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 Some of the information contained within may be outdated and links may not function.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 16, 2015

CONTRACTS
 

ARMY
 

Howard W. Pence Inc.,* Elizabethtown, Kentucky (W9124D-15-D-0027); T & T Construction Enterprises LLC,* Leitchfield, Kentucky (W9124D-15-D-0028); RL Alvarez Construction LLC,* Clarksville, Tennessee (W9124D-15-D-0034); and Commonwealth Support Services II LLC, Louisville, Kentucky (W9124D-15-D-0035), were awarded a $245,000,000 firm-fixed-price multiple award task order contract for construction, restoration and maintenance of real property. Work will be performed at Ft. Knox, Kentucky, with an estimated completion date of July 15, 2020. Bids were solicited via the Internet with 25 received. Funding will be determined with each order. Army Contracting Command, Ft. Knox, Kentucky, is the contracting activity.
 

BAE Systems Combat Vehicles, York, Pennsylvania, was awarded a $54,665,000 firm-fixed-price foreign military sales contract (Brazil) to upgrade 236 Brazilian M113 armored personnel carriers. Work will be performed in Minneapolis and Hopkins, Minnesota; Santa Clara, California; and Emporia, Kansas, with an estimated completion date of Dec. 31, 2018. One bid was solicited with one received. Fiscal 2014 other procurement funds in the amount of $35,905,341 were obligated at the time of the award. Army Contracting Command, Warren, Michigan is the contracting activity (W56HZV-15-C-0150).
 

Management Consulting Inc., Virginia Beach, Virginia, was awarded a $25,079,661 firm-fixed-price contract for "indirect" contractor support for aircraft and aircraft components production support, Corpus Christi Army Depot, Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2018. Bids were solicited via the Internet with 28 received. Fiscal 2015 other procurement funds in the amount of $25,079,661 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-F-0011).
 

URS Federal Technical Services Inc., Germantown, Maryland, was awarded a $20,422,490 firm-fixed-price contract with options for direct contractor support for aircraft and aircraft components production support, Corpus Christi Army Depot, Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2018. Bids were solicited via the Internet with three received. Fiscal 2015 other procurement funds in the amount of $20,422,490 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-F-0008).
 

Tech Systems Inc.,* Alexandria, Virginia, was awarded a $13,664,094 modification (P0004) to contract W52P1J-12-G-0047 for logistics support to Schofield Barracks, Hawaii, with an estimated completion date of Aug. 31, 2020. Fiscal 2014 operations and maintenance (Army) funds in the amount of $3,508,919 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
 

CGI Federal, Fairfax, Virginia, was awarded a $9,280,327 firm-fixed-price incrementally funded contract with options for maintenance and sustainment of software systems for Army Sustainment Command's Integrated Materiel Management Operation System. Work will be performed in Springfield, Virginia; Rock Island, Illinois; Sierra Army Depot, California; Charleston, South Carolina (ASLAC); Huntsville, Alabama (LOGSA); Italy; Germany; Qatar; Kuwait; Korea; Japan; and Afghanistan, with an estimated completion date of July 31, 2020. Bids were solicited via the Internet with four received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $9,280,327 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0068).
 

DEFENSE LOGISTICS AGENCY
 

Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $28,630,756 modification (P00002) to a three-year base contract (SPE4AX-15-D-9416). This is a firm-fixed-price contract that will add various depot-level repairables to the existing contract. This was a sole-source acquisition using justification 10 U.S.C. 2304 (c)(1). Locations of performance are Maryland and Texas, with a Feb. 10, 2018, performance completion date. Using services are Navy and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.
 

