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 Some of the information contained within may be outdated and links may not function.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. 8, 2015

CONTRACTS

 

DEFENSE INFORMATION SYSTEMS AGENCY

 

Segovia Inc., doing business as Inmarsat Government, Reston, Virginia, was awarded a competitive, single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for worldwide commercial telecommunications services to include satellite capacity in C, Ku, Ka, and X-Band for mobile and fixed satellite transceivers on maritime, airborne, and ground platforms.  The contract ceiling is $450,000,000, and the minimum guarantee is $150,000.  The period of performance consists of a one-year base, and four one-year option periods for a total contract life of five years. The period of performance for the base period is Sept. 8, 2015 – Sept. 7, 2016, and each option year follows consecutively through Sept. 7, 2020.  Task orders will be issued annually and will be funded by the appropriate fiscal year operations and maintenance (O&M) funds.  The initial task order is issued concurrently with the contract award to fund the guaranteed minimum using fiscal 2015 O&M funds.  Proposals were solicited via FedBizOps, on solicitation HC1013-14-R-0004, and three proposals were received.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-15-D-0002).

 

U.S. SPECIAL OPERATIONS COMMAND

 

Arrow Security & Training LLC, Nashua, New Hampshire; Consulting Services Group LLC, Purcelville, Virginia; Cyberspace Solutions LLC, Reston, Virginia; Lukos – VATC JV LLC, Tampa, Florida; METIS Solutions LLC, Alexandria, Virginia; Mid Atlantic Professionals Inc., doing business as SSI, Germantown, Maryland; Venatôre – ITA LLC, Tampa, Florida; and Vistra-SAG JV, Tampa, Florida, were awarded indefinite-delivery/indefinite-quantity contracts in response to  the Special Operations Command wide mission support (SWMS) services solicitation. This contract provides a range of knowledge-based services, including but not limited to, subject matter experts, advisory services, instructors, and financial management.  Primarily, work will be performed at MacDill Air Force Base, Florida, with some work at the various contractor locations, with an estimated completion date of August 2020. Fiscal Year 2015 operations and maintenance funds in the amount of $20,000 are 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 contract value of $450,000,000. These contracts were competitively awarded, with 32 proposals received.  Special Operations Command Contracting Office, Tampa, Florida, is the contracting activity.  (Awarded Aug. 24, 2015).

 

DEFENSE LOGISTICS AGENCY

 

SNC Manufacturing LLC,* Orocovis, Puerto Rico, has been awarded a maximum $99,793,805 modification (P00126) exercising the third one-year option period of a one-year base contract (SPM1C1-12-D-1063) with four one-year option periods for Army combat uniforms. This is a firm-fixed-price contract. Locations of performance are Puerto Rico and Alabama, with a Sept. 11, 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.

 

Plaza Marine Inc.,* Manasquan, New Jersey, has been awarded a maximum $34,259,796 fixed-price with economic-price-adjustment contract for marine gas oil. This was a competitive acquisition with three responses received. This is a four-year base contract with no option periods. Locations of performance are New Jersey, Florida, Maryland, Pennsylvania and South Carolina, with an April 30, 2019, performance completion date. Using services are Army, Navy, 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 (SP0600-15-D-0376).

 

General Petroleum Corp.,* Rancho Dominguez, California, has been awarded a maximum $15,601,650 modification (P00001) to a four-year base contract (SP0600-15-D-0363) adding additional points of delivery for marine gas oil. This is a fixed-price with economic-price-adjustment contract. Location of performance is California, with an April 30, 2019, performance completion date. Using military services are Army, Navy, 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.

 

NAVY

 

CommIT Enterprises Inc.,* Hughesville, Maryland, is being awarded $33,771,517 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity task order contract for support services in the areas of planning, analysis, monitoring, evaluation, assessment, and documentation of programs required to satisfy the Joint Staff J8’s Functional Capability Board’s needs.  This contract includes a five-year ordering period.  Work will be performed in Arlington, Virginia, and work is expected to be completed by September 2020.  Fiscal 2015 operation and maintenance (defense agencies) funds in the amount of $3,377,152 will be obligated at the time of award and funds will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with five offers received.  The contract was competitively procured as an 8(a) set-aside requirement.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Pennsylvania, is the contracting activity (N00189-15-D-Z018).

 

Omega Aerial Refueling Co.,* Alexandria, Virginia, is being awarded a $31,924,040 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-13-D-0010) to exercise an option for contractor owned and operated aircraft services in support of the Contracted Air Services (CAS) program.  The CAS program provides aerial refueling services for the Navy, other Department of Defense and government agencies, the Foreign Military Sales program and government contractors.  Work will be performed at Victorville, California (50 percent); and Norfolk, Virginia (50 percent), and is expected to be completed by September 2016.  Fiscal 2015 operations and maintenance (Navy) funds in the amount of $11,480,210 will be 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.

