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 Some of the information contained within may be outdated and links may not function.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 29, 2015

CONTRACTS
 

NAVY
 

DZSP 21 LLC, Hagatna, Guam, is being awarded a $42,274,735 cost-plus-fixed-fee contract for base operations support services at Joint Region Marianas, Guam. The work to be performed provides for facility support and base operating support for the following services: management and administration, port operations, ordnance, material management, facility management, facility investment, electrical, wastewater, steam, water, base support vehicles and equipment, and environmental. The maximum dollar value including the base period and six-month option is $85,266,729. Work will be performed in various locations on the island of Guam and is expected to be completed by June 2016. Fiscal 2015 and 2016 working capital funds (Navy); fiscal 2015 and 2016 operation and maintenance (Navy); fiscal 2015 family housing operation and maintenance (Navy); fiscal 2015 operation and maintenance (Air Force); fiscal 2015 operation and maintenance (Air National Guard); fiscal 2015 and 2016 transportation working capital funds; fiscal 2015 operation and maintenance (Army); fiscal 2015 health program funds (Defense); fiscal 2015 and 2016 working capital funds (Defense); fiscal 2016 operation and maintenance (Defense agencies); fiscal 2015 and 2016 Defense commissary agency account funds; and fiscal 2015 homeland security, (Coast Guard) contract funds in the amount of $42,274,735 are obligated on this award; of which $39,387,488 will expire at the end of the current fiscal year and $2,887,247 is subject to the availability of funds for the next fiscal year. This contract was issued under the authority of 10 U.S.C. 2304(c)(1) and Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-15-C-1160).

Walsh Construction Co., Chicago, Illinois, is being awarded a $34,496,000 firm-fixed-price contract for repair and renovation of a fire station and ship services support facility, Building 435 at Naval Base Kitsap (NBK) Bremerton. The work to be performed provides for repair and construction for seismic upgrades and renovation. The project will be a design-bid-build seismic retrofit which joins two building sections, replacement of third floor timber framing with steel framing, addition of concrete shear walls at the building perimeter, replacement of roof diaphragms, improvements for the roof and floor diaphragm connections, and installation of ties at the connection of unreinforced masonry. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $34,626,407. Work will be performed in Bremerton, Washington, and is expected to be completed by May 2017. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $34,496,000 are 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 four proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-15-C-6004).
 

Baldi Bros., Inc., Beaumont, California, is being awarded $14,887,712 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N62473-14-D-0043) for design and construction to repair airfield pavements runway 08/26 and the construction of a high temperature concrete vertical landing pad at Naval Air Weapons Station, China Lake. The work to be performed provides for design and construction for runway pavements, supporting pavements, arresting gear foundations, and a high temperature concrete vertical landing pad. The work includes removing airfield markings, demolishing pavements, concrete pavement patches, arresting gear foundations, Fresnel Lens Optical Landing System cart foundation, constructing light systems, applying pavement markings, and placing dust palliative. For the high temperature concrete vertical landing pad, work includes installing high strength steel reinforcement, and placing and curing high temperature concrete pavement. Work will be performed in Ridgecrest, California, and is expected to be completed by November 2016. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $14,887,712 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
 

The Boeing Co., Seattle, Washington, is being awarded $14,083,402 for cost-plus-fixed-fee delivery order 3060 against a previously issued basic ordering agreement (N00019-11-G-0001) for the development and definition of system requirements for the P-8A Multi-mission Maritime Aircraft Increment 3 Capabilities Integration System Requirements Review Systems Engineering Technical Review event. Work will be performed in Seattle, Washington (92 percent), Huntington Beach, California (7 percent); and St. Louis, Missouri (1 percent), and is expected to be completed in June 2016. Fiscal 2014 and 2015 research develop, test and evaluation (Navy) funds in the amount $5,166,879 will be obligated at time of award; $166,879 of which expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