NAVY
 

Assurance Technology Corp.,* Carlisle, Massachusetts, is being awarded a $24,663,970 cost-plus-fixed-fee task order under the One Acquisition Solution for Integrated Services (OASIS) multiple award contract (N00173-15-F-6201) for research, development, and integration as it relates to software to develop software definable/reconfigurable systems (SDS) that respond to Navy, Department of Defense, and national mission requirements with improved performance, capability, reliability, efficiency, and life cycle cost. Specifically, this effort involves systems development, support and integration for SDSdesign tasking required in support of the Space Systems Development Department technology advancements, system requirements definition, architecture development, and the system and unit design, development and transition to operational use. Recent and current Naval Research Laboratory SDS programs include the Software Reconfigurable Payload and the Operationally Responsive Space Technology Demonstrator. These programs represent a core technology for the creation of radio transceivers/software defined payloads that are smaller, lighter and more flexible tactical systems. Advanced waveform development and porting advanced receiver design and implementation, as well as communications security and information assurance functions are required. Work will be performed in Washington, District of Columbia (93 percent); and Carlisle, Massachusetts (7 percent), and work is expected to be completed July 13, 2020. Fiscal 2015 defense working capital funds in the amount of $2,035,641 are being obligated at the time of award. Funds in the amount of $110,000 will expire at the end of the current fiscal year. The contract was competitively procured in accordance with the Fair Opportunity Procedures at 16-505(b)(1)(iv) under RFP NOOJ73-15-R-SE02 via General Services Administration OASIS-Small Business. The Naval Research Laboratory Contracting Division issued this solicitation to Pool 4 of the GSA OASIS small contractors which consists of 42 vendors. One offer was received. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity.
 

The Boeing Co., St. Louis, Missouri, is being awarded $14,689,239 for cost-plus-incentive-fee delivery order 0387 against a previously issued basic ordering agreement (N00019-11-G-0001) for the multi-module redesign of the array drive and beam steering controller for the AN/APG-79 active electronically scanned array radio detection and ranging to mitigate obsolescence for the Navy and the government of Australia. Work will be performed in Andover, Massachusetts (40 percent); Forest, Mississippi (30 percent); El Segundo, California (20 percent); and St. Louis, Missouri (10 percent), and is expected to be completed in July 2018. Fiscal 2014 aircraft procurement (Navy) funds and foreign military sales funds in the amount $14,689,239 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($12,976,014, 88.4 percent) and the government of Australia ($1,713,225, 11.6 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
 

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $14,568,000 modification to previously awarded contract N00024 13 C-5403 to exercise an option for Standard Missile-2 (SM-2) and Standard Missile-6 (SM-6) engineering and technical services to ensure continuity in production, design integrity, and total systems integration of the missile round and its components. This contract combines purchases for the Navy (96.7 percent) and the government of Australia (3.3 percent) under the Foreign Military Sales program. Work will be performed in Tucson, Arizona (98.6 percent); and St. Petersburg, Florida (1.4 percent), and is expected to be completed by November 2016. Fiscal 2015 weapons procurement (Navy); fiscal 2014 and 2015 research, development, test and evaluation; and foreign military sales funding in the amount of $14,568,000 will be obligated at time of award and $42,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
 

CB&I Federal Services LLC, San Diego, California, is being awarded $6,799,897 for firm-fixed-price task order JP01 under a previously awarded multiple award environmental service contract (N62473-12-D-2005) for a non-time critical removal action for munitions clearance at former Adak Naval Air Facility. The work to be performed provides for all the necessary effort to plan, document, and execute a non-time-critical removal action for clearance of munitions at the Navy Remedial Action Areas 01, 03W, and 05 in Operable Unit B-2. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $6,874,329. Work will be performed in Adak, Alaska, and is expected to be completed by July 2017. Fiscal 2015 base realignment and closure, (Navy) contract funds in the amount of $6,799,897 are being obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.
 

AIR FORCE
 

Jacobs Technology Inc., Lincoln, Massachusetts, has been awarded a $6,846,178 cost-plus-fixed-fee and cost reimbursable modification (P00063) to exercise the option on previously awarded contract FA8721-14-C-0016 for engineering and technology acquisition support services. Work will be provided for Hanscom Air Force Base, Massachusetts, and its geographically separated units. Contractor will provide disciplined systems and specialty engineering, technical and information assurance services, support and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts, and is expected to be complete by Oct. 31, 2015. This contract involves foreign military sales. Fiscal 2013 and 2015 other procurement; fiscal 2014 and 2015 research, development, test and evaluation; fiscal 2015 operations and maintenance and fiscal 2015 missile procurement funds in the amount of $3,600,000 are being obligated at the time of award. Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.
 

*Small business