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 Some of the information contained within may be outdated and links may not function.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 June 23, 2015

CONTRACTS
 

ARMY
 

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $121,350,000 modification (P00028) to contract W58RGZ-13-C-0109 for 19 Gray Eagle unmanned aerial vehicles and 19 satellite communications air data terminals. Work will be performed in Poway, California, with an estimated completion date of Sept. 30, 2018. Fiscal 2015 other procurement (Army) funds in the amount of $121,350,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
 

Espey Manufacturing & Electronics Corp.,* Saratoga Springs, New York, was awarded a $66,000,000 indefinite-delivery/indefinite-quantity firm-fixed-price contract for tactical power supplies. Funding and work location will be determined with each order with an estimated completion date of June 22, 2020. Bids were solicited via the Internet with 13 received. Army Contracting Command, Aberdeen Proving Grounds, Maryland, is the contracting activity (W56JSR-15-D-0004).


Messer Construction Co., Cincinnati, Ohio, was awarded a $24,166,000 firm-fixed-price contract with options for the addition and alteration of the Foreign Materials Exploitation Laboratory, Wright-Patterson Air Force Base, Ohio, with an estimated completion date of May 31, 2017. Bids were solicited via the Internet with three received. Fiscal 2012 military construction funds in the amount of $24,166,000 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0012).
 

Airbus Defense & Space Inc., Herndon, Virginia, was awarded a $28,325,176 modification (P00918) to contract W58RGZ-06-C-0194 for logistic support for the UH-72A Lakota helicopter program. Work will be performed in Herndon, Virginia, with an estimated completion date of June 30, 2016. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $28,325,176 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
 

Alloy Surfaces Company Inc., Chester, Pennsylvania (W15QKN-15-D-0053); and Armtec Defense Products Co., Coachella, California (W15QKN-15-D-0054), were awarded a $23,269,865 firm-fixed-price contract for decoy M211, MJU-50A/B, and MJU-51A/B infrared countermeasure flares. Funding and work location will be determined with each order with an estimated completion date of June 23, 2018. Bids were solicited via the Internet with two received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.
 

SENTEL, Alexandria, Virginia, was awarded a $13,838,338 modification (P00018) to contract W52P1J-12-C-0077 for integrated logistics services for the 401st Army Field Support Brigade in Afghanistan. Work will be performed in Alexandria, Virginia, with an estimated completion date of Dec. 23, 2015. Fiscal 2015 operations and maintenance Army funds in the amount of $13,800,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
 

AIR FORCE
 

Haight & Associates, Juneau, Alaska, has been awarded a $47,000,000 firm-fixed-priced, indefinite-delivery/indefinite-quantity for the Tactical Meteorological Observing System TMQ-53. Contractor will provide a broad range of performance-based logistics, including program management, logistics support, systems engineering, software maintenance and information assurance, technical order sustainment, government furnished property management, transition planning, and contract data requirements list deliverables. Work is anticipated to be performed at Layton, Utah, and is expected to be complete by Dec. 22, 2020. This award is the result of a competitive acquisition. Offers were solicited on FedBizOpps and five offers were received. Fiscal 2015 operations and maintenance funds in the amount of $1,143,414 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8217-15-D-0001).
 

NAVY
 

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $13,580,037 modification to previously awarded cost-plus-award-fee, incentive-fee contract (N00024-11-C-4408) for fiscal 2015 selected restricted availability (SRA) for the destroyer USS Sterett (DDG 104). The SRA 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 2014 and 2015 other procurement (Navy) funding in the amount of $13,580,037, will be obligated at time of award, and funds in the amount of $12,446,445 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.
 

Dills Architects,* Virginia Beach, Virginia, is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering services contract for multiple-discipline architect-engineering services in the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR), located primarily at Joint Expeditionary Base Little Creek-Fort Story; Naval Air Station, Oceana; and Naval Station Norfolk. The work includes plans, specifications, preparation of requests for proposals for design/build and design/bid/build projects, cost estimates, hazardous material identification, analysis of environmental constraints, energy computation, facilities planning, life safety code studies, interior space planning/design, electronic operation and maintenance support information, sustainable engineering design practices, anti-terrorism/force protection analysis, and construction inspection and engineering consultation services during construction. Task order 001 is being awarded at $104,033 for limited forensic engineering investigation and analysis at Building U-238, Naval Station Norfolk, Virginia. Work for this task order is expected to be completed by July 2016. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities located in the NAVFAC Atlantic AOR located primarily in Norfolk, Virginia (70 percent); Virginia Beach, Virginia (15 percent); and other areas within the AOR (15 percent). The term of the contract is not to exceed 60 months with an expected completion date of June 2020. Fiscal 2014 operation and maintenance, (Navy) contract funds in the amount of $104,033 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction, (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-D-0040).
 

Northrop Grumman Corp., Melbourne, Florida, is being awarded a not-to-exceed $8,089,528 for delivery order 7396 under a previously awarded basic ordering agreement (N00383-12-G-034G) for the repair of 11 line items on the Advanced Hawkeye System used on the E-2D aircraft. Work will be performed in Melbourne, Florida, and work is expected to be completed by June 24, 2016. Fiscal 2015 aircraft procurement (Navy) funding in the amount of $8,089,528 will be obligated at the time of award; none of which will expire at the end of the current fiscal year. This is sole-source contract to Northrop Grumman Corp. in accordance with 10 U.S.C. 2304(c)(1). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
 

DEFENSE INFORMATION SYSTEMS AGENCY
 

A contract modification was executed June 23, 2015, under a sole-source, non-competitive, firm-fixed-price contract, HC1047-09-C-4000, to Qwest Government Services Inc., doing business as CenturyLink QGS. The scope of the modification is to enhance and replace the existing Defense Information System Network CORE 10G Corestream optical transport networks with a 100G 6500 Packet-Over Transport Network (P-OTN). The face dollar value of this modification is $10,232,058. The action is funded by fiscal 2015 Department of Defense procurement appropriations and Defense Information Systems Agency defense working capital funds. The total cumulative face value of the contract is following this modification is $198,602,764. Performance is to take place between bases in Texas, New Mexico and Colorado. A notice of intent to execute the modification on contract HC1047-09-C-4000 was posted to FedBizOpps Dec. 12, 2014, and no capability statements were received. The contracting officer will post the justification and approval to FedBizOpps within 14 days of the effective date of the contact action in accordance with Federal Acquisition Regulations 6.305(a). The period of performance of the contract is one-year base period with nine one-year option periods. Six options have been exercised, as of the date of this contract modification. The current period of performance expires Nov. 29, 2015. The Defense Information Technology Contracting Organization-National Capital Region (DITCO-NCR) is the contracting activity.
 

*Small business