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 Some of the information contained within may be outdated and links may not function.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 June 3, 2016

CONTRACTS

 

NAVY

 

Battelle Memorial Institute, Columbus, Ohio, is being awarded a maximum amount $99,500,000 indefinite-delivery/indefinite-quantity contract for environmental support services at various installations worldwide.  The work provides for environmental security technology support to satisfy overall operational objectives of Navy and Marine Corps installations worldwide.  Support services include technology implementation; technical consultation; research, development, testing and evaluation; administrative support; range cleanup, sustainability and management; site operation and maintenance; climate change initiative; sustainability; development and implementation of strategies for the enhancement of natural resources; and training.  Work will be performed at various Navy and Marine Corps facilities and other government facilities predominantly in the U.S. but also worldwide.  The term of the contract is not to exceed 60 months, with an expected completion date of June 2021.  Fiscal 2016 environmental restoration, (Navy) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year.  No task orders are being issued at this time.  Future task orders will be primarily funded by operation and maintenance (Navy); Navy working capital funds; and base realignment and closure funds.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-16-D-1802).

 

AIR FORCE

 

American Systems Corp., Chantilly, Virginia, has been awarded an $85,000,000 indefinite-delivery/indefinite-quantity contract for fighter test services. Contractor will provide operational test and evaluation services related to fourth- and fifth-generation fighter systems and programs.   Services include a broad range of engineering, technical, and analytical test services including integrated test functions for Air Force and multiservice fighter aircraft acquisition programs; test design; test planning, execution, and reporting. Work will be performed at Edwards Air Force Base, California; and Nellis Air Force Base, Nevada, and is expected to be complete by June 2, 2021. This award is the result of a competitive acquisition with two offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $2,340,704 are being obligated at the time of award. The Air Force Operational Test and Evaluation Center, Kirtland Air Force Base, New Mexico, is the contracting activity (FA7046-16-D-0001).

 

ARMY

 

N2 Imaging Systems LLC, Irvine, California, was awarded an $81,071,853 firm-fixed-price contract for Family of Weapons Sights – Sniper engineering and manufacturing development, and low-rate initial production.  This will be the first clip-on thermal weapon sight specifically developed and fielded for the sniper community by the Army.  The sights will be mounted-in-line with the sniper’s day sight to enhance the sniper’s ability to engage targets accurately in all light levels and limited visibility scenarios.  Bids were solicited via the Internet with three received.  The estimated completion date is June 2, 2021.  Funding and work locations will be determined with each order.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-16-D-0013).

 

BAE Systems Land & Armaments LP, San Jose, California, was awarded a $7,311,630 modification to contract (W56HZV-15-C-0099).  Work will be performed in San Jose, California, with an estimated completion date of July 27, 2017.  Fiscal 2016 other procurement, Army funds in the amount of $7,311,630 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

FreshPack Produce Inc.,* Grand Prairie, Texas, has been awarded a maximum $62,128,910 fixed-price with economic price adjustment contract for fresh fruits and vegetables for schools in San Antonio, Texas. This is an 18-month base contract with two 18-month option periods. This was a competitive acquisition with four responses received. Location of performance is Texas, with a Nov. 30, 2017, performance completion date. Using customer is U.S. Department of Agriculture. Type of appropriation is fiscal 2016 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-S667). (Awarded on May 31, 2016)

 

FreshPack Produce Inc.,* Grand Prairie, Texas, has been awarded a maximum $46,703,366 fixed-price with economic price adjustment contract for fresh fruits and vegetables for customers in San Antonio, Texas. This is an 18-month base contract with two 18-month option periods. This was a competitive acquisition with four responses received. Location of performance is Texas, with a Nov. 30, 2017, performance completion date. Using military service is Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-P282). (Awarded on May 31, 2016)

 

FreshPack Produce Inc.,* Grand Prairie, Texas, has been awarded a maximum $30,688,691 fixed-price with economic price adjustment contract for fresh fruits and vegetables for schools in San Antonio, Texas. This is an 18-month base contract with two 18-month option periods. This was a competitive acquisition with four responses received. Location of performance is Texas, with a Nov. 30, 2017, performance completion date. Using customer is U.S. Department of Agriculture. Type of appropriation is fiscal 2016 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-S666). (Awarded on May 31, 2016)

 

Petromax Refining Co. LLC,** Houston, Texas (SPE600-16-D-0483/P00002) $22,743,828; and BP Products North America Inc., Chicago, Illinois (SPE600-16-D-0481/P00003), $10,536,567, have each been awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity modification under solicitation SPE600-15-R-0719 for various types of fuel. They are one-year contracts with a 30-day carryover. Locations of performance are Texas and Illinois, with an April 30, 2017, performance completion date. Using agency is Defense Logistics Agency Energy. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Florida, has been awarded a $7,397,174 modification (P00005) to previously awarded Other Transaction for Prototype Project Agreement HR0011-15-9-0002 for Phase II of the Collaborative Operations In Denied Environment (CODE) program. Phase I focused on the design, development, and delivery of the system requirements definition and preliminary system design for the CODE prototype. Phase II is to mature the algorithm suite required to enable new services. This modification brings the total cumulative face value of the agreement to $17,616,105 from $ 6,520,344. Total contractor's cost share for Phase I was $2,173,448, and will be increased by $3,698,587 for Phase II for a total of cost share of $5,872,035. Total estimated government funding of the agreement was $4,346,896 for Phase I, and will be increased by $7,397,174 for Phase II, for total government funding of $11,744,070. Work will be performed in Orlando, Florida (55 percent); Cherry Hill, New Jersey (20 percent); Fort Worth, Texas (14 percent); Minneapolis, Minnesota (4 percent); Ann Arbor, Michigan (3 percent); Exton, Pennsylvania (2 percent); Pittsburgh, Pennsylvania (1 percent); and Philadelphia, Pennsylvania (1 percent), with an expected completion date of May 2017. Fiscal 2016 research, development, test and evaluation funds in the amount of $3,250,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

 

U.S. SPECIAL OPERATIONS COMMAND

 

UPDATE: ACADEMI Training Center LLC, Moyock, North Carolina (H92222-16-D-0036); AECOM-URS, Germantown, Maryland (H92222-16-D-0037); ARMA Global Corp., Tampa, Florida (H92222-16-D-0038); Fulcrum IT Services LLC, Centerville, Virginia (H92222-16-D-0039); Jacobs Technology Inc., Tampa, Florida (H92222-16-D-0040); and Raytheon Technical Services Co. LLC, Orlando, Florida (H92222-16-D-0041), have been added as awardees to a previously announced (July 28, 2015) maximum ceiling $900,000,000, indefinite-delivery/indefinite-quantity group of contracts for U.S. Special Operations Command Wide Mission Support services. These contracts are being added to the previously awarded suite of contracts in response to a bid protest. These contracts will provide U.S. Special Operations Command with a variety of services in the following knowledge-based services portfolios: program management, engineering and technical, and professional services. Work will be performed at multiple locations both in the U.S. and overseas, with an ordering period expiring on July 28, 2020.  Additional fiscal 2016 operations and maintenance funds in the amount of $15,000 are obligated to satisfy the minimum guarantee of $2,500 on each contract added. Additional funding will be obligated on a competitive task order basis. These contracts resulted from a competitive acquisition, with 17 proposals received.  Special Operations Command, Tampa, Florida, is the contracting activity. (Awarded on June 2, 2016)

 

*Small business

**Small business in a historically underutilized business zone