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 Some of the information contained within may be outdated and links may not function.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. 28, 2015

CONTRACTS

 

AIR FORCE

 

Tigerbrain/Cyntergy AEC, Oviedo, Florida, has been awarded an indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for design and construction services. Contractor will provide architect-engineering 2013 (A-E13) design and construction service including A-E services to support military construction (MILCON), military family housing (MFH), and sustainment, restoration and modernization programs worldwide. The work includes efforts to perform Title I, Title II and other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer's MILCON and MFH to include military housing privatization initiatives. Work will be performed at government locations worldwide and is expected to be complete by Sept. 27, 2022. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2015 operation and maintenance funds in the amount of $3,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-15-D-0018).

 

GE-Aviation, Cincinnati, Ohio, has been awarded a $137,877,942 modification (BZ01) firm-fixed-price delivery order for F101 service life extension program (SLEP) kits. Contractor will provide SLEP kits for 208 F101 engines for the B-1 aircraft. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be complete by Dec. 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2014 procurement funds in the amount of $45,952,694; fiscal 2015 procurement funds in the amount of $88,580,495; and working capital funds in the amount of $3,344,753 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (SPE4AX-15-D-9412).

 

Fastenal Co., Winoma, Minnesota, has been awarded a $57,450,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for point-of-use services. Contractor will provide consumable tools and consumable supplies to production technicians throughout Ogden Air Logistics Complex, Utah; and Aircraft Maintenance and Regeneration Group, Arizona. Work will be performed at Hill Air Force Base, Utah; and Tucson, Arizona, and is expected to be complete by Sept. 30, 2021. This award is the result of a competitive acquisition and five offers were received. Fiscal 2015 Air Force working capital funds in the amount of $4,500,000 are being obligated at the time of award. Air Force Material Command, Hill Air Force Base, Utah, is the contracting activity (FA8224-15-D-0027).

 

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $57,231,214 (P00104) firm-fixed-price contract for logistics support of the T-1A aircraft. Contractor will provide contractor-operated maintained supply, over and above, on-equipment maintenance, and data and field service representatives. Work will be performed at Vance Air Force Base, Oklahoma; Columbus Air Force Base, Mississippi; Joint Base San Antonio-Randolph, Texas; Laughlin Air Force Base, Texas; and Pensacola Naval Air Station, Florida, and is expected to be complete by Sept. 30, 2016. This award is the result of a competitive acquisition and three offers were received. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-09-C-0001).

 

UES Inc., Dayton, Ohio, has been awarded a $45,000,000 indefinite-delivery/indefinite-quantity contract for research and development efforts for the Soft Organic Functional Technology program. Contractor will provide research, development, and technical transition of biotechnology, biologically derived or inspired materials, flexible electronic materials, and devices for energy storage. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Dec. 30, 2021. This award is the result of a competitive acquisition with one offer received. Fiscal 2015 research, development, test and evaluation funds in the amount of $1,413,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-5405).

 

Harris Information Technology Services Inc., Herndon, Virginia, has been awarded a $39,749,731 modification (P00166) to previously awarded FA2550-08-C-8011 for option 10 of the contract (Sept. 29, 2015  through June 16, 2016). The contract modification provides for the exercise of an option for an additional quantity of nine months of operations, maintenance and logistics support of the Air Force Satellite Control Network at two network control locations in the U.S. and at world-wide antenna sites; at the 50th Space Wing, Schriever Air Force Base, Colorado; and at the 50th Space Wing's geographically separated units in the U.S. and foreign locations, under the basic contract. The locations of performance are Schriever Air Force Base, Colorado; Colorado Springs, Colorado; Ellison Onizuka Satellite Operations Facility and Vandenberg Tracking Station, Vandenberg Air Force Base, California; Diego Garcia Station, Diego Garcia, British Indian Ocean Territory; Guam Tracking Station, Andersen Air Force Base, Guam; Hawaii Tracking Station, Kaena Point, Oahu, Hawaii; New Boston Air Force Station, New Hampshire; Eastern Vehicle Checkout Facility, Cape Canaveral Air Force Station, Florida; and Thule Tracking Station, Thule Air Base, Greenland. The work is expected to be completed by June 30, 2016. No funds are being obligated at the time of award. The 50th Contracting Squadron is the contracting activity, Schriever Air Force Base, Colorado.

 

Infoscitex Corp., Littleton, Massachusetts, has been awarded a $24,500,000 indefinite-delivery/indefinite-quantity contract for the development of fundamental research tools in the areas of sensor exploitation, algorithm performance understanding and performance prediction.  Contractor will provide established, enhanced, and clarified sensor exploitation performance benchmarks which will serve both to focus technology development on relevant problems and filter out immature technologies not ready for transition. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Sept. 27, 2022. This award is the result of a competitive acquisition and three offers were received. Fiscal 2015 research, development, test and evaluation funds in the amount of $1,442,000 are being obligated at the time of award. Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-1950).

