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 Some of the information contained within may be outdated and links may not function.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. 12, 2014

CONTRACTS
 

NAVY
 

Lockheed Martin Corp., Mission Systems and Training, Baltimore, Maryland, is being awarded a $235,329,189 firm-fixed-price contract for MK 41 Vertical Launching System (VLS) electronic and mechanical modules and related equipment. The MK 41 VLS provides a missile launching system for CG 47 and DDG 51 class surface combatants, surface combatants of allied navies, and Aegis Ashore requirements for the Missile Defense Agency’s Ground Ballistic Missile Defense Program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $356,794,617. This contract combines purchases for the U.S. Navy (69.5 percent) and the governments of Saudi Arabia (26.3 percent) and Norway (4.2 percent) under the Foreign Military Sales Program. Work will be performed in Baltimore, Maryland (95.1 percent); Orlando, Florida (4 percent); and Clearwater, Florida (0.9 percent), and is expected to be completed by March 2022. Fiscal 2013 and 2014 shipbuilding and conversion (Navy); fiscal 2014 Defense-wide procurement funds; fiscal 2014 other procurement (Navy); and fiscal 2014 research, development, test and evaluation funding in the amount of $235,329,189 will be obligated at time of award. Funds in the amount of $240,287 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities websites, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-5332).
 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $169,335,580 modification to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0004) to provide Depot Phase I-IV services to support Low Rate Initial Production Lot VII F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Air Force, Marine Corps, Navy and international partners. Work will be performed in East Aurora, New York (24 percent); Fort Worth, Texas (20 percent); Nashua, New Hampshire (17.4 percent); Torrance, California (9 percent); Samlesbury, United Kingdom (6.5 percent); Irvine, California (6.2 percent); Cheltenham, United Kingdom (3.7 percent); North Amityville, New York (3.7 percent); Palmdale, California (3.6 percent); Cedar Rapids, Iowa (3.4 percent); Orlando, Florida (1.7 percent); and Grand Rapids, Michigan (0.8 percent), and is expected to be completed in June 2018. Fiscal 2013 aircraft procurement funds (Air Force, Marine Corps, and Navy) and international partner funds in the amount of $169,335,580 will be obligated at time of award, of which $159,476,476 will expire this fiscal year. This contract combines purchases for the U.S. Air Force ($79,738,238; 47 percent), the U.S. Navy ($55,471,472; 33 percent); U.S. Marine Corps ($24,266,766; 14 percent); and international partners ($9,859,104; 6 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
 

The Boeing Co., Seattle, Washington, is being awarded a $67,812,302 modification to a previously awarded cost-plus-fixed-fee contract (N00019-04-C-3146) for integration of capabilities and training system upgrades for the P-8A Poseidon aircraft. These capabilities include high altitude anti-submarine warfare weapon capability, high altitude anti-submarine warfare sensor capability, and Link-16 network enabled weapon capability. Work will be performed in Seattle, Washington (64 percent); St. Louis, Missouri (23 percent); and Patuxent River, Maryland (13 percent), and is expected to be completed in December 2017. Fiscal 2015 research, development, testing and evaluation (Navy) and international partner funds in the amount of $26,002,829 are being 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.
 

Northrop Grumman Systems Corp., Bethpage, New York, is being awarded a $21,619,028 modification under previously awarded contract (N00024-06-C-6311) to provide two mission modules and support containers for mission packages that will deploy from and integrate with the Littoral Combat Ship (LCS). The Navy’s plan is to use continuous evaluation of system maturity through a disciplined system engineering framework to improve mission capability in identified mission areas. LCS mission packages will be optimized for flexibility in the littorals. Mission package capabilities are currently focused on primary mission areas of mine warfare emphasizing mine countermeasures, littoral anti-submarine warfare, and littoral surface warfare operations, including prosecution of small boats. Work will be performed in Portsmouth, Virginia (44 percent); Huntsville, Alabama (31 percent); Bethpage, New York (22 percent); Hollywood, Maryland (2 percent); and Manchester, New Hampshire (1 percent) and is expected to be completed by July 2016. Fiscal 2014 other procurement, (Navy) funding in the amount of $21,619,028 will be obligated at the 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.
 

