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 Some of the information contained within may be outdated and links may not function.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 Sept. 1, 2015

CONTRACTS

 

NAVY

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $311,399,980 contract for undefinitized delivery order 5503 against a previously issued basic ordering agreement (N00019-14-G-0020) for the F-35 Lighting II Block 3F upgrade for the Air Force, Marine Corps, Navy, and the government of the United Kingdom.  This order procures retrofit modification hardware necessary for the Block 3F upgrades, as well as engineering tasks supporting modification kit installation.  Work will be performed in Fort Worth, Texas (90 percent); and Baltimore, Maryland (10 percent), and is expected to be completed in September 2021.  Fiscal 2014 aircraft procurement (Marine Corps, and Air Force); fiscal 2015 aircraft procurement (Navy, Marine Corps, and Air Force); fiscal 2015 research, development, test and evaluation (Navy, Marine Corps, and Air Force); and Joint Strike Fighter Partner funds in the amount of $84,064,987 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract combines purchase for the Air Force ($142,699,986; 46 percent); Marine Corps ($86,199,996; 27 percent); Navy ($61,000,000; 20 percent); and the government of the United Kingdom $21,499,998; 7 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Identity Theft Guard Solutions LLC, doing business as ID Experts*, Portland, Oregon, is being awarded a $133,263,550 firm-fixed-price contract for commercially available data breach recovery services in response to the Office of Personnel Management (OPM) data breach affecting 21.5 million individuals. Data breach recovery services include credit and identity monitoring services, identity theft insurance, identity restoration services, as well as website services and call center services. These services will be offered to individuals impacted by the OPM background investigation records cyber incident. This contract includes options which, if exercised, would bring the cumulative value of this contract to $329,825,588. Work will be performed in Portland, Oregon and is expected to complete in December 2018 if all options are exercised. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $133,263,550 will be obligated at time of award. Contract funds in the amount of $133,263,550 will expire at the end of the current fiscal year. This contract was competitively procured via the General Services Administration’s electronic request-for-quote system, eBuy, with five offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-F-2123).

 

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $109,436,020 modification to previously awarded contract N00024-15-C-2105 to exercise options for engineering, technical, design, configuration management, integrated logistics support, database management, research and development, modernization, and industrial support for nuclear submarines.  This contract provides support for Los Angeles-, Seawolf-, Virginia-, and Ohio-class submarines; special mission submersible interfaces; submarine support facilities; as well as potential foreign military sales programs.  Work will be performed in Newport News, Virginia, and is expected to be completed by September 2017.  Fiscal 2015 other procurement (Navy) funding in the amount of $8,555,061 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Austin Brockenbrough and Associates LLP,* Richmond, Virginia (N39430-15-D-1676); Argus Consulting Inc.,* Leawood, Kansas (N39430-15-D-1677); Enterprise Engineering Inc.,* Anchorage, Alaska (N39430-15-D-1678); GTP Consulting Engineers Inc.,* Duluth, Georgia (N39430-15-D-1679); Robert and Co.,* Atlanta, Georgia (N39430-15-D-1680); Burns and McDonnell Engineering Co. Inc., Kansas City, Missouri (N39430-15-D-1696); Enterprise-Brockenbrough JV LLC,* Anchorage, Alaska (N39430-15-D-1697); and Pond and Co., Norcross, Georgia (N39430-15-D-1698), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for engineering and design services for petroleum, oils, and lubricants (POL) systems, and supporting facilities at various Navy and Marine Corps installations  worldwide.  The maximum dollar value including the base period and four option years for all eight contracts combined is $99,000,000.  The work to be performed provides for the preparation of design-build request for proposals, cost estimates and planning documents; fully designed plans and specifications; preparation of reports, evaluations, studies or analyses on any or all components of a POL system and its support facilities, and related site visits/investigations; and integrity assessments that include American Petroleum Institute inspection and/or testing of storage tanks, pipelines, pressure vessels, pumps, control systems, all associated fuel equipment and electrical systems supplying POL equipment and ancillary support facilities.  Work will be performed at various Navy and Marine Corps installations within the Naval Facilities Engineering Command’s area of responsibility worldwide.  The term of the contract is not to exceed 60 months, with an expected completion date of August 2020.  Fiscal 2015 defense working capital funds in the amount of $40,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with 12 proposals received.  These eight contractors may compete for task orders under the terms and conditions of the awarded contract.  No task orders are being issued at this time.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

