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 Some of the information contained within may be outdated and links may not function.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. 31, 2015

CONTRACTS

 

NAVY

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $430,878,490 cost-plus-incentive-fee, fixed-price-incentive-firm contract for non-air vehicle spares, support equipment, Autonomic Logistics Information System hardware and software upgrades, supply chain management, full mission simulators and non-recurring engineering services in support of low-rate initial production Lot 9 F-35 Lightning II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, non-Department of Defense participants, and foreign military sales (FMS) customers.  Work will be performed in Orlando, Florida (70 percent); Fort Worth, Texas (17 percent); El Segundo, California (7 percent); Owego, New York (4 percent); Greenville, South Carolina (1 percent); and Samlesbury, United Kingdom (1 percent), and is expected to be completed in January 2022.  Fiscal 2013 and 2014 aircraft procurement (Air Force, Marine Corps, and Navy); fiscal 2014 and 2015 other procurement (Navy); non-Department of Defense participants, and FMS funds in the amount of $430,878,490 will be obligated at time of award, $3,889,294 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($136,308,496; 32 percent); Navy ($30,326,973; 7 percent); Marine Corps ($32,762,358; 8 percent); non-Department of Defense participants ($187,885,664; 44 percent); and FMS customers ($43,594,999; 10 percent) under the FMS program.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0114).

 

Raytheon Technical Services Co. LLC, Indianapolis, Indiana, is being awarded $37,359,552 for firm-fixed-price delivery order 2100 against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 228 LAU-115 guided-missile launchers for the Navy (220) and the government of Switzerland (8) and 30 LAU-116 guided-missile launchers for the Navy.  These missile launchers will enable F/A-18 aircraft to carry and launch AIM-120 and AIM-9X missiles.  Work will be performed in Indianapolis, Indiana, and is expected to be completed in October 2018.  Fiscal 2013 and 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $37,359,552 are being obligated on this contract, $29,660,180 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($36,281,000; 97 percent) and the government of Switzerland ($1,078,552; 3 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Raytheon Co., Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $33,000,000 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0012) for the procurement of 10 MH-60R full-rate production Airborne Low Frequency Sonar Lot XII systems.  Work will be performed in Brest, France (59 percent); Portsmouth, Rhode Island (37 percent); and Johnstown, Pennsylvania (4 percent), and is expected to be completed in February 2018.  Fiscal 2013 aircraft procurement (Navy) funds in the amount of $33,000,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $29,746,484 modification to previously awarded contract N00024-11-C-6410 to exercise option year four for the production of MK54 Mod 0 Lightweight Torpedo (LWT) kits and related engineering and repair services for upgrade of Navy LWTs.  This modification also involves foreign military sales to India, Turkey and Australia.  Although the MK54 Mod 0 LWT is primarily intended as an anti-submarine torpedo for littoral scenarios, its basic capabilities includes operation in both shallow and deep water acoustic environmental conditions, and exceeds MK46 Anti-Submarine Warfare capabilities in deep-water scenarios. This option exercise provides the Navy with a quantity of 100 MK54 Mod 0 LWT kits including warranty and a quantity of 68 foreign military sales MK54 Mod 0 LWT kits including warranty and spares.  Work will be performed in Keyport, Washington (80 percent); and Portsmouth, Rhode Island (20 percent), and is expected to be completed by September 2017.  Fiscal 2015 weapons procurement (Navy), foreign military sales, and fiscal 2015 operation and maintenance (Navy) funding in the amount of $54,218 is being obligated, and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Booz Allen Hamilton, McLean, Virginia, is being awarded a $26,765,034 cost-plus-fixed-fee, cost-reimbursable contract to provide services in support of the Naval Air Warfare Center Aircraft Division’s Special Communications Mission Solutions Division.  Services to be provided include engineering, research, design, development, integration, installation, test and evaluation, fielding, analysis, maintenance, material procurements, training, and logistics services for communications-electronics advanced technology systems.  Work will be performed in St. Inigoes, Maryland (98 percent); and Indiana, Pennsylvania (2 percent), and is expected to be completed in March 2017.  Fiscal 2015 Navy working capital funds in the amount of $4,288,803 are being obligated at time of award, none 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 Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-15-C-0027).

 

MEB General Contractors, Chesapeake, Virginia, is being awarded a $22,944,000 firm-fixed-price contract to replace and alter fuel distribution facilities at Craney Island and Defense Fuel Support Point (DFSP) Yorktown.  The work to be performed provides for the required infrastructure improvements at the Craney Island facility to accommodate the F-24 fuel including changing out pumping and piping from existing dual JP-5 bulk storage tanks (numbers 501 and 502), distribution of the new F-24 product, and relocation of equipment that is currently being used at DFSP Yorktown.  The contract also contains two unexercised options, which if exercised, would increase the cumulative contract value to $24,541,000.  Work will be performed in Yorktown, Virginia, and is expected to be completed by June 2017.  Fiscal 2015 military construction, (Defense Logistics Agency) contract funds in the amount of $22,944,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-0022).

