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 Some of the information contained within may be outdated and links may not function.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. 4, 2015

CONTRACTS

 

ARMY

 

AM General LLC, South Bend, Indiana, was awarded a $428,295,155 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for M997A3-configured high mobility multi-wheeled ambulance chassis vehicles for domestic disaster relief efforts by the Army, Army Reserve and Army National Guard.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 4, 2021.  Bids were solicited via the Internet with one received.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0102).

 

Manson Construction Co., Seattle, Washington, was awarded an $86,722,210 firm-fixed-price contract with options for beach fill, Long Branch, New Jersey, with an estimated completion date of Sept. 3, 2016.  Bids were solicited via the Internet with three received.  Fiscal 2015 other procurement funds in the amount of $86,722,210 were obligated at the time of the award. Army Corps of Engineers, New York, New York is the contracting activity (W912DS-15-C-0014).

 

Northrop Grumman Space and Mission Systems Corp., Herndon, Virginia, was awarded a $20,400,000 modification (P00040) to contract W31P4Q-11-D-0019 for continued tactical support for the Counter Rocket, Artillery, Mortar Program Office.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 2, 2016.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

PVI Industries Inc.,* Ft. Worth, Texas, was awarded a $13,161,048 firm-fixed-price contract for advanced water heaters.  Funding and work location will be determined with each order, with an estimated completion date of March 4, 2020.  Bids were solicited via the Internet with one received.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0097).

 

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $12,719,178 firm-fixed-price foreign military sales contract (Australia) for M1A2 Abrams tank heavy suspension components.  Work will be performed in Sterling Heights, Michigan; Eynon, Pennsylvania; and Lima, Ohio, with an estimated completion date of April 4, 2017.  One bid was solicited and one received.  Fiscal 2010 other procurement funds in the amount of $12,719,178 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0151).

 

NAVY

 

United Technologies Corp., Pratt & Whitney, Military Engines, East Hartford, Connecticut, is being awarded a not-to-exceed $249,830,014 undefinitized modification to a previously awarded fixed-price-incentive, firm-target contract (N00019-14-C-0004) to procure low-rate initial production (LRIP) Lot 9 propulsion system initial spares for the global spares pool to include initial spare engines, initial spare modules, and initial spare parts required in support of the LRIP Lot 9 F-135 propulsions systems for the F-35 Lightning II Joint Strike Fighter aircraft for the Navy, Air Force, Marine Corps, international partners, and foreign military sales customers.  Work will be performed in East Hartford, Connecticut (93 percent); Indianapolis, Indiana (6 percent); and Bristol, United Kingdom (1 percent).  Work is expected to be completed in July 2018.  Fiscal 2013 aircraft procurement (Navy); fiscal 2014 aircraft procurement (Air Force); fiscal 2015 aircraft procurement (Air Force and Navy); international partner; and foreign military sales funds in the amount of $237,915,769 are being obligated on this award, $67,202 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Air Force ($121,377,432; 49 percent); Navy ($57,573,977; 23 percent); international partners ($62,853,526; 25 percent); and foreign military sales ($8,025,079; 3 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Lockheed Martin Corp., Mission Systems and Training, Moorestown, New Jersey, is being awarded a $26,523,481 cost-plus-incentive-fee with award-fee, cost-plus-incentive-fee with performance-incentive-fee, firm-fixed-price, and cost-only contract for ship integration and test of the Aegis Weapon System (AWS) for AWS baselines through Advanced Capability Build 16.  The Aegis for ship integration and test effort includes management of the physical design, installation, test and maintenance, from concept development throughout a ship's lifecycle.  This requires development of design modifications, ship space arrangements, installation/test procedures, and development of an Aegis Combat System including ballistic missile defense cable plant design applicable to Aegis ship design and system technical requirements.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $427,607,895.  Work will be performed in Moorestown, New Jersey (44 percent); San Diego, California (19 percent); Norfolk, Virginia (18 percent); Bath, Maine (9.5 percent); and Pascagoula, Mississippi (9.5 percent); and is expected to be completed by August 2016.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $10,713,484 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 Navy Electronic Commerce Online and Federal Business Opportunities websites, with two offers were received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-5151).

