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 Some of the information contained within may be outdated and links may not function.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 30, 2015

CONTRACTS
 

NAVY
 

The Boeing Co., Seattle, Washington, is being awarded a not-to-exceed $358,938,513 modification to a previously awarded advance acquisition contract (N00019-14-C-0067) for the procurement of long-lead items for the manufacture and delivery of nine United States Navy Full-Rate Production Lot II P-8A aircraft, 16 USN FRP Lot III P-8A aircraft, and four Royal Australian Air Force FRP Lot III P-8A aircraft. This contract combines purchase for the U.S. Navy ($219,407,863; 61 percent) and the Government of Australia ($139,530,650; 39 percent) under a Cooperative Agreement. Work will be performed in Seattle, Washington (71.5 percent); Baltimore, Maryland (8.1 percent); Greenlawn, New York (5.4 percent); Huntington Beach, California (4.5 percent); Rockford, Illinois (3.5 percent); the United Kingdom (3.5 percent); and North Amityville, New York (3.5 percent), and is expected to be completed in December 2018. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $219,407,863 and cooperative partner funds in the amount of $2,400,000 will be obligated at 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.
 

J.W. Clark Enterprises, Inc.,* Chesapeake, Virginia (N40080-15-D-0158); Rand Enterprises, Inc.,* Newport News, Virginia (N40080-15-D-0159); Battle Creek Construction, LLC,* La Plata, Maryland (N40080-15-D-0160); Belt Built CFM Joint Venture,* Severna Park, Maryland (N40080-15-D-0161); Asturian Group, Inc.,* Chesapeake, Virginia (N40080-15-D-0162); Honu’apo I, LLC,* La Plata, Maryland (N40080-15-D-0163), are each being awarded an indefinite-delivery indefinite-quantity multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). The maximum dollar value including the base period and two option years for all six contracts combined is $99,000,000. The work to be performed provides for construction services. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. J.W. Clark Enterprises, Inc. is being awarded task order 0001 at $618,986 for the construction of the prototype materials storage facility at Naval Surface Warfare Center Carderock, Bethesda, Maryland. Work for this task order is expected to be completed by June 2016. All work on this contract will be performed primarily within the NAVFAC Washington AOR to include Maryland (55 percent), Virginia (30 percent), and the metropolitan Washington, District of Columbia (15 percent). The term of the contract is not to exceed 36 months, with an expected completion date of June 2018. Fiscal 2015 supervision, inspection, and overhead and working capital (Navy) funds in the amount of $743,986 are being obligated on this award; of which $618,986 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 25 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.
 

The Lane Construction Corp., Cheshire, Connecticut, is being awarded a $67,337,000 firm-fixed-price contract for construction of Repair Runway 14 Left - 32 Right Pavement and lighting replacement and modernization of airfield lighting phase one at Naval Air Station Oceana. The work to be performed provides for the reconstruction on the entire runway in Portland cement concrete, including re-grading and paving of runway shoulders and taxiways. The work also includes refurbishment and replacement of existing runway electrical infrastructures such as electrical vaults, electrical manholes, hand holes, conduits, wiring, runway lighting fixtures and signage and controls. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $87,100,000. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by September 2017. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $67,337,000 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 three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-0052).
 

IMC-Landsouth, LLC,* Middleburg, Florida, is being awarded a $33,154,032 firm-fixed-price contract to replace base housing at Naval Station Guantanamo. The work to be performed provides for construction to replace antiquated family housing units with 51 new single family residences. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by June 2018. Fiscal 2011 family housing construction and fiscal 2014 military construction (Navy) contract funds in the amount of $33,154,032 are obligated on this award; of which $22,480,735 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. This contract action is a reprocurement of the project as the result of a termination for default. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-15-C-1107).
 