 

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded $22,856,626 for firm-fixed-price task order 0014 under a previously awarded multiple award construction contract (N40085-10-D-5330) for construction of a special operations training complex at Marine Corps Base, Camp Lejeune.  The work to be performed provides for the construction of a multi-story building which includes a simulated entry point, headquarters, embassy offices, a tactical exercise control group center, weapons storage and instructor spaces.  The building requires a hardened exterior shell, which can be used for repelling and training purposes and a passenger/freight elevator.  Construction also includes two separate single-story buildings with interior concrete masonry unit walls on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors, and standing seam metal roofs.  Twelve small single-story buildings will be demolished as part of this project.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by March 2017.  Fiscal 2014 military construction, (Navy) contract funds in the amount of $22,856,626 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. 

 

Insight Pacific LLC,* Anaheim, California, is being awarded $13,385,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62478-14-D-4000) for repair of exterior windows throughout Building 67 at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for replacement of deteriorated/damaged metal window frames, clerestory and low monitor window frames, glazing, window hardware operators and sealant.  Project will also remove hazardous materials; repair supporting walls, sills, metal panels, and steel framing; restore openings with translucent corrugated panels back to fixed glazed windows; prepare, patch, and repaint interior and exterior surfaces; remove and reinstall obstructions and penetrations as needed.  Construction scope of work includes providing a clear heat-resistant film on the south and east elevation windows, which would allow Building 67 equipment (lathes) to operate within tolerances.  Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2017.  Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $13,385,000 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

 

Northrop Grumman Systems Corp., Falls Church, Virginia, is being awarded a $14,150,405 cost-plus-incentive-fee, cost-plus-fixed-fee, cost, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Advanced Explosive Ordnance Disposal Robotic System Increment 1, dismounted operations variant.  Northrop Grumman will procure and integrate the handheld operator control unit, communications link, mobility capability module, master capability module, power capability module, manipulator capability module, end effector capability module, visual sensors capability module, autonomous behaviors capability module and other minor components that comprise the dismounted operations system.  The contract includes options which, if exercised, would bring the cumulative value of the contract to $483,328,860.  Work will be performed in Huntsville, Alabama, and is expected to be complete in August 2017.  Fiscal 2015 research, development, test and evaluation (Navy) funding in the amount of $3,482,667 is being 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, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-15-D-0011).

 

DDL OMNI Engineering LLC,* McLean, Virginia, is being awarded $10,900,000 for cost-plus-fixed-fee delivery order 0001 against a previously issued basic ordering agreement (N68335-14-G-0057) for work associated with Phase III Small Business Innovation Research (SBIR) efforts. These efforts include SBIR Topic N00-123, entitled “Ship Mission Readiness Measurement System.”  Work will be performed in McLean, Virginia, and is expected to be completed in August 2018.  Fiscal 2015 operation and maintenance (Navy) funds in the amount of $600,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

 

Technology and Supply Management LLC,* Fairfax, Virginia, is being awarded an $8,165,877 cost-plus-fixed-fee contract for configuration management, integration, and training on the Army’s Persistent Ground Surveillance System programs in support of the Naval Air Warfare Center Aircraft Division’s Special Surveillance Programs Division.  Work will be performed in Point Mugu, California (44 percent); Ridgecrest, California (36 percent); Huntsville, Alabama (10 percent); Rio Grande Valley, Texas (3 percent); Fairfax, Virginia (2 percent); Patuxent River, Maryland (1 percent); and at various locations outside the continental U.S. (4 percent), and is expected to be completed in September 2016.  Fiscal 2015 working capital funds (Navy) in the amount of $1,225,000 will be obligated at time of award, none 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 Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-C-0369).

 

AIR FORCE

 

Raytheon Co. - Integrated Defense Systems, Tewksbury, Massachusetts, has been awarded a not-to-exceed $175,081,326 undefinitized contract action contract for Phase II of the Qatar Air and Missile Defense Operations Center (ADOC) program. Contractor will provide for the procurement, delivery, and installation of the Qatar ADOC as well as the future integration of multiple air and missile systems into the ADOC. Contract types associated with this effort will be cost-plus-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, cost-plus-fixed-fee level-of-effort, and cost-reimbursable. This is a Foreign Military Sales acquisition between the U.S. government, Air Force Life Cycle Management Center, and the state of Qatar described in the letter of offer and acceptance dated July 14, 2014. Work will be performed at Tewksbury, Massachusetts; and the State of Qatar, and is expected to be complete by Feb. 28, 2022. This award is the result of a sole-source acquisition and will use fiscal 2015 foreign military sales funds. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0002).