 

Raytheon Co., McKinney, Texas, is being awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of maritime patrol and reconnaissance aircraft (MPRA) AN/APS-148 SeaVue radar system components, engineering services, spares and repairs.  The MPRA is the primary maritime surveillance aircraft operated by the Navy. Functions and duties include anti-submarine and anti-surface warfare; command, control, communications, computer, intelligence surveillance and reconnaissance; search and rescue; drug interdiction; and exclusive economic zone protection.  Work will be performed in McKinney, Texas, and is expected to be completed by September 2020. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $2,035,752 will be obligated at time of award and will not expire at the end of the current fiscal year.  The contract was not competitively procured in accordance with the statutory authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1- only one responsible source and no other supplies or services will satisfy agency requirements.  The solicitation was posted via the Federal Business Opportunities website, with one offer received.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-15-D-JT89).

 

Sealift Inc., Oyster Bay, New York, is being awarded a $16,847,346 modification under a previously awarded firm-fixed-price contract (N62387-15-C-3201)to exercise a one-year option period for the time charter of one U.S. flagged, self-sustaining ship, M/V LTC John U.D. Page, to support the Army's at-sea prepositioning program.  Work will be performed worldwide, commencing on Oct. 1, 2015, and is expected to be completed by Sept. 30, 2016.  Subject to availability of funds, fiscal 2016 transportation working capital contract funds in the amount of $16,847,346 are being obligated at the time of award and will not expire at the end of the current fiscal year.  The Military Sealift Command, Washington, District of Columbia, is the contracting activity.

 

Sealift Inc., Oyster Bay, New York, is being awarded a $7,725,894 modification under a previously awarded firm-fixed-price contract (N00033-12-C-3303) to exercise a one-year option period for the time charter of one U.S. flagged, self-sustaining ship, M/V MAJ Bernard F. Fisher, to support the Air Force's at-sea prepositioning program.  Work will be performed worldwide, commencing on Oct. 1, 2015, and is expected to be completed by Sept. 30, 2016.  Subject to availability of funds, fiscal 2016 transportation working capital contract funds in the amount of $7,725,894 are being obligated at the time of award and will not expire at the end of the fiscal year.  The Military Sealift Command, Washington, District of Columbia, is the contracting activity.

 

Sirona USA,* Charlotte, North Carolina, is being awarded a $6,724,767 firm-fixed-price contract, against Federal Supply Schedule contract number V797P-3170M.  This contract will provide dental prosthesis computer-aided design and manufacturing of chairside dental systems in support of several Navy medical treatment facilities.  This contract contains options, which if exercised, will bring the total contract value to $9,556,584.  The work will be performed in Charlotte, North Carolina, and is expected to be completed Sept. 30, 2015.  If all options are exercised, work will continue through Aug. 31, 2016.  Fiscal 2015 Defense Health Program operations and maintenance (Navy) funds in the amount of $6,724,767 will be obligated at the time of award and will expire at the end of the current fiscal year.  This requirement was sole-sourced under the authority of Federal Acquisition Regulation 8.405-6(a)(1)(i)(B) - only one source capable of providing the supplies or serviced required at the level of quality required because the supplies or services are unique or highly specialized.  The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-15-F-1060).

 

AIR FORCE

 

Northrop Grumman Systems Corp., Baltimore, Maryland, has been awarded a $10,401,839 firm-fixed-price contract for V9 radar spares to the governments of Iraq, Egypt, Oman and Morocco. Contractor will provide various hardware components for the V9 fire control radar for the four countries' F-16 fleets. Work will be performed at Baltimore, Maryland, and is expected to be complete by Dec. 31, 2017. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-13-C-6018).

 

Centerra Group LLC, Palm Beach Gardens, Florida, has been awarded a $9,471,935 option, firm-fixed-price, cost reimbursable for fuel modification (P00041) to the previously awarded contract FA2521-12-C-0057 for fire protection, emergency management and emergency medical services contract. This option will provide for non-personal services involving fire protection, emergency management and emergency medical services for Cape Canaveral Air Force Station. Work will be performed at Patrick Air Force Base, Florida, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operation and maintenance funds are being used, and no funds were being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

 

American Systems Corp., Chantilly, Virginia, has been awarded a $6,826,190 modification (02) to the previously awarded contracts FA7046-11-D-0001/0003 for F-35 operational test and evaluation verification and validation. Contractor will provide for the rescope of work to be performed for verification and validation for the F-35 verification simulation environment for operational test and evaluation. Work will be performed at Edwards Air Force Base, California, and is expected to be complete by Dec. 31, 2017. Fiscal 2014 research, development, test and evaluation funds are being used, and no funds were obligated at the time of the award. Air Force Operational Test and Evaluation Center, Kirtland Air Force Base, New Mexico, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Vinyl Technology,* Monrovia, California, has been awarded a maximum $9,909,459 modification (P00009) exercising the first one-year option period of a one-year base contract (SPE1C1-14-D-1042) with three one-year option periods for manufacturing and delivery of CSU-22/P advanced technology anti-gravity suits. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is California, with a Sept. 9, 2016, performance completion date. Using military service is Air Force. 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.

