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 Some of the information contained within may be outdated and links may not function.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 28, 2016

 

CONTRACTS

 

ARMY

 

Alliant Techsystems Operations LLC, Independence, Missouri (52P1J-16-D-0058); and Chemring Military Products, Perry, Florida (W52P1J-16-D-0059), were awarded a $750,000,000 firm-fixed-price contract for non-standard ammunition and non-standard mortar weapon systems.  Bids were solicited via the Internet with four received, with an estimated completion date of March 27, 2021.  Funding and work location will be determined with each order.  Contract has potential for foreign military sales.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $329,418,640 modification (P00114) to contract W52P1J-10-C-0062 for Kuwait base operations and security support.  Work will be performed in Kuwait, with an estimated completion date of Dec. 28, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $ 329,418,640 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

CACI-ISS Inc., Chantilly, Virginia, was awarded a $67,247,505 modification (P00006) to contract W15QKN-15-C-0049 to procure specialized support to baseline the program cost, schedule and performance for Increment II of the Army Integrated Personnel and Pay System.  Work will be performed in Alexandria, Virginia, with an estimated completion date of May 17, 2020.  Fiscal 2016 research, development, testing and evaluation funds in the amount of $8,900,000 were obligated at the time of the award.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

 

Defense Engineering Inc.,* Alexandria, Virginia, was awarded a $50,037,077cost-plus-fixed-fee, incrementally funded contract with options for enterprise engineering services support to the Joints Service Provider-Pentagon.  One bid was solicited with one received.  Work will be performed in Washington, District of Columbia, with an estimated completion date of March 29, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $1,012,000 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-16-C-4002).

 

Olin Corp., East Alton, Illinois, was awarded a $30,344,463 modification (P00002) to contract W52P1J-16-C-0003 for 5.56mm, 7.62mm, and .50-caliber ammunition.  Work will be performed in East Alton, Illinois, with an estimated completion date of Sept. 30, 2017.  Fiscal 2014, 2015, and 2016 other procurement (Army) funds in the amount of $ 30,344,463 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Barrday Protective Solutions, Charlotte, North Carolina, was awarded an $8,984,587 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for Aramid fabric for the Ambulance Program, Rock Island Joint Manufacturing and Technology Center.  Funding and work location will be determined with each order.  Bids were solicited via the internet with three received with an estimated completion date of Mar. 27, 2021.   Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity (W9098S-16-D-0015).

 

NAVY

 

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is being awarded a $75,320,272 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for up to 1,075,200 man-hours of technical and engineering services in support of the Naval Air Warfare Center Aircraft Division’s Combat Integration and Identification Systems Division, as well as the governments of Japan and Australia.  Services to be provided include system integration, installation testing and evaluation, in-service engineering, logistics, repair and validation, training, laboratory maintenance, quality assurance, and technical management.  Work will be performed in St. Inigoes, Maryland (80 percent); and various ship/shore locations within the U.S. and outside of the U.S. (20 percent), and is expected to be completed in April 2020.  No funds are being obligated at time of award; funds will be obligated on individual orders as they are placed.  This contract combines purchases for the Navy ($69,294,896; 92 percent); and the governments of Australia ($564,533; 0.75 percent); and Japan ($188,178; 0.25 percent), under the Foreign Military Sales program, and Lockheed Martin Corp. via a commercial services agreement ($5,272,665; 7 percent).  This contract was competitively procured via an electronic request for proposals and three proposals were received.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-16-D-0002).

 

Camber Corp., Huntsville, Alabama (N00189-16-D-Z017); Carley Corp., Orlando, Florida (N00189-16-D-Z018); Sonalysts Inc., Waterford, Connecticut (N00189-16-D-Z019); Cape Henry Associates Inc., Virginia Beach, Virginia (N00189-16-D-Z020); General Dynamics Information Technology Inc., Fairfax, Virginia (N00189-16-D-Z021); and Logistic Services International Inc., Jacksonville, Florida, are being awarded an estimated $74,883,606 multiple award, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price task order contracts to provide curriculum analyses and planning services in support of Naval Education Training Command’s Naval Training Products and Services Program.  Each contract will run concurrently and includes a 36-month base ordering period and 36-month option period.  If all options are exercised, the total estimated value of the contracts combined will be $154,281,014.  Work will be performed 100 percent in contractor facilities in response to awarded task orders and cannot be reasonably estimated at the time of contract award.  Work is expected to be completed by April 2019; if all options are exercised, work will be completed by April 2022.  Fiscal 2016 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated on each of the six contracts to fund the contract's minimum amount, and will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities online website, with 12 offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.

 

Peridot Solutions LLC,* McLean, Virginia, is being awarded a maximum ceiling $43,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for program management (PM) support to PM information systems and infrastructure within Marine Corps System Command.  The scope of this effort is to deliver portfolio management and analytic support, administrative and operations support, and core competency support within the areas of program management, logistics, engineering, contracts, and financial management.  Work will be performed in Stafford, Virginia.  The term of the contract with the options exercised is not to exceed 60 months, with an expected completion date of March 31, 2021.  Fiscal 2016 operations and maintenance funds (Marine Corps) in the amount of $2,692,630 under task order 001 will be obligated at the 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 four offers were received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-R-4950). 

