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 Some of the information contained within may be outdated and links may not function.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 July 1, 2015

CONTRACTS
 

NAVY
 

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $75,000,000 indefinite-delivery/indefinite-quantity contract for ship repair support on USS Nimitz (CVN 68) and USS Carl Vinson (CVN 70). Huntington Ingalls Inc. will provide management, material support services, labor, supplies and equipment deemed necessary to perform nuclear and nuclear related work on both USS Nimitz and USS Carl Vinson. Work will be performed in Bremerton, Washington (74 percent), and San Diego, California (26 percent), and is expected to be completed by June 2017. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $10,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the agency requirement. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-15-D-5016).
 

Spectrum Services Group, Inc.,* Sacramento, California, is being awarded a maximum amount $45,000,000 indefinite-delivery/indefinite-quantity contract for specialty construction projects at Marine Corps Base Camp Pendleton, Marine Corps Air Station Camp Pendleton, Naval Weapons Station Fallbrook Detachment, Fallbrook, Marine Corps Air Station Miramar, and Marine Corps Recruit Depot. The work to be performed provides for maintenance repair, construction, and new work of a variety of facilities involving specialty trades (when combined no more than three trades) under North American Industry Classification System 238990 to include electrical, mechanical, painting, paving, flooring, roofing, structural repair, fencing, heating, ventilation, air conditioning, and fire suppression/protection systems installation. No task orders are being issued at this time. Work will be performed in Oceanside, California (85 percent) and San Diego, California (15 percent). The term of the contract is not to exceed 60 months with an expected completion date of April 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $5,000 are being 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 10 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-D-4407).
 

Harris Corp., Government Communications Systems Division, Melbourne, Florida, is being awarded a $29,103,496 firm-fixed-price contract for the procurement of 138 Distributed Targeting System Full Rate Production (FRP) 2 and FRP 3 B-kits for F/A-18E/F and EA-18G aircraft for the U.S. Navy (126) and the Government of Australia (12). In addition, this contract provides for the procurement of 54 operational bulk data cartridges and parts obsolescence management. Work will be performed in Melbourne, Florida, and is expected to be completed in October 2018. Fiscal 2014 and 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $29,103,496 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 FAR 6.302.1. This contract combines purchases for the U.S. Navy ($25,996,604; 89 percent) and the Government of Australia ($3,106,892; 11 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0108).
 

Lockheed Martin, Baltimore, Maryland, is being awarded a $13,580,553 firm-fixed-price modification to previously awarded contract (N00024-11-C-2300) to provide procurement and engineering efforts in support of splitting and combining gears spares. This order is to procure two splitting gears and two combining gears. Lockheed Martin will provide labor and material support services for the procurement and storage of the gears. Work will be performed in Baltimore, Maryland, and is expected to be completed by October 2019. Fiscal 2014 other procurement (Navy) funding in the amount of $13,580,553 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

CACI Technologies Inc., Chantilly, Virginia, is being awarded a $9,393,351 modification to previously awarded contract (N00024-14-C-6307) for professional support services in support of Program Executive Office Littoral Combat Ships. CACI Technologies will provide program analysis, development, control and monitoring support; administration, communication and human resources; business, finance and cost estimating; technical and engineering support; information technology; and life-cycle support across Program Executive Office Littoral Combat Ships and its program offices. Work will be performed in Washington, District of Columbia (91 percent); Norfolk, Virginia (4 percent); San Diego, California (2 percent); Panama City, Florida (2 percent); and Newport, Rhode Island (1 percent), and is expected to be completed by September 2015. Fiscal 2014 and 2015 research, development, test, and evaluation; fiscal 2015 operations and maintenance (Navy); and 2013 and 2015 other procurement (Navy) funding in the amount of $8,824,742 are being obligated at time of award. Contract funds in the amount of $3,759,322 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
 

