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 Some of the information contained within may be outdated and links may not function.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

CONTRACTS
 

AIR FORCE
 

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $485,000,000 firm fixed price with minimal cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. Contractor will provide multiple Sniper advanced targeting pods including initial spares, 1K forward-looking infrareds, and two-way data links. It also includes other items as specified in the contract. Work will be performed at Orlando, Florida, and is expected to be complete by March 26, 2018. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-15-D-0001).
 

Carnegie Mellon University, Software Engineering Institute, Pittsburgh, Pennsylvania, has been awarded a $70,086,525 modification (P00139) to previously awarded contract FA8721-05-C-0003 for a ceiling increase and period of performance extension. The ceiling increase is required due to an increase in research and development requirements for non-Department of Defense work, work in support of classified and unclassified missions, and work on software programs. The period of performance extension is required to allow services to be continued or to be completed without a break in service. Work will be performed at Pittsburgh, Pennsylvania, and is expected to be complete by June 30, 2016. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.
 

The Boeing Co., St. Louis, Missouri, has been awarded a $28,460,408 modification (P00078) to exercise the option on contract FA8678-10-C-0100 for purchase of QF-16 Full-Scale Aerial Target (FSAT) Lot 3. This option is for the purchase of 25 QF-16 FSATs and 25 four-year warranties of the QF-16 drone-peculiar equipment. Work will be performed at Cecil Field, Florida, and is expected to be complete by Oct. 31, 2017. Fiscal 2014 and 2015 procurement funds in the amount of $28,460,408 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Aerospace Testing Alliance, Tullahoma, Tennessee, has been awarded a $15,461,483 cost-plus-award-fee modification (P00349) to previously awarded contract F40600-03-C-0001. Contractor will increase the workload for the operations, maintenance, information management and support of Arnold Engineering Development complex. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be complete by Sept. 30, 2015. No funds are being obligated at the time of award. Air Force Test Center, Arnold Air Force Base Tennessee, is the contracting activity.
 

Newbegin Enterprises, Inc.,* Johnson City, Tennessee, has been awarded a $15,000,000 modification (P00007) to exercise the option on previously awarded contract FA4803-11-D-0001 for Air Forces Central Command (AFCENT) Internet-based contractor operated parts store. Contractor will provide automotive and related vehicle parts, automotive chemicals, corrosion control materials, upholstery material, and accessories for AFCENT vehicles and equipment located in the AFCENT area of responsibility. Work will be performed at Johnson City, Tennessee, and is expected to be complete by March 31, 2016. Funds will be obligated on individual delivery orders. The 20th Contracting Squadron, Shaw Air Force Base, South Carolina, is the contracting activity.
 

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded an $8,906,093 undefinitized contract action. Contractor will provide the Royal Jordanian Air Force, through a third party transfer, 10 United Kingdom Sniper advanced targeting pods with compact multiband datalink, digital data recorder with associated global scope software and data logger modules. Sniper advanced targeting pod system is integrated with F-16 aircraft to provide electro-optical and infrared imagery. Work will be performed at Orlando, Florida, and is expected to be complete by Nov. 27, 2016. This contract involves foreign military sales. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-15-C-0009).
 

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $6,502,584 modification (P00003) to previously awarded contract FA5641-15-C-0001 for base maintenance and operations services in Spain. Contractor will provide contingency support for the Marine Corps. Work will be performed at Moron, Spain, and is expected to be complete by March 27, 2016. Fiscal year 2015 operations and maintenance funds in the amount of $3,400,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 764th Specialized Contracting Squadron, Kaiserslautern, Germany, is the contracting activity.


NAVY
 

ADGC Bonita Pipeline JV,* Santee, California (N62473-15-D-2419); CJW Construction Inc.,* Santa Ana, California (N62473-15-D-2420); Kear Civil Corp.,* Phoenix, Arizona (N62473-15-D-2421); Martin Brothers Construction,* Sacramento, California (N62473-15-D-2422); and Orion Construction Corp.,* Vista, California (N62473-15-D-2423), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, repair and renovation, of wet utilities projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all five contracts combined is $99,000,000. The work to be performed provided for new construction, repair and renovation, primarily by design-build or secondarily by design-bid-build, of wet utilities projects. Types of projects may include, but are not limited to: water, steam, wastewater, storm sewer, pumping stations, treatment plants, storage tanks, and related work. All structures (including buildings) that are integral parts of the water, steam, and wastewater networks are included. Work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of March 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as a set-aside for small businesses via the Federal Business Opportunities website with 11 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contracts. No task orders are being issued at this time. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
 

