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 Some of the information contained within may be outdated and links may not function.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 Nov. 28, 2016

CONTRACTS

 

JOINT IMPROVISED THREAT DEFEAT ORGANIZATION

 

Fulcrum IT Services LLC, Centreville, Virginia, has been awarded a $168,155,289 ceiling cost-plus-award-fee task order under the General Services Administration (GSA) OASIS Small Business Pool 4 contract to provide the Joint Improvised-Threat Defeat Organization (JIDO) with strategic planning, research, analysis, and training services in support of JIDO’s Global Situational Awareness (Global SA) and Communities of Action (CoA) missions. The Global SA task order will provide JIDO, the intelligence community, military service partner organizations, and other Department of Defense (DoD)/federal agencies with professional services that sense, research, and analyze the global operational environment to enhance combatant commands’ ability to combat improvised threats to the warfighter and partner organizations through advanced situational awareness services and training. The task order also provides JIDO with support to influence strategy, plans and policy associated with countering improvised threats by leveraging broad  CoA that include DoD, U..S. government agencies, key partners and allies, academia, and the private sector.  The task order provides a key component for JIDO’s mission to enable DoD actions to counter improvised threats with tactical responsiveness and through anticipatory, rapid acquisition in support of combatant commands’ efforts to prepare for, and adapt to, battlefield surprise in support of counter-terrorism, counter-insurgency, and other related mission areas including counter-improvised explosive device.  Work will be performed in Virginia and the National Capital Region.  The expected completion date is Nov. 30, 2021.  Joint IED defeat funds in the amount of $1,988,733 are being obligated at the time of award.  This task order was a competitive acquisition and four offers were received.  It is part of the JIDO Enterprise Acquisition Strategy Initiative which is intended to meet current and evolving mission requirements; comply with acquisition laws, regulations, and policies; and improve mission effectiveness, output, and organizational synergy. GSA Federal Systems Integration and Management Center (FEDSIM) is the contracting activity, in support of JIDO (GSQ0017AJ0008). (Awarded on Nov. 18, 2016)

 

AIR FORCE

 

Vision IT, Little Rock, Arkansas (FA8059-17-D-0001); International Logistics Group, Warner Robins, Georgia (FA8059-17-D-0002); KSS-Trailboss JV1, Fairbanks, Alaska (FA8059-17-D-0003);  Criterion Corp.,** Skandia, Michigan (FA8059-17-D-0004); C2G Ltd., Goose Creek, South Carolina (FA8059-17-D-0005); TRIAD Logistics Services Corp., Melbourne, Florida (FA8059-17-D-0006); GCH Services LLC, Glendale, Arizona (FA8059-17-D-0007); Shiloh Services Inc., Smithville, Texas (FA8059-17-D-0008); and T Square Logistic Services Corp., Colorado Springs, Colorado (FA8059-17-D-0009) are each being awarded a contract under the multiple award services contract with a combined not-to-exceed $145,000,000 indefinite-delivery/indefinite-quantity contract for Air Force Installation Contracting Agency transient alert services. Contractors will provide management, arrival services, processing services, departure services, emergency services, special event services, distinguished visitor services. The location of performance will be determined with each order and work is expected to be complete by Nov. 27, 2021. This award is the result of a competitive acquisition with 22 offers received.  Fiscal 2017 operations and maintenance funds in the amount of $1,000 per contractor are being obligated at the time of award.  The 771st Enterprise Sourcing Squadron, Air Force Installation Contracting Agency, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

Raytheon Co., Integrated Defense System, Woburn, Massachusetts, has been awarded a $26,223,357 modification for Taiwan Early Warning Radar Surveillance Radar Program Missile Warning Center. Contractor will upgrade missile warning centers to address obsolescence concerns. Work will be performed at Woburn, Massachusetts, and is expected to be complete by May 28, 2018. This award is the result of a sole-source acquisition. This award is 100 percent foreign military sales to Taiwan. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-13-C-0003).