BAE Systems San Francisco Ship Repair, San Francisco, California, is being awarded a $15,232,513 firm-fixed-price contract for a 60-calendar day shipyard availability for the regular overhaul and dry docking of USNS Matthew Perry (T-AKE 9). Work will include: clean and gas free tanks, voids, cofferdams, and spaces; deck non-skid renewal; ballast tank preservation; cylinder head and liner overhaul; main engine overhaul; HVAC support; degaussing system repairs; annual lifeboat certification; galley ventilation system cleaning; docking and undocking; propeller system maintenance, and boss cap replacement; bow thruster maintenance; overhauling sea valves; and underwater hull cleaning and painting. The contract includes options which, if exercised, would bring the total contract value to $15,291,720. Work will be performed in San Francisco, California, and is expected to be completed by March 15, 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $15,232,513 are being obligated at the time of award. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via proposals solicited through the Federal Business Opportunities website, with two offers received. The U. S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-15-C-3008).
 

American Systems Corp., Chantilly, Virginia, is being awarded a $15,011,341 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-11-D-0030) to exercise an option for technical and engineering services in support of the Naval Air Systems Command’s Air Vehicle Engineering Department and the Manned Flight Simulator/Air Combat Environment Test and Evaluation Facilities. Services to be provided support the development and utilization of advanced air vehicle technology for evaluating air vehicle flying qualities and controllability, developing simulation software, and building prototype simulations. Work will be performed in Patuxent River, Maryland, and is expected to be completed in December 2015. Funds will not be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.


Progeny Systems Corp., Manassas, Virginia, is being awarded a $7,638,109 cost-plus-fixed fee option to previously awarded contract (N00024-14-C-6294) for the procurement of engineering and technical services associated with Small Business Innovation Research (SBIR) Phase III Topic Number N96-278 - Technology Infusion Methodology for Commercial Off-The-Shelf-Based Systems, and Topic N98-115 - Commercial Off-The-Shelf Approach to Information Security. This contract combines purchases for the U.S. Navy (40 percent) and the government of the United Kingdom (60 percent) under the Foreign Military Sales (FMS) program. Work will be performed in Manassas, Virginia, and is expected to complete by December 2018. FMS funds; fiscal 2015 research, development, test and evaluation; fiscal 2015 operations and maintenance (Navy); fiscal 2014 other procurement (Navy); and fiscal 2012 shipbuilding and conversion (Navy) contract funds in the amount of $970,417 will be obligated at time of award. Contract funds in the amount of $77,633 will expire at the end of the current fiscal year. The Naval Sea System Command, Washington, District of Columbia, is the contracting activity.


AIR FORCE
 

Infoscitex Corp., Waltham, Massachusetts, has been awarded a not to exceed $98,000,000 indefinite-delivery/indefinite-quantity contract for aerospace systems technologies and simulation based research and development capabilities. Contractor will provide aerospace systems technology development focused on technology research areas, which include, but are not limited to, flight control laws, automation, autonomy, cooperative control and vehicle integrity management. Simulation-based research and development capabilities will be focused on constructive simulation, virtual simulation, hardware-in-the-loop simulation, flight test, multidisciplinary design activities, and application of related tools/techniques needed to develop, evaluate, analyze and mature aerospace systems technologies and/or systems capabilities. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by June 14, 2021. This award is the result of a competitive acquisition with two offers received. Fiscal year 2014 research, development, test and evaluation funds in the amount of $288,308 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-2516).


