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 Some of the information contained within may be outdated and links may not function.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 28, 2015

CONTRACTS
 

NAVY
 

ViaSat Inc., Carlsbad, California, is being awarded a maximum potential $478,600,000 indefinite-delivery/indefinite-quantity contract (N00039-15-D-0008) for the production, development and sustainment of the Multifunctional Information Distribution System (MIDS) Joint Tactical Radio Systems (JTRS) terminals. The MIDS JTRS terminal is a four-channel software defined radio that delivers existing Link 16 with concurrent multi-netting-4 and tactical air navigation functionality, as well as three channels for future growth, including JTRS advanced networking waveforms such as tactical targeting network technology, multifunction advanced data link, intra-flight data link and other advanced networking waveforms. The MIDS JTRS terminal is a line-of-sight radio system for collecting and transmitting broadband, jam-resistant, secure data and voice across a variety of air, sea and ground platforms. The MIDS program office mission is to develop, field and support interoperable, affordable and secure MIDS tactical data link and programmable networking technologies and capabilities for the joint, coalition and international warfighter. Work will be performed in Carlsbad, California, and work is expected to be completed May 27, 2020. Fiscal 2015 operations and maintenance funds in the amount of $1,000,000 will be placed on contract and obligated on the first task order concurrent with contract award, which will meet the minimum order requirement. Funds will not expire at the end of the current fiscal year. This contract is expected to combine purchases for the Navy and potentially other U.S. armed services (99 percent) and various other governments - Austria, Chile, Finland, Israel, Jordan, Japan, Kuwait, Malaysia, Morocco, Oman, Pakistan, Qatar, South Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Thailand, United Arab Emirates, Australia, Canada, New Zealand, United Kingdom, NATO and all NATO nations (one percent), under the Foreign Military Sales program. This contract was not competitively procured because it is a follow-on, sole-source, multiple-award procurement in accordance with 10 U.S.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements, as implemented by FAR Subpart 6.302-1. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-D-0008).
 

MAR Inc.,* Rockville, Maryland, is being awarded a maximum amount $35,000,000 indefinite-delivery/indefinite-quantity contract for operation, maintenance and repair of M/V Independence, a vessel owned by the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC). Specific tasks include providing crewing and engineering services necessary for NAVFAC EXWC to support its offshore missions from the M/V Independence. The primary effort is to operate the M/V Independence and maintain the vessel’s mission readiness, as specified under individual delivery orders issued during the ordering period. Task order 0001 is being awarded at $1,877,966 for maintenance, mission support and operational readiness services. Work for this task order is expected to be completed by May 2016. All work on this contract will be performed worldwide. The term of the contract is not to exceed 60 months with an expected completion date of May 2020. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $1,877,966 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with one proposal received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-15-D-1602).


Engility Corp., Chantilly, Virginia, is being awarded a $23,939,937 modification to a previously awarded cost-plus-fixed-fee contract (N00421-14-C-0021) for additional systems engineering and technical services. This modification includes systems integration and software development, platform simulation, integration and laboratory engineering, and software engineering. These services are in support of the Navy and governments of Thailand, Taiwan, Norway, Australia, United Kingdom, Brazil, Canada, Denmark, Germany, Japan, Pakistan, and South Korea. Work will be performed in Patuxent River, Maryland (84 percent); China Lake, California (5 percent); Point Mugu, California (5 percent); Jacksonville, Florida (2.5 percent); Orlando, Florida ( 2.5 percent); various locations within the continental U.S. (0.5 percent), and various locations outside the continental U.S. (0.5 percent), and is expected to be completed in February 2016. Fiscal 2015 research, development, test and evaluation (Navy), fiscal 2015 aircraft procurement (Navy), fiscal 2015 working capital (Navy), and fiscal 2015 operations and maintenance (Navy) funds, as well as Foreign Military Sales funds in the amount of $9,404,152 are being obligated on this award, $1,217,466 of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($23,124,684; 96.5 percent); and the governments of Taiwan ($359,099; 1.5 percent); Thailand ($239,399; 1 percent); Norway ($108,378, 0.46 percent); Australia ($15,483, 0.06 percent); United Kingdom ($30,965, 0.14 percent); Brazil ($8,847, 0.05 percent); Canada ($8,847, 0.05 percent); Denmark ($8,847, 0.05 percent); Germany ($8,847, 0.05 percent); Japan ($8,847, 0.05 percent); Pakistan ($8,847, 0.05 percent); and South Korea ($8,847, 0.05 percent) under the Foreign Military Sales program. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.


