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 Some of the information contained within may be outdated and links may not function.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. 2, 2015

CONTRACTS

 

DEFENSE LOGISTICS AGENCY

 

Hospira WorldWide Inc., Lake Forest, Illinois, has been awarded a maximum $49,966,387 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for pharmaceutical products. This was a competitive acquisition with 35 responses received. This is a one-year base contract with seven option periods. Location of performance is Illinois, with a Sept. 1, 2016, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2016 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-15-D-0006).

 

CORRECTION: The contract announced on Aug. 13, 2015, for Maytag Aircraft/TK&K, Colorado Springs, Colorado (SPE600-15-C-5019), for $8,018,112 was announced with an incorrect award date.  The correct award date is Sept. 2, 2015.

 

AIR FORCE

 

MilServe International JLT (FA5706-15-D-0002), Dubai, United Arab Emirates; Al Badeel General Contracting (FA5706-15-D-0003), Abu Dhabi, United Arab Emirates; The Marshal Group LLC (FA5706-15-D-0004), Berthoud, Colorado; and Ohio General Contracting LLC (FA5706-15-D-0005), Abu Dhabi, United Arab Emirates, have been awarded a not-to-exceed $45,000,000 indefinite-delivery/indefinite-quantity contract for a multiple award construction contract. Contractors will provide for a broad range of design-build, maintenance, alteration, repair, renovation, and minor construction projects affecting real property. The location of performance is in Southwest Asia. Work is expected to be complete by Sept. 30, 2016. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2015 operation and maintenance funds with a minimum amount of $500,000 are being obligated at the time of award. The 380th Expeditionary Contracting Squadron, Southwest Asia, is the contracting activity.

 

Honeywell International Inc., doing business as Honeywell Defense & Space, Tempe, Arizona, has been awarded a not-to-exceed $15,112,273 undefinitized contract action modification (P00097) for the B-1 bomber performance-based logistics support against the existing secondary power logistics support contract. Contractor will provide Increment III, option two and three for B-1 bomber performance-based logistics support. Work will be performed at Tempe, Arizona, and is expected to be complete by Aug. 31, 2016. Air Force Working Capital funds in the amount of $4,578,617.00 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8208-07-C-0001).

 

Synensis LLC, Peachtree City, Georgia, has been awarded a not to exceed $13,957,134 firm-fixed-price contract for patient safety program support. Contractor will provide educated and dedicated expertise and assistance to proactively and retroactively identify potential and actual risks to safety, identify underlying causes, and make the necessary improvements to reduce risks across the Air Force. Work will be performed at locations throughout the continental U.S., overseas, and the program office located in San Antonio, Texas, and is expected to be complete by Oct. 31, 2016. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance support funds in the amount of $11,937,384 are being obligated at the time of award. Air Force Installation Contracting Agency/773 Enterprise Sourcing Squadron, San Antonio, Texas, is the contracting activity (F A8052-15-C-0021).

 

NAVY

 

Truston Technologies Inc.,* Lafayette, Louisiana (N39430-14-D-1497); Sound & Sea Technology Inc.,* Lynnwood, Washington (N39430-14-D-1498); GPA Technologies Inc.,* Ventura, California (N39430-14-D-1499); PCCI Inc.,* Alexandria, Virginia (N39430-14-D-1500); and MAR Range Services LLC,* Rockville, Maryland (N39430-14-D-1501), are being awarded a $28,000,000 firm-fixed-price, cost-plus-fixed-fee modification under a multiple award, indefinite-delivery/indefinite-quantity contract to exercise option one for worldwide ocean engineering services.  The total contract amount after exercise of this option will be $56,000,000.  The work to be performed provides for ocean engineering services in support of projects involving ocean cable systems and ocean work systems, such as shipboard load handling systems and undersea work systems.  Contractors will also provide waterfront facilities, offshore structures, moorings and ocean construction equipment.  The work will be performed in environments ranging from arctic to tropic, and at all water depths where construction, installation, maintenance, inspection, repair, and salvage operations may be needed.  Work will be performed at various Navy and Marine Corps facilities worldwide, and work for this option period is expected to be completed by September 2016.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by fiscal 2016 Navy working capital funds.  No task orders are being issued at this time. The Naval Facilities and Engineering Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