 

Jacobs Technology, Lincoln, Massachusetts, has been awarded a $21,235,801 cost-plus-fixed-fee level of effort contract for air operations center (AOC) interim sustainment services. Contractor will provide sustaining engineering and technical services for the AOC weapon system. Work will be performed at Joint Base Langley-Eustis, Virginia, and is expected to be complete by Sept. 27, 2016. This award is the result of a sole-source acquisition. Fiscal 2013 other procurement funds in the amount of $90,905; fiscal 2014 other procurement funds in the amount of $300,000; fiscal 2015 other procurement funds in the amount of $500,000; and fiscal 2015 operations and maintenance funds in the amount of $7,786,051 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-0052).

 

J. D'Amico, Randolph, Massachusetts, has been awarded a $18,031,846 firm-fixed-price, single-award, indefinite-delivery/indefinite-quantity contract for repair and maintenance of the steam and condensatechilled water distribution system at Hanscom Air Force Base, Massachusetts. Contractor will provide direct buried piping; piping in trenches; work in mechanical rooms, junction boxes and manholes; site work; water lines, sanitary sewer; storm drainage; electric and communications; temporary heat; and miscellaneous follow on efforts. Work will be performed at Hanscom Air Force Base, Massachusetts, and is expected to be complete by Sept. 28, 2020. This award is the result of a competitive acquisition and one offer was received. Fiscal 2015 operations and maintenance funds in the amount of $2,500 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2835-15-D-0007).

 

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, has been awarded a $14,019,875 modification (P04133) to F42610-98-C-0001 for intercontinental ballistic missile (ICBM) propulsion sustainment. The total cumulative face value of the contract is $9,900,333,389.  The contract modification provides a basic (CLIN 8207) and two three-month options (CLINs 8208, 8209) for the sustainment of the propulsion portion of the ICBM weapon system under the ICBM partial bridge contract.  Work will be performed at Hill Air Force Base, Utah, and work is expected to be completed by June 30, 2016.  Fiscal 2015 operations and maintenance funds in the amount of $ 4,301,589 are being obligated at time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

 

The Boeing Co., Laser and Electro-optical Systems Division, Albuquerque, New Mexico, has been awarded a $13,774,989 cost-plus-fixed-fee contract for research and development for the Directed Energy Directorate's Space Electro-optics Division. Contractor will provide expertise in designing and engineering the next generation of adaptive optics, laser guidestar and other electro-optical systems for space superiority; executing experiments to evaluate the resultant developed hardware and software; and maintenance of state-of-the-art experimental equipment. Work will be performed at Kirtland Air Force Base, New Mexico; and Maui, Hawaii, and is expected to be complete by March 31, 2016. This award is the result of a sole-source acquisition. Fiscal 2015 research and development funds in the amount of $3,500,000 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-15-C-0043).

 

Lockheed Martin Space Systems Co., Littleton Colorado, has been awarded an $11,031,154 modification (P00300) for Global Positioning System III space vehicle production. Contractor will provide the purchase of one electrical ground support equipment and four mechanical ground support equipment units. Work will be performed at Newtown, Colorado, and is expected to be complete by Aug. 28, 2017. This award is the result of an in-scope modification. Fiscal 2013 missile procurement funds in the amount of $11,031,154 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-08-C-0010).

 

L-3 Communications, Platform Integration Division, Waco, Texas, has been awarded a $9,782,108 undefinitized contract action for intelligence, surveillance and reconnaissance (ISR) aircraft and training to the Royal Jordanian Air Force (RJAF). Contractor will provide the delivery/ferry of four ISR aircraft; RJAF pilot, maintainer and mission system training; and field service representative support in support of the counterterrorism efforts in Jordan. Work will be performed at Waco, Texas; and Jordan, and is expected to be complete by Sept. 30, 2016. This contract is 100 percent foreign military sales. This award is the result of a sole-source acquisition. The 645th Aeronautical System Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-C-4034).

 

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $9,420,856 firm-fixed-price modification (P00313) for MC-130J non-recurring engineering and trial kit installation. Contractor will provide the non-recurring engineering and one trial kit install for the MC-130J aircraft modification from the increment one configuration to the increment two configuration. Work will be performed at Marietta, Georgia, and is expected to be complete by Dec. 11, 2017. Fiscal 2013 aircraft procurement funds in the amount of $5,138,765; and fiscal 2014 aircraft procurement funds in the amount of $4,282,091 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-11-C-6597).

 

Range Generation Next LLC, Sterling, Virginia, has been awarded a $8,087,335 modification (P00018) cost-plus-fixed-fee for the frequency monitoring station phase II project at Vandenberg Air Force Base, California. Contractor will replace and upgrade frequency monitoring equipment that is part of the launch and test range system (LTRS) to better comply with documented operational requirements. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by Feb. 20, 2020. This award is the result of an in-scope modification/project for the LTRS integrated support contract. Fiscal 2013 other procurement funds in the amount of $8,087,335 are being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (F8806-15-C-0001).

 

MDA-Information Systems LLC, Ypsilanti, Michigan, has been awarded a $7,140,426 cost-plus-incentive-fee and firm-fixed-price contract, for SDS Spirals 10.5 and 11. This contract provides for the development of SDS Spiral 10.5 and Spiral 11 to perform software maintenance, and perform engineering studies for future SDS developmental spirals. Work will be performed in Ypsilanti, Michigan. The work is expected to be complete by April 3, 2021. This award is the result of a sole-source acquisition. Fiscal 2014 research and development funds in the amount of $7,140,426 are being obligated at the time of award. The contracting activity is Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio (FA8616-15-C-6099).