Lockheed Martin, Missiles and Fire Control, Technical Services, Orlando, Florida, is being awarded a $22,136,247 modification to a previously awarded contract (N00024-13-D-5250) to extend the ordering period by 13 months for undersea warfare (USW) product support and installation services across USW Systems. This modification will cover procurement of USW product support. This includes integrated logistics, training conduct, equipment alteration and installation, fleet support, and life cycle supportability across USW system programs. Lockheed Martin, Missiles and Fire Control, Technical Services will also support the installation and delivery of USW capabilities to the fleet. Work will be performed in Chesapeake, Virginia, and is expected to be complete by June 2016. No funds are being obligated at time of award. Funding is to be determined at time of delivery order funding obligation. This contract is a sole source procurement negotiated under 10 U.S.C. 2304(c)(1) - only one responsible source. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.


Southern Research Institute, Birmingham, Alabama, is being awarded a $19,278,221 cost-plus-fixed-fee contract for continued research and development efforts for thermo-mechanical and ground testing of reentry materials and fabrication of flight hardware for the submarine-launched missile reentry systems. The main objective of this effort is to develop replacement and alternative reentry body heat shields, nose tip, and antenna window materials, and to perform ground testing of these materials. This shall be accomplished through life extension studies, analysis and phenomenological studies, fabrication of flight test and specialty hardware, material testing, and evaluation for weapons procurement studies. This contract combines purchases for the Navy (25 percent) and the government of the United Kingdom (75 percent) under the Foreign Military Sales program. Work will be performed in Birmingham, Alabama, and is expected to be completed by June 2018. Fiscal 2015 foreign military sales and fiscal 2015 operations and maintenance (Navy) funding in the amount of $20,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the authority of 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1(a)(2) - satisfying a requirement for unique supplies available from only one source. The Naval Surface Warfare Center, Dahlgren, Virginia, is the contracting activity (N00178-15-C-1008).


Trandes Corp.,* Lanham, Maryland, is being awarded an $11,572,942 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide technical and in-service engineering support services for the Marine Air Traffic Control and Landing System, Air Traffic Controls and Landing Systems, and Mobile Fixed/Tactical Fixed Systems. This is a single-award, follow-on contract, where the awardee will be issued task orders during the ordering period. This three-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to $19,226,940. Work will be performed in San Diego, California (75 percent), and at various air traffic control sites, ships, and Defense Department/military installations and facilities worldwide (25 percent). Work is expected to be completed July 22, 2020. No funds are being obligated at this time of award. Contract funds will not expire at the end of the current fiscal year. Funds will be obligated as task orders are issued. The types of funding to be obligated include operations and maintenance (Navy) and other procurement (Navy). This contract was competitively procured as a 100 percent Small Business set-aside solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with two proposals 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-0146).


King Aerospace Inc., Addison, Texas, is being awarded $12,160,474 for modification P00012 under a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-12-D-0014) to exercise an option for contractor logistics services in support of C-9B aircraft, including base site operations, depot planned maintenance interval inspections and engine shop visits. Work will be performed at the Marine Corps Air Station, Cherry Point, North Carolina, and is expected to be completed in May 2016. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.


IXI Technology, Yorba Linda, California, is being awarded an $11,500, 000 firm-fixed-price, indefinite-delivery requirements contract for hardware equipment to include critical Navy tactical data systems (NTDS), interface boards, adapter module and cables, peripherals replacement systems equipment simulators, NTDS IO Analyzers and PowerNet Converters. These products are used in multiple systems to include Integrated Warfare Systems Lab, Aegis Training and Readiness Center, Surface Combat Systems Center, Combat Systems Engineering Development Site, Integrated Combat Systems Test Detachment, Land Based Test Sites, and the current Aegis Fleet. Work will be performed in Yorba Linda, California, and is expected to be complete by May 2020. Fiscal 2015 other procurement (Navy) funding in the amount of $1,185,132 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the authority of 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1(a)(2) - satisfying a requirement for unique supplies available from only one source. The Naval Surface Warfare Center, Dahlgren, Virginia, is the contracting activity (N00178-15-D-2017).