J.F. Taylor, Inc., Lexington Park, Maryland, is being awarded a $32,559,234 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for mission essential engineering services in support of Identification Friend or Foe equipment, systems and subsystems, and advanced technologies development for the U.S. Navy and the governments of Taiwan, Australia, Norway, Saudi Arabia, and Poland. Work will be performed in Lexington Park, Maryland and is expected to be completed in June 2020. No funding will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was competitively procured via electronic announcement; two offers were received. This contract combines purchase for the U.S. Navy ($32,233,644; 99 percent) and the governments of Taiwan ($65,118; 0.2 percent); Australia ($65,118; 0.2 percent); Norway ($65,118; 0.2 percent); Saudi Arabia ($65,118; 0.2 percent); and Poland ($65,118; 0.2 percent). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland is the contracting activity (N00421-15-D-0005.)

General Dynamics Advanced Information Systems Inc., Pittsfield, Massachusetts, is being awarded a $20,804,762 modification to previously awarded cost-plus-incentive-fee contract (N00024-09-C-6246) to complete AN/BYG-1 Weapons Control System (WCS) Technology Insertion (TI-14) Advanced Processing Build (APB-15) software for delivery to multiple submarine platforms. The company will also continue migration of WCS from TI-14 baseline to TI-16 and integrate APB-15 to support the lead variant Test Readiness Review during fiscal 2016 and will continue maintenance activities for TI-14 APB-13 and earlier baselines. This contract combines purchases for the U.S. Navy (88.34 percent) and the government of Australia (11.66 percent) under an Armament Cooperation Project. Work will be performed in Pittsfield, Massachusetts, and is expected to be completed by June 2016. Fiscal 2014 and 2015 research, development, test and evaluation; Armament Cooperation Project (Australian); fiscal 2014 other procurement (Navy); and fiscal 2015 operations and maintenance (Navy) funding in the amount $5,389,788 will be obligated at the time of award. Contract funds in the amount of $170,285 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $19,641,417 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) for requirements development and maturation efforts for the F-35 Lightening II Joint Strike Fighter Air System. Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2016. Fiscal 2014 research and development (Navy and Air Force); fiscal 2015 research and development (Navy, Air Force and Marine Corp.); and Cooperative Partner funds in the amount of $19,641,417 will be obligated at the time of award, $1,655,373 will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Navy ($5,597,287; 28.7 percent); U.S. Air Force ($5,408,209; 27.54 percent); U.S. Marine Corps. ($3,904,548; 19.7 percent); and the Governments of Australia ($710,521; 3.61 percent); Canada ($337,155; 1.7 percent); Italy ($466,752; 2.38 percent); Netherlands ($217,537; 1.1 percent); Norway ($711,221; 3.62 percent); Turkey ($1,359,110; 6.92 percent); and United Kingdom ($929,076; 4.73 percent) under a Cooperative Agreement. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $14,426,483 firm-fixed-price modification to a previously awarded advance acquisition contract (N00019-13-C-0008) to provide the Reprogramming Center -West, at Naval Air Station Point Mugu, California, with the primary mission equipment (hardware) required for the laboratory to meet Partner and Foreign Military Sales Mission Data File requirements in support of the F-35 Lightning II Joint Program. This contract combines purchases for the Government of Japan ($4,808,829; 33.4 percent); Government of South Korea ($4,808,827; 33.3 percent); and Government of Israel ($4,808,827; 33.3 percent) under the Foreign Military Sales Program. Work will be performed in Fort Worth, Texas, and expected to be completed in October 2017. Foreign military sales funds in the amount of $14,426,483 are being obligated at 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 authority.

The Boeing Co., St. Louis, Missouri, is being awarded $10,143,096 for delivery order 2049 against a previously issued Basic Ordering Agreement (N00019-11-G-0001) for hardware integration for Phase II to integrate the Next Generation Jammer Pod onto the EA-18G aircraft. The Phase II hardware integration will ensure the development, preparation and delivery of the aircraft modification design is suitable for the technology development stage of the Next Generation Jammer Pod program. Work will be performed in St. Louis, Missouri, and is expected to be completed in February 2016. Fiscal 2015 research, development, testing and evaluation (Navy) funds in the amount of $6,100,000 will be obligated at 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.
 

