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 Some of the information contained within may be outdated and links may not function.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 Dec. 21, 2015

CONTRACTS

 

DEFENSE INFORMATION SYSTEMS AGENCY

 

Artel, LLC., Herndon, Virginia (HC1013-16-D-0001); AT&T Corp., Oakton, Virginia (HC1013-16-D-0002);  BT Federal, Inc., Reston, Virginia (HC1013-16-D-0003); Qwest Government Services, Inc. dba CenturyLink QGS, Arlington, Virginia (HC1013-16-D-0004); GTT Americas, Inc., McLean, Virginia (HC1013-16-D-0005); CapRock Government Solutions, Inc., Herndon, Virginia (HC1013-16-D-0006); Level 3 Communications, LLC., McLean, Virginia (HC1013-16-D-0007); and Verizon Business Network Services Inc., Ashburn, Virginia (HC1013-16-D-0008) were competitively awarded a combined ceiling $4,300,000,000 multiple-award, indefinite-delivery/indefinite-quantity contracts for telecommunications network solutions and services that support the transmission requirements of the Defense Information System Network enterprise-level infrastructure.  Work will be performed globally with a primary focus on regions outside of the continental United States. The period of performance is Dec. 21, 2015 through Dec. 20, 2025 if all options are exercised. Fiscal year and type of funds will be appropriated on individual task orders.  The first task order will satisfy the minimum guarantee of $500 to each awardee.  After which, each company will compete for future task orders.  Proposals were solicited via the FedBizOpps website, and eight proposals were received. The Defense Information Technology Contracting Organization, Scott AFB, Illinois is the contracting activity.

 

AIR FORCE

 

CH2M Hill, Inc., Englewood, Colorado (FA8903-16-D-0026); AMEC Programs, Inc., Alpharetta, Georgia (FA8903-16-D-0027); and Zapata Inc., Charlotte, North Carolina (FA8903-16-D-0038), have been awarded combined indefinite-delivery/indefinite-quantity contract with a program ceiling of $500,000,000 for architect-engineering services. Contractors will provide architect-engineering 2013 environmental services including A-E services to support operations and maintenance, environmental restoration account, environmental compliance, Base Realignment and Closure and military family housing programs worldwide.  The work includes all efforts necessary to manage and execute Title I, Title II, and other A-E services primarily for environmental projects including planning and programming, restoration, quality (compliance and pollution prevention), and conservation.  Work will be performed at government locations worldwide and is expected to be complete by Dec. 21, 2023. This award is the result of a competitive acquisition with 12 offers received. Fiscal year 2016 operation and maintenance funds in the amount of $3,000 are being obligated to each company at the time of award. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

 

Peerless Technologies Corp., Fairborn, Ohio, has been awarded a $53,700,000 cost-plus level of effort task order FA8650-16-F-4048 under previously awarded General Services Administration One Acquisition Solution for Integrated Services contract GS00Q14OADS328 for support services including advisory and assistance services. Contractor will provide A&AS to units of the Aerospace Vehicles Division’s Structures and Aerodynamics Test facilities. The research services include data acquisition and control development, instrumentation development, test model development, facility upgrades, logistics support, operation of wind tunnels, operation of structure test facility, flow diagnostics development, fabrication and prototyping, and facility maintenance. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Dec. 21, 2019. Fiscal year 2016 research, development, test and evaluation funds in the amount of $50,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity.

 

NAVY

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $1,171,206,489 advance acquisition contract for the advance procurement of long lead time materials, parts, components and effort to maintain the planned production schedule for F-35 low rate initial production lot 11 aircraft.  The advance acquisition effort includes 80 F-35A aircraft (28 for the U.S. Air Force; 6 for the government of Norway; 4 for the government of Turkey; 8 for the government of the Netherlands; 8 for the government of Australia; 10 for the government of Israel; 6 for the government of Japan; and 10 for the government of South Korea); 7 F-35B aircraft (6 for the U.S. Marine Corps; and 1 for the United Kingdom); and 4 F-35C aircraft for the U.S. Navy.  This contract also includes an undefinitized contract action for production of 2 F-35A aircraft for the U.S. Air Force and F-35C aircraft for the U.S. Navy.  Work will be performed in Fort Worth, Texas (55 percent); El Segundo, California (15 percent); Warton, United Kingdom (10 percent); Orlando, Florida (5 percent); Nashua, New Hampshire (5 percent); Baltimore, Maryland (5 percent); and Nagoya, Japan (5 percent), and is expected to be completed in December 2019.  Fiscal 2015 aircraft procurement (Air Force, Navy),  fiscal 2016 aircraft procurement (Air Force, Navy, Marine Corps), non-U.S. DoD partner and foreign military sales funds in the amount of $847,929,604 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchase for the U.S. Air Force ($401,509,516; 34.3 percent); U.S. Navy ($256,433,369; 21.9 percent); U.S. Marine Corps ($106,500,000; 9.1 percent); non-U.S. DoD partners ($207,069,044; 17.7 percent) and foreign military sales ($199,694,560; 17 percent) under the Foreign Military Sales program.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0033).

