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 Some of the information contained within may be outdated and links may not function.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 March 25, 2015

CONTRACTS
 

AIR FORCE
 

Gemini Industries Inc., Burlington, Massachusetts (FA8721-15-D-0001); PE Systems Inc., Fairfax, Virginia (FA8721-15-D-0002); SpectrumS4, Burlington, Massachusetts (FA8721-15-D-0003); Windmill International Inc., Nashua, New Hampshire (FA8721-15-D-0004); Odyssey Systems Consulting Group LTD, Wakefield, Massachusetts (FA8721-15-D-0005); Quantech Services Inc., Lexington, Massachusetts (FA8721-15-D-0006); P3I Inc., Hopkinton, Massachusetts (FA8721-15-D-0007); Creative Computing Solutions Inc., Rockville, Maryland (FA8721-15-D-0008); Abacus Technology Corp., Chevy Chase, Maryland (FA8721-15-D-0009) and Oasis Systems LLC, Lexington, Massachusetts (FA8721-15-D-0010), have been awarded a $851,000,000 indefinite-delivery/indefinite-quantity contract for engineering and technology acquisition support services. Contractor will provide disciplined systems/specialty engineering and technical/information assurance services, support, and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts; Lackland Air Force Base, Texas; Randolph Air Force Base, Texas; Maxwell Air Force Base-Gunter Annex, Alabama; and Wright-Patterson Air Force Base, Ohio. Additionally, support services may be required to be provided at various U.S. and international operating locations and is expected to be complete by March 26, 2018. This award is the result of a competitive small business set-aside acquisition with 10 offers received. Funds will be obligated with individual task orders. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.


DEFENSE LOGISTICS AGENCY
 

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $157,500,000 firm-fixed-price, prime vendor contract for maintenance, repair, and operations tailored logistics support program for the Northwest region. Estimated value cited is based on demand quantities for the life of the contract. This contract was a competitive acquisition and 10 offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Illinois, with a March 24, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0024).
 

Philips Medical Systems, Andover, Massachusetts, has been awarded a maximum $77,172,660 modification (P00107) exercising the sixth one-year option period of a one-year base contract (SPM2D1-09-D-8349) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts, and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Massachusetts, with a March 29, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.


ARMY
 

Trend Construction Inc.,* Orlando, Florida, was awarded a $95,000,000 firm-fixed-price contract with options for general construction and design/build construction for the South Atlantic Division, Army Corps of Engineers. Work location and funding will be determined with each order with an estimated completion date of March 24, 2019. Bids were solicited via the Internet with 44received. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-D-0001).
 

Northrop Grumman Technical Services, Sierra Vista, Arizona, was awarded a $48,691,384 modification (P00033) to contract WR8RGZ-13-C-0010 to continue contractor logistic services for the Hunter unmanned aircraft system. Fiscal 2015 operations and maintenance (Army) funds in the amount of $27,745,692 were obligated at the time of the award. Estimated completion date is March 29, 2016. Work will be performed in Sierra Vista, Arizona, and Afghanistan. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.


Smiths Detection, Edgewood, Maryland, was awarded a $23,275,693 modification (P00049) to contract W911SR-07-C-0080 to purchase 5,001 M4A1 joint chemical agent detectors; 1,879 communication adapters; and 2,501 Stryker communication adapters. Fiscal 2014 and fiscal 2015 other procurement (Army) funds in the amount of $23,275,693 were obligated at the time of the award. Estimated completion date is Sept. 30, 2017. Work will be performed in Edgewood, Maryland. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
 

Cubic Applications Inc., San Diego, California, was awarded a $9,380,631 modification (P00009) to contract W91QVN-14-C-0033 for the operation of the Korea Battle Simulation Center. Fiscal 2015 operations and maintenance (Army) funds in the amount of $4,404,196 were obligated at the time of the award. Estimated completion date is March 31, 2016. Work will be performed in Korea. Army Contracting Command, Yongsan, Korea, is the contracting activity.


NAVY
 

Northrop Grumman Systems Corp., St. Augustine, Florida, is being awarded a $42,096,911 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-14-D-0022) to provide depot level maintenance and services in support of 44 F-5N/F aircraft for the Navy and Marine Corps Reserves. Services to be provided include aircraft inspections, repairs, overhauls, emergency repairs, modification, engineering support and procurement of structural components required to sustain continued safe, reliable, and available operations. Work will be performed in St. Augustine, Florida (96 percent); Springville, Utah (3 percent); and Emmen, Switzerland (1 percent), and is expected to be completed in March 2016. Fiscal 2015 operations and maintenance (Navy Reserve) and 2013 National Guard and Reserve equipment funds in the amount of $2,499,866 are being 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.
 

Tactical Engineering & Analysis Inc.,* San Diego, California, is being awarded a potential $19,651,998 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide tactical data link systems support to include research; systems engineering; software engineering; configuration management; human factors engineering for software design; system level hardware and software integration; test analysis and reporting; and quality assurance support. This is one of three multiple award contracts. Each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which, if exercised, would bring the potential value of this contract to $33,275,314. Work will be performed San Diego, California, and work is expected to be completed March 24, 2018. No funding will be obligated at the time of award. Funding will be obligated via task orders are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include research, development, test and evaluation, foreign military sales, and operations and maintenance (Navy). This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0073).
 