 

AMSEC LLC, Virginia Beach, Virginia (N00189-15-D-0031); Life Cycle Engineering, Charleston, South Carolina (N00189-15-D-0032); and URS Federal Services Inc., Germantown, Maryland (N00189-15-D-0033), are being awarded a combined $83,795,876 multiple task order, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contract for services that include hull mechanical and electrical engineering, analytical, logistics, and technical support to Navy ships on behalf of Mid-Atlantic Regional Maintenance Center.  Each contract includes a 12-month base period and one one-year option period.   These three contractors shall compete for task orders under the terms and conditions of the awarded contract.  Work will be performed in Norfolk, Virginia (75 percent); other sites in the U.S. (San Diego, California; Mayport, Florida; Pascagoula, Mississippi; Groton, Connecticut; Bremerton, Washington; and Pearl Harbor, Hawaii) (20 percent); and out of the continental U.S. (Spain; Italy; Bahrain; United Arab Emirates; and Guam) (5 percent).  Work is expected to be completed by September 2016. If all options are exercised, work will be completed by September 2017.  Fiscal 2015 operation and maintenance (Navy) funds in the amount of $40,000 will be obligated evenly among the three to fund the contract's minimum amount and funds will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Navy Electronic Commerce On-line and Federal Business Opportunities websites, with four offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity.

 

Nan Inc., Honolulu, Hawaii, is being awarded a $41,850,962 firm-fixed-price contract for construction and renovations of the facilities for the Marine Unmanned Aerial Vehicle Squadron; Marine Wing Support Detachment; and CH53E helicopter squadron at the Marine Corps Base Hawaii.  The work to be performed provides for the construction of an automobile organizational shop with steel framed structures with shallow foundation system, concrete exterior walls and composite roof structure with fluid-applied roof coating, jib crane and wash racks with concrete framed storage and water recycling building.  The project will also construct a weight handling equipment shop with steel framed structure, shallow foundation system, concrete exterior wall and composite roof structure with fluid-applied roof coating.  Project includes the modernization of administrative and automobile organizational shop maintenance and administrative spaces within Building 373; improvement to Hangar 102 including modernization of the existing two-story administrative spaces and creation of secure spaces; improvements to Building 271 to include modernization of general and climate controlled storage and administrative spaces; and improvements of administrative spaces within Buildings 388, 3085 and 6082.  The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to an estimated $43,798,712.  Work will be performed in Kaneohe Bay, Hawaii, and is expected to be completed by August 2018.  Fiscal 2011 and fiscal 2015 military construction, (Navy) contract funds in the amount of $41,850,962 are being obligated on this award; of which $13,313,500 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, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-15-C-1305).

 

Sippican/GSM Submarine Antenna JV, Marion, Massachusetts, is being awarded a not-to-exceed $30,890,543 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price letter contract for the development of an OE-538B antenna upgrade and procurement of OE-538 and OE-538A antennas, provisioning items and engineering services. The contract provides for existing and upgraded capabilities to the OE-538 antenna system. The OE-538 antenna system is a single-service (submarine-unique), mast-mounted, multi-function antenna system that provides a radio frequency communication capability in the very low frequency to ultra high frequency; and identification, friend or foe and Global Positioning System (GPS) capabilities for all submarine classes. The OE-538A antenna system is a modified OE-538 antenna system with added capabilities to support Mobile Users Objective Systems Tactical Data Link via Link 16 and iridium capabilities. The OE-538B antenna system will be a modified OE-538A antenna system with added capabilities to support the requirements for anti-jam and GPS military-coded capabilities.  This contract includes options, which if exercised, would bring the cumulative not-to-exceed value of this contract to an estimated $68,900,772.  Work will be performed in Marion, Massachusetts, and is expected to be completed by Aug. 30, 2018. If all options are exercised, work could continue until December 2020.  Fiscal 2014 and 2015 shipbuilding and conversion (Navy); and fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $9,082,879 will be placed on the contract and obligated at the time of award.  The contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements (Federal Acquisition Regulation Subpart 6.302-1).   The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-C-0225).

