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 Some of the information contained within may be outdated and links may not function.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 26, 2015

CONTRACTS

NAVY

Airtec Inc.,* California, Maryland, is being awarded an $80,661,914 modification against a previously issued firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N68335-14-D-0030) for intelligence, surveillance, and reconnaissance (ISR) services in support of the U.S. Southern Command. The contractor will provide ISR services utilizing a contractor-owned, contractor-operated Bombardier DHC-8/200 multi-sensor aircraft, with government-furnished property previously installed on the aircraft. Work will be performed in Bogota, Columbia (90 percent); and California, Maryland (10 percent), and is expected to be completed in September 2018. No funds will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity

PoleZero Corp., West Chester, Ohio, is being awarded a $72,088,652 indefinite-delivery/indefinite-quantity contract for a maximum of 118 ultra high-frequency antenna interface units and 177 very/ultra high-frequency units and their associated communication tray assemblies for Lots 6, 7, and 8 in support of the Navy and the government of Australia P-8A program. Work will be performed in West Chester, Ohio, and is expected to be completed in June 2018. This contract combines purchases for the Navy ($57,670,921; 80 percent); and the government of Australia ($14,417,731; 20 percent), under a memorandum of agreement. Fiscal 2015 aircraft procurement (Navy) and cooperative partner (Australia) funds in the amount of $15,748,101 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-D-0024).

The Analytic Sciences Corp. Inc., Andover, Massachusetts, is being awarded a $35,445,651 cost-plus-fixed-fee contract for radar engineering and logistics services in support of Naval Surface Warfare Center, Port Hueneme Division, Ship Defense and Expeditionary Warfare Department, Virginia Beach Detachment. The services include provide in-service engineering and acquisition engineering; integrated logistics support; software support; installation services, support, and coordination; programmatic and project management support; and staging facility support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $53,151,290. This contract combines purchases for the Navy (99 percent), and the governments of Taiwan, Poland and Korea (1 percent) under the Foreign Military Sales program. Work will be performed in Virginia Beach, Virginia (60 percent); San Diego, California (10 percent); Bremerton, Washington (10 percent), Honolulu, Hawaii (10 percent); Newport, Rhode Island (9 percent); and ports outside of the U.S. (1 percent), and is expected to be completed by April 2016. Fiscal 2015 other procurement (Navy); fiscal 2015 shipbuilding and conversion (Navy), fiscal 2015 research, development, test, and evaluation; and fiscal 2015 operations and maintenance (Navy) funding in the amount of $3,555,777 will be obligated at time of award, and funds in the amount of $282,000 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii)(B). The Naval Surface Warfare Center-Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-15-C-0012).

Solpac Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is being awarded firm-fixed-price $20,219,000 for task order 0007 under a previously awarded multiple award construction contract (N62473-10-D-5411) for construction of the operational training facility to accommodate the F-35C Joint Strike Fighter aircraft training requirements at Naval Air Station, Lemoore. The work to be performed provides for construction of a multi-story, steel framed, and reinforced concrete masonry unit operational training facility with pile foundations to house full mission simulators. Facility standards for the operational training facility will be built for a special access program including the full mission simulators, classrooms, briefing rooms, storage, and maintenance areas, personnel support spaces, and administrative spaces. The task order also contains four unexercised options and one planned modification, which if exercised would increase the cumulative task order value to $20,986,244. Work will be performed in Lemoore, California, and is expected to be completed by October 2016. Fiscal 2015 military construction (Navy) contract funds in the amount of $20,219,000 are being obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

General Dynamics, National Steel and Shipbuilding Co., San Diego, California, is being awarded a $12,999,858 modification to previously awarded contract N00024-14-C-2409 for additional LX(R) Amphibious Ship Replacement Program early industry involvement for preliminary design efforts. The tasking may include efforts related to systems engineering, marine engineering, naval architecture, cost estimating and computer modeling. The early industry involvement contracts will enable the shipyards to investigate ship designs and production cost reduction opportunities and to participate in the preliminary design evolution and reviews. Input from the shipyards will help the Government refine its analysis and produce sound design products and cost estimation relationships. Work will be performed in San Diego, California (67 percent); Bath, Maine (12 percent); Iron Mountain, Michigan (9 percent); Milwaukee, Wisconsin (9 percent);, and Pittsfield, Massachusetts (3 percent), and is expected to be completed by September 2016. Fiscal 2015 research, development, test and evaluation funding in the amount of $1,000,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

DEFENSE INTELLIGENCE AGENCY

Parsons Government Services Inc., Huntsville, Alabama, is being awarded a ceiling $68,845,081 indefinite-delivery/indefinite-quantity contract with a five-year ordering period. The contract provides scientific and technical support to the Defense Intelligence Agency's Missile and Space Intelligence Center. Work will be performed at Redstone Arsenal, Alabama, with an expected completion date of June 25, 2020. The acquisition was solicited on the basis of full and open competition, and two bids were received. Funding will be obligated on individual task orders with the initial task order scheduled to be awarded July 7, 2015, at an estimated ceiling price of $1,300,000. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity (HHM402-15-D-0007).

