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 Some of the information contained within may be outdated and links may not function.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 Aug. 21, 2014

CONTRACTS

ARMY

Boh Bros. Construction Co., LLC, New Orleans, Louisiana, was awarded an $116,956,672 firm-fixed-price contract with options for the Southeast Louisiana Urban Flood Control Project’s widening of the Florida Avenue Canal, Phase II and III, Orleans Parish, Louisiana. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Oct. 15, 2018. Bids were solicited via the Internet, with six received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $116,956,672 are being obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-14-C-0049).

ImSAR LLC,* Springville, Utah, was awarded a $98,971,746 cost-plus-fixed-fee contract for research and development, rapid advancement and integration of small aperture radars on small unmanned aerial systems. Funding and work location will be determined with each order, with an estimated completion date of Aug. 20, 2019. One bid was solicited, with one received. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-14-D-0007).

Nova Technologies,* Panama City, Florida, was awarded a $55,000,000 modification (P00007) to contract W900KK-12-D-0005 for modification of the fire training system for simulated battlefield training of fire support specialists, joint fire observers and soldiers at the institutional and unit level. Funding and work location will be determined with each order. Estimated completion date is Aug. 14, 2017. Army PEO Simulation, Training, and Instrumentation, Orlando, Florida, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $10,006,600 modification (P00019) to contract W58RGZ-12-C-0046 for sole source modification for limited scope services to provide additional development and testing of the current Common Infrared Countermeasure Technology Development phase system. Fiscal 2014 research, development, test and evaluation funds in the amount of $10,006,600 were obligated at the time of the award. Estimated completion date is March 14, 2015. Work will be performed in Rolling Meadows, Illinois. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, was awarded an $8,005,521 modification (P00018) to contract W58RGZ-12-C-0045 for limited scope services to provide additional development and testing of the current Common Infrared Countermeasure Technology Development phase system. Fiscal 2014 research, development, test and evaluation funds in the amount of $8,005,521 were obligated at the time of the award. Estimated completion date is March 14, 2015. Work will be performed in Nashua, New Hampshire. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

MACKNAK Korte Group*, Lakewood, Washington, was awarded a $7,143,462 firm-fixed-price contract for design and construction of the air support operations center expansion. Work will be performed at Fort Campbell, Kentucky, with an estimated completion date of Feb. 29, 2016. Bids were solicited via the Internet, with 26 received. Fiscal 2014 military construction funds in the amount of $7,143,462 are being obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-14-C-0027).

NAVY

Honeywell Technology Solutions Inc., Jacksonville, Florida, is being awarded a $71,979,673 modification (P00031) to a previously awarded contract (M67004-09-D-0020) to exercise option year six for prepositioning and Marine Corps logistics support services for Blount Island Command. Work will be performed at the Blount Island Command in Jacksonville, Florida (85 percent); aboard 12 maritime prepositioning ships (12 percent); six locations in Norway (2 percent); and one location in Kuwait (1 percent). Work for this modification is expected to be completed Sept. 30, 2015. No funds will be obligated at the time of award. U. S. Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity.

Northrop Grumman Systems Corp., Airborne Early Warning & Electronic Warfare Systems, Bethpage, New York, is being awarded $47,596,436 for cost-plus-fixed-fee delivery order 0055 against a previously issued Basic Ordering Agreement (N00019-10-G-0004) for non-recurring engineering and development of five French E-2C compatible AN/ALQ-217 electronic support measures units for the government of France under the Foreign Military Sales program. In addition, this delivery order includes hardware and software modifications required for compatibility with the French E-2C aircraft, modification kits, aircrew and maintenance training, publications, post-installation ground and flight testing, and technical data. Work will be performed in Owego, New York (43 percent); Melbourne, Florida (40 percent); Cuers, France (9 percent); Dayton, Ohio (4 percent); Norfolk, Virginia (2 percent); Rolling Meadows, Illinois (1 percent); and Redwood City, California (1 percent), and is expected to be completed in December 2018. FMS funds in the amount of $37,461,976 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.

