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 Some of the information contained within may be outdated and links may not function.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

CONTRACTS
 

AIR FORCE
 

CH2MHILL, Englewood, Colorado, (FA8051-15-D-0001); Fluor-Amec II, Greenville, South Carolina (FA8051-15-D-0002); Exelis Systems Corp., Colorado Springs, Colorado (FA8051-15-D-0003); KBR, Houston, Texas (FA8051-15-D-0004); RMS, Panama City, Florida (FA8051-15-D-0005); PAE-Perini, Arlington, Virginia (FA8051-15-D-0006); URS, Cleveland, Ohio (FA8051-15-D-0007); and DynCorp International, Fort Worth, Texas (FA8051-15-D-0008), have been awarded a combined not-to-exceed $5,000,000,000 indefinite-delivery/indefinite-quantity contract under the Air Force Contract Augmentation Program (AFCAP IV). The contractors will provide a full range of base life and operating support and logistical support on an as-required basis to support all programs with disciplines consistent with the AFCAP description of services. Requirements shall focus on contingency skills and resources to support the Air Force, any Department of Defense component, or any U.S. federal government entity operating in support of missions which could include National Command Authority, joint or combined U.S. military forces acting as part of or in concert with the North Atlantic Treaty Organization, or multinational forces utilizing U.S. government appropriations. Work will be performed at locations worldwide determined by individual needs effective Oct. 1, 2015, and is expected to be complete by Sept. 30, 2021. This award is the result of a competitive acquisition with 10 offers received. Funds will be obligated on individual task orders. The 772nd Enterprise Sourcing Squadron, Air Force Installation Contracting Agency, Tyndall Air Force Base, Florida, is the contracting activity.
 

CORRECTION: The contract awarded to Odyssey Systems Consulting Group Ltd. on June 16, 2015, gave an inaccurate amount obligated at time of award. The amount obligated is $4,540,926. All other information was correct.


NAVY


Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded not-to-exceed $237,765,479 for delivery order 0031 against a previously issued basic ordering agreement (N00019-14-G-0020) for initial spares in support of low-rate initial production Lot 9 F-35 Lightning II aircraft for the Air Force, Navy, non-U.S. Department of Defense (DoD) participants and Foreign Military Sales customers. Spares to be procured include F-35 common spares; F-35A, B, and C variant unique spares; and aloft spares packages and deployment spare packages. Work will be performed in Fort Worth, Texas (13 percent); Owego, New York (11 percent); Torrance, California (11 percent); El Segundo, California (7 percent); Baltimore, Maryland (7 percent); Orlando, Florida (7 percent); Nashua, New Hampshire (6 percent); San Diego, California (6 percent); Samlesbury, United Kingdom (5 percent); North Amityville, New York (5 percent); Cheltenham, United Kingdom (5 percent); Cedar Rapids, Iowa (5 percent); Alpharettta, Georgia (3 percent); East Aurora, New York (3 percent); Windsor Locks, Connecticut (3 percent); and Irvine, California (3 percent), and is expected to be completed in June 2017. Fiscal 2013 aircraft procurement (Air Force); fiscal 2015 aircraft procurement (Navy and Air Force); non-U.S. DoD participant funding; and foreign military sales funds in the amount of $233,890,119 are being obligated at time of award, $26,156,042 of which will expire at the end of the current fiscal year. This order combines purchases for the Air Force ($96,018,388; 41 percent); Navy ($33,308,517; 14 percent); non-U.S. DoD participants ($85,991,983; 37 percent); and Foreign Military Sales customers ($18,571,231; 8 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
 

CDW Government, Vernon Hills, Illinois, is being awarded $26,446,300 for firm-fixed-price delivery order 0044 under a previously awarded requirements contract (M67854-12-D-4153) for a quantity of 22,001 general purpose laptops to support the Next Generation Enterprise Network computer refresh. Work will be performed in North Las Vegas, Nevada, and is expected to be completed by May 30, 2016. Fiscal 2013 procurement (Marine Corps) contract funds in the amount of $242,000 and fiscal 2014 procurement (Marine Corps) contract funds in the amount of $26,204,300 will be obligated at the time of award. Contract funds in the amount of $242,000 will expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.