AIR FORCE

BAE Systems Technology Solutions and Services, Rockville, Maryland, has been awarded a $46,260,277 modification (P00475) to exercise the option on previously awarded contract FA2517-06-C-8001. Contractor will provide management, operation, maintenance and logistical support to the Solid State Phased Array Radar Systems. Work will be performed at Beale Air Force Base, California; Cape Cod Air Force Station, Massachusetts; Clear Air Force Station, Alaska; Thule Air Base, Greenland; and Royal Air Force Fylingdales, United Kingdom, and is expected to be complete by Aug. 31, 2016. Fiscal 2015 operations and maintenance funds in the amount of $46,260,277 are being obligated at the time of award. 21st Contracting Squadron, Peterson Air Force Base, Colorado, is the contracting activity.

ARCTEC Alaska JV, Joint Base Elmendorf-Richardson, Alaska, has been awarded a $38,855,052 modification (P00007) to previously awarded contract FA5215-C-04-0018. Contractor will provide for the operation and maintenance of the Alaska Radar System. Work will be performed at Joint Base Elmendorf-Richardson, Alaska (plus 15 remote radar sites in Alaska), and is expected to be complete by Sept. 28, 2016. Fiscal 2015 operations and maintenance funds in the amount of $38,855,052 are being obligated at the time of award. The 766th Specialized Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Aircraft Engineering and Installation Services Inc., Orlando, Florida, has been awarded a $28,593,344 firm-fixed-price, cost-reimbursable, no fee travel contract for the C-130 electronic propeller control system. Contractor will provide manufacture, integration and installation of the C-130 electronic propeller control system on 48 Air Force Reserve Command C-130H aircraft, and modify 25 spare Quick Engine Change (QEC) kits. Work will be performed at Orlando, Florida, and is expected to be complete by May 31, 2016. This award is the result of a competitive acquisition with nine offers received. Fiscal 2013 and 2014 National Guard and Reserve Equipment Account funds in the amount of $28,593,344 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-C-0008).

Lockheed Martin Corp., Colorado Springs, Colorado, has been awarded a $20,498,256 firm-fixed-price, cost-plus-fix-fee and cost reimbursable contract. Contractor will provide South Korean Defense Intelligence Command with follow-on support for aircraft equipped with imagery sensors, communication system and associated ground support; and multiple ground stations with extended communication equipment, mission support capabilities, and support equipment. This contract will also provide spare parts, technical manuals and field service representative support. Work will be performed at Colorado Springs, Colorado; and in Seoul, South Korea, and is expected to be complete by June 30, 2017. This contract is 100 percent foreign military sales and is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-C-3008).

Northrop Grumman Aerospace Systems, Redondo Beach, California, has been awarded a $16,232,399 modification (P00534) to previously awarded contract F33657-01-C-4600 for engineering and manufacturing development for the Global Hawk system. Contractor will provide the development and integration of software fixes and maintainer graphical user interface tasks into the Global Hawk ground station. This modification builds off of the existing ground station software and corrects reported deficiencies. Work will be performed at San Diego, California, and is expected to be complete by Dec. 30, 2016. Fiscal 2015 reasearch, development, test and evaluation funds in the amount of $13,184,570 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Environmental Abatement Inc., Layton, Utah, has been awarded a not-to-exceed $8,055,975 indefinite-delivery/indefinite-quantity contract for asbestos abatement and remediation services. Contractor will provide asbestos abatement, lead-based paint removal, heavy metal abatement, rodent dropping and animal excrement removal and other abatement activities. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by June 26, 2020. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 operations and maintenance funds in the amount of $500 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8201-15-D-0006).

Lockheed Martin Corp., Lockheed Martin Mission Systems and Training, Orlando, Florida, has been awarded a $6,820,026 modification (P00003) to exercise an option on previously awarded contract FA8519-13-D-0003 for sustainment of the Common Organizational Level Tester (COLT). Work will be performed at Orlando, Florida, and is expected to be complete by Sept. 29, 2016. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

ARMY

Barlovento LLC, Dothan, Alabama, was awarded a $45,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract to the Army Corps of Engineers and Federal Emergency Management Agency disaster response effort for Alabama, Connecticut, Delaware, Florida, Georgia, Louisiana, Maine, Maryland/District of Columbia, Massachusetts, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Pennsylvania, Rhode Island, South Carolina, Texas, and Virginia. Funding will be determined with each order with an estimated completion date of May 31, 2020. Bids were solicited via the Internet with seven received. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Accenture, Reston, Virginia, was awarded a $21,618,332 modification (D00364) to contract N00104-04-A-ZF12 for a six-month extension for general fund enterprise business systems. Work will be performed in Alexandria, Virginia, with an estimated completion date of Dec. 27, 2015. Fiscal 2015 operations and maintenance (Army) and other procurement (Army) funds in the amount of $15,074,085 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

The Renew Group Inc.,* Lawrence, Kansas, was awarded a $18,583,758 firm-fixed-price multi-year contract for new parking lots and roads, resurfacing existing pavement and repairing tank trails. Work will be performed at Ft. Hood, Texas, with an estimated completion date of June 21, 2017. Bids were solicited via the Internet with three received. Funding will be determined with each order. Army Contracting Command, Ft. Hood, Texas, is the contracting activity (W91151-15-D-0010).

