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 Some of the information contained within may be outdated and links may not function.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 Jan. 27, 2015

CONTRACTS
 

DEFENSE INFORMATION SYSTEMS AGENCY
 

NCR Government Systems LLC, Germantown, Maryland, was awarded a maximum $256,005,000 competitive, single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for an Enterprise Business Solution, the modernization of the Defense Commissary Agency's (DeCA) resale business operations. The period of performance consists of a five-year base period with five one-year option periods for a total contract life cycle of 10 years. The period of performance for the base period is Jan. 29, 2015 to Jan. 28, 2020, and each option year follows consecutively through Jan. 28, 2025. The total value of delivery order 0001 is $20,459,408, funded by Defense Working Capital funds for a period of Jan. 29, 2015 to Jan. 28, 2016. Work will be performed at DeCA locations worldwide. Proposals were solicited via the Federal Business Opportunities website, and four proposals were received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-15-D-0004).
 

DEFENSE LOGISTICS AGENCY
 

Reinhart Foodservices, Bowling Green, Kentucky, has been awarded a maximum $37,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime-vendor food and beverage support in the Kentucky, and Tennessee regions. This contract was a competitive acquisition, and two offers were received. This contract has a two-year base with one one-year option and one two-year option periods. The locations of performance are Kentucky and Tennessee, with a Jan. 28, 2017 performance completion date. The using military services are Army, Air Force, and Air National Guard. The 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-3132).
 

Sysco Louisville Inc., Louisville, Kentucky, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime-vendor food and beverage support in the Kentucky, West Virginia, and Ohio regions. This contract was a competitive acquisition, and two offers were received. This contract has a two-year base with one one-year option and one two-year option periods. The locations of performance are Kentucky, West Virginia and Ohio, with a Jan. 28, 2017 performance completion date. The using military services are Army, Air Force, and Air National Guard. The 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-3131).
 

Bronze Star Apparel Group Inc.,** San Juan, Puerto Rico, has been awarded a maximum $11,111,611 modification (P000007) exercising the first one-year option period of a one-year base contract (SPE1C1-14-D-1014) with four one-year option periods for various Navy working uniform blouses and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The location of performance is Puerto Rico, with a Jan. 30, 2016 performance completion date. The using military service is Navy. The type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
 

ARMY
 

Logic2,* Huntsville, Alabama, was awarded a $13,402,429 modification (P00007) to contract W52P1J-14-F-0028 to acquire Enterprise Resource Planning (ERP)/SAP technical and management support services. Fiscal 2015 research, development, testing and evaluation and operations and maintenance (Army) funds in the amount of $4,767,181 were obligated at the time of the award. The estimated completion date is Jan. 27, 2015. Work will be performed in Alexandria, Virginia. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
 

Caelum Research Corp.,* Rockville, Maryland, was awarded a $12,000,000 modification (P00009) to contract W56HZV-11-D-L501 for a $12,000,000 ceiling increase to the current contract to maintain existing information technology services for operations and maintenance tasks for one year. The funding and work location will be determined with each order with an estimated completion date of Nov. 30, 2015. Army Contracting Command, Warren, Michigan, is the contracting activity.
 

NAVY
 

CoSTAR Services Inc.,* San Antonio, Texas, is being awarded a $10,163,830 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite quantity contract (N69450-13-D-7700) to exercise option two for regional base operations support services at Naval Air Station, Jacksonville, Naval Station Mayport; Naval Operational Support Center (NOSC) Atlanta, Georgia; NOSC Augusta, Georgia; NOSC Columbus, Georgia; NOSC Bessemer, Alabama; NOSC Greenville, South Carolina; NOSC Miami, Florida; NOSC Tallahassee, Florida; NOSC West Palm Beach, Florida; and Marine Corps Reserve Center Jacksonville, Florida. The total contract amount after exercise of this option will be $25,587,216. The work to be performed provides for regional base operations support services including, but not limited to, the following functions: facility investment, custodial, pest control, integrated solid waste management and grounds maintenance and landscaping. Work will be performed in Jacksonville, Florida (92 percent); West Palm Beach, Florida (1 percent); Atlanta, Georgia (1 percent); Augusta, Georgia (1 percent); Columbus, Georgia (1 percent); Bessemer, Alabama (1 percent); Miami, Florida (1 percent); Tallahassee, Florida (1 percent); and Greenville, South Carolina (1 percent). Work is expected to be completed by January 2016. Fiscal 2015 operation and maintenance (O&M) (Navy, Navy Reserve and Marine Corps); fiscal 2015 Navy working capital funds; fiscal 2015 Defense health program funds; and fiscal 2015 family housing O&M (Navy) contract funds in the amount of $5,568,683 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.
 

Northrop Grumman Systems Corp., Melbourne, Florida, is being awarded $11,655,489 for delivery order 0062 against a previously issued Basic Ordering Agreement (N00019-10-G-0004). This order is for the procurement of the development, analyses, testing, and documentation of the structural and repair concept of the Wing Center Section in support of the E-2/C-2 aircraft. Work will be performed in Melbourne, Florida (47 percent); Norfolk, Virginia (29 percent); St. Augustine, Florida (13 percent); Bethpage, New York (4 percent); Springville, Utah (4 percent); and Melville, New York (3 percent), and is expected to be completed in December 2016. Fiscal 2015 operation and maintenance (Navy) funds in the amount of $6,856,774 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.
 

*Small business
**Service-disabled veteran owned small business