 

The Boeing Co., El Segundo, California, has been awarded a $23,477,634 modification P00015 to previously awarded contract FA8819-15-C-0007 for Space Based Space Surveillance Block 10 sustainment. Contractor will provide sustainment and required development for Air Force operations and maintenance of the Space Based Space Surveillance System and Red Local Area Network. Work will be performed at El Segundo, California; and Colorado Springs, Colorado, and is expected to be complete by June 20, 2022. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance funds in the amount of $11,000,000 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

 

Pride Industries, Roseville, California, has been awarded a $12,886,532 firm-fixed-price contract for facility maintenance and services. Contractor will provide facility maintenance operations and engineering and environmental services. Work will be performed at Los Angeles Air Force Base, El Segundo, California; Fort MacArthur, San Pedro, California; and Defense Contract Management Agency, Carson, California, and is expected to be complete by Nov. 30, 2021. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance funds in the amount of $1,046,753 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA2816-17-C-0001).

 

NAVY

 

King Technologies Inc., San Diego, California, is being awarded a $52,503,043 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide shore networks support to include in-service engineering support, design, accreditation, integration, production, sustainment, and life cycle support for non-integrated shore systems, network components and network service solutions for Navy and joint Department of Defense shore units worldwide.  This is one of four multiple award contracts: all awardees will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two one-year option ordering periods which, if exercised, would bring the potential value of this contract to $88,566,021.  Work will be performed in San Diego, California (40 percent); and various locations inside and outside the continental U.S. (60 percent).  Work is expected to be completed Nov. 27, 2019.  No contract funds will be obligated at the time of award.  Funding will be obligated via task orders as they are issued using operations and maintenance (Navy); other procurement (Navy); and Navy working capital funds.  No contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via a request for proposal published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website.  Eight offers were received and four were selected for award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-17-D-0032).

 

Science Applications International Corp., McLean, Virginia, is being awarded a $49,777,606 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide shore networks support to include in-service engineering support, design, accreditation, integration, production, sustainment, and life cycle support for non-integrated shore systems, network components and network service solutions for Navy and joint Department of Defense shore units worldwide. This is one of four multiple award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year option ordering periods which, if exercised, would bring the potential value of this contract to $83,855,132. Work will be performed in San Diego, California (40 percent); and various locations inside and outside the continental U.S. (60 percent).  Work is expected to be completed Nov. 27, 2019.  No contract funds will be obligated at the time of award.  Funding will be obligated via task orders as they are issued using operations and maintenance (Navy); other procurement (Navy); and Navy working capital funds.  No contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via a request for proposal published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website.  Eight offers were received and four were selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-17-D-0003).

 

Engility Corp., Andover, Massachusetts, is being awarded a $48,661,024 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide shore networks support to include in-service engineering support, design, accreditation, integration, production, sustainment, and life cycle support for non-integrated shore systems, network components and network service solutions for Navy and joint Department of Defense shore units worldwide. This is one of four multiple award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year option ordering periods which, if exercised, would bring the potential value of this contract to $82,446,405.  Work will be performed in San Diego, California (40 percent); and various locations inside and outside the continental U.S. (60 percent).  Work is expected to be completed Nov. 27, 2019.  No contract funds will be obligated at the time of award.  Funding will be obligated via task orders as they are issued using operations and maintenance (Navy); other procurement (Navy); and Navy working capital funds.  No contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via a request for proposal published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website.  Eight offers were received and four were selected for award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-17-D-0005).

 

Booz Allen Hamilton Inc., McLean, Virginia, is being awarded a $46,308,418 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide shore networks support to include in-service engineering support, design, accreditation, integration, production, sustainment, and life cycle support for non-integrated shore systems, network components and network service solutions for Navy and joint Department of Defense shore units worldwide. This is one of four multiple award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year option ordering periods which, if exercised, would bring the potential value of this contract to $78,516,086.  Work will be performed in San Diego, California (40 percent); and various locations inside and outside the continental U.S. (60 percent).  Work is expected to be completed Nov. 27, 2019.   No contract funds will be obligated at the time of award.  Funding will be obligated via task orders as they are issued using operations and maintenance (Navy); other procurement (Navy); and Navy working capital funds.  No contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via a request for proposal published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website.  Eight offers were received and four were selected for award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-17-D-0004).

 

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded $41,130,145 for modification P00006 to a previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0019) to provide MissionCare maintenance support for the V-22 AE1107C engines for the Marine Corps and Air Force.  MissionCare is a performance-based logistics concept that includes the following: an engine hourly charge based on hours flown, program management, which covers integrated logistics support, including support equipment requirements data, supportability analysis data and updates, configuration management tracking, formal training, supply management, and contract/business administration; site support, which covers informal technical training, maintenance technical advice, engineering support, and engine repair.  Work will be performed in Oakland, California (80 percent); and Indianapolis, Indiana (20 percent), and is expected to be completed in May 2017.  No funding will be obligated at time of award.  Funds will be obligated on individual task orders as they are issued.   The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity. 