 

United Technologies Corp., doing business as Pratt & Whitney, East Hartford, Connecticut, has been awarded a $7,108,334 fixed-quantity, firm-fixed-price contract for F100 engine sustainment. Contractor will provide new manufacture of F100 fuel nozzle spare parts. Work will be performed at East Hartford, Connecticut, and is expected to be complete by Aug. 30, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 consolidated sustainment activity group funds in the amount of $7,108,334 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (N00383-12-G-001M-BZ50).

 

DEFENSE LOGISTICS AGENCY

 

Aviall Services Inc., Dallas, Texas, has been awarded a maximum $809,660,481 modification (P00015) to a one-year base contract (SPE4AX-13-D-9427) with four one-year options, in support of the J85 program. This is a firm-fixed-price, indefinite-quantity contract. This contract is in its first option year period, which ends Sept. 29, 2015, and the additional money will cover the current option year period and remaining three-year option periods. Location of performance is Texas, with a Sept. 29, 2018, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2015 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

 

Raytheon Co., Waltham, Massachusetts, has been awarded a maximum $495,600,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for depot-level repairables and consumable spare parts. This was a sole source acquisition using justification 10 U.S. Code 2304(c)(1). This is a three-year base contract with one three-year option period. Location of performance is Massachusetts, with a Sept. 27, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-15-D-0017).

 

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $9,276,427 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for high-frequency radio spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). This is a five-year contract with no option periods. Location of performance is Iowa, with a Sept. 28, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-15-D-0008).

 

Accent Controls Inc.,** Riverside, Missouri, has been awarded a maximum $6,870,962 modification (P00012) exercising the first one-year option period of a one-year base contract (SP3300-14-C-5005) with four one-year option periods for warehouse and distribution operations. This is a fixed-price-incentive-firm contract with cost reimbursement line items. Locations of performance are Missouri and Florida, with a Sept. 30, 2016, performance completion date. Using agency is Defense Logistics Agency. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

 

ARMY

 

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $358,000,000 firm-fixed-price undefinitized foreign military sales contract (Morocco) for conversion of 150 M1A1 vehicles to the M1A1 situational awareness configuration.  Work will be performed in Lima, Ohio, with an estimated completion date of Feb. 28, 2018.  One bid was solicited with one received.  Fiscal 2010 other procurement funds in the amount of $11,975,143 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0232).

 

KDH Defense Systems,* Eden, North Carolina (W91CRB-15-D-0035); WS Darley,*Janesville, Iowa (W91CRB-15-D-0036); and Quantico Tactical,* Aberdeen, North Carolina (W91CRB-15-D-0037), were awarded a $50,340,096 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity multiple award task order contract for a shared maximum of 19,050 ultra-low visibility concealable body armor systems. Awardees will compete up to the maximum quantity.  Bids were solicited via the Internet with 12 received.  Funding and work location will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

 

Fourth Dimension Engineering,* Columbia, Maryland (W911QX-15-D-0028); Applied Research Associates, Albuquerque, New Mexico (W911QX-15-D-0029); and Booz Allen Hamilton, McLean, Virginia (W911QX-15-D-0030), were awarded a $49,701,849 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity multiple award task order contract for persistent surveillance, intelligence, surveillance and reconnaissance mechanical and electro-mechanical design, fabrication, assembly, test/evaluation and documentation efforts.  Bids were solicited via the Internet with three received.  Funding and work location will be determined with each order.  Army Contracting Command, Adelphi, Maryland, is the contracting activity.

 

Metrova Federal LLC, Cabot, Arkansas, was awarded a $45,000,000 firm-fixed-price contract for cyberspace and electronic warfare support.  Bids were solicited via the Internet with nine received.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Gordon, Georgia, is the contracting activity (W91249-15-D-0006).

 

KIRA, Boulder, Colorado, was awarded a $39,121,184 cost-plus-fixed-fee contract for base operations and maintenance, Ft. Carson, Colorado, with an estimated completion date of March 29, 2016.  One bid was solicited with one received. Funding will be determined with each order.  Army Contracting Command, Ft. Carson, Colorado, is the contracting activity (W911RZ-15-D-0007).

 

Head Inc./Diaz JV was awarded a $31,346,816 firm-fixed-price contract to repair/replace Taxiway Alpha, Dyess Air Force Base, Texas, with an estimated completion date of June 1, 2017.  Bids were solicited via the Internet with four received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $31,346,816 were obligated at the time of the award. Army Corps of Engineers, Ft. Worth, Texas, is the contracting activity (W9126G-15-C-0253).

 

Raytheon IDS, Andover, Massachusetts, was awarded a $26,906,288 firm-fixed-price undefinitized contract for combined crypto modernization Phase 1 and spares supporting the Patriot system.  Work will be performed in Garden Grove, California; Glendale, California; Inglewood, California; Valencia, California; Danbury, Connecticut; Wallingford, Connecticut; Hayden Lake, Idaho; Jefferson, Kentucky; Andover, Massachusetts; Attleboro, Massachusetts; Boston, Massachusetts; Brockton, Massachusetts; Chelsea, Massachusetts; Foxboro, Massachusetts; Holyoke, Massachusetts; North Reading, Massachusetts; Saugus, Massachusetts; Nashua, New Hampshire; Andover, Massachusetts; Endicott, New Jersey; Lancaster, New Jersey; Exton, Pennsylvania; Warwick, Rhode Island; Sampsonville, South Carolina; and Allen, Texas, with an estimated completion date of Oct. 31, 2017.  One bid was solicited with one received.  Fiscal 2014 and 2015 other procurement funds in the amount of $6,226,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama. is the contracting activity (W31P4Q-15-C-0153).