Electric Boat Corp., Groton, Connecticut, is being awarded an $8,716,028 modification to previously awarded contract (N00024-13-C-2128) for the procurement of the US/UK E Fixture Robotic Cut and Bevel Skid Transfer Systems, Cut and Containment Systems, and Rear Access Platforms. The contractor will be procuring hardware relating to the Integrated Tube and Hull Quad Pack construction E-Fixture in support of the Ohio Replacement Program. Work will be performed in Groton, Connecticut, and is expected to be completed by June 2016. Fiscal 2015 research and development and foreign military sales funding in the amount of $4,358,013 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.
 

ECS Federal, Inc.*, Fairfax, Virginia, is being awarded an $8,427,577 modification to a previously awarded cost-plus-fixed-fee contract (N00421-14-F-0060) to exercise an option to deliver enterprise-wide information technology services to Naval Air Systems Command and its respective customers. This effort shall provide help desk services, desk-side services, and organizational messaging and communications. Work will be performed in Patuxent River, Maryland (99.7 percent) and San Diego, California (.3 percent), and is expected to be completed in June 2016. Fiscal 2015 working capital funds (Navy) in the amount of $2,143,785 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity
 

Facility Support Services, LLC,* Richmond, Virginia, is being awarded $8,229,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N40085-14-D-8180) for renovation of Building 260, Nuclear Equipment Maintenance and Inspection Facility at Norfolk Naval Shipyard. The work to be performed provides for repair by replacement of exterior personnel doors and hardware, sprinkler system, and heating, ventilation and cooling equipment; repair of existing fire alarm system, provision of a concrete floor overlay; demolition of existing safety ladders and a two-story wood Building-In-Building; elimination of tripping hazard from existing railroad tracks; improvements to thermal performance of existing exterior wall, replacement of existing clerestory windows; new flat ceilings in warehouse areas of new one-story administrative offices, locker room, welding area, electrical room, fire pump room. Work will be performed in Portsmouth, Virginia, and is expected to be completed by September 2016. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $8,229,000 are being 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, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
 

U.S. SPECIAL OPERATIONS COMMAND


Raytheon Company, McKinney, Texas is being awarded a $42,190,000 indefinite-delivery/indefinite-quantity contract to provide lifecycle contractor support for the Multi-Mode Radar, and Silent Knight Radar for the Technology Applications Program Office. The majority of the work will be performed in McKinney, Texas with an estimated completion date of June 30, 2020. Fiscal 2015 operations and maintenance funds in the amount of $2,435,577 are being awarded on the first task order. This contract was awarded through non-competitive award in accordance with FAR 6.302-1. Technology Applications Contracting Office, Fort Eustis, Virginia is the contracting activity (H92241-15-D-0005).
 

MISSILE DEFENSE AGENCY
 

The Boeing Co., Huntsville, Alabama, has been awarded an estimated $85,300,000 modification (P00215) to an existing hybrid contract type (HQ0147-12-C-0004) to increase the Direct Productive Labor Hour (DPLH) pool by 600,000 hours to award future task instructions. This modification does not affect the current cumulative face value of the contract of $3,797,175,120. Individual Task Instruction awards executed on future modifications will increase the contract value using the established fiscal year rates in the contract. No funds are being obligated at this time. The work will be performed predominately in Huntsville, Alabama; Colorado Springs, Colorado; Fort Greely, Alaska; and Vandenberg Air Force Base, California, with an estimated completion date of Dec. 29, 2018. The Missile Defense Agency, Redstone Arsenal, Alabama is the contracting activity.
 

AIR FORCE
 

United Technologies Corp., doing business as Pratt and Whitney, East Hartford, Connecticut, has been awarded a not-to-exceed $269,362,223 modification (P00145) to previously awarded contract FA8611-08-C-2896 for F119 Engine Sustainment. Work will be performed at East Hartford, Connecticut; Edwards Air Force Base, California; Elmendorf AFB, Alaska; Hickam AFB, Hawaii; Hill AFB, Utah; Langley AFB, Virginia; Nellis AFB, Nevada; Sheppard AFB, Texas; Tinker AFB, Oklahoma and Tyndall AFB, Florida and is expected to be complete by Dec. 31, 2015. Fiscal year 2015 operations and maintenance and Air National Guard funds in the amount of $150,123,242 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.
 

