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 Some of the information contained within may be outdated and links may not function.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. 17, 2014

CONTRACTS


ARMY


Hellfire Systems LLC, Orlando, Florida, was awarded a $150,002,546 modification (P00133) to Foreign Military Sales contract W31P4Q-11-C-0242 (Australia, Iraq, Qatar, Saudi Arabia, Jordan, Indonesia, Egypt, Lebanon) to manufacture and deliver 2,109 Hellfire II missile models, air-to-ground missiles models AGM-114R, AGM-114R-3, AGM-114P4-A, training guided missile TGM M36E7, and air-training-missile ATM-114Q-6. Fiscal 2012, 2013, 2014 and 2015 other procurement funds in the amount of $150,002,546 were obligated at the time of the award. Estimated completion date is Nov. 30, 2016. Work will be performed in Orlando, Florida. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
 

DynCorp International LLC, Fort Worth, Texas, was awarded a $42,877,839 modification (P00062) to contract W58RGZ-13-C-0040 for Operation Enduring Freedom aviation maintenance support. Fiscal 2015 operations and maintenance (Army) funds in the amount of $42,877,839 were obligated at the time of the award. Estimated completion date is April 6, 2012. Work will be performed in Afghanistan. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.


State Licensing Agency, Missouri Department of Social Services, Jefferson City, Missouri, was awarded a $14,856,186 modification (0026) to contract W911S7-09-D-0029 for food service operations in troop dining facilities, Fort Leonard Wood, Missouri. Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,856,186 were obligated at the time of the award. Estimated completion date is June 15, 2015. Army Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity.


Hellfire Systems LLC, Orlando, Florida, was awarded a $10,594,605 modification (P00130) to contract W31P4Q-11-C-0242 for 123 Hellfire missiles, model AGM-114R. Fiscal 2014 and 2015 research, development, testing and evaluations funds in the amount of $10,594,605 were obligated at the time of the award. Estimated completion date is Nov. 30, 2016. Work will be performed at Orlando, Florida. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.


Oracle America Inc., Reston, Virginia, was awarded a $7,194,280 modification (P00056) to contract (N00024-01-C-6110) for Oracle PeopleSoft licenses and maintenance services. Fiscal 2015 research, development, test and evaluation funds in the amount of $4,846,186; and fiscal 2015 Operations and Maintenance, Army funds in the amount of $2,348,093 were obligated at the time of the award. Estimated completion date is Dec. 20, 2015. Work will be performed in Reston, Virginia. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.


CORRECTION: The contract announced yesterday to Lockheed Martin Missile and Fire Control included an incorrect contract number. The correct contract number is W58RGZ-11-C-0120.


AIR FORCE
 

Raytheon Co., Largo, Florida, has been awarded a not-to-exceed $344,335,000 firm-fixed-price requirements contract for the Command and Control Switching System. Contractor will provide logistics support for operational Command and Control Switching System to include contractor logistics suppport, spare parts replenishment, management of depot spares, technical manuals. It also includes a depot logistics support office, field logistics support offices, software support, engineering and technical services, system de-installation and re-installation for 100-200 platforms located worldwide. Work will be primarily performed at Largo, Florida, and is expected to be complete by Dec. 31, 2019. This contract involves foreign military sales to Canada. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8218-15-D-0001).
 

Matrix Research Inc., Dayton, Ohio, has been awarded a $40,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research and development. Contractor will conduct research and development, and perform modeling, analysis, simulation, development, fabrication, characterization, testing, evaluation, demonstration and conceptualization of radio frequency and electro-optical subsystem, component, device and material technologies for air and space sensor applications. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Dec. 17, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal 2014 research and development funds in the amount of $125,000 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-1746).


The Boeing Co., Seattle, Washington, has been awarded a $34,923,512 modification (P00057) to exercise an option to previously awarded contract FA8625-11-C-6600 for KC-46 interim contractor support. Work will be performed at Seattle, Washington, and is expected to be complete by Dec. 17, 2015. This award is the result of a competitive acquisition. Fiscal 2015 procurement funds in the amount of $34,923,512 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.


Bell Contracting Inc, Midwest City, Oklahoma, has been awarded a $7,616,256 firm-fixed-price contract to repair the northwest end of the keel and non-keel sections of Runway 13/31. Contractor will furnish all plant, labor, equipment, instruments, materials, transportation, and incidentals required to widen the concrete keel of Runway 13/31 to full depth. They will also install a subgrade drainage system, conduct joint replacement of the existing concrete keel and new pavement markings from the runway horn to northwest end. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be complete by June 16, 2015. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 operations and maintenance funds in the amount of $7,616,256 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8101-15-C-0002).


