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 Some of the information contained within may be outdated and links may not function.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 May 15, 2015

CONTRACTS
 

AIR FORCE
 

AT&T Government Solutions Inc., Vienna, Virginia (FA8732-15-D-0031); BAE Systems Information Solutions Inc., McLean, Virginia (FA8732-15-D-0033); Booz Allen Hamilton Inc., McLean, Virginia (FA8732-15-D-0034), Computer Sciences Corp., Falls Church, Virginia (FA8732-15-D-0036); Federal Network Systems LLC, Chantilly, Virginia (FA8732-15-D-0037); General Dynamics Information Technology Inc., Needham, Massachusetts (FA8732-15-D-0038); Harris IT Services Corp., Herndon, Virginia (FA8732-15-D-0039); HP Enterprise Services LLC, Herndon, Virginia (FA8732-15-D-0040); IBM U.S. Federal, Reston, Virginia (FA8732-15-D-0041); LGS Innovations LLC, High Point, North Carolina (FA8732-15-D-0042); Lockheed Martin Corp., Rockville, Maryland (FA8732-15-D-0043); L-3 National Security Solutions Inc., Reston, Virginia (FA8732-15-D-0044); NCI Information Systems Inc., Reston, Virginia (FA8732-15-D-0045); Northrop Grumman Systems Corp., McLean, Virginia (FA8732-15-D-0046); NextiraOne Federal LLC, doing business as Black Box Network Services, Herndon, Virginia (FA8732-15-D-0035); Raytheon Co., Dulles, Virginia (FA8732-15-D-0047); Science Applications International Corp., McLean, Virginia (FA8732-15-D-0048); SRA International Inc., Fairfax, Virginia (FA8732-15-D-0049); Telos Corp., Ashburn, Virginia (FA8732-15-D-0050); and URS Federal Services Inc., Germantown, Maryland (FA8732-15-D-0030), are being awarded a $7,910,000,000 multiple-award, indefinite-delivery/indefinite-quantity contract for Network-Centric Solutions-2 (NETCENTS-2) network operations and infrastructure solutions. This contract vehicle will provide a wide range of services and solutions that support existing legacy infrastructure, networks, systems, and operations, as well as evolving the infrastructure, networks, systems and operations to comply with the Air Force enterprise architecture. It is the network operations, full and open, indefinite-delivery/indefinite-quantity contract vehicle for Air Force users as well as other Department of Defense and federal agencies. This contract vehicle is the mandatory source for all Air Force units purchasing services that fall under the scope of the contract. The location of performance is not known at this time and will be cited on individual task orders. The initial ordering period is three years. This award is the result of a competitive acquisition with 21 offers received. NETCENTS-2 is a set of five categories of contract capabilities spanning netcentric products, network operations and infrastructure solutions, applications services, enterprise integration and service management, and information technology professional services. The contracting activity is Air Force Life Cycle Management Center, Maxwell Air Force Base-Gunter Annex, Alabama.
 

General Electric - Aviation, Cincinnati, Ohio, has been awarded a $105,000,000 modification (P00012) to previously awarded contract FA8650-09-D-2922 to cover the potential award of the Adaptive Engine Technology Development order. This additional research and the resulting data will further mature aircraft engine technologies and decrease risk to achieve a system level preliminary design review and subsequent Adaptive Engine Research Design compatibility review. Work will be performed at Cincinnati, Ohio, and is expected to be complete by Nov. 3, 2016. Funds will be obligated if additional in-scope work is awarded. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
 

Pratt & Whitney - Military Engines, East Hartford, Connecticut, has been awarded a $105,000,000 modification (P00011) to previously awarded contract FA8650-09-D-2923 to cover the potential award of the Adaptive Engine Technology Development order. This additional research and the resulting data will further mature aircraft engine technologies and decrease risk to achieve a system level preliminary design review and subsequent Adaptive Engine Research Design compatibility review. Work will be performed at East Hartford, Connecticut, and is expected to be complete by Nov. 12, 2017. Funds will be obligated if additional in-scope work is awarded. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
 

