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 Some of the information contained within may be outdated and links may not function.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 July 7, 2016

CONTRACTS

 

NAVY

 

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded $1,509,856,423 for firm-fixed-price, incentive-firm target modification P00005 to a previously awarded advance acquisition contract (N00019-15-C-0004).  This modification provides components, parts, and materials for the production of Low Rate Initial Production Lot 10 F135-PW-100 propulsion systems for the Air Force (44); Navy (4); and (9) F-135-PW-600 propulsion systems for the Marine Corps.  In addition, this modification provides components, parts and materials for (36) F135 –PW-100 propulsion systems for the international partners and Foreign Military Sales customers; (4) F135-PW-600 propulsion systems for the international partners; and (2) F135-PW-100 propulsion systems for the global spares pool.  Work will be performed in East Hartford, Connecticut (89 percent); Indianapolis, Indiana (8 percent); and Bristol, United Kingdom (3 percent), and is expected to be completed in Sept. 2019.  Fiscal 2015 aircraft procurement (Air Force); fiscal 2016 aircraft procurement (Navy, Air Force); international partner; and foreign military sales funds in the amount of $1,509,856,423 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($558,411,024; 37 percent); Navy/Marine Corps ($352,871,638; 24 percent); International Partners ($350,171,923; 23 percent); and Foreign Military Sales customers ($248,401,840; 16 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $559,500,000 cost-plus-incentive-fee, fixed-price-incentive-firm contract for non-air vehicle spares, support equipment, autonomic logistics information system hardware and software upgrades, supply chain management, full mission simulators and non-recurring engineering services in support of low rate initial production lot 10 F-35 Lightning II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, Non Department of Defense (DoD) Participants, and Foreign Military Sales customers.  Work will be performed in Orlando, Florida (79 percent); Redondo Beach, California (10 percent); Fort Worth, Texas (9 percent); and Samlesbury, United Kingdom (2 percent), and is expected to be completed July2022.   Fiscal 2014 aircraft procurement (Navy, Marine Corps and Air Force); fiscal 2015 aircraft procurement (Air Force); 2016 aircraft procurement (Navy, Marine Corps); fiscal 2016 other procurement (Navy); and fiscal 2016 operations and maintenance (Navy, Marine Corps and Air Force), as well as Non-DoD Participants and foreign military sales funding in the amount of $210,921,999.82 are being obligated at time of award, $140,214,787 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Non DoD participants ($261,270,820; 46 percent); Air Force ($127,841,076; 23 percent); foreign military sales customers ($105,996,766; 19 percent); Navy ($32,913,750; 6 percent); and Marine Corps ($31,477,588; 6 percent).  This contract was not competitively procured pursuant to U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0004).

 

Carley Corp.,* Orlando, Florida, is being awarded a $93,000,000 indefinite-delivery/indefinite-quantity contract for the revision or update of existing legacy curriculum and new curriculum development, including associated supporting training materials, in support of multiple aviation platforms for both operator and maintainer training.  Work will be performed in Orlando, Florida, and is expected to be completed in July 2021.  Fiscal 2014 aircraft procurement (Navy) funds in the amount of $10,000 will be obligated at the time of award, all of which will expire at the end of the fiscal year.  This contract was competitively procured as a small business set-aside via an electronic request for proposals; five offers were received.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-16-D-0005).

 

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $73,939,536 for modification P00053 to the previously awarded fixed-price-incentive-firm target multi-year contract (N00019-12-C-2001).  This modification provides for the manufacture and delivery of one CV-22 tilt rotor aircraft for the Air Force pursuant to the variation in quantity clause.  Work will be performed in Fort Worth, Texas (24.6 percent); Ridley Park, Pennsylvania (19.2 percent); Amarillo, Texas (10.4 percent); Dallas, Texas (7.8 percent); East Aurora, New York. (1.8 percent); Park City, Utah (1.7 percent); El Segundo, California (1.4 percent); Endicott, New York (1.0 percent); Ontario, Canada (0.9 percent);Corinth, Texas (0.8 percent); Tempe, Arizona (0.8 percent); Rome, New York (0.7 percent); Torrance, California (0.7 percent); Luton, United Kingdom (0.6 percent); Los Angeles, Calif. 0.6 percent); Cobham, United Kingdom (0.6 percent); Irvine, California (0.6 percent); San Diego, California (0.5 percent); Yakima, Washington (0.5 percent); Brea, California (0.5 percent); Rockmart, Georgia (0.5 percent); Albuquerque, New Mexico (0.4 percent); Whitehall, Michigan (0.4 percent); Wolverhampton, United Kingdom (0.4 percent); Tucson, Arizona (0.4 percent); Erie, Pennsylvania (0.3 percent); Vergennes, Vermont (0.3 percent); Kilgore, Texas (0.3 percent); Shelby, North Carolina (0.3 percent); Avon, Ohio (0.2 percent); Corona, California (0.2 percent); Garden City, New York (0.2 percent); El Cajon, California (0.2 percent); Sylmar, California (0.1 percent); Westbury, NewYork (0.1 percent); and various other locations inside and outside the U.S. (20 percent); and is expected to be completed in February 2020.  Fiscal 2016 aircraft procurement (Air Force) and fiscal 2016 special operations command funding in the amount of $73,939,536 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.