 

Rolls Royce Marine North America, Walpole, Massachusetts, is being awarded a $9,816,302 cost-plus-fixed-fee completion contract for the marinized alloys and coatings development plus complete hot section upgrade package for the 501-K34 gas turbine.  The contractor will develop marine material upgrades for the 501-K34 engine including blade/vane alloys, coatings, and disk coatings.  These new materials will enable the Navy to operate this engine more efficiently and for longer duration in the aggressive marine environment.  As a major partner and subcontractor to Rolls Royce Marine North America, Rolls-Royce Corp. (RRC), Indianapolis, Indiana, will provide engineering expertise for the development of new alloys and coatings for incorporation into the gas turbine design.  A variety of suppliers will provide blade/vane alloys, apply coatings to test material and hardware and provide certain testing services for the assessment of the new materials. As new materials and coatings are identified, RRC will incorporate these into component design and verify those designs for testing.  RRC will also coordinate production of engine upgrade hardware including casting, machining and coating suitable for subsequent engine testing performed at a Naval Sea Systems facility.  Work will be performed in Indianapolis, Indiana (99 percent); and Walpole, Massachusetts (1 percent).  Work is expected to be completed by Sept. 29, 2020.  Fiscal 2014 and 2015 research, development, test, and evaluation funds in the amount of $510,000 are being obligated at the time of award, and funds in the amount of $210,000 will expire at the end of the current fiscal year.  This contract was competitively procured under broad agency announcement 13-013, for which seven proposals were received in response to the solicitation and two awards will be made.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-15-C-0116).

 

ARMY

 

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $14,640,798 modification (P00022) to contract W91RUS-13-C-0006 for operation and maintenance of Title X communications equipment and information systems, Network Enterprise Technology Command units in Kuwait, Qatar, Afghanistan, Iraq, Jordan, United Arab Emirates, and Bahrain, with an estimated completion date of May 31, 2016.  Fiscal 2015 operations and maintenance

(Army) funds in the amount of $14,640,798 were obligated at the time of the award.  Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

 

Avalon Contracting Inc.,* Roy, Washington (W912DW-15-D-1005); Blue Mountain

Mechanical Inc.,* Olympia, Washington (W912DW-15-D-1006); and Holmes Mechanical Inc.,* Silverdale, Washington (W912DW-15-D-1007), were awarded a $9,000,000 firm-fixed-price contract with options for maintenance, repair, and minor mechanical construction work on real property at Joint Base Lewis-McChord, Washington, with an estimated completion date of Sept. 7, 2020.  Bids were solicited via the Internet with four received.  Funding will be determined with each order.  Army Corps of Engineers, Seattle, Washington, is the contracting activity.

 

Caterpillar Inc., Mossville, Illinois, was awarded a $7,036,128 modification (P0071) to contract W56HZV-08-D-0169 for Type I T-9 dozer with  Type A kits, Type II T-9 dozer with  Type A kits, and T-9 C armor kits.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 7, 2015.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Grant Thornton LLP, Alexandria, Virginia, was awarded a $6,585,008 modification (0008P4) to contract W81XWH-08-D-0027 for integrative support services for the Defense Center of Excellence for psychological health and traumatic brain injury. Funding and work location will be determined with each order, with an estimated completion date of Sept. 20, 2016.  Army

Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.

 

MISSILE DEFENSE AGENCY

 

PeopleTec Inc., Huntsville, Alabama, is being awarded a contract with a ceiling of $9,998,925.  Under this new indefinite-delivery/indefinite-quantity contract, the contractor will develop and implement controlled high-explosive response testing equipment tools to mitigate the high cost of impact testing while improving the repeatability of current impact testing programs.  The Phase III development work will leverage current capability and the initial technology developed under Small Business Innovation Research (SBIR) Phase I and baseline Phase II programs.  A task order in the amount of $100,000 is being issued.  The work will be performed in Huntsville, Alabama.  The ordering period is from Aug. 31, 2015 through Aug. 30, 2018.  This contract was competitively procured in accordance with the SBIR program policy directive.  Fiscal 2015 research, development, test and evaluation funds in the amount of $100,000 are being obligated on this award.  This is not a Foreign Military Sales acquisition.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7008).

 

AIR FORCE

 

Lockheed Martin Corp., Colorado Springs, Colorado, has been awarded a $6,690,663 modification (000313) to the previously awarded contract FA8730-13-D-0006 for the Air Tasking Order Management System program. Contractor will provide changes within the Air Tasking Order Management System to maintain legacy compatibility within the Command and Control Air Operations - Command and Control Information Services suite. Work will be performed at Colorado Springs, Colorado, and is expected to be complete by Sept. 30, 2016. Fiscal 2015 research and development funds in the amount of $3,750,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

 

*Small business