 

Kings Bay Support Services LLC, Alexandria, Virginia, is being awarded a $40,579,631 modification under a previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-11-D-7578) to exercise an option for base operations support services at Naval Submarine Base Kings Bay.  The work to be performed provides for base operations support services including public safety, harbor security, security operations, supply, personnel support, facilities support, facility management/facility investment, other (swimming pools), pavement clearance, utilities, chiller, electrical, wastewater, steam, water, telecommunications, compressed air, base support vehicles and equipment, environmental, and vertical transportation equipment.  After award of this option, the total cumulative contract value will be $237,821,053.  Work will be performed in Kings Bay, Georgia (99 percent); and Shellman Bluff, Georgia (1 percent), and work is expected to be completed November 2017.  No funds will be obligated at time of award.  Fiscal 2017 operation and maintenance (Navy); fiscal 2017 working capital funds (Navy); fiscal 2017 Defense health program funds; and fiscal 2017 family housing operation and maintenance (Navy) in the amount of $4,439,656 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

 

Centerra Group LLC, Palm Beach Gardens, Florida, is being awarded a $24,537,312 modification under previously awarded indefinite-delivery/indefinite-quantity contract (N69450-14-D-7999) to exercise option two for base operations support services at Naval Station Guantanamo Bay.  The work to be performed provides for base operating support services including, but not limited to, the following functions: family housing, facility management, facility investment, other (swimming pools), custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, base support vehicles and equipment, electrical, wastewater, water, and limited facilities support functions.  After award of this option, the total cumulative contract value will be $74,273,340.  Work will be performed in Guantanamo Bay, Cuba, and work is expected to be completed November 2017.  No funds will be obligated at time of award.  Fiscal 2016 operations and maintenance (Navy); fiscal 2016 working capital funds (Navy); fiscal 2016 Defense health program funds; and fiscal 2016 family housing operation and maintenance (Navy) in the amount of $16,574,748 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

 

Raytheon Co., El Segundo, California, is being awarded a $9,610,155 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide engineering technical services and field services for the AN/APG-65/65(V)/73/79 Active Electronically Scanned Array  Radar, associated systems, and support equipment in support of the F/A-18, EA-18G, and AV-8B aircraft. Work will be performed in North Island, California (50 percent); and Oceana, Virginia (50 percent), and is expected to be completed in November 2021.  Fiscal 2017 operations and maintenance (Navy) funds in the amount of $201,522 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-17-D-0007).

 

G-W Management Services LLC,* Rockville, Maryland, is being awarded a $7,369,000 firm-fixed-price contract for the construction of four hangar doors at Hangar 111 at Naval Air Station Patuxent River.  The work to be performed provides for the demolition and replacement of the existing four hangar door assemblies, and the entire work to repair the associated asphalt and concrete.  Work will be performed in Patuxent River, Maryland, and is expected to be completed by August 2018.  Fiscal 2016 research, development, test and evaluation (Navy) contract funds in the amount of $7,369,000 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, Washington, Washington, District of Columbia, is the contracting activity (N40080-17-C-0016).

 

 

ARMY

 

Raytheon Co., Andover, Massachusetts, was awarded a $ 22, 998,943 cost-plus-fixed-fee foreign military sales (Turkey, United Arab Emirates, and Spain) contract for management, logistics and engineering support for the Hawk missile stockpile reliability program and the operations of worldwide theater readiness monitoring facility. Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 29, 2021. Army Corps of Engineers, Huntsville, Alabama is the contracting activity(W31P4Q-17-D-0004).

 

AM General LLC, South Bend, Indiana, was awarded a $13,332,591 modification (P00006) to contract W56HZV-16-C-0068 to partially exercise an option for the recapitalization of 70 high mobility multi-purpose wheeled vehicles and inspection and repair services, as well as, fund the required start-up costs for performance at Red River Army Depot. Work will be performed in South Bend, Indiana; and Texarkana, Texas, with an estimated completion date of Oct. 31, 2017. Fiscal 2015 other procurement (Army) funds in the amount of $13,332,591 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting authority.

 

* Small business

** Service-disabled, veteran-owned small business