A&D GC Inc.,* Santee, California (N62473-15-D-2403); Bristol General Contractors LLC,* Anchorage, Alaska (N62473-15-D-2404); Cox Construction Co.,* Vista, California (N62473-15-D-2405); I.E.-Pacific Inc.,* Escondido, California (N62473-15-D-2406); Insight Pacific LLC,* Anaheim, California (N62473-15-D-2407); and Penick Nordic JV IV,* La Mesa, California (N62473-15-D-2418), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction and repair of general building construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000. The work to be performed provides for new construction and repair within the North American Industry Classification System Code 236220, primarily by design-build or secondarily by design-bid-build, of general building construction. Types of projects may include, but are not limited to: administration buildings, school buildings, hospitals, auditoriums, fire stations, gymnasiums, office buildings, hangars, laboratories, and parking structures. Work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of March 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $30,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as a set-aside for small businesses via the Federal Business Opportunities website, with 42 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. No task orders are being issued at this time. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
 

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $93,553,851 modification to a previously awarded indefinite-delivery, requirements contract (N00019-14-D-0016) to exercise an option to provide intermediate, depot level maintenance and related logistics support for approximately 223 in-service T-45 F405-RR-401 Adour engines and MKII gas turbine starters. Work will be performed at the Naval Air Station (NAS) Meridian, Mississippi (47 percent); NAS Kingsville, Texas (46 percent); NAS Pensacola, Florida (6 percent); and NAS Patuxent River, Maryland (1 percent), and is expected to be completed in March 2016. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
 

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $51,642,334 modification to previously awarded contract (N00024-14-C-5106) for fiscal 2015 Aegis Modernization (AMOD) production requirements. This contract modification is for the production of Multi-Mission Signal Processor equipment sets; Ballistic Missile Defense 4.0.2 equipment; Aegis Weapon System AMOD Upgrade equipment; and associated spares, special tooling, and test equipment, to support the fielding of AMOD capabilities to the fleet. Work will be performed in Moorestown, New Jersey (54 percent); Clearwater, Florida (45 percent); and Owego, New York (1 percent), and is expected to be completed by July 2017. Fiscal 2015 other procurement (Navy) and fiscal 2015 Defense-wide procurement funding in the amount of $51,642,334 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.
 

Lockheed Martin Corp., Baltimore, Maryland, is being awarded a $19,026,599 task order under previously awarded basic ordering agreement (BOA) (N00024-12-G-4329) for littoral combat ship fleet maintenance sustainment support. The BOA was initially awarded to Lockheed Martin for the design and construction of the Freedom-class littoral combat ship. Lockheed Martin currently administers and performs fleet maintenance requirements through both the use of its resources and the original equipment manufacturer, and the use of nationwide subcontractors that are capable of working on systems and subsystems. Work will be performed in San Diego, California, and is expected to be completed by September 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $19,026,599 will be obligated at time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the ordering/contracting activity.


Exelis Inc., Information Systems Division, Herndon, Virginia, is being awarded an $18,240,767 modification to previously awarded contract (N00174-11-D-0002) to exercise option four for the continued procurement of post-production maintenance support of Navy crew fixed site systems. This action is to fulfill a requirement for equipment, maintenance and support for the Joint Service Explosive Ordnance Disposal Counter Radio Controlled Improvised Explosive Device Electronic Warfare (JSEOD CREW) program. The JSEOD CREW program provides all military explosive ordnance disposal services with a new electronic warfare capability to counter the threat from improvised explosive devices. Work will be performed in Boalsburg, Pennsylvania, and is expected to be completed by March 2016. No funds are being obligated at the time of award. No contract funds will expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.
 

