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 Some of the information contained within may be outdated and links may not function.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 Aug. 31, 2016

 

CONTRACTS

 

NAVY

 

Northrop Grumman Corp., Electronic Systems, Linthicum Heights, Maryland, is being awarded a $375,582,523 four-year, fixed-price-incentive contract for the procurement of nine Ground/Air Task-Oriented Radar (G/ATOR) low-rate initial production systems.  G\ATOR is managed by Program Executive Officer Land Systems, Quantico, Virginia.  Work will be performed in Linthicum Heights, Maryland (55 percent); East Syracuse, New York (29 percent); Stafford Springs, Connecticut (4 percent); Tulsa, Oklahoma (2 percent); San Diego, California (2 percent); Wallingford Center, Connecticut (1 percent); Farmingdale, New York (1 percent); Gilbert, Arizona (1 percent); East Aurora, New York (1 percent); Saint Paul, Minnesota (1 percent); Londonderry, New Hampshire (1 percent); Durham, North Carolina (1 percent); and Shelby, North Carolina (1 percent), and is expected to be completed by September 2020.  Fiscal 2014 procurement (Marine Corps) funds in the amount of $607,950; fiscal 2016 procurement (Marine Corps) funds in the amount of $117,944,307; and fiscal 2016 research, development, test and evaluation funds in the amount of $621,794 will be obligated at the time of award. Contract funds in the amount of $607,950 will expire at the end of the current fiscal year.  This contract is awarded as a sole-source contract in accordance with 10 U.S. Code 2304(c)(1)(B).  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-2011).

 

Progeny Systems Corp., Manassas, Virginia, is being awarded a $66,413,466 cost-plus-fixed-fee, cost-only Small Business Innovation Research Phase III contract action for MK 54 Mod 1 lightweight torpedo (LWT) sonar assembly kits and related test equipment, spares, and engineering and hardware support services.  These sonar assembly kits will be used to build MK54 Mod 1 LWTs and commence operational test and evaluation.  The MK54 Mod 1 LWT will be used by all Navy surface and air anti-submarine warfare forces, improving weapon effectiveness against current and future submarine threats in littoral environments beyond the MK54 Mod 0 LWT.  Work will be performed in Charleroi, Pennsylvania (55 percent); Salt Lake City, Utah (41 percent); and Manassas, Virginia (4 percent), and is expected to be completed by August 2020.  Fiscal 2014 and 2016 weapons procurement (Navy); and fiscal 2016 research, development, test, and evaluation (Navy) funds of $58,772,320 will be obligated at time of award, and $25,779,278 will expire at the end of the current fiscal year.  This contract was not competitively awarded in accordance with 10 U.S. Code 2304(c)(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-6415).

 

Huntington Ingalls Industries, Newport News Shipbuilding Inc., Newport News, Virginia, is being awarded a not-to-exceed $65,321,318 undefinitized modification to previously awarded contract N00024-16-C-2116 for the purchase of long lead-time material in support of the USS Enterprise (CVN 80).  Work will be performed in Newport News, Virginia, and is expected to be completed by December 2018.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $65,321,318 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

 

CB&I Federal Services LLC, Alexandria, Virginia, is being awarded a $20,437,942 firm-fixed-price task order 0005 under a multiple award construction contract for cleaning, inspecting, and repairing three fuel tanks at the Red Hill Underground Fuel Storage Complex, Joint Base Pearl Harbor-Hickam, Hawaii.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by December 2019.  Fiscal 2016 Defense working capital (Defense Logistics Agency) contract funds in the amount of $20,437,942 are obligated on this award and will not expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-15-D-1632). 

 

Mortenson Construction, Minneapolis, Minnesota, is being awarded a $25,425,000 firm-fixed-price contract for design and construction of an unmanned aircraft system facilities expansion at Marine Corps Air Station Cherry Point.  The work to be performed provides for the design and construction of an unmanned aircraft facility expansion.  The project provides a maintenance hangar comprised of reinforced concrete foundation, reinforced exterior walls and standing seam metal roofing over metal deck.  The hangar will provide maintenance space, administration space, and additional supplementary space in support of the unmanned aircraft system.  The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to $25,600,000.  Work will be performed in Havelock, North Carolina, and is expected to be completed by September 2018.  Fiscal 2016 military construction, (Navy) contract funds in the amount of $25,425,000 are obligated on this award, of which $1,987,013 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with 10 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-C-5506).

