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 Some of the information contained within may be outdated and links may not function.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 March 16, 2016

CONTRACTS

 

NAVY

 

BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4416 and N00024-16-D-4419); Continental Maritime of San Diego, San Diego, California (N00024-16-D-4417 and N00024-16-D-4420); and General Dynamics, NASSCO, San Diego, California (N00024-16-D-4418 and N00024-16-D-4421), are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts to provide complex emergent and continuous maintenance and Chief of Naval Operations availabilities on surface ships; and San Diego, California, homeport, including surface combatants (DDG and CG) class ships and amphibious (LSD, LPD, LHA, and LHD) class ships.  Each contractor will be awarded one contract for surface combatants class ships and one contract for amphibious class ships.  These contracts contain options, which if exercised, would have a cumulative ceiling value of $1,319,651,593.  These three companies will have the opportunity to offer on individual delivery orders.  Work will be performed in San Diego, California, at contractor facilities or at Naval Base San Diego as needed. Completion is expected by April 2021 if all options are exercised.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $60,000 ($10,000 minimum guarantee per contract) is being obligated under each contract’s initial delivery order and expires at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Lockheed Martin, Mission Systems and Training, Moorestown, New Jersey, is being awarded a $197,578,594 modification to a previously awarded contract (N00024-13-C-5116) for Aegis combat system engineering agent efforts for the design, development, integration, test, and delivery of computer program baselines and associated technology insertion hardware design support for the next advanced capability build.  Work will be performed in Moorestown, New Jersey (98 percent); and Manassas, Virginia (2 percent), and is expected to be completed by October 2019.  Fiscal 2016 research, development, test and evaluation (Navy); fiscal 2016 other procurement (Navy); and fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $82,124,633 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.

 

General Dynamics Advanced Information Systems, Pittsfield, Massachusetts, is being awarded an $8,000,000 cost-no-fee contract for capital maintenance of the Navy Industrial Reserve Ordnance Plant in Pittsfield, Massachusetts.  The work will be performed in Pittsfield Massachusetts, and is expected to be completed in June 30, 2019.  Fiscal 2016 other procurement (Navy) funds in the amount of $8,000,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-16-C-0024).

 

AIR FORCE

 

Raytheon Co., Tucson, Arizona, has been awarded a $573,031,316 modification (P00027) to exercise the option on previously awarded contract FA8675-15-C-0022. Contractor will provide Advanced Medium Range Air to Air Missile (AMRAAM) production Lot 30 and other AMRAAM system items. Work will be performed at Tucson, Arizona, and is expected to be complete by Feb. 28, 2019. Fiscal 2016 Navy and Air Force procurement funds in the amount of $418,243,313 are being obligated at the time of award. Air Force Life Cycle Management Center, Air Dominance Contracting Office, Eglin Air Force Base, Florida, is the contracting activity (FA8675-15-C-0022).

 

Standard Aero Inc., San Antonio, Texas, has been awarded a not-to-exceed $43,232,559 indefinite-delivery/indefinite-quantity contract to overhaul and repair the T56-A-15 Series 3.0 engine compressor and turbine for the LC-130H aircraft. Contractor will provide overhaul and repair of compressor and turbine modules with installation of T56-A-15A Series 3.5 upgrade kit hardware. Work will be performed at San Antonio, Texas, and is expected to be complete by March 15, 2019. This award is the result of a competitive acquisition with two offers received. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8121-16-D-0008).

 

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, has been awarded a not-to-exceed $14,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for research, analysis, engineering, development of specialized munitions. Work will be performed at Grand Prairie, Texas, and is expected to be complete by March 16, 2021. This award is the result of a competitive acquisition with four offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $309,463 are being obligated at the time of award. The Air Force Research Laboratory, Munitions Directorate, Eglin Air Force Base, Florida, is the contracting activity (FA8651-16-D-0316).

 

ARMY

 

H & L Contracting LLC, Bay Shore, New York, was awarded a $37,595,900 firm-fixed-price contract for the Long Beach coastal storm risk management project.  Work will be performed in Nassau, New York, with an estimated completion date of Sept. 14, 2018.  Bids were solicited via the Internet with eight received.  Fiscal 2016 other funds in the amount of $37,595,900 were obligated at the time of the award.  Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-16-C-0008).

 

EFW Inc., Fort Worth, Texas, was awarded a $24,996,015 firm-fixed-price contract for the purchase of heads-up tracking systems components, various parts and quantities.  Work performance locations and funding will be determined with each order.  Bids were solicited via the Internet with one received.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-16-D-0029).

 

Phillips Hardy,* Boonville, Missouri, was awarded a $13,490,330 firm-fixed-price contract for work that includes dewatering, rock removal and channel shaping of Turkey Creek.  Work will be performed at Kansas City, Kansas, with an estimated completion date of Jan. 16, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 other funds in the amount of $13,490,330 were obligated at the time of the award.  Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-16-C-1056).

 

Missouri Department of Social Services, Jefferson City, Missouri, was awarded an $8,075,004 firm-fixed-price contract for full food service at 10 dining facilities.  Work will be performed at Fort Leonard Wood, Missouri, with an estimated completion date of June 13, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2016 operations and maintenance, Army funds in the amount of $5,475,916 were obligated at the time of the award.  Army Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity (W91157-16-C-0006). 

 

DEFENSE LOGISTICS AGENCY

 

Pentaq Manufacturing Corp.,** Sabana Grande, Puerto Rico, has been awarded a maximum $27,133,220 modification (P00127) exercising the third one-year option period of a one-year base contract (SPM1C1-13-D-1036) with four one-year option periods for various military coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico and Alabama, with a March 17, 2017, performance completion date. Using military services are Army and Afghan army. Types of appropriation are fiscal 2016 through fiscal 2017 defense working capital funds and foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

API, LLC,** Camuy, Puerto Rico, has been awarded a maximum $11,953,600 modification (P00128) exercising the third one-year option period of a one-year base contract (SPM1C1-13-D-1037) with four one-year option periods for various Army coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico and Mississippi, with a March 18, 2017, performance completion date. Using military service is Army. 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.

 

Teledyne Instruments Inc., Dallas, Texas, has been awarded a maximum $7,986,717 firm-fixed-price contract for radio frequency cables. This was competitive acquisition with two responses received. This is a one-year contract with no option periods. Location of performance is Texas, with a Feb. 9, 2017, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7M1-16-C-0018).

 

UPDATE: Safety Storage Inc.,* Charleston, Illinois (SPE8EC-16-D-0006), has been added as an awardee to the multiple award contract issued against solicitation SPM8EC-11-R-0006 announced Oct. 5, 2011.

 

WASHINGTON HEADQUARTERS SERVICES

 

Qualx Corp., Springfield, Virginia, is being awarded $8,455,241 to exercise Option Period 4 in a firm-fixed-price, level-of-effort contract in order to provide records management support services to include development of a governance strategy and document conversion from paper-based to electronic enterprise content management. The specific task areas include project management, information access and transparency, enterprise content management, records management application integration and business process support services. Work performance will take place in Springfield, Virginia; Arlington, Virginia; Alexandria, Virginia; and College Park, Maryland. The expected completion date is March 16, 2017. Fiscal 2016 operations and maintenance funds in the amount of $8,455,241 are being obligated at time of the award. Washington Headquarters Services, Arlington, Virginia, is the contracting office. (HQ0034-12-F-0213)

 

*Small business

**Small disadvantaged business