 

John S. Meek Co. Inc.,* was awarded a $20,292,931 firm-fixed-price contract with options improvements to the Lomas De Yorbe-Sur Levee, Yorba Linda, California, with an estimated completion date of May 19, 2017.  Bids were solicited via the Internet with four received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $20,292,931 were obligated at the time of the award.  Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-C-0026).

 

Lockheed Martin Missile and Fire Control, Orlando, Florida, was awarded a $18,088,906 firm-fixed-price indefinite-delivery/indefinite-quantity contract for field service representative support of the sensor components of the AH-64D/E Apache system, with an estimated completion date of Dec. 31, 2019.  One bid was solicited with one received. Funding and work location will be determined with each order. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-D-0002).

 

BCP Construction of Hawaii Inc.,* Kapolei, Hawaii, was awarded a $15,186,981 firm-fixed-price contract with options for construction and renovation of the jet engine shop for the Hawaii Air National Guard, Joint Base Pearl Harbor-Hickam, Hawaii, with an estimated completion date of March 21, 2017.  Bids were solicited via the Internet with four received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $15,186,981 were obligated at the time of the award. National Guard Bureau, Honolulu, Hawaii, is the contracting activity (W912J6-15-C-0001).

 

Odyssey International Inc.,* Lititz, Pennsylvania, was awarded a $14,674,643 firm-fixed-price contract for a component rebuild facility addition at Letterkenny Army Depot.  Work will be performed in Chambersburg, Pennsylvania, with an estimated completion date of Feb. 9, 2017.  Bids were solicited via the Internet with eight received.  Fiscal 2015 military construction funds in the amount of $14,674,643 were obligated at the time of the award.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-C-0038).

 

SMR Construction Inc.,* Richardson, Texas, was awarded a $14,114,333 firm-fixed-price contract for construction of an Armed Forces Reserve Center addition.  Work will be performed in Ft. Worth, Texas, with an estimated completion date of Sept. 28, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2014 military construction funds in the amount of $12,200,000; and fiscal 2011 military construction funds in the amount of $1,914,333, were obligated at the time of the award.  Army National Guard Bureau, Austin, Texas, is the contracting activity (W912L1-15-C-0023).

 

American Registry of Pathology, Rockville, Maryland, was awarded a $13,798,709 cost contract for non-personal service for professional, scientific, technical, administrative personnel to conduct forensic pathology, DNA analysis, and forensic toxicology.  Work will be performed in Dover, Delaware, with an estimated completion date of June 29, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $8,560,277 were obligated at the time of the award.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-C-0154).

 

DRS Environmental Systems Inc., Florence, Kentucky, was awarded a $12,726,485 modification (P0001) to contract (W911QY-15-D-0020) for a multi-temperature refrigerated container system.  Work location and funding will be determined with each order, with an estimated completion date of Sept. 30, 2017.  Army Contracting Command, Natick, Massachusetts, is the contracting activity.

 

Andritz Hydro Corp., Charlotte, North Carolina, was awarded a $10,134,589 firm-fixed-price contract for the contractor to disassemble Dworshak Dam Powerhouse main generator unit number 3; provide and install a new stator core and stator winding for the generator; reassemble the unit; and commission the unit.  Work will be performed in Ahsahka, Idaho, with an estimated completion date of Sept. 1, 2017.  Bids were solicited via the Internet with five received.  Fiscal 2015 other funds in the amount of $5,000 were obligated at the time of the award.  Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-15-C-0031).

 