 

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $13,143,496 cost-reimbursable contract line-item number delivery order (0049) for the Forward Fuel Cell Tank Reliability Improvement Program. Contractor will fund material and transportation for the Forward Fuel Cell Tank Reliability Improvement Program to the KC-10 contractor logistic support program. Work will be performed worldwide to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds in the amount of $13,143,496 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-10-D-0001).

 

Telecommunication Support Services Inc., Melbourne, Florida, has been awarded an $8,865,684 firm-fixed-price modification to exercise Option 1 of FA4890-14-C-0013-P0009 for Mobile Air Surveillance System technical support. Contractor will provide operations and support at the Joint Inter-Agency Task Force-South satellite communications facility in Key West, Florida; and Mobile Air Surveillance System mission support activities throughout the Southern Command area of responsibility, primarily in Colombia. Work will be performed in multiple locations and is expected to be complete by Sept. 16, 2016.  This award is the result of a competitive acquisition and five offers were received. Fiscal 2016 operations and maintenance funds are being used and no funds were obligated at the time of award. Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-14-C-0013-P0009).

 

United Paradyne Corp., Santa Maria, California, has been awarded an $8,536,102 option modification (P00149) to previously awarded contract FA4610-10-C-0008 for aerospace support services. Contractor will provide provides management, operations, maintenance and services to support launch programs for unconventional propellants, cryogenics and fuels accountability, personnel safety equipment, hazardous operations support, fleet management, systems and safety engineering, transient aircraft maintenance/aerospace ground equipment, and precision measurement equipment laboratory services. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by Sept. 30, 2016.  Fiscal 2016 funds are being used and no funds were obligated at the time of award. The 30th Space Wing contracting office, Vandenberg Air Force Base, California, is the contracting activity.

 

ARMY

 

Navistar Defense LLC, Lisle, Illinois, was awarded a $368,932,767 firm-fixed-price foreign military sales contract (Afghanistan) for 2,293 medium tactical vehicles. Work will be performed in West Point, Mississippi; Ooltewah, Tennessee; Marion, Wisconsin; Springfield, Ohio; and Mercer, Pennsylvania, with an estimated completion date of Nov. 30, 2019.  One bid was solicited with one received.  Fiscal 2014 other procurement funds in the amount of $368,932,767 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0207).

 

PAE Professional Services, Falls Church, Virginia, was awarded a $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for construction security monitoring services. Funding and work location will be determined with each order, with an estimated completion date of April 17, 2020.  Bids were solicited via the Internet with 12received.  Army Corps of Engineers, Far East, APO AP, is the contracting activity (W912UM-15-D-0022).

 

Granite Construction Co., Watsonville, California, was awarded a $71,902,340 firm-fixed-price, incrementally-funded multi-year contract with options for dam modification and ancillary projects in Harris and Ft. Bend counties, Texas, with an estimated completion date of May 17, 2019.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $18,644,000 were obligated at the time of the award. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-15-C-0037).

 

Raytheon, Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $41,566,755 modification (P00029) to foreign military sales contract W31P4Q-13-C-0129 (Jordan, Estonia) for Javelin Block 1 tactical rounds (quantity 354), tripods (quantity 36), and golden units (quantity 1).  Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2023.  Fiscal 2015 other procurement funds in the amount of $41,566,755 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Raytheon Co., McKinney, Texas, was awarded a $38,157,300 firm-fixed-price foreign military sales contract (Morocco) for 200 thermal receiver units. Work will be performed in McKinney, Texas, with an estimated completion date of Aug. 27, 2017.  One bid was solicited with one received.  Fiscal 2010 other procurement funds in the amount of $18,697,077 were obligated at the time of the award. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-C-0024).

 

Ames Construction Inc., Burnsville, Minnesota, was awarded a $36,266,560 firm-fixed-price, incrementally-funded contract for irrigation and bypass construction on the Yellowstone River, Glendive, Montana, with an estimated completion date of Feb. 16, 2018.  Bids were solicited via the Internet with nine received.  Fiscal 2015 other procurement funds in the amount of $19,400,000 were obligated at the time of the award.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-C-0024).

 

NetCentrics Corp., Herndon, Virginia, was awarded an $18,062,724 firm-fixed-price, incrementally-funded contract with options for information technology support to the Army Information Technology Agency, Washington, District of Columbia, with an estimated completion date of Aug. 29, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $11,440,763 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-F-4021).

 

Textron Systems Marine and Land Systems, New Orleans, Louisiana, was awarded a $17,434,922 cost-plus-fixed-fee foreign military sales contract (Afghanistan) for Mobile Strike Force Vehicle (MSFV) training support the Afghan National Army.  . Work will be performed in Afghanistan with an estimated completion date of Aug. 31, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2014 other procurement funds in the amount of $17,434,922 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0108).