TASC, Andover, Massachusetts, has been awarded a $66,991,234 cost-plus-incentive-fee, firm-fixed-price and cost-plus-fixed-fee contract for system engineering and integration technical support. Contractor will provide horizontal integration, test and verification across the Enterprise; maintain and evolve technical baseline; and perform additional systems engineering tasks and analyses. Work will be performed at Los Angeles Air Force Base, California, and is expected to be complete by Nov. 11, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal 2015 research, development, test and evaluation and procurement funds in the amount of $8,455,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-15-C-0005).
 

NAVY
 

Insight Public Sector, Tempe, Arizona, is being awarded a potential $156,106,996 fixed-price blanket purchase agreement under the Department of the Navy Enterprise Software Licensing Initiative to provide the renewal of existing software assurance and new Microsoft software licenses. The enterprise-wide agreement is for the Department of the Navy to include the Marine Corps. The resulting award will be subject to the Department of Navy policy entitled “Mandatory Use of Department of the Navy Enterprise Licensing Agreements.” This three-year agreement includes one base year and two one-year option periods, which if exercised, will bring the total to a potential $543,720,000. Work will be performed in Tempe, Arizona. Work is expected to be completed May 31, 2016. If options are exercised, work will continue through May 31, 2018. This agreement will not obligate funds at the time of award. Blanket purchase agreement orders will be placed by requiring activities as needed during the ordering period. The types of funding to be obligated include operations and maintenance (Navy), other procurement (Navy), and research, development, test and evaluation. This agreement was competitively procured under a brand name only justification in accordance with FAR 8.405-6 via the General Services Administration Federal Supply Schedule 70. Five quotations were received and one was selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-A-0001).
 

KOAM Engineering Services, San Diego, California, is being awarded a three-year $61,836,881 cost-plus-fixed-fee contract to provide technical expertise to the Network Integration Engineering Facility, providing unique and reliable packaging, integration, environmental qualification design and testing, deployment, and life cycle support for command, control, communications, computers, and intelligence (C4I) electronic and computer systems used by the Department of Defense and other agencies. The contract will also provide engineering, design and packaging of commercial-off-the-shelf and government-off-the-shelf products for military applications. Work will be performed in San Diego, California, and work is expected to be completed May 14, 2018. No funds are being obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a 100 percent set-aside for small businesses via the Space and Naval Warfare Systems Command e-Commerce website and the Federal Business Opportunities website, with five offers received and one was selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0262).
 

Airborne Tactical Advantage Co., Newport News, Virginia, is being awarded a $41,755,853 firm-fixed-price, cost reimbursement, indefinite-delivery/indefinite-quantity contract in support of the Contracted Air Services program, which provides contractor-owned and -operated Type III High Subsonic and Type IV Supersonic aircraft to Navy fleet customers for a wide variety of airborne threat simulation capabilities. This provides training for shipboard and aircraft squadron weapon systems operators and aircrew. Work will be performed in Newport News, Virginia (45 percent); Pt. Mugu, California (35 percent); and various locations outside the continental U.S. (20 percent), and is expected to be completed in May 2016. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $5,206,207 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via electronic request for proposals; four offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0026).


BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $36,956,038 modification to previously awarded contract (N00024-11-C-4400) for USS Lake Champlain (CG 57) fiscal 2015 selected restricted availability with emergent docking. A selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by February 2016. Fiscal 2015 operations and maintenance (Navy) and fiscal 2015 other procurement (Navy) funding in the amount of $36,956,038 will be obligated at time of award and contract funds will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.