Lockheed Martin Mission Systems and Training, Owego, New York, is being awarded an $8,463,768 modification to delivery order 4001 issued against a previously awarded basic ordering agreement (N00019-14-G-0019) for non-recurring efforts for integration of software modifications of Automatic Dependent Surveillance – Broadcast into Embedded Global Positioning System/Inertial Guidance units in support of the MH-60 R/S aircraft. These services are in support of the Navy and the governments of Australia and Denmark. Work will be performed in Woodland Hills, California (80 percent); and Owego, New York (20 percent), and is expected to be completed in May 2017. Fiscal 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $8,463,768 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($7,472,598; 88 percent); and the governments of Australia ($693,819; 8 percent); and Denmark ($297,351; 4 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.


AIR FORCE


West Region: A-VET/MGC JV LLC, Warner Robbins, Georgia (FA8056-15-D-0001); BC Schmidt Construction Inc., Williams, California (FA8056-15-D-0002); Bishop Inc., Orange, California (FA8056-15-D-0003); CIC-CRS JV, Mountain View, California (FA8056-15-D-0004); Exbon Development Inc., Garden Grove, California (FA8056-15-D-0005); Global-PacificTech JV 2, LongView, California (FA8056-15-D-0006); Good-Men Roofing & Construction Inc., San Diego, California (FA8056-15-D-0007); Southwest Region: Brazos Roofing International of South Dakota Inc., Waco, Texas (FA8056-15-D-0008); Cool Roofing Systems Inc., Manteca, California (FA8056-15-D-0009); Exbon Development Inc., Garden Grove, California (FA8056-15-D-0010); Express Abeco JV LLC, San Antonio, Texas (FA8056-15-D-0011); Johnson Roofing & Construction Inc., Vidalia, Georgia (FA8056-15-D-0012); RDT Alabama Roofing JV LLC, Florence, Alabama (FA8056-15-D-0013); Roundhouse PBN LLC, San Antonio, Texas (FA8056-15-D-0014); Topside Contracting LLC, San Antonio, Texas (FA8056-15-D-0015); Traditional Roofing Inc., Flagstaff, Arizona (FA8056-15-D-0016); Southeast Region: A-VET/MGC JV, Warner Robins, Georgia (FA8056-15-D-0017); Carrolls Roofing & Construction & Roofing Resources JV doing business as CRC & RRI, Bartlett, Tennessee (FA8056-15-D-0018); CYE Enterprises Inc., Jacksonville, Florida (FA8056-15-D-0019); Express Abeco JV LLC, San Antonio, Texas (FA8056-15-D-0020); Global-PacificTech JV 2, Longview, Washington (FA8056-15-D-0021); Johnson Roofing & Construction Inc., Vidalia, Georgia (FA8056-15-D-0022); Maniilaq Services, Seattle, Washington (FA8056-15-D-0023); RDT Alabama Roofing JV, Florence, Alabama (FA8056-15-D-0024) and RYCARS Construction, Kenner, Louisiana (FA8056-15-D-0025); Midwest Region: CYE Enterprises Inc., Jacksonville, Florida (FA8056-15-D-0026); Imperial Roof Systems Co., West Union, Iowa (FA8056-15-D-0027); Pro-Mark Services Inc., West Fargo, North Dakota (FA8056-15-D-0028); TABCON Inc., Gilbert, Arizona (FA8056-15-D-0029); Northeast Region: Carrolls Roofing & Construction & Roofing Resources JV doing business as CRC & RRI, Bartlett, Tennessee (FA8056-15-D-0030); D.A. Nolt Inc., Berlin, New Jersey (FA8056-15-D-0031); Luna Development Services LLC, Norfolk, Virginia (FA8056-15-D-0032); Service Disabled Contracting Group Inc., Norfolk, Virginia (FA8056-15-D-0033); and True Simon Contracting LLC, Springfield, Ohio (FA8056-15-D-0034), are each being awarded a contract under a multiple award construction contract with a combined $325,000,000 (maximum amount) indefinite-delivery/indefinite-quantity contract program for enterprise roof replacement and repair. Contractors will provide commercial roof repair and replacement construction, including thermal and moisture protection, for Air Force installations within the contiguous U.S. The location of performance will be determined with each order and the work is expected to be complete by May 28, 2020. This award is the result of a competitive acquisition with 46 offers received. Funds will be de-centrally obligated at the task order level at the base where the work is to be performed. Air Force Installation Contracting Agency, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
 

