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 Some of the information contained within may be outdated and links may not function.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 15, 2015

CONTRACTS
 

U.S. TRANSPORTATION COMMAND
 

Six companies are each being awarded a fixed-price contract extension modification to previously awarded indefinite-delivery/indefinite-quantity contracts for international ocean and intermodal distribution services under the Universal Service Contract (USC)-7 program. Work will be performed worldwide as specified on each individual order, with an expected completion date of Nov. 30, 2015. Type of appropriation is fiscal 2015 and 2016 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. The companies and their awards are as follows: American President Lines LTD Inc., Scottsdale, Arizona, estimated $55,658,342. The modification brings the total cumulative face value of the contract to $1,837,345,950 from $1,781,687,608 (HTC711-12-D-W003); Maersk Line, Limited, Norfolk, Virginia, estimated $49,765,916. The modification brings the cumulative face value of the contract to $2,148,626,292 from $2,098,860,376 (HTC711-12-D-W013); Farrell Lines Inc., Norfolk, Virginia, estimated $30,087,173. The modification brings the total cumulative face value of the contract to $595,394,850 from $565,307,677 (HTC711-12-D-W008); Hapag-Lloyd USA LLC, Tampa, Florida, estimated $15,820,121. The modification brings the total cumulative face value of the contract to $354,285,897 from $338,465,776 (HTC711-12-D-W011); American Roll-On Roll-Off Carrier LLC,* Woodcliff Lake, New Jersey, estimated $14,126,758. The modification brings the total cumulative face value of the contract to $567,073,419 from $552,946,661 (HTC711-12-D-W004); and Liberty Global Logistics LLC, Lake Success, New York, estimated $12,623,476. The modification brings the total cumulative face value of the contract to $374,339,352 from $361,715,876 (HTC711-12-D-W012).
 

NAVY
 

Crowley Technical Management Inc., Jacksonville, Florida, is being awarded a $43,053,912 firm-fixed-price contract for the operation and maintenance of six government-owned Marine Prepositioning Force ships. The ships will continue to support Military Sealift Command worldwide prepositioning requirements. This contract includes four one-year options, which, if exercised, would bring the cumulative value of this contract to $231,611,742. Work will be performed at sea worldwide, and work is expected to be completed September 2016. If all options are exercised, work will continue through September 2020. Working capital funds (Navy) in the amount of $43,053,912 will be obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured on a full and open basis with more than 50 companies solicited via the Military Sealift Command, Federal Business Opportunities and Navy Commerce Online websites, with seven offers received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N62387-15-C-3135).
 

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded $28,455,603 for firm-fixed-price task order 0011 under a previously awarded multiple award construction contract (N40085-10-D-5330) for renovation of Building 32 at Norfolk Naval Shipyard. The work to be performed provides for a total building rehabilitation that will meet the current and future needs of the existing building occupants as well as the Ship Nuclear Management Department and future occupants of the building. The renovation will include abatement of hazardous materials. Exterior renovation will be a State Historic Preservation Office-compliant rehabilitation or replacement of existing entrances and basement-level windows so as not to disturb the historic fabric of the building which will include complete masonry cleaning, repointing and repair. Interior renovation will include demolishing all interior non-load bearing partition walls in order to make structural improvements to the existing load bearing walls and floor slabs with replacement of heating, ventilation, and air conditioning, plumbing, electrical and fire suppression systems. Work will be performed in Portsmouth, Virginia, and is expected to be completed by May 2018. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $28,455,603 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.
 

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded $21,643,200 for firm-fixed-price task order 0010 under a previously awarded multiple award construction contract (N40085-10-D-5330) for renovation of Building 30 at Norfolk Naval Shipyard. The work to be performed provides for exterior and interior renovations. Exterior renovations include complete masonry cleaning, repointing and repair. Interior renovations include replacement of stairs, heating, ventilation, and air conditioning system, plumbing, electrical and fire suppression systems. Work will be performed in Portsmouth, Virginia, and is expected to be completed by March 2018. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $21,643,200 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, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
 

Alliant Techsystems Operations LLC, Plymouth, Minnesota, is being awarded a $12,404,535 cost-plus-fixed-fee, firm-fixed-price basic ordering agreement to provide the Navy a contractual vehicle for prototype fabrication, pre-production, integration, testing, evaluation and development of chain gun weapon systems hardware, associated gun control system software and ammunition. The basic ordering agreement will also provide for design and fabrication of ammunition all-up cartridges and components, and any associated support materials and equipment in support of qualification, evaluations, performance, and test for chain gun systems. Work will be performed in Mesa, Arizona, and is expected to be completed by July 2020. No funds are being obligated at this time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the authority of 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1(a)(2) - satisfying a requirement for unique supplies available from only one source. The Naval Surface Warfare Center, Dahlgren, Virginia, is the contracting activity (N00178-15-G-0002).
 

Electric Boat Corp., Groton, Connecticut, is being awarded a $9,837,798 not-to-exceed, undefinitized contract modification to previously awarded contract N00024-13-C-2128 for the procurement of the first article common missile compartment tube-to-keel robotic weld skids, weld skid transfer system and cable management/lifting and handling features, packaging and shipment of welding skids to the robotic welding integrator, and engineering services. The contractor will be procuring hardware relating to the fixture personnel access platforms in support of the Ohio replacement program. This contract combines purchases for the Navy (50 percent) and the government of the United Kingdom (50 percent) under the Foreign Military Sales program. Work will be performed in Groton, Connecticut, and is scheduled to be completed by June 2016. Fiscal 2015 research, development, test and evaluation and foreign military sales funding in the amount of $4,918,900 will be obligated at time of award and will not expire at the end of this fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.
 