Tri Vet Contractors,* Pine Grove, Pennsylvania (W912KC-15-D-0001); Arthur Funk & Sons Inc.,* Lebanon, Pennsylvania (W912KC-15-D-0002); Clark Contractors Inc.,* Bedford, Pennsylvania (W912KC-15-D-0003); Marteen Inc., Ocilla, Georgia (W912KC-15-D-0004); Senate Builders and Construction Managers, East Norrition, Pennsylvania (W912KC-15-D-0005); RLS Construction Group,* Mechanicsburg, Pennsylvania (W912KC-15-D-0006); Miller Brothers,* Schuylkill Haven, Pennsylvania (W912KC-15-D-0007); Nu-Comfort doing business as E.B. Williams,* Willow Grove, Pennsylvania (W912KC-15-D-0008); E.L. Ames Inc. doing business as R.J. Ortlieb Construction Co.,* Baldwinsville, New York (W912KC-15-D-0009); Reilly Construction Inc.,* Wrightstown, New Jersey (W912KC-15-D-0010); Mare Solutions Inc.,* Pittsburgh, Pennsylvania (W912KC-15-D-0011); Shaka, Inc.,* Jeannette, Pennsylvania (W912KC-15-D-0012); S.J. Thomas Company Inc.,* Lansdowne, Pennsylvania (W912KC-15-D-0013); Haris Design & Construction Co.,* Germantown, Maryland (W912KC-15-D-0014); G. Adams Restoration LLC,* Philadelphia, Pennsylvania (W912KC-15-D-0015); Magnum Inc.,* Warminster, Pennsylvania (W912KC-15-D-0016); Northwind Engineering LLC,* Shelocta, Pennsylvania (W912KC-15-D-0017); Tidewater Inc.,* Elkridge, Maryland (W912KC-15-D-0018); Addvetco Inc.,* Bethel Park, Pennsylvania (W912KC-15-D-0019); Spartan Construction Services Inc.,* Beaver Falls, Pennsylvania (W912KC-15-D-0020); Benaka Inc.,* Brunswick, New Jersey (W912KC-15-D-0021); Consolidated Building Maintenance LLC,* Frederick, Maryland (9W912KC-15-D-0022); Fidelis Design and Construction LLC,* Bridgeport, Pennsylvania (W912KC-15-D-0023); Puente Construction Enterprises Inc.,* Woodbury, New Jersey (W912KC-15-D-0024); Sheela Inc.,* Wrightstown, New Jersey (W912KC-15-D-0025); Dawn Inc.,* Warren, Ohio (W912KC-15-D-0026); and Aviman Management LLC,* Wilmington, Delaware (W912KC-15-D-0027), will share in an awarded $10,000,000 firm-fixed-price contract for multiple construction types to include heavy, highway, infrastructure, and building for the state of Pennsylvania.  Each of the 27 contractors has the potential for the $10,000,000 accumulative contracts over the five-year life of the base contract. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2020.  Bids were solicited via the Internet with 27 received.  Army National Guard Bureau, Annville, Pennsylvania, is the contracting activity.

 

Rising Sun Developing Co.,* Lexington, Kentucky, was awarded a $9,877,000 firm-fixed-price contract to construct a new alternative school in Martin, Kentucky, with an estimated completion date of March 30, 2018.  Bids were solicited via the Internet with three received.  Fiscal 2015 other procurement funds in the amount of $9,877,000 were obligated at the time of the award.  Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-15-C-0007).

 

Weeks Marine Inc., Covington, Louisiana, was awarded a $6,521,000 firm-fixed-price contract for maintenance dredging of the Brazos Island Harbor jetty channel and option for Brazos Island Harbor entrance channel.  Work will be performed at San Padre Island, Texas, with an estimated completion date of Feb. 12, 2016.  Bids were solicited via the Internet with two received.  Fiscal 2014 and 2015 other procurement funds in the amount of $6,521,000 were obligated at the time of the award. Army Corps of Engineers is the contracting activity (W9126G-15-C-0250).

 

NAVY

 

Sodexo Management Inc., Gaithersburg, Maryland, is being awarded $113,436,464 for modification P00062 under previously awarded fixed-price, incentive and award-fee provisions contract (M00027-11-C-0003) to exercise an option extending the length of the contract for an additional year, and increasing the basic value of the contract to the new total of $628,847,580.  This contract provides food service at all east coast continental Marine Corps bases and stations.  Work will be performed in Camp Lejeune, North Carolina (50.15 percent); Parris Island, South Carolina (33.44 percent); Quantico, Virginia (6.87 percent); Cherry Point, North Carolina (5.04 percent); Beaufort, South Carolina (2.3 percent); Washington, District of Columbia (1.29 percent); Norfolk, Virginia (0.78 percent); and Bogue, North Carolina (0.13 percent), and work is expected to be completed Sept. 20, 2016.  No funds are being obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  Headquarters Marine Corps, Installation and Logistics, Arlington, Virginia, is the contracting activity. 

 

Sodexo Management Inc., Gaithersburg, Maryland, is being awarded $107,719,117 for modification P00053 under previously awarded fixed-price, incentive and award-fee provisions contract (M00027-11-C-0001) to exercise an option extending the length for an additional year and increasing the basic value of the contract to the new total of $545,406,551.  This contract provides food service at all west coast continental Marine Corps bases and stations.  Work will be performed in Camp Pendleton, California (49.45 percent); San Diego, California (21.21 percent); Twentynine Palms, California (16.14 percent); Miramar, California (6.38 percent); Yuma, Arizona (5.11 percent); and Bridgeport, California (1.71 percent), and work is expected to be completed Sept. 30, 2016.  No funds are being obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  Headquarters Marine Corps, Installation and Logistics, Arlington, Virginia, is the contracting activity. 