General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is being awarded a $36,432,599 firm-fixed-price with award fee contract for execution of USS Mitscher (DDG 57) extended selected restricted availability with docking (ESRA(d)). The availability will include a combination of maintenance, modernization, and repair of USS Mitscher (DDG 57). General Dynamics NASSCO-Norfolk will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization the ESRA(d). This contract includes options which, if exercised, would bring the cumulative value of this contract to $40,337,098. Work will be performed in Norfolk, Virginia, and is expected to be completed by March 2016. Fiscal 2015 operations and maintenance (Navy); fiscal 2014 and 2015 other procurement (Navy), and fiscal 2015 weapons procurement (Navy) funding in the amount of $36,432,599 will be obligated at the time of award. Funding in the amount of $22,397,384 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-4406).


Linear Photonics, Hamilton, New Jersey, is being awarded a $7,507,518 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for spare parts to be used in the Surface Electronic Warfare Improvement Program block 2. AN/SLQ-32(V)6 was developed as part of the Navy’s Surface Electronic Warfare Improvement Program, which is an upgrade to the AN/SLQ-32 electronic warfare anti-ship missile defense system. Work will be performed in Hamilton, New Jersey, and is expected to be completed by August 2015. Fiscal 2014 and 2015 other procurement (Navy) funding in the amount of $549,255 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1-only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-15-D-WM70).


ARMY
 

Cummins Power Generation, Minneapolis, Minnesota, was awarded an $85,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for advanced medium-sized mobile power source generator sets. Funding and work location will be determined with each order with an estimated completion date of June 14, 2016. One bid was solicited with one received. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-D-0010).
 

CACI-ISS Inc., Chantilly, Virginia, was awarded a $32,026,550 cost-plus-incentive-fee incrementally funded contract with options as a follow-on to contract W15QKN-15-C-0003, that was terminated for convenience on March 27, 2015. The present contract is to procure a system integrator to develop and implement Increment II (release 2 through 5) of the Integrated Personnel and Pay System - Army (IPPS-A). Work will be performed in Alexandria, Virginia, with an estimated completion date of May 17, 2020. Bids were solicited via the Internet with three received. Fiscal 2014 and 2015 research, development, testing, and evaluation funds in the amount of $32,026,550 were obligated at the time of the award. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0049).
 

Dillon Aero,* Scottsdale, Arizona, was awarded a $13,987,456 firm-fixed-price multi-year indefinite-delivery/indefinite-quantity contract for spare parts for the M134D weapons system in support of the CH-47, UH-60, MI-17, and OH-6 helicopters. Funding and work location will be determined with each order with an estimated completion date of May 15, 2018. Bids were solicited via the Internet with one received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0055).
 

Raytheon Co., Woburn, Massachusetts, was awarded an $11,447,356 modification (P00030) to contract W9113M-13-C-0009 for surveillance system supply and support of the Rapid Aerostat Initial Deployment System. Work will be performed in Woburn, Massachusetts, with an estimated completion date of Dec. 30, 2015. Fiscal 2015 operations and maintenance (Army) funds in the amount of $4,235,000 were obligated at the time of the award. Army Space and Missile Command, Huntsville, Alabama, is the contracting activity.
 

Gunter Construction Inc.,* Sulphur, Louisiana, was awarded a $6,843,415 firm-fixed-price multi-year contract with options for road repair at Ft. Polk, Louisiana, with an estimated completion date of May 14, 2018. Bids were solicited via the Internet with six received. Funding will be determined with each order. Army Contracting Command, Ft. Bragg, North Carolina, is the contracting activity (W91247-15-D-0002).


DEFENSE INFORMATION SYSTEMS AGENCY
 

By Light Professional IT Services Inc., Arlington, Virginia, was awarded a $15,417,372 firm-fixed-price contract for a 10-year indefeasible right of use of dark fiber. Work will be performed at locations throughout the continental United States, with an estimated completion date of December 2025. Fiscal 2014 procurement funds in the amount of $15,417,372 are being obligated at award. This solicitation was issued as a full and open competition on 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 (HC1013-15-C-0005).
 

*Small business