Raydar Inc., Odon, Indiana, is being awarded a $25,973,375 firm-fixed-price, indefinite-delivery/ indefinite-quantity contract for vehicular automated diagnostic systems (VADS). The VADS allows trouble shooting to be performed on a wide variety of U.S. Marine Corps vehicles. Work will be performed in Odon, Indiana, and is expected to be completed by August 2019. Fiscal 2014 procurement (Marine Corps) funds in the amount of $2,655,135 will be obligated at time of contract award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-JS20).

American Rheinmetall Munitions Inc., Stafford, Virginia, is being awarded a $16,783,613 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for multi-bang, flash bang grenades in support of the U.S. Special Operations Command. Multi-bang, flash bang grenades are sound and flash devices that produce an intense light and sound display used as non-lethal means to distract and disorient in hostile environments that require less than lethal force. Work will be performed in Trittau, Germany, and is expected to be completed by August 2019. Fiscal 2014 research, development, test and evaluation funds in the amount of $461,318 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-JR04).

L-3 Communications Corp., Link Simulation & Training Division, Arlington, Texas, is being awarded $15,548,954 for cost-plus-fixed-fee, firm-fixed-price delivery order 0005 against a previously issued Basic Ordering Agreement (N61340-12-G-0001) for the procurement of 25 system configuration sets, Navy Aviation Simulation Master Plans, Next Generation Threat System upgrades and 25 liquid crystal display spare kits in support of the F/A-18 Tactical Operational Flight Trainer Suites. Work will be performed in Naval Air Station Oceana, Virginia (25 percent); Naval Air Station Lemoore, California (15 percent); Marine Corps Air Station Miramar, California (15 percent); Marine Corps Air Station Beaufort, South Carolina (15 percent); Marine Corps Air Station Iwakuni, Japan (10 percent); Joint Reserve Base New Orleans, Louisiana (10 percent); and Joint Reserve Base Fort Worth, Texas (10 percent), and is expected to be completed in August 2016. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $15,548,954 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 Training Systems Division, Orlando, Florida, is the contracting activity.

IntelliSolutions, Inc.,* San Diego, California, is being awarded a $13,689,953 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide engineering support services for standards engineering and analysis, test support, configuration management, architecture engineering and analysis services, fleet support engineering services, and Network Design Facility operation to ensure interfacing Navy, joint service, and allied nations air, surface, subsurface and land command, control, communications, computers and intelligence, surveillance, and reconnaissance systems are interoperable. This is one of three contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This five-year contract includes a three-year base period followed by a two-year option period, which, if exercised, would bring the potential value of this contract to $23,241,504. Work will be performed in San Diego, California (94 percent), and Philadelphia, Pennsylvania (6 percent); work is expected to be completed Aug. 20, 2017. With all options exercised, work will continue through August 2019. No fiscal 2014 funding is currently associated with this award. Funding will be obligated via task orders beginning in fiscal 2015. The types of funding to be obligated include aircraft procurement (Navy); ship construction (Navy); operations and maintenance (Navy); research, development, test and evaluation; foreign military sales, and Navy working capital fund. This contract was competitively procured via 100 percent Small Business Set-Aside solicitation via publication on the Federal Business Opportunities and the SPAWAR e-Commerce Central websites. Five proposals were received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-14-D-0041).

Tactical Engineering & Analysis, Inc.,* San Diego, California, is being awarded a $13,411,718 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide engineering support services for standards engineering and analysis, test support, configuration management, architecture engineering and analysis services, fleet support engineering services, and Network Design Facility operation to ensure interfacing Navy, joint service, and allied nations air, surface, subsurface and land command, control, communications, computers and intelligence, surveillance, and reconnaissance systems are interoperable. This is one of three contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This five-year contract includes a three-year base period followed by one two-year option period, which, if exercised, would bring the potential value of this contract to $22,592,386. Work will be performed in San Diego, California (94 percent), and Philadelphia, Pennsylvania (6 percent); work is expected to be completed Aug. 20, 2017. With all options exercised, work will continue through August 2019. No fiscal 2014 funding is currently associated with this award. Funding will be obligated via task orders beginning in fiscal 2015. The types of funding to be obligated include aircraft procurement (Navy); ship construction (Navy); operations and maintenance (Navy); research, development, test and evaluation; foreign military sales, and Navy working capital fund. This contract was competitively procured via 100 percent Small Business Set-Aside solicitation via publication on the Federal Business Opportunities and the SPAWAR e-Commerce Central websites. Five proposals were received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California is the contracting activity (N66001-14-D-0042).