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $84,434,012 cost-plus-fixed-fee modification to the previously awarded Lot 9 F-35 Lightning II Joint Strike Fighter advance acquisition contract (N00019-14-C-0002) for the procurement of production non-recurring items.  These items include special tooling and special test equipment items that are critical to meeting current and future production rates for the U.S. Air Force, U.S. Navy , U.S. Marine Corps; and non-U.S. DoD participants.  Work will be performed in Orlando, Florida (98 percent) and Fort Worth, Texas (2 percent), and is expected to be completed in December 2018.  Fiscal 2015 aircraft procurement (Navy, Marine Corps, and Air Force), and non-U.S. DoD participant funds in the amount of $84,434,012 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This modification combines purchase for the U.S. Air Force ($39,193,153; 46.42 percent); U.S. Navy ($19,596,577; 23.21 percent); U.S. Marine Corps ($19,596,577; 23.21 percent); and non-U.S. DoD participants ($6,047,705; 7.16 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Austal USA LLC., Mobile, Alabama, is being awarded a $51,684,797 modification to previously awarded contract (N00024-11-C-2301) for Core Littoral Combat Ship class services and LCS class services for the LCS program. Austal USA will assess engineering and production challenges and evaluate the cost and schedule risks from affordability efforts to reduce LCS acquisition costs.  Work will be performed in Pittsfield, Massachusetts (60 percent) and Mobile, Alabama (40 percent) and is expected to be complete by December 2016.   Fiscal 2013 shipbuilding and conversion (Navy) and fiscal 2015 and 2016 research, development, test and evaluation (Navy) funding in the amount of $3,173,775 will be obligated at time of award.  Contract funds in the amount of $300,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia is the contracting activity.

 

Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a $14,410,032 cost-plus-fixed-fee modification to a previously awarded firm-fixed-price contract (N00019-13-C-0023) for systems engineering and program management in support of the UH-1Y and the AH-1Z aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2016.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $14,410,032 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.

 

SAP National Security Services, Inc., Newton Square, Pennsylvania, is being awarded a $13,225,469 firm-fixed-price contract for Sybase software licenses and software maintenance.  The Sybase software licenses and software maintenance are used in support of the Navy Command and Control Program Office (PMW 150) Naval Tactical Command Support System, PMW 150 Global Command and Control System – Maritime and the Battlespace Awareness and Information Operations Program Office Distributed Common Ground System – Navy.  They were developed utilizing Sybase proprietary software. The systems require the continued use of Sybase licenses and software maintenance in order to maintain operational functionality as well as to deploy to new platforms.   The contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $20,799,143.  Work will be performed in Newton Square, Pennsylvania, with an expected completion date of Dec. 28, 2016.  If all options are exercised, work could continue until Dec. 28, 2018.  Fiscal 2016 other procurement (Navy) and fiscal 2016 operations and maintenance (Army) funds in the amount of $13,225,469 will be placed on contract and obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of FAR 8.405-6(a)(1)(i)(B) – only one source capable of responding due to the unique or specialized nature of the work.  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity and will award a delivery order under a Department of Defense Enterprise Software Initiative Blanket Purchase Agreement (DAAB15-99-A-1003-NS02).

