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 Some of the information contained within may be outdated and links may not function.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 June 24, 2015

CONTRACTS
 

AIR FORCE
 

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $480,000,000 indefinite-delivery/indefinite-quantity contract for C-130J follow-on research and development efforts. Contractor will provide for capability enhancements of the C-130J and allows continual aircraft improvement in all developmental areas. Work will be performed at Marietta, Georgia, and is expected to be complete by June 19, 2030. This award is the result of a sole-source acquisition. Fiscal 2015 research and development funds in the amount of $98,467 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8625-15-D-6591).
 

Rolls-Royce North American Technologies Inc., Indianapolis, Indiana, has been awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract for Versatile Affordable Advanced Turbine Engines (VAATE) III and beyond. The VAATE program is a joint government and industry effort to develop revolutionary and innovative technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo-propulsion affordability over the year 2000 state-of-the-art technology. This effort focuses on Phase III of the VAATE program with future efforts for beyond Phase III. Work will be performed at Indianapolis, Indiana, and is expected to be complete by June 23, 2023. This award is the result of a competitive acquisition with 34 offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $145,163 are being obligated at the time of award. Air Force Research Laboratories, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-2503).


L-3 National Security Solutions Inc., Reston, Virginia, has been awarded a $95,000,000 fixed-price, indefinite-delivery/indefinite-quantity contract for air operations center training to Royal Saudi Air Force (RSAF) personnel. Work will be performed in Saudi Arabia and is expected to be complete by June 23, 2020. This contract is 100 percent foreign military sales. This award is the result of a sole-source acquisition. The 338th Specialized Contracting Squadron, Joint Base San Antonio, Randolph Air Force Base, Texas, is the contracting activity (FA3002-15-D-0005).


University of Dayton Research Institute, Dayton, Ohio, has been awarded a $21,600,000 indefinite-delivery/indefinite-quantity contract for fundamental and applied combustion and component research. Contractor will provide basic, applied, and advanced combustion experiments using both independent and collaborative approaches to push the state-of-the-art in
combustion sciences. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by June 23, 2023. This award is the result of a competitive acquisition with two offers received. Fiscal 2014 research and development funds in the amount of $40,000 are being obligated on task order 0001 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-2505).


United Technologies Corp., doing business as Pratt & Whitney Aftermarket, Oklahoma City, Oklahoma, has been awarded a $13,470,145 requirements, firm-fixed-price modification to exercise the third option on previously awarded contract FA8121-12-D-0006. Contractor will provide remanufacture of sixth-13th stage stators and fourth and fifth outer shrouds on FI 00-PW-l 00/220 engines. Work will be performed at North Berwick, Maine, and is expected to be complete by Nov. 15, 2015. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Oklahoma City Air Logistics Center, Tinker Air Force Base, Oklahoma, is the contracting activity.


Exelis Inc., Clifton, New Jersey, has been awarded an $8,473,777 indefinite-delivery, requirements-type contract for the repair of various national stock numbers applicable to the AN/ALQ-172 electronic warfare countermeasures system that is on the B-52(H), A/C-130 and M/C-130 aircraft. Work will be performed at Clifton, New Jersey, and is expected to be complete by June 23, 2016. This contract includes four one-year unexercised options. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. The contracting activity is Air Force Sustainment Center, Robins Air Force Base, Georgia (FA8522-15-D-0002).
 

ARMY
 

Universal Technical Resource Services Inc.,* Cherry Hill, New Jersey (W15QKN-15-D-0055); TRC Defense Systems LLC,* Madison, Alabama (W15QKN-15-D-0056); Savit Corp.,* Rockaway, New Jersey (W15QKN-15-D-0057); Middle Bay Solutions LLC,* Huntsville, Alabama (W15QKN-15-D-0058); and Subsystem Technologies Inc.,* Arlington, Virginia (W15QKN-15-D-0059), were awarded a $200,000,000 multiple award task order, indefinite-delivery/indefinite-quantity order-dependent contract for the Rapid Prototyping and Technology Initiative in support of the Armament, Research, Development, and Engineering Center (ARDEC). Funding and work location will be determined with each order with an estimated completion date of June 24, 2020. Bids were solicited via the Internet with nine received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting authority.
 

Lockheed Martin Corp., Orlando, Florida, was awarded a $18,014,000 modification (P00168) to contract W31P4Q-11-C-0242 for non-recurring engineering tooling, test equipment, and labor necessary to increase Hellfire II missile production from the current state of 500 all-up rounds (AURs) per month to a quantity of 550 and 650 AURs per month. Work will be performed in Orlando, Florida, with an estimated completion date of Nov. 30, 2016. Fiscal 2015 other procurement funds in the amount of $8,826,860 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, the contracting activity.
 

