D-0015); Logistics Management Institute, McLean, Virginia (HQ0034-15-D-0016); Modern Technology Solutions Inc., Alexandria, Virginia (HQ0034-15-D-0017); and Systems Planning and Analysis Inc., Alexandria, Virginia (HQ0034-15-D-0018), are each being awarded a fixed-price, cost-reimbursement, indefinite-delivery/indefinite-quantity contract to provide professional and executive-level mission support services, technical support, technical studies, and research and development projects. The aggregate not-to-exceed amount for this contract is $300,000,000. The eight companies will have the opportunity to bid on each individual task order as they are issued. Performance location will be determined with each order and the expected completion date is Dec. 14, 2019. Fiscal 2015 research, development, test, and evaluation funds in the amount of $40,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with 38 proposals received. Washington Headquarters Services is the contracting activity.
 

NAVY
 

DynCorp International LLC, Fort Worth, Texas, is being awarded a $44,530,685 indefinite-delivery/indefinite-quantity contract for organizational, selected intermediate, and limited depot level maintenance and logistics services for aircraft assigned to the Naval Strike and Air Warfare Center, Fallon, Nevada. Services will be provided in support of 20 F/A-18A-F; three EA-18G, five MH-60S, 14 F-16A/B; and two E-2 C aircraft. Work will be performed at the Naval Air Station, Fallon, Nevada, and is expected to be completed in January 2016. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $5,407,500 will be obligated at time of award, all of which will expire at the end of the current year. This contract was competitively procured via an electronic request for proposals; nine offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0001).
 

Booz Allen Hamilton Inc., McLean, Virginia (N00189-15-D-Z010); Serco Inc., Reston, Virginia (N00189-15-D-Z011); Systems Planning & Analysis Inc., Alexandria, Virginia (N00189-15-D-Z012); Whitney, Bradley & Brown, Reston, Virginia (N00189-15-D-Z013); and CACI Inc., Chantilly, Virginia (N00189-15-D-Z014), are being awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders for Deputy Chief of Naval Operations, (Manpower, Personnel, Training & Education) to provide professional, technical, and administrative support services. The total estimated value for the five contracts combined is $40,716,029. These five contractors shall compete for task orders under the terms and conditions of the awarded contracts. Work will be performed in Arlington, Virginia (95 percent) and Millington, Tennessee (5 percent). The work is expected to be completed by Dec. 10, 2018. Fiscal 2015 operations and maintenance (Navy) funds in the amount $200,000 will be obligated at the time of award -- $40,000 for each of the five contracts at the time of award and these funds will expire at the end of the current fiscal year. The requirement was competitively procured through full and open competition and solicited through the Federal Business Opportunities website, with seven offers received in response to this solicitation. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.
 

Raytheon Co., Integrated Defense Systems, San Diego, California, is being awarded a $38,498,028 modification to previously awarded contract (N00024-14-C-5128) to exercise an option for continuing Platform Systems Engineering Agent support of the Ship Self Defense System (SSDS) MK 2 development of CVN/Amphibious Modernization Advanced Capability Build 12/Technical Insertion 12 (ACB12/TI12). Work to be performed includes the achievement of key milestones for non-recurring platform systems engineering. Work to be performed also encompasses maintenance of and improvement to fielded baselines, support to ongoing test and evaluation events, support for changes to accommodate other platform types as well as conduct of or support of progress reviews to include Interim Progress Reviews, Integrated Combat System Reviews and SSDS Element Focus Reviews. Work will be performed in San Diego, California (90 percent); Tewksbury, Massachusetts (2.5 percent); Portsmouth, Rhode Island (2.5 percent); St. Petersburg, Florida (2.5 percent); and Tucson, Arizona (2.5 percent), and is expected to be completed by December 2015. Fiscal 2014 shipbuilding and conversion (Navy); fiscal 2015 operations and maintenance (Navy); and fiscal 2015 research, development, test and evaluation funding in the amount of $3,473,123 will be obligated at time of award. Contract funds in the amount of $40,105 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
 

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $31,264,447 for cost-plus-fixed-fee, cost-reimbursable delivery order 0067 against a previously issued basic ordering agreement (N00019-12-G-0006). This order provides for on-site flight test management, flight test engineering, design engineering, and related efforts for the Naval Rotary Wing Aircraft Test Squadron in support of the V-22 aircraft. Work will be performed at the Naval Air Station, Patuxent River, Maryland (53 percent); Philadelphia, Pennsylvania (32 percent); and Fort Worth, Texas (15 percent), and is expected to be completed in December 2015. Fiscal 2015 aircraft procurement (Navy) and fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $31,264,447 will be obligated at 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.
 