 

Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $12,267,913 modification to previously awarded contract (N00024-15-C-5335) for Dual Band Radar (DBR) Design Agent Services to provide environment infrastructure level of effort that supports the complete development and verification of the CVN 78 DBR and supports testing to be accomplished at Wallops Island Engineering Test Center Land Based Test Site.  This radar suite is a single, integrated radar system combining the AN/SPY-3 Multi-Function Radar (MFR) at X-Band and AN/SPY-4 Volume Search Radar (VSR) at S-Band.  This radar suite is a state of the art, high performance radar system with self-defense anti-aircraft warfare and air traffic control missions.  The Design Agent contract described is intended to provide the engineering services necessary to mitigate numerous system integration schedule risks that are being tracked by the DBR program. This contract will provide services necessary to conduct follow on software interface development efforts to resolve software trouble reports discovered during land based and at-sea testing.  Work will be performed in Sudbury, Massachusetts (86 percent), Moorestown, New Jersey (9 percent) and Burlington, Massachusetts (5 percent), and is expected to be completed by December 2016.  Fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $350,043 will be obligated at the time of contract award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

DRS ICAS, LLC, Beavercreek, Ohio, is being awarded an $11,854,882 indefinite-quantity/indefinite-delivery contract for Link 11 and Link 22 Data Terminal Set (DTS) development and production.  The contract covers minor development, production, integration, testing, support and sustainment of a Link 11 Data Terminal and Link 22 Signal Processing Controller solution for the command and control processor family of systems. The contractor shall provide the necessary equipment, materials, software and engineering/technical services and logistics products to provide a Link 11 and Link 22 DTS. The Link 11 and Link 22 DTS shall be integrated with Data Link Systems, communication systems, satellite communications systems, human-machine interface systems and cryptographic systems.  This contract contains options, which if exercised, would bring the cumulative value of this contract to an estimated $25,638,019.  Work will be performed in Beavercreek, Ohio and is expected to be completed in December 2020.  If options are exercised, work could continue until December 2025.  Fiscal 2016 other procurement (Navy) and fiscal 2016 working capital funds (Army) and fiscal 2016 operations and maintenance (Navy) funds in the amount of $2,515,563 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This requirement was solicited using full and open competition via the Space and Naval Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with two offers received.  Acting on behalf of its organizational partner, the Program Executive Office for Command, Control, Communication, Computers and Intelligence, the Space and Naval Warfare System Command, San Diego, California, is the contracting activity (N00039-16-C-0002).

 

The Boeing Co., St. Louis, Missouri, is being awarded a $9,900,020 undefinitized contractual action delivery order 7056 under previously awarded basic ordering agreement (N00383-11-G-001H) for repair of 26 trailing edge flaps used on the F-18 aircraft.  Work will be performed in Cecil Field, Florida, and work is expected to be completed by May 2017.  Fiscal 2016 working capital funds (Navy) in the amount of $7,425,015 will be obligated at time of award and will not expire at the end of the current fiscal year.  The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received.  This contract was a sole source pursuant to the authority set forth in 10 U.S.C. 2304(c)(2).  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

 

Northrop Grumman Systems Corp., Bethpage, New York, is being awarded a not-to-exceed $83,916,957 fixed-price contract for delivery of AN/SPQ-9B radar systems, combat interface kits and a technical data package.  The AN/SPQ-9B radar system provides U.S. Navy ships the capability to detect and track low-flying, high-speed, small Radar Cross Section anti-ship missile targets in heavy clutter environments.  The system uses a high-resolution, track-while-scan, X-band, pulse-doppler radar to provide real time acquisition and automatic tracking of multiple surface and air targets while maintaining the surface detection, gunfire control and navigational capabilities.  AN/SPQ-9B maximizes the use of Commercial-Off-The-Shelf and Non-Developmental Item equipment. The radar interfaces with ship combat systems via various command and control systems including the Cooperative Engagement Capability, AEGIS/LAN Interconnect System, MK160 Gun Weapons System and Aegis Weapon System. This contract procures 12 AN/SPQ-9B systems.  This contract combines purchases for the U.S. Navy (84 percent) and the government of Japan (16 percent) under the Foreign Military Sales (FMS) Program.  Work will be performed in Baltimore, Maryland (95 percent) and Bethpage, New York (5 percent); and is expected to be completed by August 2019.  Fiscal 2014, 2015 and 2016 other procurement (Navy), foreign military sales, fiscal 2013, 2014 and 2015 shipbuilding and conversion (Navy), funding in the amount of $41,859,635 will be obligated at time of award and funds in the amount of $4,383,625 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-5343).

 

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $9,020,915 modification to a previously awarded cost-plus-incentive fee, cost-plus-fixed-fee contract (N00019-140C-0004) for F-35 Lightning II Propulsion System Low Rate Initial Production Lot 9 non-annualized sustainment in support of the international partners.  Support to be provided includes equipment and depot activation services and supplies.  Work will be performed in Hartford, Connecticut (88 percent) and Indianapolis, Indiana (12 percent), and is expected to be completed in September 2018.  International Partner funds in the amount of $9,020,915 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.