 

Lockheed Martin Corp., Mission Systems and Training, Moorestown, New Jersey, is being awarded a $19,569,891 modification to previously awarded contract N00024-15-C-5151 to exercise an option for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build (ACB) 16.  Work will be performed in Moorestown, New Jersey (76 percent); Norfolk, Virginia (15 percent); Washington, District of Columbia (5 percent); Bath, Maine (2 percent); and Pascagoula, Mississippi (2  percent), and is expected to be completed by August 2017.  Fiscal 2015 shipbuilding and conversion (Navy); fiscal 2016 other procurement (Navy); and fiscal 2016 operations and maintenance (Navy) funding in the amount of $7,454,217 will be obligated at time of award. Contracts funds in the amount of $2,385,842 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

CB&I Federal Services LLC, Alexandria, Virginia, is being awarded a $14,718,398 firm-fixed-price task order 0004 under a multiple award construction contract for cleaning, inspecting, and repairing two fuel tanks at the Red Hill Underground Fuel Storage Complex Joint Base Pearl Harbor-Hickam, Hawaii.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by August 2018.  Fiscal 2016 Defense working capital (Defense Logistics Agency) contract funds in the amount of $14,718,398 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-15-D-1632). 

 

AT&T Government Solutions Inc., Oakton, Virginia, is being awarded a $11,298,180 firm-fixed-price contract for design and construction of five new enhanced land mobile radio communication towers in various locations throughout the Marine Corps Mountain Warfare Training Center, Bridgeport.  The work to be performed provides for each communication tower to be constructed as a standalone facility in remote locations within the Sierra Nevada Mountains.  Towers will range from 70 to 150 feet in height, and each tower will consist of a foundation, propane generator, solar panels and batteries, equipment shelter, fence and associated support features like halo grounding, ice bridge system and propane tanks.  This project will provide a safety and communications network for personnel, training, mission critical users, and first responders.  This project will provide radio frequency and cellular coverage between the installation and Coleville Military Housing area.  This project fulfills critical needs in supporting the increased communications requirements for the installation and surrounding areas.  Work will be performed in Bridgeport, California, and is expected to be completed by March 2019.  Fiscal 2015 military construction, (Navy) contract funds in the amount of $11,298,180 are obligated on this award, of which $4,800,856 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-16-C-0601).

 

Lockheed Martin, Mission Systems and Training, Moorestown, New Jersey, is being awarded a $10,452,318 modification to a previously awarded contract N00024-13-C-5132 to activate development equipment suites for future advanced capability builds in support of computer program development at the Naval Systems Computer Center and Combat System Engineering Development Site. This contract modification provides technical engineering, configuration management, associated equipment/supplies, quality assurance, information assurance, and other operation and maintenance efforts required to provide the Combat Systems Engineering Development Site, SPY-1A Test Facility, and the Naval Systems Computing Center.  These facilities, which are also collectively referred to as the “Aegis Sites,” incorporate highly integrated, classified, real-time networks that connect numerous contractor and U.S. government facilities required to build, integrate, test, and deliver computer code baselines.  This contract also provides for the continuing site maintenance and planned improvements of the sites for Aegis Combat System and Aegis Weapon System upgrades to Ticonderoga and Arleigh Burke class ships through the completion of Advanced Capability Build 12 and Technology Insertion 12 (ACB 12/TI 12), in addition to Aegis Ballistic Missile Defense and Foreign Military Sales requirements.  Work will be performed in Moorestown, New Jersey, and is expected to be completed by June 2018. Fiscal 2016 research, development, test and evaluation funding in the amount of $5,843,410 will be obligated at time of award and will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Pave-Tech Inc.,* Vista, California, is being awarded a $9,993,268 firm-fixed-price modification to increase the maximum dollar value of a multiple award construction contract task order for the repairs to Delta Taxiway and lighting at Naval Air Station Fallon.  After award of this modification, the total cumulative task order value will be $30,034,081.  The work to be performed provides for the removal of existing asphalt pavement and replacement with portland cement concrete pavement, expansion of the width of the taxiway, the retrofitting of all Delta Taxiway lighting with Federal Aviation Administration compliant light-emitting diodes and upgrades of direct burial cable to the concrete trench duct system and new hand-hole/vaults.

Work will be performed in Fallon, Nevada, and is expected to be completed by November 2017.  Fiscal 2016 operation and maintenance, (Navy) contract funds in the amount of $9,993,268 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-D-2441).

 

Insitu Inc., Bingen, Washington, is being awarded a $9,896,412 modification (0007) to a previously awarded firm-fixed-price contract (N00019-14-C-0070) to procure intelligence, surveillance, and reconnaissance services using its unmanned aircraft system in support of the Navy.  Work will be performed at locations outside the continental U.S., and is expected to be complete in September 2019.  Fiscal 2016 operations and maintenance (OCO) funds in the amount of $9,896,412 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.

 

Reel Power Wire and Cable Inc.,* Oklahoma City, Oklahoma, is being awarded a $8,784,076 fixed-price contract for the procurement of cable tension systems for the Navy, including installation and government-furnished peculiar support equipment, training and technical data.  In addition, this contract provides for the procurement of three shore-based reel and cable tension machines for the Navy (2) and government of Australia (1), including installation, training and technical data.  This equipment is in support of the Airborne Low Frequency Sonar on the MH-60R helicopter.  Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed in March 2018.  Fiscal 2014 and 2015 aircraft procurement (Navy); and foreign military sales funds in the amount of $8,784,076 will be obligated at time of award, $6,815,126 of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)1.  This contract combines purchases for the Navy ($6,980,190; 80 percent); and government of Australia ($1,803,886; 20 percent) under the Foreign Military Sales program.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0387).