Wyle Laboratories Inc., Huntsville, Alabama, is being awarded a $21,619,064 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract to provide sea test range aggregated mission testing and support for the Navy and government of Japan. Support to be provided includes planning, pre-test support, coordination, engineering analysis, systems engineering, and operational test support of complex test and evaluation operations occurring on the Naval Air Warfare Center Weapons Division Sea Range and for Pacific Broad Ocean Area operations. This contract combines purchases for the Navy ($19,457,158; 90 percent) and the government of Japan ($2,161,906; 10 percent) under the Foreign Military Sales program. Work will be performed in Point Mugu, California (95 percent); Portland, Oregon (1 percent); Vandenberg Air Force Base, California (1 percent); White Sands Missile Range, New Mexico (1 percent); Huntsville, Alabama (1 percent); Naval Surface Warfare Center, Corona, California (.5 percent); and Colorado Springs, Colorado (.5 percent), and is expected to be completed in June 2020. Fiscal 2014 research, development, test and evaluation (Defense) funds in the amount of $231,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. This contract was competitively procured via an electronic request for proposal, with two offers received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-15-D-0020).


Sikorsky Support Services Inc., doing business as Sikorsky Aerospace Maintenance, Stratford, Connecticut, is being awarded a $15,984,608 firm-fixed-price, cost reimbursement contract for organizational, intermediate and limited depot level maintenance for the F-5 aircraft. Work will be performed in Key West, Florida (39 percent); Yuma, Arizona (32 percent); and Fallon, Nevada (29 percent); and is expected to be completed in September 2015. Fiscal 2015 operations and maintenance (Navy Reserve) funds in the amount of $10,431,031 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-15-C-0022).


Detyens Shipyards Inc., North Charleston, South Carolina, is being awarded an $11,056,911 firm-fixed-price contract for 42-calendar-day shipyard availability for the regular overhaul and dry docking of USNS Robert E. Peary (T-AKE 5). Work will include general ship services for ship clean and gas-free tanks, voids, and cofferdams, hazardous waste disposal, roller chock replacement, preservation of replenishment at sea Station King Posts, modification of exterior deck grating and ladder preservation, high voltage switchboard cleaning - emergency switchboard cleaning, electronic charting system replacement, audible warning system speaker upgrade, counter measure wash down system piping replacement, mess deck passageway replacement, No. 6 cargo hold modifications, deck tile replacement install, polish bow thruster propeller, inspect and repair cathodic protection, dry-docking and un-docking vessel, overhauling sea valves, inspection of bilge keels, underwater hull cleaning, freeboard cleaning and painting, underway replenishment hauling winch repairs and high pressure air relief valve calibration. The contract includes options which, if exercised, would bring the total contract value to $11,119,121. Work will be performed in North Charleston, South Carolina, and is expected to be completed by Aug. 22, 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $11,056,911 are obligated for at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with two offers received. The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-15-C-3003).


Leidos Inc., Reston, Virginia, is being awarded $10, 202,036 for firm-fixed-priced task order against previously awarded indefinite-delivery/indefinite-quantity contract (M67854-14-D-2517) for product support integration services for the Marine Corps Counter Radio-Controlled Improvised Explosive Device Electronic Warfare Systems. Work will be performed in Charleston, South Carolina (60 percent); Camp Lejeune, North Carolina (10 percent); Camp Pendleton, California (10 percent); Camp Hansen, Okinawa, Japan (10 percent); and Camp Arifjan, Kuwait (10 percent). Work for this task order is expected to be completed Aug. 20, 2016. Fiscal 2015 operations and maintenance (Marine Corps) funding will be obligated at the time of award, and will expire at the end of the current fiscal year. The contract was competitively awarded using the Federal Business Opportunities website. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.


Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded $9,904,863 for modification P00004 to a previously awarded cost-plus-fixed-fee contract (N00030-12-C-0023) for an equitable adjustment to the security hardware, associated software, equipment installation, system test, accreditation, certification and delivery of nuclear weapon security (NWS) system equipment. The work will be performed in Pittsfield, Massachusetts (49.46 percent); Sunnyvale, California (32.14 percent); Cape Canaveral, Florida (17.65 percent); Kings Bay, Georgia (0.38 percent); and Bangor, Washington (0.37 percent), and is expected to be completed in November 2017. Fiscal 2013 other procurement (Navy) contract funds in the amount of $5,759,793 and fiscal 2014 other procurement (Navy) contract funds in the amount of $4,145,070 are being obligated on this award, none of which will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.


Lockheed Martin Mission Systems and Training, Liverpool, New York, is being awarded a $7,967,150 firm-fixed-price contract for fiscal 2015-2019 Surface Electronic Warfare Improvement Program (SEWIP) Block 1B3 systems. SEWIP is an evolutionary acquisition program to upgrade the existing AN/SLQ-32(V) electronic warfare system through a modular, open-system approach. SEWIP provides enhanced shipboard electronic warfare for early detection, analysis, threat warning and protection from anti-ship missiles. SEWIP Block 1 focuses on obsolescence mitigation and special signal intercept. This contract includes options which, if exercised, would bring the cumulative value of this contract to $58,928,991. Work will be performed in Liverpool, New York (82 percent); and Landsdale, Pennsylvania (18 percent), and is expected to be completed by January 2017. Fiscal 2015 other procurement (Navy) and fiscal 2013 and 2014 shipbuilding and conversion (Navy) funding in the amount of $7,967,150 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-5352).