Orbital Alliant Techsystems Inc., previously known as Alliant Techsystems Operations LLC, Fort Worth, Texas, has been awarded a not to exceed $26,134,804 firm-fixed-price contract for support of the Lebanon Cessna 208B Caravan Program. Contractor will provide one commercial-off-the-shelf Cessna 208B Caravan with a Garmin 1000 baseline glass cockpit, avionics package and Pratt & Whitney PT6A-140 turboprop engine. Modification of this aircraft will include an AN/ALE-47 countermeasures dispenser system, Terma aircraft survivability equipment suite missile warning system, electro-optical infrared imaging system MX-15D, broadcast microwave system data link system, surveillance tracking and recording system mission processor unit obsolescence re-design and hard points on each wing capable of carrying and employing AGM-114 Hellfire Missiles. Work will be performed at Beirut, Lebanon, and is expected to be complete by May 30, 2016. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales to Lebanon. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-C-3035).


Raytheon Co., Missile Systems, Tucson, Arizona, has been awarded an $11,999,540 firm-fixed-price contract to procure Griffin missiles. Work will be performed at Tucson, Arizona, and is expected to be complete by Jan. 31, 2016. This award is the result of a sole-source acquisition. Fiscal 2015 procurement funds in the amount of $11,999,540 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-15-C-0101).


Cubic Applications Inc., San Diego, California, has been awarded a $9,900,000 modification (P00001) to increase the contract ceiling to previously awarded contract FA8650-15-D-6580. Contractor will provide solutions to enhance the Air Force chemical, biological, radiological, and nuclear (CBRN) counter proliferation and survivability missions program. The contractor will research, test, evaluate, and analyze short and long term CBRN technologies. Work will be performed at San Diego, California; Wright Patterson Air Force Base, Ohio; MacDill Air Force Base, Florida; and Camp Smith, Hawaii, and is expected to be complete by Jan. 5, 2020. No funds are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
 

DEFENSE LOGISTICS AGENCY
 

Refinery Associates of Texas Inc,* New Braunfels, Texas, has been awarded a maximum $113,067,273 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with five responses received. Locations of performance are Texas, Qatar, and Diego Garcia, with a Jan. 30, 2016, performance completion date. Using service is the Defense Logistics Agency Energy. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia, (SPE600-15-D-0484).
 

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, has been awarded a maximum $54,809,408 modification (P00012) to requirements-type contract SPRWA1-11-D-0007 for 42 NSNs supporting the joint helmet mounted cueing system. This is a sole source contract using justification 10 USC 2304(c)(1). This is a firm-fixed-price contract. Locations of performance are Texas and Oregon, with a Dec. 31, 2017, performance completion date. Using services are Air Force, Navy and various Defense Logistics Agency field activities. Types of appropriations are fiscal 2016 through 2017 material support division Air Force funds, designated program funding for Navy, Foreign Military Sales program funds for Air Force and Navy and defense working capital funds for the Defense Logistics Agency . The contracting activity is the Defense Logistics Agency Aviation Strategic Acquisition, Robins Air Force Base, Georgia.


Sterlingwear of Boston Inc.,** East Boston, Massachusetts, has been awarded a maximum $22,845,900 firm-fixed-price contract for Afghanistan National Army field jackets. This was a competitive acquisition with three responses received. This is a one-year base contract. Location of performance is Massachusetts, with a May 27, 2016, performance completion date. Using service is Afghanistan National Army. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1057).


Freeman Holdings of Arizona LLC,* doing business as Million Air Yuma, Yuma, Arizona, has been awarded a maximum $21,484,112 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with one response received. This is a four-year base contract. Location of performance is Arizona, with a March 31, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0074).


Veteran Energy LLC,*** Haymarket, Virginia, has been awarded a maximum $14,200,950 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with nine responses received. This is a three-year base contract. Locations of performance are Virginia and England, United Kingdom, with a July 31, 2018, performance completion date. Using services are Air Force and Army and Air Force Exchange Service. Type of appropriation is fiscal 2015 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-9405).


ARMY


Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $39,487,049 modification (P00005) to contract W56HZV-14-C-0094 to reset and upgrade up to 1,800 Mine-Resistant Ambush Protected vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec 31, 2017. Fiscal 2013 and 2015 operations and maintenance (Army) and other procurement (Army) funds in the amount of $ $39,487,049 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.
 