Network and Simulation Technologies Inc., Middletown, Rhode Island, is being awarded a $9,261,047 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for services to provide professional military education and graduate level programs to qualified U.S. officers and Navy enlisted personnel, civilian federal employees, and international senior enlisted leaders and officers to further national and global maritime security. The contractor will provide war gaming support services to the Naval War College for its training, education and security operations mission, and its basic research mission. This contract includes a 12-month base period and four 12-month option periods, which if exercised, will bring the contract value to $49,031,906. Work will be performed in Newport, Rhode Island, and work is expected to be completed by Nov. 6, 2016; if all options are exercised, work will be completed by November 2020. Fiscal 2015 research, development, test and evaluation (Navy) minimum funding in the amount of $10,000 will be obligated at the time of award; none of which will expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-15-D-Z026).


Lockheed Martin Corp., Akron, Ohio, is being awarded $7,624,164 for firm-fixed-price delivery order 0004 issued as an undefinitized contract action under previously awarded basic ordering agreement N00104-12-G-0726 for the repair and refurbishment of 11 vertical launch anti-submarine rocket motors under the undersea weapons program. Work will be performed in Elkton, Maryland (66 percent); Baltimore, Maryland (12 percent); Owego, New York (11 percent); and Chandler, Arizona (11 percent). Work is to be completed by February 2017. Fiscal 2015 weapons procurement (Navy) funds in the amount of $3,735,840 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. This is a sole source contract to Lockheed Martin Corp. in accordance with 10 U.S.C. 2304(c)(1). Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.
 

DEFENSE LOGISTICS AGENCY
 

Honeywell International Defense and Space, Tempe, Arizona, has been awarded a maximum $41,432,253 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for APN-209 radar altimeters. This was a sole-source acquisition using the justification that the contractor is the sole manufacturer and only approved source for these items. This is a five-year base contract with no option periods. Location of performance is Arizona, with a July 14, 2020, performance completion date. Using military service is the Army, and federal civilian agencies. Type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-15-D-0009).
 

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, has been awarded a maximum $26,929,965 modification (P00014) to establish prices for the last two ordering periods of basic contract SPRWA1-11-D-0007 for joint helmet-mounted cueing systems for aircraft. This was a sole-source acquisition using justification 10 U.S.C. 2304(c)(1). Locations of performance are Texas and Oregon, with a Dec. 31, 2017, performance completion date. Using services are the Navy, Air Force and Defense Logistics Agency (DLA). Type of appropriation is fiscal 2016 material support division Air Force funds, defense working capital funds for DLA and designated program funding for the Navy and Foreign Military Sales program. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia.
 

AIR FORCE
 

Thales Defense & Security Inc., Clarksburg, Maryland, has been awarded a $18,400,000 firm-fixed-price, hybrid award for two Deployable Instrument Landing System (ILS) Production Representative test units, training, tech manuals, spares and contractor support to conduct an integrated system test qualification operational test and evaluation. Upon successful completion of the testing, contractor will provide an equivalent of a fixed-based instrument landing system capability at tactical airfields and at airfields where permanent ILS capability has been disrupted. Work will be performed at Clarksburg, Maryland; Italy; and Overland Park, Kansas, and is expected to be complete by July 15, 2018. This award is the result of a sole-source acquisition. Fiscal 2014 procurement funds in the amount of $17,284,246 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0015).
 

United Technologies Corp., doing business as Pratt & Whitney Military Engines, East Hartford, Connecticut, has been awarded a $15,864,275 modification (MOD BZ44) firm-fixed price, fixed-quantity contract for manufactured F100-PW-100 turbine blade sets. Work will be performed at East Hartford, Connecticut, and is expected to be complete by Sept. 29, 2017. This award is the result of a competitive acquisition. Offers were solicited electronically and one offer was received. Fiscal 2015 working capital funds in the amount of $15,864,275 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (N00383-12-G-001M).
 

Onvoi LLC, Newbury Park, California, has been awarded a $9,236,896 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for contracted training flight services. Contractor will provide commercial services for contracted flight training hours in support of the Air Force Undergraduate Air Battle Manager Training Course. Training services will include ground-controlled intercept target training, basic airmanship training, live-fire training, weapons system evaluations, and major command-directed development test and evaluations. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by Sept. 30, 2019. This award is the result of a 100 percent small business set-aside competitive acquisition. Fiscal 2015 operations and maintenance funds in the amount of $281,516 are being obligated at the time of award. The 325th Contracting Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA4819-15-C-0013).
 

Lee Construction Group Inc., Doral, Florida, has been awarded an $8,000,000 fixed-price, indefinite–delivery/indefinite-quantity contract for simplified acquisition of base engineering requirements. Contractor will provide minor construction, renovation, maintenance and repair projects. Work will be performed at Cape Canaveral, Florida, and is expected to be complete by July 14, 2018. This award is the result of a competitive acquisition. Offers were solicited electronically and 13 offers were received. Fiscal 2015 operations and maintenance funds in the amount of $13,494 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-15-D-0002).
 

*Small business