Avon Protection Systems Inc., Cadillac, Michigan, was awarded a $12,123,107 firm-fixed-price multi-year indefinite-delivery/indefinite-quantity contract to procure 11 parts for the M50/M51 Joint Service General Purpose Mask. Funding and work location will be determined with each order with an estimated completion date of Dec. 26, 2018. Bids were solicited via the Internet with one received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0034).

PRS Newland JV, Sacramento, California, was awarded a $7,182,211 firm-fixed-price contract for a two-mile levee widening and improvement project with construction of a six-foot ramp for levee access for the South Sacramento County Streams Project Flood Damage Reduction Group. Work will be performed in Sacramento, California, with an estimated completion date of Jan. 23, 2017. Bids were solicited via the Internet with four received. Fiscal 2014 other procurement funds in the amount of $7,182,211 were obligated at the time of the award. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-15-C-0008).

DEFENSE LOGISTICS AGENCY

Atlantic Aviation Oklahoma City Inc., Oklahoma City, Oklahoma, has been awarded a maximum $28,486,022 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 Oklahoma, 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-0105).

Star Beverages Inc.,** Shaker Heights, Ohio, has been awarded a maximum $22,962,471 firm-fixed-price contract for carbonated and non-carbonated bag-in-box beverage support for various land and ship customers in the continental U.S., Alaska, Hawaii and Guam. This was a competitive acquisition with four responses received. This is a five-year base contract. Location of performance is Ohio, with a June 27, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, Coast Guard and non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-B300).

Channel Island Beverage Co., doing business as Pepsi Cola Bottling Co., San Diego, San Diego, California, has been awarded a maximum $21,631,872 firm-fixed-price contract for carbonated and non-carbonated bag-in-box beverage support for various land and ship customers in the continental U.S., Alaska, Hawaii and Guam. This was a competitive acquisition with four responses received. This is a five-year base contract. Location of performance is California, with a June 27, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, Coast Guard and non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-B200).

Coca-Cola North America, Atlanta, Georgia, has been awarded a maximum $20,614,266 firm-fixed-price contract for carbonated and non-carbonated bag-in-box beverage support for various land and ship customers in the continental U.S., Alaska, Hawaii and Guam. This was a competitive acquisition with four responses received. This is a five-year base contract. Location of performance is Georgia, with a June 27, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, Coast Guard and non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania, (SPE300-15-D-B100).

Aurora Industries LLC,* Camuy, Puerto Rico, has been awarded a maximum $11,824,236 modification (P0004) exercising the second one-year option period of a one-year base contract (SPE1C1-14-D-1068) with three one-year option periods for flame resistant uniforms. This is a firm-fixed-price contract. Location of performance is Puerto Rico, with a June 15, 2016, performance completion date. Using military services are Army and Air Force. 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.

Raytheon Integrated Defense Systems, Sudbury, Massachusetts, has been awarded a maximum $10,039,403 firm-fixed-price delivery order (1031) against contract SPRMM1-13-G-1104 for combat weapon system components. This was a sole-source acquisition using the justification that the government does not own the data needed to purchase these items from additional sources. Location of performance is Massachusetts, with a Dec. 22, 2017, performance completion date. Using service is Navy. Type of appropriation is fiscal 2015 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania.

Rainier Petroleum Corp.,* Seattle, Washington, has been awarded a maximum $10,015,521 fixed-price with economic-price-adjustment contract for marine gas oil. This was a competitive acquisition with five responses received. Locations of performance are Washington and Oregon, with an April 30, 2019, performance completion date. Using services are Army, Navy, 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-0378). (Awarded on June 25, 2015)

Gate CFV Solutions,*** Sebastian, Florida, has been awarded a maximum $6,511,924 firm-fixed-price contract for carbonated and non-carbonated bag-in-box beverage support for various land and ship customers in the continental U.S., Alaska, Hawaii and Guam. This was a competitive acquisition with four responses received. This is a five-year base contract. Location of performance is Florida, with a June 27, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, Coast Guard and non-Department of Defense customers. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-B400).

WASHINGTON HEADQUARTERS SERVICES

Analytic Services Inc., Falls Church, Virginia, is being awarded a $6,999,912 modification (0015) to a previously awarded firm-fixed-price (HQ0034-12-A-0003) to provide the following support to the Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics: medical program support; physical program support; planning, programming, budgeting, and executing and financial support; international and interagency strategic relations support; science and technology support; and operations and administrative support. Work will be performed in Arlington, Virginia, with an expected completion date of Dec. 31, 2016. Fiscal 2015 research, development, test, and evaluation funds are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with three proposals received. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small business
**Small disadvantaged business
***Woman-owned small business