AIR FORCE
 

DMS Contracting, Inc., Mascoutah, Illinois (FA4407-15-D-0004); Davinroy Mechanical, Belleville, Illinois (FA4407-15-D-0005); Hank's Excavating and Landscaping, Inc., Belleville, Illinois (FA4407-15-D-0006); Surmeier & Surmeier, Inc., Mascoutah, Illinois (FA4407-15-D-0007); and J&B Builders, Saint Charles, Illinois (FA4407-15-D-0008), have been awarded a $25,000,000 indefinite-delivery/indefinite-quantity, multiple-award paving contract. Contractors will provide general paving requirements that will execute a wide range of maintenance, repair, new construction and drainage repair applicable to individual task orders. Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by June 30, 2016. This award is the result of a competitive acquisition with five offers received. Fiscal year 2015 operations and maintenance funds in the amount of $2,500 are being obligated at the time of award. The 375th Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity.
 

LinQuest Corporation, Los Angeles, California, has been awarded a $8,070,106 modification (P00030) cost-plus-incentive-fee for additional system engineering and integration support services (SE&I) to support the Military Satellite Communications Systems Directorate, Advanced Concepts Division. Contractor will provide and maintain enterprise SE&I services for the current MILSATCOM Systems Directorate, execute and evolve standardized enterprise processes, control and manage the technical baseline and interface(s), perform system integration across the enterprise and within identified programs, develop and implement key systems engineering processes, developing tools and techniques to predict issues and enable timely action, and develop and maintain performance metrics. Work will be performed at Los Angeles Air Force Base, California, and is expected to be complete by June 30, 2016. Fiscal year 2015 research and development funds in the amount of $3,834,690 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. (FA8808-13-C-0009)
 

Lockheed Martin Integrated Systems, Warner Robin, Georgia, has been awarded a $7,957,813 cost-reimbursement contract for Iraq C-130E/J aircraft sustainment. Contractor will provide in country sustainment for the Iraq C-130E/J aircraft. Work will be performed at Baghdad, Iraq, and is expected to be complete by June 30, 2017. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8530-08-D-0008).
 

LinQuest Corporation, Los Angeles, California, has been awarded a $7,762,098 modification (P00033) cost-plus-incentive-fee and firm-fixed-price for additional system engineering and integration support services to support the Military Satellite Communications Systems Directorate, Protected SATCOM and Logistics and Operations Support Divisions. Contractor will provide and maintain enterprise SE&I services for the current MILSATCOM Systems Directorate, execute and evolve standardized enterprise processes, control and manage the technical baseline and interface(s), perform system integration across the enterprise and within identified programs, develop and implement key systems engineering processes, developing tools and techniques to predict issues and enable timely action, and develop and maintain performance metric. Work will be performed at Los Angeles Air Force Base, California, and Peterson Air Force Base, Colorado, and is expected to be complete by June 30, 2016. Fiscal year 2015 missile procurement and operations and maintenance funds in the amount of $8,037,083 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8808-13-C-0009).
 

X Technologies, Inc., San Antonio, Texas, has been awarded a $7,642,494 cost-plus-fixed-fee contract for deliverable Public Key Infrastructure (PKI) Information Assurance support service. Contractor will provide provides information assurance support services to implement and sustain the DoD Class 3 PKI for the United States Air Force including development of responsive cyber acquisition solutions. Work will be performed at Lackland Air Force Base, Texas, and is expected to be complete by May 31, 2020. This award is the result of a competitive acquisition with 43 offers solicited and one offer received. Fiscal year 2015 operations and maintenance funds in the amount of $7,642,494 are being obligated at the time of award. Air Force Life Cycle Management Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8307-15-F-0012).
 

Alliant Techsystems Operations LLC., Rocket Center, West Virginia, has been awarded a $6,623,123 firm fixed price modification (P00041) to previously awarded contract FA8681-11-C-0039 for Hard Target Void Sensing Fuze system. Contractor will provide 226 HTVSF systems, eight D-1 Inert Bomb Fuzes, 35 D-2 Dummy Load Trainer and Dummy Initiators, 13 D-5/B Classroom Trainers, and 325 Retaining Ring Torque Adapters (Spanner Wrenches) under the contract. Work will be performed at Rocket Center, West Virginia, and is expected to be complete by Jan. 30, 2017. Fiscal year 2015 procurement funds in the amount of $6,623,123 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.