 

Chenega Applied Solutions, LLC,* Lorton, Virginia, is being awarded a $9,002,343 firm-fixed-price contract to provide logistics services in support of the Fleet Readiness Center Aviation Support Equipment Program.  These services include aviation support equipment maintenance, repair and overhaul services to meet Naval Aviation Enterprise entitlements and the Navy’s Fleet Response Plan requirements.  Work will be performed at the Patuxent Naval Air Station Solomons Annex, Solomons, Maryland, and is expected to be completed in December 2020.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $858,297 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-5(b)(4), under the 8(a) program.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0103).

 

ARMY

 

Raytheon Co., Andover, Massachusetts was awarded a $95,200,306 modification (PZ0027) to foreign military sales contract (Taiwan) W31P4Q-11-C-0317 for technical assistance for the PATRIOT system.  Work will be performed in Taiwan with an estimated completion date of Dec. 31, 2017.  Fiscal 2014 other procurement funds in the amount of $37,902,490.00 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.

 

Raytheon Co., Andover, Massachusetts was awarded a $34,257,728 firm-fixed-price contract for   PATRIOT Performance Based Logistics support for inventory management and repair and replacement of 136 national stock numbers and part numbers.  One bid was solicited and one received. Work will be performed in Andover, Massachusetts with an estimated completion date of Dec. 31, 2016.  Fiscal 2016 other procurement funds in the amount of $22,597,821 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity (W31P4Q-16-C-0028).

 

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas was awarded a $23,171,634 modification (P00022) to contract W31P4Q-14-C-0124 for Life Cycle Launcher Support (LCLS) III for all Army and Marine Corps High Mobility Artillery Rocket System (HIMARS) fire control systems (FCS) and launcher modules.  Support is also provided for all US M270A1 FCS components.  Work will be performed in Grand Prairie, Texas; Budd Lake, New Jersey; Camp Pendleton, California; Malabar, Florida; Ft. Worth, Texas; Ft. Sill, Oklahoma; Whippany, New Jersey; Brownsboro, Alabama; Ft.  Lewis, Washington; Boca Raton, Florida; Korea; Afghanistan; United Arab Emirates with an estimated completion date of Dec. 31, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $6,926,699 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.

 

DYNCORP International LLC., Ft. Worth, Texas was awarded a $21,647,877 modification (P00110) to foreign military sales contract for option year 2, for overseas aviation field maintenance.  Work will be performed in Afghanistan, Iraq, Kuwait, and Germany with an estimated completion date of Dec. 31, 2016.  Fiscal 2016 funds in the amount of $7,016,951 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.

 

Vectrus Systems Corp., Colorado Springs, Colorado was awarded an $11,506,240 cost-plus-fixed-fee, multi-year incrementally-funded contract with options for supporting the Army Sustainment Command’s prepositioned stocks.  One bid was solicited with one received. Work will be performed at Camp as-Sayliyah, Qatar with a completion date of Feb. 28, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $11,506,240 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity (W52P1J-16-C-0002).

 

Mythics Inc., Virginia Beach, Virginia was awarded a $9,999,656 modification (BA0702) to contract W91QUZ-06-A-0003 for Oracle software maintenance to PEO Information Systems and the Army Material Command.  Work will be performed at Ft. Belvoir, Virginia with an estimated completion date of June 30, 2016.  Fiscal 2016 operations and maintenance (Army) and other procurement funds in the amount of $1,265,842 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity.

 

BAE Systems, Rockville, Maryland was awarded a $7,833,795 modification (P00007) to contract W912CN-15-C-0015 for logistics support to the U.S. Army Garrison, Hawaii.  Work will be performed at Schofield Barracks, Hawaii with an estimated completion date of April 30, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,833,795 were obligated at the time of the award.  Army Contracting Command, Ft. Shafter, Hawaii is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Jianas Brothers Packaging Co.,* Kansas City, Missouri, has been awarded a maximum $14,421,028 modification (P00210) exercising the fourth one-year option period of a one-year base contract (SPM3S1-12-D-Z120) with four one-year option periods for beverage components for use in meals ready to eat. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Missouri, with a Dec. 21, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

*Small business