Wolf Creek Federal Services, Inc., Anchorage, Alaska, has been awarded a $108,383,456 firm-fixed price, cost-plus-fixed-fee and cost reimbursable contract for range operations support. Contractor will be responsible and accountable for aspects of non-mission support communications for the Eastern Range (ER) and Western Range (WR), and Base Operating Support and Logistics for the ER. Work will be performed at Patrick Air Force Base, Florida; Cape Canaveral Air Force Station, Florida and Ascension Auxiliary Airfield, and is expected to be complete by Sept. 30, 2020. This award is the result of a competitive acquisition with eight offers received. Fiscal year 2015 operations and maintenance funds in the amount of $327,196 are being obligated at the time of award. The 45th Contracting Squadron, Patrick AFB, Florida, is the contracting activity (FA2521-15-C-0063).
 

AAR Parts Trading, INC, doing business under AAR Defense Systems and Logistics, Wood Dale, Illinois, has been awarded a $72,138,793 indefinite-delivery/indefinite-quantity contract for C-130H Contractor Logistic Support for the Afghanistan Air Force. Contractor will provide CLS for four C-130H aircraft, to include maintenance, repair and engineering support. Work will be performed at Kabul, Afghanistan, and is expected to be complete by July 30, 2020. This contract is 100-percent foreign military sales and is the result of a competitive acquisition with one offer received. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (FA8553-15-D-0001)

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $53,505,013 modification (P00680) for Advanced Extremely High Frequency system capability augmentation. Contractor will provide mission planning functionality to support the AEHF transition from initial operational capability to full operational capability. Work will be performed at Sunnyvale, California, and is expected to be complete by June 30, 2017. Fiscal year 2015 research, development, test and evaluation funds in the amount of $30,824,748 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. (F04701-02-C-0002)
 

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $31,802,865 modification (P00665) for Advanced Extremely High Frequency Mission Control Segment technical refresh. Contractor will provide technical refresh of obsolete hardware and software of the AEHF mission control segment to support the post-initial operational capability transition to sustainment. Work will be performed at Los Angeles, California; Colorado Springs, Colorado; and Philadelphia, Pennsylvania, and is expected to be complete by June 30, 2017. Fiscal year 2015 research, development, test and evaluation funds in the amount of $31,802,865 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. (F04701-02-C-0002)
 

L-3 Communications, Waco, Texas, has been awarded a $21,716,654 modification P00023 for C-27J Australia Sustainment. Contractor will provide outside the contiguous United States contractor logistics support, program management office support and contiguous United States contractor logistics support. Work will be performed at Richmond Air Base, Australia, and Waco, Texas, and is expected to be complete by Dec. 31, 2016. This contract involves foreign military sales. Air Force Life Cycle Management Center/WLJK, Wright-Patterson Air Force Base, is the contracting activity. (FA8625-13-C-6597)


ARMY
 

BAE Systems Land & Armaments LP, York, Pennsylvania was awarded an $110,406,756 modification (P00002) to contract W56HZV-14-C-0298 for 36 M88A2 Heavy Equipment Recovery Combat Utility Lift Evacuation System (HERCULES) vehicles and spares. Work will be performed in York, Pennsylvania with an estimated completion date of Aug. 31, 2018. Fiscal 2015 other procurement (Army) funds in the amount of $110,406,756 were obligated at the time of the award. Army Contracting Command, Warren, Michigan is the contracting activity.
 

SOS-International, Reston, Virginia was awarded a $100,000,000 firm-fixed-price incrementally funded contract with options for base life support, Camp Taji, Iraq. Work will be performed in Iraq with an estimated completion date of June 30, 2018. One bid was solicited with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $46,019,990 were obligated at the time of the award. Army Contracting Command, Kuwait, APO AE is the contracting activity (W56KGZ-15-C-4005).
 

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $79,680,022 modification (P00235) to foreign military sales contract W58RGZ-12-C-0008 (Tunisia) for four modified UH60M Black Hawk helicopters. Work will be performed in West Palm Beach, Florida with an estimated completion date of June 30, 2019. Fiscal 2015 other procurement funds up to 50% of the announced amount are available under an undefinitized contract action. Army Contracting Command, Redstone Arsenal is the contracting activity.
 