ARMY
 

Ciervo & Sons Renovations, Inc.,*Milford, Pennsylvania (W25G1V-15-D-0018); Toyakoi Ventures LLC,* Salem, Utah (W25G1V-15-D-0010); DESCCO Design & Construction Fleetwood, Pennsylvania (W25G1V-15-D-0011); S&S Mechanical of Hazleton,* Weatherly, Pennsylvania (W25G1V-15-D-0012); CE Ankiewicz Construction & Excavation, Inc.,* Mountain Top, Pennsylvania (W25G1V-15-D-0013); D&M Construction,* Clarks Summit, Pennsylvania (W25G1V-15-D-0014); United Heating and Air Conditioning,* Newburgh, New York (W25G1V-15-D-0015); Hamilton-Pacific Chamberlain LLC,* Waldorf, Maryland (W25G1V-15-D-0016); G Adams Restoration LLC,* Bensalem, Pennsylvania (W25G1V-15-D-0017); Liberty Construction Group, Inc.,* Draper, Utah (W25G1V-15-D-0019); Rio Vista Management, LLC,* Salt Lake City, Utah (W25G1V-15-D-0100); Miller Brothers Construction,* Schuykill Haven, Pennsylvania (W25G1V-15-D-0101); Clark Contractors, Inc.,* Bedford, Pennsylvania (W25G1V-15-D-0103); Benaka Inc.,*New Brunswick, New Jersey (W25G1V-15-D-0104); Di Iorio Construction,* Rutherford, New Jersey (W25G1V-15-D-0105); Belt Built - CFM Joint Venture,* Annapolis, Maryland (W25G1V-15-D-0106); Panzitta Enterprises Wilkes-Barre, Pennsylvania (W25G1V-15-D-0107); Pinnacle Construction & Development Group,* Cleveland, Ohio (W25G1V-15-D-0108); AAG - American Artisans Grp.,* Whiting, New Jersey (W25G1V-15-D-0109); LR Costanzo Company, Inc.,*Scranton, Pennsylvania (W25G1V-15-D-0110); Senate Builders & Construction Managers, Inc.,*East Norriton, Pennsylvania (W25G1V-15-D-0111); TEI - Trade Eastern Inc.,*Wilkes-Barre, Pennsylvania (W25G1V-15-D-0112); MERIT Inc.,* Newark, New Jersey (W25G1V-15-D-0113); Cherokee CRC, LLC,*Tulsa, Oklahoma (W25G1V-15-D-0114); Raass Brothers Inc.,*Provo, Utah (W25G1V-15-D-0115); Facility Site Contractors Baltimore, Maryland (W25G1V-15-D-0116); Structural Associates, Inc.,*E Syracuse, New York (W25G1V-15-D-0117); Reilly Construction,* Wrightstown, New Jersey (W25G1V-15-D-0118); Edifice LLC,*, dba Edifice Solutions,*Beltsville, Maryland (W25G1V-15-D-0119); Collette Construction,* Rutherford, New Jersey (W25G1V-15-D-0102); Turtle Associates LLC,* Swedesboro, New Jersey (W25G1V-15-D-0120); ICE - Integrated Con. Ent.,* Belleville, New Jersey (W25G1V-15-D-0121); Puente Construction Enterprises, Inc.,* Woodbury, New Jersey (W25G1V-15-D-0122) were awarded a $50,000,000 firm-fixed-price multiple-award, indefinite- delivery/indefinite-quantity contract with options for maintenance, alterations, repair and/or minor construction work at Tobyhanna Army Depot, Tobyhanna, Pennsylvania. Contractors that receive awards will compete for each individual task order with a combined total for all task orders that will total $50,000,000.00 for each option year period. Funding will be determined with each order with an estimated completion date of June 30, 2020. Bids were solicited via the internet with forty-five received. Army Contracting Command, Tobyhanna, Pennsylvania the contracting activity.
 