 

H&S Environmental Inc.,* Westborough, Massachusetts (N40085-15-D-0098); Watermark Environmental Inc.,* Lowell, Massachusetts (N40085-15-D-0099); Osage of Virginia,* Norfolk, Virginia (N40085-15-D-0100); NOREAS-CB&I JV,* Irvine, California (N40085-15-D-0101); and Tidewater-Sovereign Consulting JV,* Elkridge, Maryland (N40085-15-D-0102), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for environmental services and implementation of remedial actions for projects primarily within the Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all five contracts combined is $80,000,000.  The work to be performed provides for remedial action operation services for environmental restoration sites such as removal actions, expedited cleanup actions, landfill maintenance and repair, above ground storage tanks/underground storage tanks removal and/or replacement, building decontamination and demolition, asbestos/lead/mold abatement, navigational and remedial dredging, repair/replacement of natural resource/erosion controls, and other related activities associated with returning sites to safe and acceptable levels of contamination.  H&S Environmental Inc. is being awarded task order 0001 at $107,990 to perform four semi-annual rounds of groundwater long term monitoring at Joint Expeditionary Base Little Creek-Fort Story, Norfolk, Virginia.  Work for this task order is expected to be completed by September 2018.  All work on this contract will be performed primarily within the NAVFAC Mid-Atlantic AOR which includes Virginia (40 percent); North Carolina (30 percent); South Carolina (20 percent); and Georgia (10 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $127,990 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operation and maintenance (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website, with 13 proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

 

U.S. Marine Management Inc., Norfolk, Virginia, is being awarded a $49,155,636 modification under a previously awarded firm-fixed-price contract (N00033-09-C-2504) to exercise two 183-day award term option periods for the operation and maintenance of six Navy Oceanographic Survey Ships (T-AGS).  These ships operate worldwide and support the Naval Oceanographic Office performing acoustic, biological, physical, and geophysical surveys, providing much of the U.S. military's information on the ocean environment.  Work will be performed worldwide and is expected to be completed by Sept. 30, 2016.  Navy working capital funds in the amount of $49,155,636 are obligated for fiscal 2016 and will not expire at the end of that fiscal year.  The Navy's Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-09-C-2504).

 

Hourigan-Sundt JV, Tempe, Arizona, is being awarded a $35,730,775 firm-fixed-price contract for construction of an explosive ordnance disposal (EOD) consolidated operations facility at Joint Expeditionary Base Little Creek-Fort Story.  The work to be performed provides for construction of a complex of facilities for operations, logistics, storage and administrative support.  The project includes renovations to Building 1618, a one-story addition to Building 1625, a new two-story operations facility and one-story logistic supply warehouse.  The contract also contains three unexercised options which, if exercised, would increase the cumulative contract value to $43,368,678.  Work will be performed in Virginia Beach, Virginia, and is expected to be completed by December 2019.  Fiscal 2011 and 2015 military construction, (Navy) contract funds in the amount of $35,730,775 are obligated on this award, of which $17,585,447 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-0011).

 

Hornbeck Offshore Operators LLC, Covington, Louisiana, is being awarded a $26,615,520 modification under a previously awarded firm-fixed-price contract (N62387-15-C-2507) to exercise a one-year option period for the operation and maintenance of four blocking vessels.  The contract includes a 215-day base period, nine one-year option periods and one 150-day option period.  The cumulative value of this contract when option one is exercised will be $44,159,520.  Work will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2016.  Subject to availability, fiscal 2016 operations and maintenance contract funds in the amount of $26,615,520 are being obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was issued on an other than full and open competition basis in accordance with Federal Acquisition Regulation, Sec 6.303.   Military Sealift Command, Washington, District of Columbia, is the contracting activity.

 

Korte Construction Co., St. Louis, Missouri, is being awarded a $23,323,037 firm-fixed-price contract for renovation of the Naval Branch Health Clinic (NBHC), Building 1028, at Naval Submarine Base Kings Bay.  The work to be performed provides for the restoration and modernization of NBHC Kings Bay and includes repair and minor construction.  Upon completion, NBHC Kings Bay will be as new, configured more efficiently, and able to more effectively deliver care under the medical homeport model. Work will be performed in Kings Bay, Georgia, and is expected to be completed by March 2018.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $23,323,037 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with 14 proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-C-5009).

 

United Technologies Corp., Pratt & Whitney, East Hartford, Connecticut, is being awarded $19,802,025 for task order M801 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-09-D-0821) in support of Variable Cycle Advanced Technology Phase II Technology Development.  This effort will outline the activities required to mature a variable area turbine technology to technology readiness level five in support of future carrier-based tactical aircraft, intelligence, surveillance, and reconnaissance naval aviation systems.  Work will be performed at East Hartford, Connecticut, and is expected to be completed by September 2019.  Fiscal 2015 research, development, testing and evaluation (Navy) funds in the amount of $600,000 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.

 

The Boeing Co., St. Louis, Missouri, is being awarded $19,750,042 for delivery order 0384 against a previously issued basic ordering agreement (N00019-11-G-0001) for engineering and logistics support services to improve readiness, expand Interactive Electronic Technical Manual/Structural Repair Manual work packages, and maintenance planning for the F/A-18 and E/A-18G aircraft.  Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2016.  Fiscal 2015 operations and maintenance (Navy) funds in the amount of $17,175,177 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.

 

Arnold Defense and Electronics, Arnold, Missouri, is being awarded an $18,841,330 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 2.75-inch rocket launchers and/or launcher subcomponents.  Types of current launchers and sub-components that may be ordered by delivery orders under this contract will include one or more of the following: seven-tube 2.75-inch rocket launchers; 19-tube 2.75-inch rocket launchers, and any launcher subcomponent.  The launcher variant and sub-components shall be defined in the individual delivery orders.  Work will be performed in Arnold, Missouri, and is expected to be completed by September 2016.  Fiscal 2013 procurement of ammunition (Navy, Marine Corps and Air Force) funding in the amount of $4,511,334 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with only one proposal received.  The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-15-D-0012).