NAVY
 

BTL Technologies Inc.,* San Antonio, Texas (N62645-15-D-5008); Donald L. Mooney Enterprises LLC, doing business as Nurses Etc. Staffing,* San Antonio, Texas (N62645-15-D-5012); Loyal Source Government Services LLC,* Orlando, Florida (N62645-15-D-5009); Magnum Opus Technologies Inc.,* San Antonio, Texas (N62645-15-D-5011); Matrix Providers Inc.,* Denver, Colorado (N62645-15-D-5010); and Vesa Health & Technology Inc.,* San Antonio, Texas (N62645-15-D-5013), are each being awarded a 30-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award-task-order contract for various ancillary services to include allied health, technician, technologist, and assistant labor bands at military treatment facilities in the Northeastern Region of the United States. The aggregate not-to-exceed amount for these multiple award contracts combined is $193,605,129.45 and the companies will have the opportunity to bid on each individual task order. Work will be performed in 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, 2017. Fiscal 2015 Defense Health Program funds in the amount of $21,748,092 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 small disabled veteran-owned small business set-aside; 23 offers were received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.
 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $34,893,266 modification to a previously awarded cost-plus-fixed-fee contract (N00019-15-C-0031) for modification management of deployable spares packages for F-35 Lightening II Low Rate Initial Production Lot VI aircraft. In addition, this contract provides for unit level augmentation and delivery of technical, administrative, and associated financial data. This modification combines purchases for the U.S. Air Force ($15,954,729; 46 percent); the U.S. Marine Corps ($13,712,801; 39 percent); the U.S. Navy ($2,985,661; 8.6 percent) and the international partners ($2,240,075; 6.4 percent). Work will be performed in Fort Worth, Texas (50 percent); Ogden, Utah (16 percent), Burton, South Carolina (13 percent), Yuma, Arizona (5 percent); Havelock, North Carolina (5 percent); Rosamond, California (4 percent); Valparaiso, Florida (4 percent); Glendale, Arizona (2 percent); and Las Vegas, Nevada (1 percent), and is expected to be completed in March 2016. Fiscal 2014 aircraft procurement (Air Force) and 2015 aircraft procurement (Marine Corps, and Navy) and international partner funds in the amount of $34,893,266 will be obligated at time of award, none of which will expire at the end of the current year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.


BAE Systems Information and Electronic Systems Integration Inc., Greenlawn, New York, is being awarded $17,614,196 for delivery order 0002 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-14-D-0025) in support of the Mode 5 Capable RT-1763C/APX-111(V) Combined Interrogator Transponder. This order provides for the procurement of engineering analysis, design and development efforts to address pulse top ripple and obsolescence issues. Work will be performed in Greenlawn, New York, and is expected to be completed in December 2017. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $17,614,196 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.


DEFENSE LOGISTICS AGENCY
 

Y. Hata & Co., Ltd.,* Honolulu, Hawaii, has been awarded two contracts against solicitation SPE300-14-R-0027 for a maximum $201,000,000 (SPE300-15-D-3130) and $141,000,000 (SPE300-15-D-3129) for prime-vendor full-line food distribution in Hawaii. These are fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contracts. These contracts were competitive acquisitions with four offers received for each. These are five-year base contracts with no option year periods. Location of performance is Hawaii with a Dec. 16, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
 

Utilis USA,** Fort Walton Beach, Florida, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery contract for commercial shelters. This contract was a competitive acquisition and 20 offers were received. This is a one-year base contract with three one-year option periods. Location of performance is Florida with a Dec. 16, 2015, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1018).


Power Paragon Inc., Anaheim, California, has been awarded a maximum $23,845,101 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for power transfer switching units. This contract was a competitive acquisition and two offers were received. This is a one-year base contract with four one-year option periods. Location of performance is California with a Dec. 16, 2015, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-15-D-Y001).


Wegmann USA Inc., Lynchburg, Virginia, has been awarded a maximum $8,519,817 firm-fixed-price, undefinitized contract for ammunition stowage racks. This contract was a sole-source acquisition. This is an 11-month contract. Location of performance is Virginia with a Nov. 16, 2015, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7L3-15-C-0024). (Awarded Dec. 16, 2014)


Wegmann USA Inc., Lynchburg, Virginia, has been awarded a maximum $8,050,882 firm-fixed-price, undefinitized contract for ammunition stowage racks. This contract was a sole-source acquisition. This is an 11-month contract. Location of performance is Virginia with a Nov. 16, 2015, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7L3-15-C-0029). (Awarded Dec. 16, 2014)


CORRECTION: The contract announced on Nov. 25, 3014 for Sysco Hampton Roads, Suffolk, Virginia (SPE300-15-D-3119) for $238,000,000 was announced with an incorrect award date. The correct award date is Dec. 17, 2014.


*Small business
**Small, in HubZone business