ARMY
 

General Dynamics-OTS Inc., Williston, Vermont, was awarded a $55,944,900 modification (P00007) to foreign military sales, undefinitized contract actions contract (Saudi Arabia, Iraq, Pakistan) W31P4Q-14-C-0154 to change the grain for rockets from government-furnished material to contractor-furnished material. Work will be performed in Williston, Vermont, with an estimated completion date of March 31, 2018. Fiscal 2013, 2014, and 2015 other procurement funds up to 50 percent of the face value of the contract are funded. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
 

Ceres Environmental Services, Minneapolis, Minnesota, was awarded a $25,000,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract with options for emergency temporary roof repairs to residential structures in support of the Army Corps of Engineers and the Federal Emergency Management Agency disaster response to Puerto Rico with an estimated completion date of May 31, 2020. Bids were solicited via the Internet with five received. Funding will be determined with each order. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.


Sikorsky Aircraft Corp, Stratford, Connecticut, was awarded a $21,756,070 modification (P00260) to contract W58RGZ-12-C-0008 for one UH-60M aircraft and two fire extinguishers for the Federal Bureau of Investigation, and one UH-60M for the Army BEST aircraft. Work will be performed in Stratford, Connecticut, with an estimated completion date of Sept. 30, 2015. Fiscal 2015 other procurement funds in the amount of $22,069,656 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.


EMI Technologies Inc.,* Las Cruces, New Mexico, was awarded a $20,000,000 modification (P00005) to contract W9124R-11-D-0207 for general purpose instrumentation vans (GPIV), shelters and trailers for White Sands Missile Range, New Mexico. Funding and work location will be determined with each order with an estimated completion date of June 26, 2016. Army Contracting Command, White Sands Missile Range, New Mexico, is the contracting activity.


Raytheon Co., Tucson, Arizona, was awarded an $8,310,252 modification (P00066) to foreign military sales contract W15QKN-08-C-0530 (Netherlands) for 100 Excalibur 155mm projectiles and 12 palletized containers. Work will be performed in Phoenix and Tucson, Arizona; McAlester, Oklahoma; Farmington, New Mexico; East Camden, Arkansas; Valencia, Santa Ana, Inglewood , Chino, Healdsburg and Corona, California; Anniston Alabama; Cincinnati, Ohio; Cedar Rapids, Iowa; Joplin, Missouri; Lowell, Massachusetts; McKinney, Texas; Woodridge, Illinois; Salt Lake City, Utah; Congers, New York; Minneapolis, Minnesota; Karlskoga, Sweden; and Glenrothes and Plymouth, United Kingdom, with an estimated completion date of Oct. 30, 2015. Fiscal 2015 other procurement funds in the amount of $8,310,252 were obligated at the time of the award. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.


Bristol Engineering Services Corp.,*Anchorage, Alaska (W912DW-13-D-1015 MOD NO: P00002); Cherokee General Corp.,* Federal Way, Washington (W912DW-13-D-1016 MOD NO: P00002); CKY Inc.,* San Pedro, California (W912DW-13-D-1017 MOD NO: P00002); Macro-Z-Technology Co.,* Santa Ana, California (W912DW-13-D-1018 MOD NO: P00002); and Nordic Industries Inc., Olivehurst, California (W912DW-13-D-1019 MOD NO: P00002); were awarded an $9,800,000 modification for construction work for the Army Corps of Engineers, Seattle District. Work will be performed in Washington State, Oregon, Idaho, Montana, and within the Northwestern Division boundaries, with an estimated completion date of Sept. 4, 2016. Army Corps of Engineers, Seattle District, is the contracting activity.


Jacobs Technology Inc., Tullahoma, Tennessee, was awarded a $7,041,666 modification (P00006) to contract W91CRB-14-D-0017 for test support services, Aberdeen Test Center, Aberdeen Proving Ground, Maryland, with an estimated completion date of July 31, 2015. Funding will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.


DEFENSE LOGISTICS AGENCY
 

General Electric, Cincinnati, Ohio, has been awarded a maximum $8,342,847 firm-fixed-price contract against a basic ordering agreement for gutter assembly. This was a sole-source acquisition using the justification that this is a unique source with unique capabilities and data rights. Location of performance is Ohio, with an Aug. 1, 2017, performance completion date. Using service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2017 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (FA8122-14-G-0001 UN12).
 

*Small business