 

Logos Technologies, Fairfax, Virginia, is being awarded an $18,245,842 cost-plus-fixed-fee contract.  The contract is for the spectral wide area airborne surveillance, inspection, and fusion technology.  The contractor will develop and integrate four significant sensing capabilities (electoral optical, wide area imager, and short wave infrared hyper spectral imager, inspection sensor) into one payload that conforms to the size, weight, and power limitations of the small tactical unmanned aircraft system platform.  The resulting payload will have a wide area sensing capability to enable situational understanding across wide across wide areas; a wide area spectral information collection capability based on a novel multi-slit interferometer design; and a higher resolution inspection sensor for object of interest confirmation. The contractor will develop a payload management system that can control and point the individual sensors and enable the movement and storage of as much as a gigabyte of data per second. The contractor will also adapt and mature a wide range of processing algorithms including scene rendering, geo-location, real time spectral processing, moving object signature extraction, object tracking and condition of interest recognition.  Work will be performed in Fairfax, Virginia, and is expected to be completed March 27, 2020. Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $251,891; and fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $2,020,648 are being obligated at this time. Funds in the amount of $251,891 will expire at end of current fiscal year.  This contract was competitively procured under broad agency announcement 13- 018, entitled "Spectral and Reconnaissance Imagery for Tactical Exploitation," and dated June 28, 2013.  Ten proposals were received in response to the solicitation.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-15-C- 0120).

 

Northrop Grumman, Annapolis, Maryland, is being awarded $18,037,106 for a delivery order under a previously awarded contract (N61331-15-D-0011) for the procurement of field upgradeable kits and fleet support for conversion of the AN/AQS-24A systems to the AN/AQS-24B configuration in support of the Airborne Mine Countermeasure Systems program.  Work will be performed in Annapolis, Maryland, and is expected to be completed by April 2017.  Fiscal 2015 other procurement (Navy) funding in the amount of $18,037,106 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center-Panama City Division, Panama City, Florida, is the contracting activity.

 

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $15,172,697 firm-fixed-price indefinite-delivery/indefinite-quantity contract for repair and sustainment services in support of the High-Speed Anti-Radiation Missile (HARM) for the Navy, Air Force and the governments of Germany, Italy, Spain, Turkey, Korea, Greece and the United Arab Emirates.  Services to be provided include repair, modification, calibration, test, certification and/or evaluation of the HARM missiles, missile sections, assemblies, subassemblies, and related equipment, as well as related technical data.  Work will be performed in Tucson, Arizona, and is expected to be completed by February 2017.  No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302(a)(2)(ii).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0034).

 

Sauer Inc., Jacksonville, Florida, is being awarded a $12,475,000 firm-fixed-price contract for demolition of the central steam system at Naval Station Great Lakes.  The work to be performed provides for work specific to the demolition operations of the steam distribution system on base, including Building B11 with ancillary structures and satellite buildings B3000, B3217, and B3511.  Included in the request for proposal, high voltage shops in Building 811 will be moved to a new space in Building 11 after Building 811 is demolished.  Work will be performed in Great Lakes, Illinois, and is expected to be completed by January 2018.  Fiscal 2012 military construction (Navy) contract funds in the amount of $12,475,000 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 three proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-8706).

 

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded an $11,688,668 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0004) for the procurement of kits required to complete an engineering change proposal to upgrade E-6B Mercury workstations.  This modification provides for the procurement of six prototype kits for the development lab; one kit each for validation/verification on two separate E-6B aircraft; one workstation kit for the Systems Integration Lab; and 13 workstations for aircraft number 8 under the production contract.  Additionally, the workstation upgrade will include one workstation kit for the Mission Avionics System Trainer (MAST) I and one workstation kit for the MAST II.  The weapon systems trainer will be upgraded for software.  In addition, this modification provides for upgrade of all courseware to include differences, operator, and maintenance training to reflect the workstation upgrade. The software licenses for the software upgrades, associated with this effort, are also being procured.  Work will be performed in Richardson, Texas (93 percent); Oklahoma City, Oklahoma (5 percent); and Binghamton, New York (2 percent), and is expected to be completed in December 2017.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $11,688,668 are being obligated on this 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.

 

United Technologies Corp., Pratt & Whitney, East Hartford, Connecticut, is being awarded $11,649,573 for task order M803 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-09-D-0821) in support of the Variable Cycle Advanced Technology Phase II technology development.  This effort will outline the activities required to mature a critical coating technology in support of future carrier-based tactical aircraft, intelligence, surveillance, and reconnaissance naval aviation systems.  Work will be performed in East Hartford, Connecticut, and is expected to be completed by September 2019.  Fiscal 2015 research, development, testing and evaluation (Navy) funds in the amount of $30,753 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.

 

United Technologies Corp., Pratt & Whitney, East Hartford, Connecticut, is being awarded $11,636,799 for task order M802 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-09-D-0821) in support of Variable Cycle Advanced Technology Phase II technology development.  This effort will outline the activities required to mature adaptive controls to technology readiness level five in support of future carrier-based tactical aircraft, intelligence, surveillance, and reconnaissance naval aviation systems.  Work will be performed at East Hartford, Connecticut, and is expected to be completed by September 2019.  Fiscal 2015 research, development, testing and evaluation (Navy) funds in the amount of $1,589,296 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.