Raytheon Co., Integrated Defense Systems, Sudbury, Massachusetts, is being awarded a $16,663,927 firm-fixed-price delivery order under previously awarded basic ordering agreement (N00024-14-G-5105) for fiscal 2015 Aegis modernization production requirements. This delivery order covers the production of Multi-Mission Signal Processor Ordnance Alteration (ORDALT) kits, kill assessment system ORDALT kits and spares, radio frequency coherent combiner kits, high voltage power supply sidewall capacitors, traveling waves tube monitoring circuits, and stabilized master oscillator ORDALT kits, as well as test and installation efforts, in support of the Aegis Modernization (AMOD) program. The AMOD program fields combat system upgrades that will enhance the anti-air warfare and Ballistic Missile Defense capabilities of Aegis-equipped Arleigh Burke-class destroyers and Ticonderoga-class cruisers. This delivery order includes options which, if exercised, would bring the cumulative value of this delivery order to $24,821,438. Work will be performed in Norfolk, Virginia (42 percent); Andover, Massachusetts (38 percent); Burlington, Massachusetts (12 percent); and Sudbury, Massachusetts (8 percent), and is expected to be completed by May 2017. Fiscal 2015 other procurement (Navy); fiscal 2015 Defense-wide procurement and fiscal 2015 research, development, test and evaluation funding in the amount of $16,663,927 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.
 

Raytheon Co., Integrated Defense Systems, San Diego, California, is being awarded a $16,091,864 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 for aircraft carrier/amphibious Modernization Advanced Capability Build (ACB) 12/Technical Insertion 12 (ACB12/TI12). Work to be performed includes the achievement of key milestones for non-recurring platform systems engineering to further mature the ACB 12, a tactical product. ACB 12 is slated for deployment, initially on CVN 78, CVN 72, and LHD 2, then to be extended to CVN 73 and other SSDS MK 2 enabled platforms. 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 2011 shipbuilding and conversion (Navy) and fiscal 2015 research, development, test and evaluation funding in the amount of $1,187,942 will be obligated at time of award. Funds in the amount of $977,942 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
 

Lockheed Martin Corp., Mission Systems and Training, Manassas, Virginia, is being awarded not-to-exceed $9,078,625 for delivery order 1195 under previously awarded basic ordering agreement (N00104-10-G-A109) for the repair of the AN/UYQ-70 advanced display system and the Navy’s current generation of commercial-off-the-shelf display and processor systems for tactical and command, control, communication, computer intelligence (C41) applications for target acquisition and tracking, weapons control, theater air defense, anti-submarine warfare, battle group communication, and airborne surveillance and control. Work will be performed at Virginia Beach, Virginia (10 percent), and various Lockheed Martin repair units located throughout the U.S. (90 percent), and work is expected to be completed by April 2016. Fiscal 2015 working capital funds (Navy) in the amount of $4,448,526 will be obligated at the time of award and these funds will not expire before the end of the current fiscal year. One company was solicited for the non-competitive requirement and one offer was received in response to this solicitation in accordance with 10 U.S.C. 2304(c)(1). The Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-10-G-A-109).
 

BAE Systems, Honolulu, Hawaii, is being awarded an $8,433,456 modification to previously awarded contract (N00024-14-C-4412) to support the repair and alteration of USS O’Kane (DDG 77). USS O’Kane is undergoing a scheduled drydocking selected repair availability which is the opportunity in the ship's life cycle to primarily conduct repair and alteration to systems and hull not available when the ship is waterborne. Work is being performed in Honolulu, Hawaii, and is expected to complete by November 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $8,433,456 will be obligated at time of award and will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.
 

iGov Technologies Inc., Reston, Virginia, is being awarded a $7,400,323 firm-fixed-price task order under a previously awarded NASA contract (NNG07DA27B) for Marine Corps Enterprise Network (MCEN) Secret Internet Protocol Router (SIPR) (MCEN-S) Enterprise Service Stacks (ESS). The scope of this effort includes procuring and delivery of a technical solution, (i.e., hardware, software, and infrastructure), support services, user training, and lifecycle sustainment support to replace MCEN SIPR ESS. This task order includes options which, if exercised would bring the cumulative value of this order to $9,341,310. Work will be performed at Marine Corps Base Quantico, Quantico, Virginia (44 percent); Camp Pendleton, California (14 percent); Camp Lejeune, North Carolina (7 percent); Camp Foster, Okinawa, Japan (7 percent); Enterprise IT Center, Kansas City, Missouri (7 percent); Panzerkaserne-Barracks, Boblingen, Germany (7 percent); Marine Corps Base Kaneohe Bay, Kaneohe Bay, Hawaii (7 percent); and Marine Forces Reserve, New Orleans, Louisiana (7 percent). Work is expected to be completed on March 31, 2020. Fiscal 2013 procurement (Marine Corps) funds in the amount of $7,400,323 will be obligated at the time of award and will expire at the end of the current fiscal year. This task order was competitively procured through the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement Contract Holders; with four offers received. Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-15-F-4444).