ARMY
 

IBM Corp., Bethesda, Maryland, was awarded a $60,424,975 modification (CC0169) to contract (W91QUZ-06-D-0010) to increase the not-to-exceed labor hours and dollars and contract ceiling for information technology services for the Computer Hardware Enterprise Software and Solutions contract which is the Army preferred website and source for the procurement of information technology services and products. Fiscal 2014 ‘Operations and Maintenance, Army’ funds in the amount of $370,000 were obligated at the time of the award. Estimated completion date is Nov. 30, 2015. Work will be performed at Redstone Arsenal, Alabama. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
 

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $32,329,430 modification (P00003) to contract (W56HZV-14-C-0094) to exercise options for the upgrade and reset of 300 Mine Resistant Ambush Protected (MRAP) All Terrain Vehicles (M-ATV). Fiscal 2015 ‘Operations and Maintenance, Army’ funds in the amount of $28,653,524; and fiscal 2014 ‘Other Procurement, Army’ funds in the amount of $3,675,907 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. Work will be performed at Oshkosh, Wisconsin. Army Contracting Command, Tank and Automotive, Warren, Michigan, is the contracting activity.
 

Integri LLC, Tampa, Florida, was awarded a $22,522,012 firm-fixed-price contract to support the mission of the Naval Air Systems Command 6.8 corporate business office. The program provides systems engineering and technical assistance support services to Department of Defense customers, including, but not limited to, Air Systems Command 6.0 and Fleet Readiness Center Naval Air Systems Command depot maintenance systems. Work location and funding will be determined with each order with an estimated completion date of Jan. 15, 2018. Bids were solicited via the Internet with 3 received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0007).


Mahaffey Tent and Awning Co. Inc, Memphis, Tennessee, was awarded an $18,013,964 modification (P00012) to contract (W9124J-11-D-0006) to exercise the final option for services providing life support services and equipment (generators, tentage, light sets, hand-wash stations, shower trailer, etc.) to support rotation training units in meeting their training requirements at the Joint Readiness Training Center, and tenant unit training events at Fort Polk, Louisiana. Funding and work locations will be determined with each order. Estimated completion date is Dec. 14, 2015. Army Contracting Command, Fort Polk, Louisiana, is the contracting activity.


Entergy Arkansas Inc, Little Rock, Arkansas, was awarded a $9,667,141 firm-fixed-price contract for a sole source requirement to construct a distribution line, a distribution metering point for step-down transformers, and increase capacity at DeWitt substation by adding a 12/16/20 MVA step-up transformer to supply power to the U.S. Army Corps of Engineers, Memphis District for Little Bayou Meto Pump Station. Work will be performed in Reydell, Arkansas, with an estimated completion date of Sept. 30, 2016. Bids were solicited via the Internet with one received. Fiscal 2015 ‘Other’ funds in the amount of $9,667,141 are being obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-15-F-0007).


DEFENSE INFORMATION SYSTEMS AGENCY
 

Fox RPM Corp., Washington, District of Columbia, was awarded a maximum $45,191,280 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for furniture, fixtures, and equipment and related services support. The period of performance consists of a one-year base period and four one-year option periods. Work will be performed at Defense Information Systems Agency locations worldwide with an expected completion date of Dec. 14, 2015. Fiscal 2015 operations and maintenance funds in the amount of $94,000 are being obligated on the first task order 0001. Proposals were solicited via the Federal Business Opportunities website, and three proposals were received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-15-D-0001).


DEFENSE LOGISTICS AGENCY
 

Sysco Hampton Roads, Suffolk, Virginia, has been awarded a maximum $17,500,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract is a 51-day bridge contract. Location of performance is Virginia with a Jan. 31, 2015, performance completion date. Using military services are Navy and Air Force. 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-3126).
 

Y. Hata & Co., Ltd.*, Honolulu, Hawaii, has been awarded a maximum $12,296,477 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract is a fifty-six day bridge contract. Location of performance is Hawaii and surrounding area with a Feb. 9, 2015 performance completion date. Using military services are Army, Navy, Marine Corps, Air Force and other federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-4007).


Y. Hata & Co., Ltd.*, Honolulu, Hawaii, has been awarded a maximum $6,778,151 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract is a fifty-six day bridge contract. Location of performance is Hawaii and surrounding area with an April 13, 2015 performance completion date. Using military services are Army, Navy, Marine Corps, Air Force and other federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-4006).


*Small Business