JSL Technologies, Inc.,* Oxnard, California, is being awarded an $11,458,686 modification to previously awarded contract (N63394-14-C-0007) to extend the period of performance for the accomplishment of engineering support services for the Land Attack Combat and Weapons Systems. This contract modification provides for continuation of services in anticipation of award of a follow-on competitive contract in Seaport-Enhanced in December 2016. The services include engineering and software development for shipboard and shore-based systems; installation check-out procedures; test and evaluation support of combat and weapons systems; ship alteration upgrade for Tomahawk Weapon System; and program support. Work will be performed in Port Hueneme, California (75 percent); San Diego, California (5 percent); Washington D.C. (4 percent); Seattle, Washington (3 percent); Norfolk, Virginia (1 percent); Salt Lake, Utah (1 percent); Philadelphia, Pennsylvania (1 percent); Corona, California (1 percent); Wallops Island, Virginia (1 percent); Bath, Maine (1 percent); Honolulu, Hawaii (1 percent); Jacksonville, Florida (1 percent); Mayport, Florida (1 percent); Keyport, Washington (1 percent); Kings Bay, Georgia (1 percent); Europe (1 percent); Bahrain (1 percent) and is expected to be completed by December 2016. Fiscal 2015 operations and maintenance (Navy); fiscal 2015 research, development, test and evaluation; fiscal 2015 other procurement (Navy); fiscal 2015 working capital funds (Navy); fiscal 2015 weapons procurement (Navy); and fiscal 2015 foreign military sales funding in the amount of $1,999,780 is being obligated at time of award. Contract funds in the amount of $1,116,755 will expire at the end of the current fiscal year. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.
 

AAI Corp., Hunt Valley, Maryland, is being awarded a $10,966,798 modification to previously awarded contract (N00024-14-C-6322) to exercise options for engineering services for the Unmanned Influence Sweep System (UISS) program. The UISS is one of the systems, which will allow the Littoral Combat Ship to perform its mine warfare sweep mission. UISS will target acoustic, magnetic, and magnetic/acoustic combination mine types only. The UISS Program will satisfy the U.S. Navy’s need for a rapid, wide-area coverage mine clearance capability, required to neutralize magnetic/acoustic influence mines. UISS seeks to provide a high area coverage rate in a small, lightweight package with minimal impact on the host platform. Work will be performed in Hunt Valley, Maryland (72 percent); Slidell, Louisiana (24 percent); Hauppauge, New York (2 percent); Columbia, Maryland (1 percent), and Lemont Furnace, Pennsylvania (1 percent), and is expected to be completed by December 2016. Fiscal 2015 research and development funding in the amount of $1,300,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
 

Robertson Fuel Systems, LLC, Tempe, Arizona, is being awarded a $10,002,302 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0097) to exercise an option for the procurement of one Mission Auxiliary Fuel Tank Systems (MATS); 11 MATS middle accessory hardware packages; and four MATS rapid ground refueling forward tank packages for the MV-22 Osprey aircraft. Work will be performed in Tempe, Arizona and is expected to be completed in July 2016. Fiscal 2014 aircraft procurement (Navy) and fiscal 2015 aircraft procurement funds (Air Force) in the amount of $10,002,302 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
 

L-3 Communications, Leesburg, New Jersey, is being awarded a $7,565,000 modification to previously awarded contract (N00024-12-C-4232) for the production of the first two shipsets of the Hybrid Electric Drive (HED) Electric Propulsion System (EPS) for DDG 51 class ships, as well as engineering services and associated provisioning items. L-3 Communications will develop and provide a fully integrated DDG 51 HED EPS, suitable for backfit application that meets the physical, functional and performance requirements suitable for installation on the DDG 51 Class Flight IIA ships. The HED EPS will provide an additional propulsion option at low speeds, resulting in less fuel consumption than currently possible with the existing installed equipment. Work will be performed in Mankato, Minnesota (51 percent), Zamudio, Spain (30 percent), Leesburg Virginia (19 percent), and is expected to be completed by July 2016. Fiscal 2015 research, development, test, and evaluation and other procurement (Navy) contract funds in the amount of $7,565,000 will be obligated at the time and award, and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia is the contracting activity.
 

MISSILE DEFENSE AGENCY
 

Innovative Defense Technologies (IDT), LLC, Arlington, Virginia, is being awarded a ceiling $9,986,249 indefinite-delivery/indefinite-quantity contract to develop and implement the Automated Test and Re-Test (ATRT) tool as an innovative approach for automated testing, data analysis and requirements verification for Ballistic Missile Defense Systems. IDT will use the ATRT technology and tool suite to apply automation to the integration and test of software based systems. The ATRT Phase III development work will leverage current ATRT capability and the initial technology developed under SBIR Phase I and baseline Phase II programs. A task order in the amount of $50,000 is being issued. The work will be performed in Arlington, Virginia and Mt. Laurel, New Jersey. The ordering period is from June 25, 2015 through June 24, 2018. This contract was competitively procured in accordance with the SBIR Program Policy Directive. Fiscal year 2015 research, development, test and evaluation funds in the amount of $50,000 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7001) (Awarded June 26, 2015).
 