Sundt Corp., Tempe, Arizona was awarded a $56,299,513 firm-fixed-price contract for barracks demolition and new barracks construction at the Presidio of Monterey, California with an estimated completion date of March 16, 2018. Bids were solicited via the internet with thirteen received. Fiscal 2011 military construction funds in the amount of $ 56,299,513 were obligated at the time of the award. Army Corps of Engineers, Sacramento, California is the contracting activity (W91238-15-C-0007).
 

Peckham Vocational Industries, Lansing, Michigan was awarded a $19,961,563 modification (0015) to contract W56HZV-12-D-0064 to clean and repair unserviceable, but economically repairable Organizational Clothing and Individual Equipment (OCIE) for the Regional Logistics Support Center (RLSC) Program - Northeast Region. Funding and work location will be determined with each order with an estimated completion date of May 31, 2016. Army Contracting Command, Warren, Michigan is the contracting activity.
 

C Martin Co., Inc.,* North Las Vegas, Nevada was awarded a $17,910,365 firm-fixed-price incrementally funded contract for base operations and maintenance service for the Departement of Public Works, Dugway Proving Ground, Utah with an estimated completion date of July 1, 2016. Once bid was solicited with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,094,040 were obligated at the time of the award. Army Contracting Command, Dugway Proving Ground, Utah is the contracting activity (W911S6-15-C-0002).
 

Twisted Pair Solutions, Inc. Seattle, Washington was awarded a $13,750,000 modification (P00003) to contract W56HZV-14-C-0025 for voice interoperable software and maintenance and associated licenses. Work will be performed in Seattle, Washington with an estimated completion date of June 29, 2016. Fiscal 2014/2015 research, development, testing and evaluation funds in the amount of $13,750,000 were obligated at the time of the award. Army Contracting Command Warren, Michigan is the contracting activity.
 

Lockheed Martin Corp., Orlando, Florida was awarded a $9,733,000 fixed-price-incentive foreign military sales contract (Saudi Arabia) to procure modernized target acquisition designation sights and post production support of the pilot night vision sensor for AH-64E helicopters. Work will be performed in Orlando, Florida with an estimated completion date of June 30, 2020. Bids were solicited via the internet with one received. Fiscal 2015 other procurement funds in the amount of $2,936,857 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity (W58RGZ-15-C-0008).

Mission Essential Personnel, New Albany, Ohio was awarded a $9,672,838 modification (P00005) to contract W560MY-15-C-0003 for intelligence support and ISR within Afghanistan with an estimated completion date of Jan 9, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $9,672,838 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity.
 

Sunrise Beach Corp. (dba M2 services Corp.)*, McKinney, Texas was awarded a $9,652,470 modification (P00021) to contract W58RGZ-13-C-0079 for daily field and sustainment maintenance for helicopters, wheeled and tracked vehicles, aviation ground support equipment, communications equipment, and government property at Ft. Hood, Texas with an estimated completion date of June 30, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $2,891,629 were obligated at the time of the award. Army Contracting Command Redstone Arsenal, Alabama is the contracting activity.
 

L-3 National Security Solutions, Inc., Reston, Virginia was awarded a $7,705,643 modification (P00003) to contract W52P1J-15-C-0002 for intelligence, surveillance, and reconnaissance support for ISAF. Work will be performed in Afghanistan with an estimated completion date of Jan. 9, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,705,643 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity.
 

DEFENSE LOGISTICS AGENCY
 

Metals USA/i-Solutions Group, Fort Washington, Pennsylvania, has been awarded a maximum $90,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity prime vendor contract for metals, metal products and incidental services for the West region of the United States. This was a competitive acquisition contract with four responses received. This is a five-year base contract without option years. Location of performance is Pennsylvania, with a June 28, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. 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 (SPE8E5-15-D-0024).
 

CORRECTION: The contract announced June 8, 2015, for Metals USA, Fort Washington, Pennsylvania, (SPE8E5-15-D-0015), was awarded using the wrong contract number. The correct contract number is SPE8E5-15-D-0018.
 

*Small business