 

Coffman Specialties Inc., San Diego, California, is being awarded $11,455,000 for firm-fixed-price task order 0009 under a previously awarded multiple award construction contract (N62473-14-D-0044) to repair Runway 12/30 at Naval Air Facility El Centro.  Repairs include full depth runway reconstruction, repair of asphalt shoulders, demolition, and restriping of pavement markings.  Asphalt concrete pavements and aggregate base material will be demolished, crushed, and recycled.  The project will also reduce current foreign object debris hazards from both the shoulders and runway, and eliminate structural failures on the runway.  The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $18,565,000.  Work will be performed in El Centro, California, and is expected to be completed by March 2017.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $11,455,000 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

 

United Technologies Corp., Pratt & Whitney, East Hartford, Connecticut, is being awarded $11,203,693 for task order M804 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-09-D-0821) in support of the Variable Cycle Advanced Technology Phase II technology development.  This effort will outline the activities required to progress the technology readiness level of an advanced molybdenum-based alloy via combustor arc sector testing in support of future carrier-based tactical aircraft, intelligence, surveillance, and reconnaissance naval aviation systems.  Work will be performed in East Hartford, Connecticut, and is expected to be completed by September 2019.  Fiscal 2015 research, development, testing and evaluation (Navy) funds in the amount of $30,753 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 Co., Integrated Defense Systems, Sudbury, Massachusetts, is being awarded a $7,434,750 modification to previously awarded contract (N00024-14-C-5315) for engineering services in support of the Air and Missile Defense Radar (S-Band).  Support services to include research, development, testing, and evaluation efforts in support of technology insertion, excursion studies, and design upgrades; and engineering support services to the government for suite and combat system integration.  Work will be performed in Sudbury, Massachusetts, and is expected to be completed by September 2016.  Fiscal 2015 research, development, testing and evaluation (Navy) funding in the amount of $712,000 will be obligated at 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.

 

The Boeing Co., Seattle, Washington, is being awarded a $7,000,728 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for the correction of aircrew training device discrepancies in support of the P-8A Program.  Work will be performed in St. Louis, Missouri, and is expected to be completed in December 2017.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $7,000,728 will be obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

 

Raytheon Co., Space and Airborne Systems, El Segundo Blvd., El Segundo, California, is being awarded a $6,859,675 cost-plus-fixed-fee contract for the Naval Radar and Algorithm Upgrade Phase I program.  The Office of Naval Research is interested in improving the operational performance of Navy radars for the purpose of maritime, littoral and overland asymmetric and classical threat scenarios. Areas of radar technology advancements include incorporating electronic protection, synthetic aperture radar, inverse synthetic radar, ground moving target indication, maritime moving target indication, littoral and maritime surveillance.  These upgrades to various naval radars will demonstrate multi-source surveillance capabilities in support of surface and aerospace surveillance technologies to transition to the warfighter.  Work will be performed in El Segundo, California, and is expected to be completed by Sept. 27, 2017.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $1,495,000 will be obligated at the time of award.  Funds will not expire at end of current fiscal year.  This contract was competitively procured under Office of Naval Research broad agency announcement (BAA) 15-001.  Since proposals will be received throughout the year under the long-range BAA, the number of proposals received in response to the solicitation is unknown.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-15-C-5034).

 

MISSILE DEFENSE AGENCY

 

Frontier Technology Inc., Goleta, California, is being awarded an indefinite-delivery/indefinite-quantity contract with a ceiling of $49,919,437.  This contract will support the Navy's adaptation and application of a comprehensive suite of computer automated tools for real time data analysis that produces actionable information to optimize readiness and life cycle cost including failure prediction and pre-placement of maintenance solutions.  Future technology improvements acquired through the Navy's investment will be incorporated into the existing Missile Defense Agency suite of tools.  The estimated ordering period is from Sept. 25, 2015, through Sept. 24, 2018. A task order in the amount of $10,219,163 including options is being issued. The work will be performed in Beavercreek, Ohio; and Goleta, California. Navy fiscal 2015 operations and maintenance funds in the amount of $5,528,495 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7007).

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

Northrop Grumman Systems Corp., Redondo Beach, California has been awarded a $22,028,188 cost-plus-fixed-fee contract for a research project under the 100 Gb/s RF backbone (100G) Phase 2 program.  Building on work that was performed under Phase 1 of the program, the contractor will develop and test an integrated prototype airborne datalink system that leverages state-of-the-art advances in high-order modulation, spatial multiplexing, and other power and spectral efficiency technologies to achieve program goals. Fiscal 2015 research and development funds in the amount of $8,771,476 are being obligated at the time of award. Work will be performed in Redondo Beach, California (52.5%); Rancho Cucamonga, California (29.9%); Los Angeles, California (15.1%); and Mojave, California (2.5%) with an estimated completion date of March 2017. DARPA, Arlington, Virginia, is the contracting activity (HR0011-15-C-0135).

 

 

*Small business

**Woman-owned small business