 

General Electric Aviation, Cincinnati, Ohio, is being awarded $29,283,964 for task order M801 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-10-D-0010) for thermal management and advanced controls design and development programs efforts in support of the Variable Cycle Advanced Technology Phase II, Technology Development for the next generation of engines.  Work will be performed in Evendale, Ohio, and is expected to be completed in September 2019.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $3,501,500 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.

 

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $15,000,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for lifecycle management and technical services in support of the Tomahawk cruise missile depot facility.  This contract includes Tomahawk depot maintenance, system test operations, foreign military sales maintenance, spares and repairs and associated support requirements for the Navy ($14,700,000; 98 percent) and the United Kingdom ($300,000; 2 percent).  Work will be performed in Tucson, Arizona, and is expected to be completed in August 2017.  Fiscal 2015 operations and maintenance (Navy) and foreign military sales funds in the amount of $4,795, 889 will be obligated at time of award, $4,692,788 of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0031).

 

WEB LLC,* Springfield, Virginia, is being awarded $8,693,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-15-D-0612) for construction of a Visitor’s Quarters Navy Gateway Inns and Suites facility at Naval Air Station Joint Reserve Base, Belle Chasse.  The work to be performed provides for construction of a new two-story structure, steel frame with brick veneer and a standing seam metal roof.  Facility systems will include:  heating, ventilation and air conditioning, electrical, cable television, internet access, connection to the base central fire alarm system, an automatic fire sprinkler and a mass notification system.  Work will be performed in New Orleans, Louisiana, and is expected to be completed by March 2017.  Fiscal 2011 and 2013 military construction, (Navy Reserve) contract funds in the amount of $8,693,000 are obligated on this award and $2,261,116 will expire at the end of the current fiscal year.  Seven proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

 

U.S. TRANSPORTATION COMMAND

 

Three companies are each being awarded an estimated $51,040,549 first option-year modification P00004 under an indefinite-delivery/indefinite-quantity, fixed-price, economic-price-adjustment contract for Total Delivery Services (TDS) international commercial air express package delivery service.  The three companies are:  Alaska Airlines Inc., Seattle, Washington (HTC711-15-D-C001); National Air Cargo Group Inc., Orlando, Florida (HTC711-15-D-C003); and Polar Air Cargo, Purchase, New York (HTC711-15-D-C004). For these companies, the modification brings the total cumulative face value of the contract to $121,627,343 from $70,586,794.  In addition, two companies have each been awarded an estimated $166,849,291 first option-year modification P00004 under this contract modification for international and domestic commercial air express package delivery service.  The companies are: Federal Express Corp., Memphis, Tennessee (HTC711-15-D-C002); and United Parcel Service Co., Louisville, Kentucky (HTC711-15-D-C005).  For these companies, the modification brings the total cumulative face value of the contract to $349,872,698 from $183,023,407.  Work will be performed worldwide as specified on each individual order and is expected to be completed Sept. 30, 2016.  Funds will be obligated through decentralized orders.  The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Oregon Freeze Dry Inc.,* Albany, Oregon, has been awarded a maximum $38,896,200 fixed-price with economic-price-adjustment contract for boil-in-bag dehydrated egg mix for Unitized Group Ration Heat and Serve and Unitized Group Ration M programs. This was a competitive acquisition with one response received. This is a five-year base contract with no option periods. Locations of performance are Oregon, with an Aug. 31, 2020, performance completion date. Using services are Army, Navy, and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-15-D-Z207).

 

Avfuel Corp.,* Ann Arbor, Michigan, has been awarded a maximum $6,674,754 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with one response received. This is a four-year base contract with no option periods. Locations of performance are Michigan and New Mexico, with a March 31, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-0006).