Data Intelligence LLC,* Marlton, New Jersey, is being awarded a $12,958,772 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to provide engineering support services for standards engineering and analysis, test support, configuration management, architecture engineering and analysis services, fleet support engineering services, and Network Design Facility operation to ensure interfacing Navy, joint service, and allied nations air, surface, subsurface and land command, control, communications, computers and intelligence, surveillance, and reconnaissance systems are interoperable. This is one of three contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This five-year contract includes a three-year base period followed by one two-year option period, which, if exercised, would bring the potential value of this contract to $21,961,954. Work will be performed in San Diego, California (64 percent); Marlton, New Jersey (30 percent); and Philadelphia, Pennsylvania (6 percent); work is expected to be completed Aug. 20, 2017. With all options exercised, work will continue through August 2019. No fiscal 2014 funding is currently associated with this award. Funding will be obligated via task orders beginning in fiscal 2015. The types of funding to be obligated include aircraft procurement (Navy); ship construction (Navy); operations and maintenance (Navy); research, development, test and evaluation; foreign military sales, and Navy working capital fund. This contract was competitively procured via 100% Small Business Set-Aside solicitation via publication on the Federal Business Opportunities and the SPAWAR e-Commerce Central websites. Five proposals were received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-14-D-0040).

Choctaw Manufacturing Defense Contractor,* McAlester, Oklahoma, is being awarded $10,757,625 for firm-fixed price delivery order 0015 under an a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-09-D-5024), for the procurement of 500 Medium Tactical Vehicle Replacement (MTVR) modular production trailers (MPT) and water dispensing systems to support and fill the needs of the U.S. Marine Corps. The MTVR MPT will be employed throughout all elements of the Marine Air-Ground Task Force as well as being forward deployed through the Maritime Prepositioned Force. Work will be performed in McAlester, Oklahoma, and is expected to be completed by March 31, 2016. Fiscal 2012 procurement Marine Corps overseas contingency operations funds in the amount of $10,607,018 will be obligated at the time of award, and will expire at the end of this current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(5). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

AIR FORCE

Rockwell Collins, Inc. Cedar Rapids, Iowa, has been awarded a $35,364,765 modification (P00027) to a firm-fixed-price contract (FA8106-11-C-0006) for KC-10 Communication Navigation Surveillance/Air Traffic Management (CNS/ATM) kits and installs. The total cumulative face value of the contract is $114,485,428. This modification provides for the exercise of an option for Group A and B kits and installation for 27 KC-10 aircraft. Work will be performed at Oklahoma City, Oklahoma; Cedar Rapids, Iowa; and Atlanta, Georgia, and is expected to be completed by November 2015. Fiscal 2014 aircraft procurement funds in the amount of $35,364,765 are being obligated at time of award. Air Force Life Cycle Management Center/WKDK, Tinker Air Force Base, Oklahoma, is the contracting activity. 

Alion Science and Technology Corp., Burr Ridge, Illinois, has been awarded a $25,172,296 cost-plus-fixed-fee delivery order (0082) on the AMMTIAC indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, sole-source (FA4600-06-D-0003) for technical analysis, logistics and sustainment for Headquarters U. S. Marine Corps. AMMTIAC shall provide research and development, engineering analysis, technical and operational evaluations, and systems engineering for programs designated by the U.S. Marine Corps. The work will be performed at Mount Arlington, New Jersey, and is expected to be completed by Dec. 29, 2016. Fiscal 2014 Marine Corps operations and maintenance funds in the amount of $50,000 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Nebraska, is the contracting activity.

Crash Rescue Equipment Service, Inc.,* Dallas, Texas, has been awarded an estimated $11,330,244 indefinite-delivery requirements contract for the fire truck overhaul and repair. Work will be performed in Dallas, Texas, and is expected to be completed by Aug. 19, 2015. This award is the result of a competitive acquisition; multiple offers were solicited and four offers were received. No operations and maintenance funds are being obligated at time of award. The contracting activity is Air Force Life Cycle Management Center/WNKBBA, Robins Air Force Base, Georgia (FA8519-14-D-0004).

*Small business