 

CORRECTION: The contract announced on Sept. 2, 2015, for Hospira WorldWide Inc., Lake Forest, Illinois (SPE2D0-15-D-0006) for $49,966,387 was announced with an incorrect contract number. The correct contract number is SPE2D0-15-D-0007.

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

Leidos Inc., Reston, Virginia, has been awarded a $9,894,654 cost-plus-fixed-fee contract modification (P00009) of previously awarded HR0011-12-C-0086 for a within-scope change to the contract to support an extended test-phase for the Anti-Submarine Warfare (ASW) Continuous Trail Unmanned Vessel (ACTUV) program. This modification is in line with a memorandum of agreement executed between the Defense Advanced Research Projects Agency (DARPA) and a Department of Defense transition partner. Fiscal 2015 research and development funds in the amount of $2,448,954 are being obligated at the time of award. Work will be performed in Long Beach, Mississippi (45 percent); Arlington, Virginia (37 percent); Bowie, Maryland (14 percent); Scappoose, Oregon (1 percent); Portland, Oregon (1 percent); Gulfport, Mississippi (1 percent); and Glen Burnie, Maryland (1 percent), with an estimated completion date of November 2016. DARPA, Arlington, Virginia, is the contracting activity.

 

 

The University of Pennsylvania, Linguistic Data Consortium, Philadelphia, Pennsylvania, has been awarded a $7,744,259 cost-type contract for a research project under the Low Resource Languages for Emergent Incidents (LORELEI) program. The LORELEI program aims to dramatically advance the state of computational linguistics and human language technology to enable rapid, low-cost development of capabilities for low-resource languages. Fiscal year 2015 research and development funds in the amount of $3,039,340 are being obligated at time of award. Work will be performed in Philadelphia, Pennsylvania (88 percent); Boulder, Colorado (3 percent); Budapest, Hungary (1 percent); College Park, Maryland (8 percent) with an estimated completion date of September 2017. This contract was a competitive action and 45 offers were received. The Defense Advanced Research Projects Agency (DARPA), Arlington, Virginia, is the contracting activity (HR0011-15-C-0123).

 

DEFENSE INFORMATION SYSTEMS AGENCY

 

General Dynamics Information Technology, Fairfax, Virginia was awarded a competitive, single award, indefinite-delivery/indefinite-quantity contract to provide communications systems acquisition, integration, installation, operations & maintenance in support of United States Air Forces Central Command (USAFCENT) deployed mission requirements. The face value of this action is $450,000,000 (contract ceiling). The minimum guarantee of $5,000 will be satisfied through issuance of Task Order 0001, which will coincide with contract award and be funded by fiscal 2015 operations and maintenance appropriations. Performance will be at USAFCENT locations throughout Southwest Asia. Proposals were solicited via FedBizOpps, and five proposals were received. The ordering period consists of a one-year base period with four, one-year options for a total contract life cycle of 5 years.  The period of performance for the base period is through Sept. 3, 2016.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-15-D-0007).

 

U.S. SPECIAL OPERATIONS COMMAND

 

OGSystems, LLC., Chantilly, Virginia; A-T Solutions, Inc., Fredericksburg, Virginia; Leidos, Inc., Reston, Virginia; and Barbaricum, LLC., Washington, District of Columbia were each awarded indefinite-delivery, indefinite-quantity contracts in response to the Targeted Requirement Execution (T-REX) RFP H92222-15-R-0010.  This multiple award contract

is to acquire Systems Integrators/Coordinators to provide Intelligence, Surveillance, and Reconnaissance-related equipment solutions, incidental development and other services to the government in three main categories;  (1) Hardware and Modifications, (2) Specialized Communication Solutions and Networks, and (3) Signal Processing Capabilities. Work will be performed at the contractor locations within a period not to exceed 5 years from contract award date. Fiscal 2015 operations and maintenance funds in the amount of $10,000 were obligated to satisfy the minimum guarantee of $2,500 for each awardee.  Additional funding shall be obligated on a competitive delivery order basis with a maximum total contract ceiling of $750,000,000.  These contracts were competitively awarded, with 13 proposals received.  Special Operations Command Contracting office, Tampa, Florida is the contracting activity.  (Awarded Aug. 31, 2015).

 

 

*Small business