 

AIR FORCE

 

Pride Industries, Roseville, California, has been awarded an $18,400,000 fixed-price contract for base operations maintenance services. Contractor will provide all resources and management necessary to perform operation and maintenance services in support of installation activities for Joint Base McGuire-Dix-Lakehurst, New Jersey. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be complete by Aug. 31, 2016.  This award is the result of a sole-source acquisition. Fiscal 2015 funds in the amount of $4,600,000 are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity (FA4484-15-C-0025).

 

ARMY

 

Manson Construction Co., Seattle, Washington, was awarded a $15,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract with options for Ataachafalaya Basin and Gulf Intracoastal Waterway projects and cutterhead dredge rental.  Funding and work location will be determined with each order, with an estimated completion date of March 31, 2016.  Bids were solicited via the Internet with four received.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-15-D-0024).

 

DONJON Marine Co., Inc. Hillside, New Jersey was awarded a $13,848,672 firm-fixed-price contract with options for maintenance dredging New Bay, New Jersey with an estimated completion date of Dec. 6, 2015.  One bid was solicited with four proposals received.  Fiscal 2015 other procurement funds in the amount of $13,848,672 were obligated at the time of the award. Army Corps of Engineers, New York, N.Y. is the contracting activity (W912DS-15-C-0012).

 

The Atlantic Group LLC,* Huntsville, Alabama, was awarded a $12,500,000 firm-fixed-price multi-year contract for architectural and engineering services for photogrammetric, LiDAR surveying and mapping.  Funding and work location will be determined with each order, with an estimated completion date of Aug. 31, 2020.  Bids were solicited via the Internet with 25 received.  Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-15-D-0513).

 

Tetra Tech Inc., Irvine, California, was awarded a $9,800,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for design analyses and reports; and plans and specifications for flood control, coastal, environmental restoration, and sustainable engineering design projects.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 1, 2020.  Bids were solicited via the Internet with five received.  Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-D-0007).

 

Cleveland Biolabs Inc.,* Buffalo, New York, was awarded a $9,226,455 cost-plus-fixed-fee multi-year contract for advanced research into mitigating and treating the effects of ionizing radiation. Work will be performed Buffalo, New York; Bethesda, Maryland; and in Canada, with an estimated completion date of Nov. 30, 2017.  Bids were solicited via the Internet with 45 received.  Fiscal 2014 research, development, testing and evaluation funds in the amount of $9,226,455 were obligated at the time of the award. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-C-0101).

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

IBM Corp., Yorktown Heights, New York, has been award a $10,193,876 modification (P00006) exercising the second option to previously awarded HR0011-13-C-0022 for the Defense Advanced Research Projects Agency (DARPA) Power Efficiency Revolution For Embedded Computing Technologies (PERFECT) program. The modification brings the total cumulative face value of the contract to $17,056,647. Work will be performed in Yorktown Heights, New York (66 percent); Cambridge, Massachusetts (12 percent); Charlottesville, Virginia (12 percent); and Stanford, California (10 percent), with an expected completion date of March 2018. Fiscal 2015 research and development funds in the amount of $7,000,000 are being obligated at time of award. DARPA, Arlington, Virginia, is the contracting activity.

 

Leidos, Inc., Reston, Virginia, has been awarded a $7,890,740 cost-plus-fixed-fee contract for a research project under the Shared Spectrum Access for Radar and Communications (SSPARC) program (Coexistence Phase 2). The contractor will continue research in the area of spectrum sharing between radar and communications systems to build on prior work carried out in the coexistence thrust of Phase 1. Fiscal 2015 research and development funds in the amount of $5,352,607 are being obligated at the time of award. Work will be performed in Arlington, Virginia (53 percent); Linthicum, Maryland (22 percent); Rochester, New York (12 percent); Sterling, Virginia (5 percent); Ashburn, Virginia (4 percent); Bothell, Washington (2 percent); New York, New York (1 percent); Bowie, Maryland (1 percent) with an estimated completion date of August 2016. The Defense Advanced Research Projects Agency (DARPA), Arlington, Virginia, is the contracting activity (HR0011-15-C-0126).

 

*Small business