 

The Boeing Co., Seattle, Washington, is being awarded a $23,245,869 modification to a previously awarded cost-plus-fixed-fee contract (N00019-04-C-3146) for testing of the high-altitude antisubmarine warfare weapons capability on the P-8A multi-mission maritime aircraft.  Work will be performed in Patuxent River, Maryland (50 percent); and Seattle, Washington (50 percent), and is expected to be completed in August 2017.  Fiscal 2014 and 2015 research, development, test and evaluation (Navy) funds in the amount of $12,937,511 will be obligated at time of award, $2,537,511 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

M.A. Mortenson Co. Inc., Minneapolis, Minnesota, is being awarded a $22,758,900 firm-fixed-price contract for the construction of a missile support facility at the Naval Support Facility Dahlgren.  Work will be performed in Dahlgren, Virginia, and is expected to be completed by March 2017.  Fiscal 2011 and 2015 military construction (Navy) contract funds in the amount of $22,758,900 are being obligated on this award; of which $18,921,476 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 14 proposals received during Phase I.  Four proposals were received for Phase II of this procurement.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-15-C-0167).

 

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $19,828,419 for cost-plus- fixed-fee modification to delivery order 0096 previously issued against a basic ordering agreement (N00019-12-G-0006) in support of the V-22.  This modification provides for the procurement of additional nonrecurring engineering in support of the MV-22 Integrated Aircraft Survivability Equipment (IASE) universal urgent needs effort as well as 24 MV-22 IASE A-kits. Work will be performed at Ridley Park, Pennsylvania (64 percent); Menlo Park, California (5 percent); Anaheim, California (4 percent); Corona, California (3 percent); Huntington Beach, California (2 percent); St. Louis, Missouri (2 percent); Fort Walton Beach, Florida (1 percent); Fort Worth, Texas (1 percent); and various locations throughout the U.S. (18 percent), and is expected to be completed in February 2017.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $19, 828,419 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.

 

Lockheed Martin Sippican Inc., Marion, Massachusetts, is being awarded a $20,045,915 modification to previously awarded contract N00024-11-C-6404 to exercise option year four for the production of MK48 Mod 7 Common Broadband Advanced Sonar System Functional Item replacement kits and related engineering services.  This modification includes foreign military sales (FMS) to Canada and the Netherlands. Work will be performed in Marion, Massachusetts (95 percent); and Syracuse, New York (5 percent), and is expected to be completed by May 2018.  Fiscal 2015 weapons procurement (Navy); FMS (Canada and Netherlands); fiscal 2015 operation and maintenance (Navy); and FMS (Netherlands) funding in the amount of $20,045,915 will be obligated at time of award, and $49,958 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

BAE Systems Hawaii, Honolulu, Hawaii, is being awarded a $13,705,115 modification to previously awarded contract N00024-14-C-4412 for fiscal 2015 and 2016 inter-availability planning and administration for continuous maintenance availabilities, emergent availabilities, and windows of opportunity.  BAE Systems will provide continuous maintenance planning and program management support for ships operating in and homeported in Pearl Harbor.  Work will be performed at Pearl Harbor, Hawaii, and is expected to be completed by August 2016.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $2,287,872 will be obligated at time of award and will expire at the end of the current fiscal year.  The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

 

Microwave Applications Group Inc.,* Santa Maria, California, is being awarded a $10,212,908 fixed-price contract for the procurement of 1,800 ferrite phase shifter modules for the development of a closed loop passive electronically scanned array for the Naval Air Systems Command’s Test Readiness Management Center’s Closed Loop Passive Electronically Scanned Array Project Office.  Work will be performed in Santa Maria, California, and is expected to be completed in November 2016.  Fiscal 2015 research, development, test and evaluation (Defense wide) in the amount of $10,212,908 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-0372).