Defense Engineering, Inc.,* Alexandria, Virginia was awarded a $28,359,894 modification (P00044) to contract W91QUZ-12-C-0030 for Enterprise Engineering services for the Army Information Technology Agency. Work will be performed in Alexandria, Virginia with an estimated completion date of March 29, 2016. Fiscal 2015 other procurement (Army) funds in the amount of $28,359,894 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity.


OHL USA, Inc., New York, N.Y. was awarded a $15,982,100 firm-fixed-price contract for channel improvements to the Murrieta Creek Channel extending from downstream of the First Street Bridge to the downstream of Rancho California Road. Work will be performed in Temecula, California with an estimated completion date of Feb. 20, 2017. Bids were solicited via the internet with twelve received. Fiscal 2015 other procurement funds in the amount of $15,982,100 were obligated at the time of the award. Army Contracting Corps of Engineers, Los Angeles, California is the contracting activity (W912PL-15-C-0002).
 

Six3 Intelligence Solutions, Inc., McLean, Virginia was awarded a $13,967,720 modification (P00003) to contract W560MY-15-C-0004 to fully fund the base period and for intelligence support to US Forces in Afghanistan with an estimated completion date of Jan. 9, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $13,967,720 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois is the contracting activity.
 

DEFENSE LOGISTICS AGENCY
 

Ship Supply of Florida, Inc.,* has been awarded a maximum $29,574,278 fixed-price with economic price adjustment contract for fuel. This was a competitive acquisition with six responses received. Locations of performance are Florida, Alabama, Massachusetts, Kentucky, Missouri, Mississippi, Oklahoma, South Carolina, Tennessee and the U.S. Virgin Islands, 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-0379).
 

Atmos Energy Marketing, LLC, Houston, Texas, has been awarded a maximum $22,026,757 fixed-price with economic-price-adjustment contract for direct supply of natural gas. This contract was a competitive acquisition with eight responses received. This is a two-year base contract with no option periods. Locations of performance are Texas, Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri and Ohio, with a Sept. 30, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2015 through 2017 multiple agency funding. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-7520). (Awarded June 30, 2015)
 

Caterpillar Inc., Mossville, Illinois, has been awarded a maximum $12,748,073 fixed-price with bi-annual price redetermination, indefinite-quantity contract for repair parts for material handling equipment. This was a sole-source contract using justification 10 U.S.C 2304 (c)(1). This is one-year base contract with four one-year option periods. Location of performance is Illinois, with a June 30, 2016, performance completion date. Using services are Army, Navy, Air Force and Marine Corps. 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).
 

Constellation NewEnergy-Gas Division, LLC, Louisville, Kentucky, has been awarded a maximum $11,308,004 fixed-price with economic-price-adjustment contract for direct supply of natural gas. This contract was a competitive acquisition with eight responses received. This is a two-year base contract with no option periods. Locations of performance are Kentucky, Colorado, Illinois, Indiana, Kansas, Michigan, Missouri and Ohio, with a Sept. 30, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2015 through 2017 multiple agency funding. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-7519). (Awarded June 30, 2015)
 

Integrys Energy Services-Natural Gas, LLC, De Pere, Wisconsin has been awarded a maximum $11,190,378 fixed-price with economic-price-adjustment contract for direct supply of natural gas. This contract was a competitive acquisition with eight responses received. This is a two-year base contract with no option periods. Locations of performance are Wisconsin, Illinois, Michigan and Ohio, with a Sept. 30, 2017, performance completion date. Using military services are Navy, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2015 through 2017 multiple agency funding. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia, (SPE600-15-D-7521).
 

Sage Energy Trading, LLC,* Jenks, Oklahoma, has been awarded a maximum $8,361,746 fixed-price with economic-price-adjustment contract for direct supply of natural gas. This contract was a competitive acquisition with eight responses received. This is a two-year base contract with no option periods. Locations of performance are Oklahoma, Colorado, Illinois, Indiana, Michigan and Missouri, with a Sept. 30, 2017, performance completion date. Using military services are Army, Navy and federal civilian agencies. Type of appropriation is fiscal year 2015 through 2017 multiple agency funding. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia, (SPE600-15-D-7522).
 

*Small business