Armtec Countermeasures Co., Coachella, California, was awarded a $23,136,114 modification (P00005) to contract W52P1J-15-C-0005 for 486,600 M206, 34,059 MJU-10/B, and 57,720 MJU-7A/B counter measure flares. Work will be performed in East Camden, Arizona, with an estimated completion date of April 30, 2017. Fiscal 2014 and 2015 other procurement (Army) funds in the amount of $ $23,136,114 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.


Kilgore Flares Co. LLC, Toone, Tennessee, was awarded a $19,809,054 modification (P00003) to contract W52P1J-15-C-0004 for 324,200 M206, 22,896 MJU-10, and 85,260 MJU-7A/B countermeasure flares. Work will be performed in Toone, Tennessee, with an estimated completion date of June 30, 2016. Fiscal 2014 and 2015 other procurement (Army) funds in the amount of $ $19,809,054 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.


AM General, South Bend, Indiana, was awarded a $16,569,379 modification (P00003) to foreign military sales contract W56HZV-15-C-0061 for 150 M1152 high mobility multipurpose wheeled vehicles (HMWMVs) and contractor spare parts for the government of Iraq. Work will be performed in Mishawaka, Indiana, with an estimated completion date of June 30, 2015. Fiscal 2015 other procurement funds in the amount of $16,569,379 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.


Archer Wester Federal JV, Chicago, Illinois was awarded a $13,686,000 firm-fixed-price contract to construct the KC-46A regional maintenance training facility. Work will be performed in Wichita, Kansas, with an estimated completion date of Feb. 17, 2017. Bids were solicited via the Internet with 22received. Fiscal 2015 military construction funds in the amount of $13,686,000 were obligated at the time of the award. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-15-C-4006).


Black & Veatch Special Projects Corp., Overland Park, Kansas, was awarded a $13,000,000 firm-fixed-price, indefinite-delivery contract with options for architect-engineer services, for preparing studies, analysis and design services, for military and civil works projects within the Northwestern Division, Army Corps of Engineers. Funding and work location will be determined with each order with an estimated completion date of May 27, 2020. Bids were solicited via the Internet with 20received. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-D-0003).


Kongsberg Defence and Aerospace, Kongsberg, Norway, was awarded a $11,901,780 modification (P00210) to contract W15QKN-12-C-0103 for depot support for the Common Remotely Operated Weapon Station (CROWS). Work will be performed in Johnstown, Pennsylvania, with an estimated completion date of Aug. 16, 2017. Fiscal 2015 other procurement funds in the amount of $11,901,780 were obligated at the time of the award. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.


Jacobs Technology, Tullahoma, Tennessee, was awarded a $7,041,666 modification (P00005) to contract W91CRB-14-D-0017 for test support services for the Aberdeen Test Center, Aberdeen Proving Grounds, Maryland, with an estimated completion date of June 30, 2015. Funding and work location will be determined with each order. Army Contracting Command, Aberdeen Proving Grounds, Maryland, is the contracting activity.


MISSILE DEFENSE AGENCY
 

L-3 Communications Corp., Coleman Aerospace Division, Orlando, Florida, was awarded a contract modification with a maximum value of $9,840,856, on contract HQ0147-14-C-0001. This modification increases the total contract value from $413,596,899 to $423,437,755 including unexercised options. The modification adds the conduct of a developmental test for the Medium Range Ballistic Missile parachute extraction and descent systems to assess design risks and will be performed in Orlando, Florida; and Yuma Proving Grounds, Arizona. This test is expected to be completed by October 2016. Fiscal 2015 research, development, test and evaluation funds in the amount of $6,000,000 were obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity for this modification to contract HQ0147-14-C-0001.
 

DEFENSE HUMAN RESOURCES ACTIVITY


InspiriTec Inc., Philadelphia, Pennsylvania, has been awarded a $8,052,960 modification (P00010) to H98210-13-C-0001 to exercise Option period four for consolidated call center support services for the Defense Manpower Data Center. Work will be performed in Seaside, California; Alexandria, Virginia; and Fort Knox, Kentucky, with an estimated completion date of Oct. 31, 2015. Fiscal 2015 operations and maintenance funds are being obligated at award. The Defense Human Resources Activity, Alexandria, Virginia, is the contracting activity.
 

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