 

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded $9,543,320 for firm-fixed-price task order 0015 under a previously awarded multiple award construction contract (N40085-10-D-5330) for construction of paint booth inserts/utility service upgrades at Marine Corps Air Station, Cherry Point.  The work to be performed provides for the construction of a large paint booth inside the paint preparation area of Building 245 with recirculating air for servicing aircraft.  It also includes electrical service upgrades, mechanical utilities, and building alterations to Fleet Readiness Center East's paint and finishing hangar, Building 245.  Additionally, it will provide adequate mechanical utilities for increased industrial ventilation and approximately 1,000 tons of cooling capabilities.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by March 2017.  Fiscal 2013 and 2015 military construction (Navy), and fiscal 2014 aircraft procurement (Navy) contract funds in the amount of $9,543,320 are being 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. 

 

AGBM-ATI JV,* Reston, Virginia, is being awarded an $8,215,267 indefinite-delivery/indefinite-quantity contract for annual custodial services at Naval Station Norfolk and Naval Support Activity Hampton Roads.  The maximum dollar value including the base period and four option years is $49,713,456.  Work will be performed in Norfolk, Virginia, and is expected to be completed by August 2020.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $7,365,762 for recurring work will be obligated on individual task orders issued during the base period.  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-D-0087). 

 

CH2M HILL / Clark Nexsen Energy Partners, Englewood, Colorado, is being awarded $7,137,013 for firm-fixed-price task order JN11 under a previously awarded contract (N62583-11-D-0533) for mission assurance assessments of utility systems, industrial control systems (ICS), and energy/utility management control systems (EMCS/USCS) at Navy and Marine Corps installations worldwide.  The contractor will evaluate the existing utility systems, ICS, and EMCS/UMCS.  The contractor will assess risks, and develop risk mitigation plans in support of the Department of the Navy, supporting Chief of Naval Operations N46; Plans, Policy and Operations, Security Division; and Mission Assurance Branch of Headquarters Marine Corps.  The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $10,365,868.  Work will be performed worldwide, and is expected to be completed by October 2016.  Fiscal 2015 operation and maintenance (Navy, Marine Corps and Defense Agencies) contract funds in the amount of $7,137,013 are obligated on this award and will expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity.

 

ARMY

 

Philips Healthcare, Bothell, Washington, was awarded an $18,802,500 modification (P00010) to contract W81K04-11-D-0016 for biomedical equipment maintenance at Air Force and Army military treatment facilities.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 30, 2016.  Army Medical Command, Ft. Sam Houston, Texas, is the contracting activity.

 

Airborne Systems, Pennsauken, New Jersey, was awarded a $17,416,920 firm-fixed-price, incrementally-funded contract for fabrication and shipment of RA-1 military free fall personnel parachute systems. Work will be performed in Pennsauken, New Jersey, with an estimated completion date of March 31, 2018.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army), and other procurement funds in the amount of $17,416,920 were obligated at the time of the award. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-15-C-0112).

 

Norfolk Dredging Co., Chesapeake, Virginia, was awarded an $11,613,200 firm-fixed-price, multi-year, incrementally-funded contract for maintenance dredging, Delaware River from Philadelphia to Delaware Bay, with an estimated completion date of Dec. 31, 2015.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $1,200,000 were obligated at the time of the award. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-15-C-0041).

 

Riverview Contracting,* New York (W912PQ-15-D-0001); Oddo Construction Services, Amherst, New York (W912PQ-15-D-0002); Benaka Inc.,*New Brunswick, New Jersey (W912PQ-15-D-0003); Adirondack Construction Co.,* Glens Falls, New York (W912PQ-15-D-0004); Northwind Engineering, LLC,* Shelocta, Pennsylvania (W912PQ-15-D-0005) were awarded a $10,000,000 (each), firm-fixed-price multi-year MATOC contract with options for construction projects, Stratton ANG Base, Scotia, New York with an estimated completion

date of Sept. 1, 2020.  Bids were solicited via the internet with eight received.  Funding will be determined with each order.  National Guard Bureau, Latham, New York is the contracting activity.

 

L-3 Communications Sonoma EO Inc., Santa Rosa, California, was awarded a $6,561,833 cost-plus-fixed-fee contract for two aerial optical change detection gimbal sensor systems, acceptance testing, and support for government operational testing. Work will be performed in Santa Rosa, California, with an estimated completion date of April 1, 2017.  One bid was solicited with one received.  Fiscal 2013 other procurement (Army) funds in the amount of $6,561,833 were obligated at the time of the award.  Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-C-0027).

 

*Small business