 

AMEL Technologies Inc.,* Honolulu, Hawaii (N40192-16-D-0006); J.M. Robertson Inc. doing business as AmOrient Engineering,* Hagatna, Guam (N40192-16-D-0007); and Planate Management Group LLC,* Alexandria, Virginia (N40192-16-D-0008), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for construction management services in support of construction programs within the Naval Facilities Engineering Command (NAVFAC) Marianas area of responsibility (AOR).  The maximum dollar value for all three contracts combined is $40,000,000.  The work to be performed provides for construction management services to include prime contractor management, administrative support, surveillances, scheduling, cost estimating, and building information modeling services of the construction program. No task orders are being issued at this time.  Work will be performed primarily on Guam, but may include outlying areas within NAVFAC Marianas AOR.  The term of the contract is not to exceed 60 months, with an expected completion date of July 2021.  Fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $15,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operations and maintenance (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website, with 13 proposals received.  These three contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command Marianas is the contracting activity.

 

Electric Boat Corp., Groton, Connecticut, is being awarded a $24,630,413 cost-plus-fixed-fee modification to a previously awarded contract (N00024-13-C-2128) for the procurement of the preliminary design for the thin line towed array handling system, detailed design, prototype manufacture and qualification tests in support of the Ohio Replacement Program. Work will be performed in Groton, Connecticut, and is scheduled to be completed by December 2020.  Fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $8,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity. 

 

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, was awarded $12,893,983 for firm-fixed-price task order modification P00004 previously awarded contract (N00604-16-F-3004) to exercise the first option year for services of operation and maintenance of Navy communication, electronic, and computer systems. This task order includes a seven-month base period and two 12-month option periods. The exercise of this option will bring the estimated cumulative value of the task order to $33,995,856. Work will be performed at various locations on the island of Oahu, Hawaii (94 percent); and Geraldton, Australia (6 percent). The option’s period of performance is expected to be completed by June 2017. If all options on the contract are exercised, work will be completed by June 2018. Fiscal 2016 operations and maintenance (Navy) funds in the amount of $3,423,495 will be obligated at time of award and funds will not expire before the end of the current fiscal year. This task order was competitively procured with proposals solicited from all GSA Alliant awardees via GSA’s eBUY portal with two offers received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity (Awarded July 1, 2016).

 

Booz Allen & Hamilton, McLean, Virginia, is being awarded $12,397,263 for cost-plus-fixed-fee price modification P00011 previously awarded contract (N00189-14-C-Z039) to exercise the second option for support services in the areas of training and education, engineering, technical and management support services to the Royal Saudi Naval Forces under the Foreign Military Sales Program.  The exercise of this option will bring the contract value to $37,571,383.  Work will be performed in Saudi Arabia (90 percent); and McLean, Virginia (10 percent), and work for the option is expected to be completed by July 2017.  Foreign military sales contract funds in the amount of $8,795,500 will be obligated at the time of award and funds will not expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with three offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Doyon Utilities LLC, Fairbanks, Alaska, has been awarded a maximum $302,404,359 modification (P00132) to a 50-year contract (SP0600-07-C-8262) adding funds to the existing utility service contract following a tariff rate increase. This is a regulated tariff contract. Location of performance is Alaska, with an Aug. 14, 2058, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2058 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

MISSILE DEFNSE AGENCY

 

Strategic Alliance Business Group, Arlington, Virginia, is being awarded a $63,080,824 cost-plus-fixed-fee contract (including options) for Advisory and Assistance Services for strategic planning in support of technical, engineering, advisory and management support. This contract supports the Missile Defense Agency Chief of Staff Directorate by providing a knowledgeable, well-trained and cohesive strategic planning management team to efficiently leverage agency organic capability.  Work will be performed in Huntsville, Alabama; the National Capital Region (which includes Ft. Belvoir, Virginia); Colorado Springs, Colorado; and Dahlgren, Virginia; with an expected completion date of July 2021. Fiscal 2016 research, development, test, and evaluation  funds in the amount of $2,714,614 are being obligated at time of award.  This contract was competitively awarded with 11 offers received.  The Government selected for award the most advantageous proposal representing the best value to the Government.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-C-0057).

 

AIR FORCE

 

Millennium Engineering and Integration Co., Arlington, Virginia, has been awarded a $21,500,000 firm-fixed price, cost-plus-fixed-fee and cost reimbursable indefinite-delivery/ indefinite-quantity contract for the Pad Safety Support Contract. Contractor will provide oversight of hazardous and safety critical operations, support of launch countdown operations, response to mishaps and anomalies, performance of operations safety inspections, performance of operations safety reviews of hazardous and safety critical procedures, and provisions for safety training programs.  Work will be performed at Cape Canaveral Air Force Station and Patrick Air Force Base, Florida, and is expected to be complete by Sept. 30, 2021. This award is the result of a competitive acquisition with two offers received. Fiscal year 2016 operations and maintenance funds in the amount of $3,000 are being obligated at the time of award. The 45th Contracting Squadron, Patrick AFB, Florida, is the contracting activity (FA2521-16-D-0021).

 

DEFENSE COMMISSARY AGENCY

 

Southeastern Paper Group, Spartanburg, South Carolina, has been awarded a firm-fixed- price with economic price adjustment contract to provide miscellaneous operating supplies and paper bags for multiple commissary stores in the continental United States, Puerto Rico, and the Pacific theater.  The award amount is estimated at $12,997,850 for the base year.  Actual obligations will occur upon issuance of delivery orders during the period of performance.  The base period of performance is through June 30, 2017, with four possible option years, which if exercised, will extend the contract through June 30, 2021.  Offers were solicited via full and open competition and three offers were received.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Fort Lee, Virginia (HDEC05-16-D-0002).

 

ARMY

 

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $7,088,500 firm-fixed-price contract with options for the Poplar Island Sand Stockpile.  Bids were solicited via the Internet with four received. Work will be performed in Poplar Island, Maryland, with an estimated completion date of July 23, 2017.  Fiscal 2016 other procurement funds in the amount of $7,088,500 were obligated at the time of the award.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-16-C-0023).

 

 

*Small business