SPECIAL OPERATIONS COMMMAND
 

General Electric Aviation, Cincinnati, Ohio, is being awarded a $91,910,570, indefinite-delivery/indefinite-quantity contract to provide life cycle contractor support for the YT706-GE-700 engine and components for the Technology Applications Program Office at U.S. Special Operations Command. The majority of the work will be performed in Cincinnati, Ohio, and is expected to be completed by March 31, 2020. Fiscal 2015 operations and maintenance in the amount of $2,350,800 are being obligated at the time of award to fund Task Order 0001, which is anticipated to be effective on April 1, 2015, as a firm-fixed-price order. This contract was awarded through non-competitive award in accordance with FAR 6.302-1. U.S. Special Operations Command is the contracting activity (H92241-15-D-0002.)


ARMY
 

Textron Systems, Unmanned Systems, Hunt Valley, Maryland, was awarded a $51,762,329 modification (P00025) to contract W58RGZ-14-C-0001 for performance based logistics and operational support for Shadow tactical unmanned aircraft systems for the Army and Marine Corps. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $45,404,029 were obligated at the time of the award. Estimated completion date is Oct. 31, 2015. Work will be performed in Hunt Valley, Maryland, Afghanistan, and Iraq. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
 

Lockheed Martin Corp, Gaithersburg, Maryland, was awarded a $35,572,000 order dependent contract with options for information management and information technology services supporting the Army Corps of Engineers Information Technology to include headquarters, divisions, districts, centers and field operating activities. Funding and work location will be determined with each order with an estimated completion date of July 31, 2015. One bid was solicited with one received. Army Corps of Engineers Information Technology, Vicksburg, Mississippi, is the contracting activity (W91WMC-15-D-0001).
 

Raytheon Co., Tucson, Arizona, was awarded a $25,000,000 cost-plus-fixed-fee contract for engineering services for the M982 Excalibur program. Funding and work location will be determined with each order with an estimated completion date of March 26, 2020. One bid was solicited with one received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0019).
 

Northern Construction LLC, Ogden, Utah, was awarded a $122,777,054 firm-fixed-price contract to design and construct a fire crash rescue facility. Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of March 26, 2017. Bids were solicited via the Internet with two received. Fiscal 2015 other procurement funds in the amount of $122,777,054 are being obligated at the time of the award. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-15-C-0001).
 

Amherst Madison, Charleston, West Virginia (W91237-15-D-0007), and the Neighborgall Construction Co.,* Huntington, West Virginia (W91237-15-D-0008), were awarded a $10,000,000 firm-fixed-price contract with options for small construction projects within the boundaries of the Great Lakes and Ohio River Division, Corps of Engineers. Funding and work location will be determined with each order with an estimated completion date of March 26, 2020. Bids were solicited via the Internet with two received. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.
 

Deco Tool Supply Co.,* Davenport, Iowa, was awarded a $9,789,286 firm-fixed-price indefinite-delivery/indefinite-quantity contract for a mobile metal working shop and tools to fabricate metal repair parts in the field. Funding and work location will be determined with each order with an estimated completion date of March 26, 2020. Bids were solicited via the Internet with two received. Army Contracting Command – Joint Manufacturing and Technology Center, Rock Island, Illinois, is the contracting activity (W9098S-15-D-0016).
 

CJW Construction Inc., * Santa Ana, California, was awarded an $8,343,200 firm-fixed-price contract for maintenance dredging of the Houston ship channel. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 30, 2015. Bids were solicited via the Internet with four received. Fiscal 2014, 2015 operations and maintenance (Army) funds in the amount of $8,343,200 are being obligated at the time of the award. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-15-C-0011).


DEFENSE LOGISTICS AGENCY
 

Northrup Grumman Aerospace Systems, El Segundo, California, has been awarded a maximum $12,134,980 firm-fixed-price delivery order against a basic ordering agreement for aircraft vertical stabilizers. This was a sole source award. Location of performance is California with an October 2019 completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. (SPRPA1-11-G-002Z)
 

*Small business