Tactical Lighting Systems Inc.,* Addison, Illinois, is being awarded a $24,515,000 cost-plus-incentive-fee contract for the procurement of a Sustainment Lighting System that will support launch and recovery operations at expeditionary airfields. This procurement includes the engineering and manufacturing development portion and a quantity of two vertical takeoff and landing modules and two runway modules. Work will be performed at Addison, Illinois, and is expected to be completed in December 2019. Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $2,500,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; five offers were received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-C-0083).

 

Bath Iron Works, Bath, Maine, is being awarded a $21,192,127 modification to previously awarded contract (N00024-12-C-2313) to exercise options for DDG 51-class lead yard services. This work will provide class engineering and design services including technical assistance to the follow shipbuilders in the interpretation and application of the detailed design developed by Bath Iron Works, the lead yard contractor. Lead yard services include: liaison for follow ship construction, general class services, class logistics services, class design contractor services, class changes design services for follow ships, noise, shock, and vibration program, and special studies. Work will be performed in Brunswick, Maine (69 percent); Bath, Maine (28 percent); Washington, District of Columbia (2 percent); and Pascagoula, Mississippi (1 percent), and is expected to be completed by December 2015. Fiscal 2011 and 2012 shipbuilding and conversion (Navy) contract funds in the amount of $21,192,127 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.
 

Woodcrest Ace Hardware Inc., Riverside, California, is being awarded $14,000,000 for modification P00002 under a previously awarded fixed-price requirements contract (M00681-13-D-0003) to exercise an option for the consignment of industrial supplies for the Consolidated Material Service Center. This modification increases the value of the basic contract for a new total value of $42,000,000. Work will be performed in Camp Pendleton, California, and work is expected to be completed Dec. 31, 2015. No contract funds are being obligated at the time of award. No funds will expire at the end of the current fiscal year. Regional Contracting Office-Marine Corps Installation West, MCB, Camp Pendleton, California, is the contracting activity.


ARMY
 

Raytheon IDS, Andover, Massachusetts, was awarded a $30,192,917 modification (P00006) to a Foreign Military Sales contract (W31P4Q-14-C-0093) to procure engineering services for calendar year 2014 for the Phased Array Tracking Radar Intercept on Target (PATRIOT) system. Fiscal 2014 research, development, test and evaluation funds in the amount of $1,394,897; fiscal 2014 ‘other’ funds in the amount of $10,411,874; fiscal 2014 ‘other’ funds in the amount of $15,878,825; fiscal 2015 research, development, test and evaluation funds in the amount of $1,098,815; and fiscal 2015 ‘other’ funds in the amount of $1,408,506, were obligated at the time of the award. Estimated completion date is Jan. 31, 2016. Work will be performed in Germany, Israel, Japan, Saudi Arabia, Kuwait, Netherlands, Spain, Taiwan, United Arab Emirates, and the Republic of Korea. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
 

Reliable Contracting Group LLC,* Louisville, Kentucky, was awarded a $8,417,693 firm-fixed-price contract with options for replacing the fuel pipeline at Tyndall Air Force Base, Florida, with an estimated completion date of March 21, 2014. Bids were solicited via the Internet with five received. Fiscal 2014 military construction funds in the amount of $8,417,693 are being obligated at the time of the award. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-15-C-0005).


DEFENSE LOGISTICS AGENCY
 

Barr Laboratories Inc., North Wales, Pennsylvania, has been awarded a maximum $29,299,919 firm-fixed-price contract for supply of Adenovirus vaccine type four and type seven. This contract was a sole-source acquisition. This is a one-year base contract with four one-year option periods. Locations of performance are Pennsylvania and Virginia with a Dec. 31, 2015, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPM2DP-15-D-0001).
 

*Small business