 

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $14,813,184 firm-fixed-price foreign military sales contract (Taiwan) for trained pilots and maintenance operations for the UH-60M to support the fielding of new aircraft as well as the storage of four UH60s. Work will be performed in West Palm Beach, Florida, with an estimated completion date of Aug. 27, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,813,184 were obligated at the time of the award. Army Contracting Command, Ft. Bragg, North Carolina, is the contracting activity (W91247-15-C-0028).

 

The Dutra Group, San Rafael, California, was awarded a $14,329,929 firm-fixed-price, multi-year contract with options for maintenance dredging in the inner and outer harbors of Oakland, California, with an estimated completion date of Jan. 25, 2016.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,329,929 were obligated at the time of the award.  Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-15-C-0015).

 

Inland Dredging Co. LLC,* Dyersburg, Tennessee, was awarded a $12,621,950 firm-fixed-price contract with options maintenance dredging of the Calcasieu River, Louisiana, with an estimated completion date of May 27, 2016.  Bids were solicited via the Internet with five received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,621,950 were obligated at the time of the award.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-15-C-0058).

 

Fidelity Technologies Corp.,* Reading, Pennsylvania, was awarded a $8,948,799 firm-fixed-price contract to devise technical and maintenance training materials for the PC-12NG aircraft used by the Afghan National Security Force . Work will be performed in Reading, Pennsylvania, with an estimated completion date of Aug. 31, 2016.  Bids were solicited via the Internet with four received.  Fiscal 2015 other procurement (Army) funds in the amount of $8,948,799 were obligated at the time of the award.  Army Program Executive Office Simulation, Training & Instrumentation, Orlando, Florida, is the contracting activity (W900KK-15-C-0039).

 

E.P. Doyle & Son LLP,* Wheaton, Illinois, was awarded a $8,887,648 firm-fixed-price contract for construction of a power distribution building facility and installation of a standby power system at the Chicago Sanitary and Ship Canal Barrier I Backup Power and Control Gear Building, Romeoville, Illinois, with an estimated completion date of  July 20, 2016.  Bids were solicited via the Internet with six received.  Fiscal 2015 other procurement funds for $8,887,648 were obligated at the time of the award. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-15-C-0014).

 

BAE Systems Technology Solutions & Services, Rockville, Maryland, was awarded a $7,763,747 cost-plus-fixed-fee, incrementally-funded contract with options for material maintenance, transportation, and supply services, of U.S. Army Garrison-Hawaii, and all subordinate organizations and units. Work will be performed at Schofield Barracks, Hawaii, with an estimated completion date of Feb. 28, 2016.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $1,700,000 were obligated at the time of the award. Army Contracting Command, Ft. Shafter, Hawaii, is the contracting activity (W912CN-15-C-0015).

 

Lakeview Center Inc., Pensacola, Florida, was awarded a $7,737,646 firm-fixed-price contract with options under the Ability One Program for dining facility attendant and contingency cook services, Joint Base Lewis-McChord, Washington, with an estimated completion date of May 31, 2020.  Bids were solicited via the Internet with one received.  Funding and work location will be determined with each order.  Army Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-15-D-0005).

 

DEFENSE LOGISTICS AGENCY

 

Exelis Inc., Clifton, New Jersey, has been awarded a maximum $38,209,265 cost-plus-fixed-fee contract for electronic countermeasures set line replacement units for aircraft. This was a sole-source acquisition using the justification of 10 U.S. Code 2304(c)(1). This is a three-year base contract with no option periods. Location of performance is New Jersey, with an Aug. 30, 2018, performance completion date. Using service is Air Force. Type of appropriation is fiscal 2015 through fiscal 2018 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-15-C-0011).

 

Coachys and Associates,** Canton, Georgia, has been awarded a maximum $14,318,625 modification (P00005) exercising the first one-year option period of a one-year base contract (SPE1C1-15-D-1010) with one one-year option period for extreme cold/wet weather parkas and jackets. This is a firm-fixed-price contract. Locations of performance are Georgia and Tennessee, with an Aug. 30, 2016, performance completion date. Using military service is Army. 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.

 

Tennier Industries Inc.,* Boca Raton, Florida, has been awarded a maximum $13,247,410 modification (P00007) exercising the first one-year option period of a one-year base contract (SPE1C1-15-D-1011) with one one-year option period for extreme cold/wet weather parkas and jackets. This is a firm-fixed-price contract. Locations of performance are Florida and Tennessee, with an Aug. 30, 2016, performance completion date. Using military service is Army. 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

**Service-disabled, veteran-owned small business