AIR FORCE
 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded an $119,200,000 cost-plus-fixed-fee, undefinitized contract action for contractor logistics support. Contractor will provide CLS for the Iraq F-16 program. Work will be performed at Balad Air Base, Iraq, with ongoing CLS support activity in Tucson, Arizona; Fort Worth, Texas; and Greenville, South Carolina, and is expected to be complete by Aug. 31, 2016. This contract is 100-percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8615-12-C-6012)
 

Massachusetts Institute of Technology, Cambridge, Massachusetts, has been awarded a $7,136,232 cost-reimbursement contract for research and development in transparent computing. Contractor will conduct research to develop novel tagging and tracking approaches for establishing the causal relationships among activities across an enterprise environment, particularly focused on distinguishing between the "low and slow" Advance Persistent Threat (APT) and regular user and system activities. Work will be performed at Cambridge, Massachusetts, and is expected to be complete by Aug. 30, 2019. This award is the result of a competitive acquisition with 51 offers received. Fiscal year 2015 research, development, test and evaluation funds in the amount of $466,554 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8650-15-C-7564)

ARMY

Caterpillar Defense & Federal Products, Mossville, Illinois was awarded a $38,450,957 order dependent contract for parts, technical support, and supply chain management for rebuilding Caterpillar engines installed in the Family of Medium Tactical Vehicle (FMTV), Mine Resistant Ambush Protected (MRAP), Heavy Expanded Mobility Tactical Truck (HEMTT), and Heavy Equipment Transporter (HET). Funding and work location will be determined with each order with an estimated completion date of June 28, 2020. Bids were solicited via the internet with one received. Army Contracting Command, Red River Army Depot, Texarkana, Texas is the contracting activity (W911RQ-15-D-0006).
 

Northrop Grumman Systems Corp., Linthicum Heights, Maryland was awarded a $34,521,134 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for system support for the Vehicle and Dismount Exploitation Radar. Funding and work location will be determined with each order with an estimated completion date of June 28, 2018. One bid was solicited with one received. Army Contracting Command, Aberdeen, Maryland is the contracting activity (W56KGY-15-D-0004).
 

Boeing Co., Mesa, Arizona was awarded a $15,340,002 modification (0020) to contract W58RGZ-14-G-0005 for 1,060 Apache Weapons System main rotor strap pack assemblies. Work will be performed in Mesa, Arizona with an estimated completion date of Oct. 31, 2017. Fiscal 2015 other procurement funds in the amount of $15,340,002 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.
 

General Dynamics C4S, Orlando, Florida was awarded an $8,730,370 cost-plus-fixed-fee contract with options for the Intelligence & Electronic Warfare Tactical Proficiency Trainer. Work will be performed in Orlando, Florida with an estimated completion date of Dec. 31, 2016. One bid was solicited with one received. Fiscal 2015 research, development, test and engineering funds in the amount of $4,668,383 were obligated at the time of the award. Army PEO Simulation, Training and Instrumentation, Orlando, Florida is the contracting activity (W900KK-15-C-0019).
 

Booz Allen Hamilton was awarded a $6,572,740 modification (004203) to contract W81XWH-08-D-0025 for programmatic support to the patient safety program. Work will be performed in Falls Church, Virginia with an estimated completion date of June 30, 2017. Fiscal 2015 operations and maintenance (Army) funds in the amount of $6,572,740 were obligated at the time of the award. Army Medical Research Acquisition Activity Frederick, Maryland is the contracting activity.
 

DEFENSE LOGISTICS AGENCY
 

Barr Laboratories, Inc, North Wales, Pennsylvania, has been awarded a maximum $33,345,134 modification (P00002) exercising the first one-year option period of a one-year base contract (SPM2DP-15-D-0001) with four one-year option periods for vaccines for military recruitment activities. This is a firm-fixed-price contract. Locations of performance are Pennsylvania and Virginia, with a Dec. 31, 2016, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
 

Food Service Inc,* Mount Vernon, Washington, has been awarded a maximum $31,704,659 fixed-price, with economic price adjustment contract for prime vendor food and beverage support for customers on Okinawa, Japan. This was a sole source contract using justification 10 U.S.C 2304 (c)(1). This is an eight-month bridge contract. Locations of performance are Washington and Japan, with a Feb. 10, 2016, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, DoD and non-DoD customers. 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 (SPE300-15-D-4010).


*Small business