Computer Sciences Corp., San Diego, California, is being awarded a potential $17,844,438 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to provide tactical data link systems support to include research; systems engineering; software engineering; configuration management; human factors engineering for software design; system level hardware and software integration; test analysis and reporting; and quality assurance support. This is one of three multiple award contracts. Each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which, if exercised, would bring the potential value of this contract to $30,136,398. Work will be performed in San Diego, California, and work is expected to be completed March 24, 2018. No funding will be obligated at the time of award. Funding will be obligated via task orders are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include research, development, test and evaluation, foreign military sales, and operations and maintenance (Navy). This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0072).
 

Odyssey Systems Consulting Group, Wakefield, Massachusetts, is being awarded a potential $16,023,035 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide tactical data link systems support to include research; systems engineering; software engineering; configuration management; human factors engineering for software design; system level hardware and software integration; test analysis and reporting; and quality assurance support. This is one of three multiple award contracts. Each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which, if exercised, would bring the potential value of this contract to $27,128,654. Work will be performed in Wakefield, Massachusetts (20 percent), and San Diego, California (80 percent), and work is expected to be completed March 24, 2018. No funding will be obligated at the time of award. Funding will be obligated via task orders are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include research, development, test and evaluation, foreign military sales, and operations and maintenance (Navy). This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0074).
 

Beechcraft Corp., Wichita, Kansas, is being awarded an $11,703,143 firm-fixed-price contract for the procurement of one UC-12W aircraft for the Navy, including engineering technical services. Work will be performed in Wichita, Kansas, and is expected to be completed in July 2016. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $11,703,143 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-2017).
 

Wartsila Defense Industries, Chesapeake, Virginia, is being awarded $7,602,804 for firm-fixed-price task order 0003 under a previously awarded contract (N00025-13-D-0001) for water jet alterations and repairs for the Improved Navy Lighterage System (INLS). The work to be performed provides for water jet condition assessments, alterations, repairs, and inventory parts management for the INLS. Work will be performed in Jacksonville, Florida (86 percent), Norfolk, Virginia (13 percent), and San Diego, California (one percent), and is expected to be completed by March 2016. Fiscal 2014 and fiscal 2015 other procurement (Navy) and fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,602,804 are being obligated on this award; of which $35,000 will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity.
 

Correction: Space and Naval Warfare Systems Command contracts awarded March 23 to Lafayette Group Inc.,* Vienna, Virginia (N66001-15-D-0028) $92,739,725, and Science Applications International Corp., McLean, Virginia (N66001-15-D-0029) $83,818,576, both should have stated the completion date as March 22, 2020.


MISSILE DEFENSE AGENCY
 

Northrop Grumman Aerospace Systems of Redondo Beach, California, has been awarded a maximum $21,803,101 modification (P00308) to the previously awarded contract to provide on-orbit operations and sustainment for the Space Tracking and Surveillance System. The modification brings the total cumulative face value of the cost-plus-award-fee contract to $2,386,832,669 from $2,365,029,568. Work will be performed at the Missile Defense Space Center at Colorado Springs, Colorado, and at Northrop Grumman Aerospace Systems in Redondo Beach, California, with an expected completion date of March 31, 2016. Fiscal year 2015 research and development funds in the amount of $10,616,237 are being obligated at time of award. The Missile Defense Agency, Colorado Springs, Colorado, is the contracting activity (F04701-02-C-0009).


DEFENSE COMMISSARY AGENCY
 

Spokane Produce, Spokane, Washington, is being awarded an estimated $14,598,051 indefinite-delivery, requirements type contract to provide fresh fruits and vegetables (FF&V), packaged salads, live potted plants and ornamental produce for resale at nine commissary store locations (Area 4, Group 1) in the Defense Commissary Agency’s West Area. The contractor will deliver FF&V, packaged salads, live potted plants and ornamental produce to the store locations as needed. The contract is for a 24-month base period beginning March 29, 2015, through March 28, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed March 28, 2020. Contract funds will not expire at the end of the current fiscal year. Seventeen firms were solicited and seven proposals were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.
 

DiTomaso Inc., Anchorage, Alaska, is being awarded an estimated $11,736,698 indefinite-delivery, requirements type contract to provide fresh fruits and vegetables (FF&V), packaged salads, live potted plants and ornamental produce for resale at five Alaska commissary store locations (Area 4, Group 2) in the Defense Commissary Agency’s West Area. Contractor will deliver FF&V, packaged salads, live potted plants and ornamental produce to the store locations as needed. The contract is for a 24-month base period beginning March 29, 2015, through March 28, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed March 28, 2020. Contract funds will not expire at the end of the current fiscal year. Seventeen firms were solicited and three proposals were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.
 

*Small Business