 

Northrop Grumman Systems Corp., St. Augustine, Florida, is being awarded $39,831,599 for modification P00006 to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost reimbursement, indefinite-delivery/indefinite-quantity contract (N00019-14-D-0022).  This modification provides for depot maintenance services in support of 44 Navy and Marine Corps Reserve F-5N/F aircraft.  The services to be provided include depot level maintenance, aircraft inspections, repairs, overhauls, emergency repairs, modifications, engineering support, and procurement of structural components required to sustain the F-5N/F aircraft.  Work will be performed in St. Augustine, Florida (96 percent); Springville, Utah (3 percent); and Emmen, Switzerland (1 percent), and is expected to be completed in March 2017.  Fiscal 2016 operations and maintenance (Navy Reserve) funds in the amount of $2,380,145 are being obligated at time of award, all of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $18,510,667 for modification P00002 to a previously awarded cost-plus-fixed-fee contract (N00019-16-C-0008) for development efforts for the Block 4 System Functional Review in support of the F-35A/B/C aircraft.  Block 4 is a modernization program that includes new and upgraded capabilities to provide enhancements and continuous improvements to maintain viability against evolving threats, reduce life cycle costs, and improve operational suitability.  Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2017.  International partner funds in the amount of $3,708,057 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the Air Force ($7,401,532; 40 percent); the Navy ($3,700,539; 19.5 percent); the Marine Corps ($3,700,539; 19.5 percent); and the international partners ($3,708,057; 21 percent).   The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority. 

 

Electric Boat Corp., Groton, Connecticut, is being awarded a $14,962,807 not-to-exceed, undefinitized contract action against a previously awarded contract (N00024-13-C-2128) for procuring R Fixture rotisserie fixtures and missile tube transportation/storage fixtures in support of the U.S./U.K. first article quad pack construction schedule for the Ohio replacement program and United Kingdom Successor program.  The work will be performed in Groton, Connecticut, and is scheduled to be completed by June 2017.  Fiscal 2016 research development, training and evaluation; and fiscal 2014 foreign military sales funding in the amount of $7,700,000 will be obligated at time of award and will not expire at the end of this fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

 

Electric Boat Corp., Groton, Connecticut, is being awarded a $12,771,785 cost-plus-fixed-fee modification to the previously awarded contract (N00024-09-C-2104) for procurement and manufacturing of onboard repair parts to be loaded onto the Virginia class boat upon delivery.  Work will be performed in Groton, Connecticut, and is scheduled to be completed by February 2019.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount $12,771,785 will be obligated at the time of the option exercise.  Contract funds will not expire at the end of the current fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

 

Electric Boat Corp., Groton, Connecticut, is being awarded a $10,501,342 contract action against a previously awarded contract (N00024-13-C-2128) for nitrogen and air flasks manufacture and shipset acquisition in support of the Ohio replacement program and United Kingdom Successor program.  The work will be performed in Groton, Connecticut, and is scheduled to be completed by December 2019.  Fiscal 2016 research, development, training and evaluation; and fiscal 2011 foreign military sales funding in the amount of $7,241,897 will be obligated at time of award and will not expire at the end of this fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

 

AIR FORCE

 

The Boeing Co., St. Louis, Missouri, has been awarded a $34,398,802 modification (P00106) to previously awarded contract FA8678-10-C-0100 for QF-16 full-scale aerial target (FSAT) Lot 4. Contractor will provide 30 QF-16 FSATs and 30 associated 4-year warranties for the QF-16 drone-peculiar equipment. Work will be performed at St. Louis, Missouri, and is expected to be complete by April 9, 2018 and the DPE warranty period will end on April 8, 2022. Fiscal 2016 procurement funds in the amount of $34,398,802 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8678-10-C-0100).

 

Indyne Inc., Reston, Virginia, has been awarded a $46,396,505 modification to previously awarded contract FA9200-05-C-0001 for Eglin Test and Training Complex operation and maintenance support. Contractor will provide the engineering and technical services necessary to operate the 96th Test Wing's ranges and facilities in order to support the research, development, test and evaluation of weapon systems, subsystems, and components. Work will be performed at Eglin Air Force Base, Florida; and Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Sept. 30, 2016. This award is the result of a sole-source acquisition. Fiscal 2016 Air Force research, development, test and evaluation; and fiscal 2016 Army operation and maintenance funds in combined amount of $23,230,625 are being obligated at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA9200-05-C-0001).

 

Flight Safety Services Corp., Centennial, Colorado, has been awarded an $8,986,121 modification (P00110) to previously awarded contract FA8223-11-C-0003 for a five-month extension of services for C-5 aircrew training. Work will be performed at Dover Air Force Base, Delaware; Joint Base San Antonio Lackland, Texas; Travis Air Force Base, California;  and Westover Air Reserve Base, Massachusetts, and is expected to be complete by Aug. 31, 2016. Fiscal 2016 operation and maintenance funds in the amount of $8,986,121 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8223-11-C-0003).

 

DEFENSE LOGISTICS AGENCY

 

AbbVie U.S. LLC, Chicago, Illinois, has been awarded a maximum $10,817,927 firm-fixed-price contract for cholesterol medication. This was a competitive acquisition with four responses received. This is a one-year base contract with four one-year option periods. Location of performance is Illinois, with a March 27, 2017, performance completion date. Using customers are the Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons. 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 (SPE2D2-16-D-0034).

 

WASHINGTON HEADQUARTERS SERVICES

 

Interactive Process Technology LLC, Billerica, Massachusetts, is being awarded $8,623,205 to exercise Option Period 3 in a firm-fixed-price contract in order to provide technical, analytical, and administrative support services to assist the Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics. Work performance will take place Falls Church, Virginia; Arlington, Virginia; and Alexandria, Virginia. The expected completion date is April 22, 2017. Fiscal 2016 operations and maintenance funds in the amount of $8,623,205 are being obligated at time of the award. Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-12-A-0010-0001).

 

*Small business