DOK-ING, Zagreb, Croatia, was awarded an $8,670,000 firm-fixed-price contract with options for 45 Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (CREW) compatible radio retrofit kits. Funding and work location will be determined with each order with an estimated completion date of Oct. 24, 2016. One bid was solicited with one received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0057).
 

NAVY
 

Science Applications International Corp., San Diego, California, is being awarded $64,243,133 for firm-fixed-price task order 0008 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-13-D-4701) for the procurement, build, integration, test, accreditation, and delivery of the Marine Corps Enterprise Information Technology (IT) Services technology refresh. This effort will refresh the existing Enterprise IT Center (EITC1) and technical assistance center at the Marine Corps Information Technology Center in Kansas City, Missouri, as well as build a second EITC (EITC2) at Building FC540 in Camp Lejeune, North Carolina. Work will be performed at the Marine Corps Enterprise IT Center, Kansas City, Missouri (75 percent); and Marine Corps Base, Camp Lejeune, North Carolina (25 percent), and is expected to be completed on June 21, 2017. Fiscal 2013, 2014 and 2015 procurement (Marine Corps) funds in the amount of $64,243,133 will be obligated at the time of award. No contract funds will expire at the end of the current fiscal year. This task order was not competed as it is awarded against a single award contract that was competitively awarded. Marine Corps System Command, Quantico, Virginia, is the contracting activity.
 

IAP World Services Inc., Cape Canaveral, Florida, is being awarded a $14,459,454 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-14-D-0302) to exercise option one for base operations support services at Naval Air Station Patuxent River, Webster Field Annex, Solomon’s Recreation Center Annex and Point Lookout, Maryland. The work to be performed provides for base operating services including all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide facility, refuse collection, swimming pools, wastewater, water and environmental maintenance services. After award of this option, the total cumulative contract value will be $30,900,260. Work will be performed in Patuxent River, Maryland (91 percent); Solomon’s Island, Maryland (5 percent); St. Inigoes, Maryland (2 percent), and Point Lookout, Maryland (2 percent). Work for this option period is expected to be completed June 2016. No funds will be obligated at time of award. Fiscal 2015 working capital funds (Defense); fiscal 2015 health program, (Defense); fiscal 2015 operation and maintenance (Navy); and fiscal 2015 non-appropriated funds in the amount of $9,711,708 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.
 

Detyens Shipyards Inc., North Charleston, South Carolina, is being awarded a $13,223,586 firm-fixed-price contract for 55-calendar-day shipyard availability for the regular overhaul and dry docking of USNS Lenthall (T-AO 189). Work will include general ship services for ship, hazardous waste disposal, ultrasonic thickness gauging, port and starboard upper sea-chest steel replacement, structural steel repairs, annual personal elevator certification, galley ventilation system cleaning, cathodic marine growth inhibitor anodes replacement, starboard main engine clutch and coupling, main engine clutch and coupling, main engine coolers, hull cleaning and painting and dry-docking and un-docking vessel. The contract includes options which, if exercised, would bring the total contract value to $13,602,096. Work will be performed in North Charleston, South Carolina, and is expected to be completed by Sept. 27, 2015. Fiscal 2015 maintenance and repair funds in the amount of $13,223,586 are being obligated at the time of award, and funds will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-15-C-1006).
 

Marine Hydraulics International Inc., Norfolk, Virginia, is being awarded an $11,089,205 modification to a previously awarded contract (N00024-10-C-4405) for fiscal 2015 selected restricted availability for the destroyer USS Laboon (DDG-58). The scheduled availability includes the planning and execution of maintenance, repairs and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in Norfolk, Virginia, and is expected to be completed by December 2015. Fiscal 2015 operations and maintenance (Navy) and fiscal 2015 other procurement (Navy) funding in the amount of $11,089,205 will be obligated at time of award and will expire at the end of the current fiscal year. Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.
 

General Dynamics Ordnance and Tactical Systems Inc., Williston, Vermont, is being awarded a $10,739,977 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 Gatling gun weapon systems hardware, associated gun control system software and ammunition. Work will be performed in Williston, Vermont (40 percent); Marion, Illinois (30 percent); Crawford, Florida (15 percent); and Saco, Maine (15 percent), and is expected to be completed by June 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 by 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-1001).
 

DEFENSE LOGISTICS AGENCY
 

American Apparel Inc., Selma, Alabama, has been awarded a maximum $17,009,790 modification (P00117) exercising the third one-year option period of a one-year base contract (SPM1C1-12-D-1039) with four one-year option periods for utility and working uniform trousers. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Alabama and Mississippi, with a June 27, 2016, performance completion date. Using military services are Navy 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.
 

American Apparel Inc., Selma, Alabama, has been awarded a maximum $15,751,371 modification (P00116) exercising the third one-year option period of a one-year base contract (SPM1C1-12-D-1038) with four one-year option periods for utility and working uniform blouses. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Alabama and Mississippi, with a June 27, 2016, performance completion date. Using military services are Navy 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.


*Small business