 

AUSTAL, Mobile, Alabama, is being awarded a $8,629,606 cost-plus-award-fee order against a previously awarded basic ordering agreement (N00024-15-G-2304) to provide engineering and management services for advance planning and design in support of the post shakedown availability for the littoral combat ship USS Jackson (LCS-6).  Work will be performed in Mobile, Alabama (75 percent); and San Diego, California (25 percent), and is expected to be completed by September 2017.  Fiscal 2016 shipbuilding and conversion (Navy); and fiscal 2010 shipbuilding and conversion (Navy) funding in the amount of $8,629,606 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

 

Modutech Marine Inc.,* Tacoma, Washington, is being awarded a $8,584,032 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Workboat Medium Boats. This contract includes options, which if exercised, would bring the cumulative value of this contract to $17,698,273. Work will be performed in Tacoma, Washington, and is expected to be completed by November 2018. Fiscal 2016 other procurement (Navy) funding in the amount of $8,584,032 will be obligated at time of award, and no contract funds will not expire at the end of the current fiscal year. This contract is for the construction of 12 Workboat Medium Boats, with the option to construct 12 additional Workboat Medium Boats . This contract was competitively procured as a Small Business Set Aside via Federal Business Opportunities with five offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-D-2211).

 

CB&I Federal Service LLC, Alexandria, Virginia, is being awarded a $7,464,131 firm-fixed-price task order 0003 under a multiple award construction contract for cleaning, inspecting, and repairing of four fuel tanks at the Defense Fuel Support Point (DFSP) Guam.  Work will be performed in Tenjo Vista, Guam, and is expected to be completed by March 2019.  Fiscal 2016 Defense working capital (Defense Logistics Agency) contract funds in the amount of $7,464,131 are obligated at the time of award, and will not expire at the end of the current fiscal year.  Two proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-15-D-1632). 

 

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $7,395,958 modification (00008) to a previously awarded cost-plus-incentive-fee, fixed-price-incentive-fee contract (N00019-15-C-0004).  This modification procures advanced spare parts and deployment spare part packages and initial spare 3BSM modules in support of the F-35 Lightening II for the Marine Corps and Navy. Work will be performed in Hartford, Connecticut (62 percent); and Indianapolis, Indiana (38 percent), and is expected to be completed in August 2019.  Fiscal 2016 aircraft procurement (Marine Corps and Navy) funds in the amount of $7,395,958 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 Marine Corps $6,261,526 (85 percent); and the Navy $1,134,432 (15 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

MISSILE DEFENSE AGENCY

 

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $204,303,604 cost-plus-incentive-fee, sole-source modification to previously awarded contract HQ0276-10-C-0001 for Aegis Ballistic Missile Defense (ABMD) Continuation of Baseline 5.1, Increment-2 development, and the Adaptation of Aegis Ashore efforts (Contract Line Item Number 0127). Upon completion, these efforts will provide a certified ABMD 5.1 baseline.  This modification increases the total cumulative contract value to $2,442,293,513 from $2,237,989,909.  Work will be performed in Moorestown, New Jersey, with an expected completion date of Sept. 30, 2018. Fiscal 2016 research, development, Test and evaluation funds in the amount of $61,017,741 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. (Awarded on Aug. 30, 2016)

 

ARMY

 

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $135,400,000 modification (P00101) to foreign military sales contract W58RGZ-12-C-0008 (Taiwan) for 24 UH-60M uniquely configured Black Hawk aircraft.  Work will be performed in Stratford, Connecticut, with an estimated completion date of Oct. 8, 2018.  Fiscal 2016 other funds in the amount of $135,400,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

URS Federal Services Inc., Germantown, Maryland, was awarded a $70,350,941 modification (P0003) to contract W52P1J-12-G-0028 for enhanced Army global logistics enterprise Army Prepositioned Stock-5 for maintenance, supply and transportation logistics support services.  Work will be performed in Kuwait and Qatar, with an estimated completion date of Sept. 26, 2017.  Fiscal 2016 operations and maintenance, Army funds in the amount of $70,350,941 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

 

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $48,259,165 firm-fixed-price, foreign military sales contract (Australia, Czech Republic, Estonia, France, Iceland, Indonesia, Jordan, Lithuania, New Zealand, Norway, Oman, Qatar, Taiwan, and United Arab Emirates), for life cycle support repair and support the Javelin hardware.  Bids were solicited via the Internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Feb. 28, 2018.  Fiscal 2016 and 2010 other; and operations and maintenance, Army funds in the collective amount of $48,259,165 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-C-0133).

 

Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $38,649,867 modification (P00076) to contract W15QKN-10-C-0050 for award of option four for the production and delivery of M829A4 cartridges, and a negotiated cartridge unit price increase to account for increased costs of the material used to produce the composite sabot.  Work will be performed in multiple locations, with an estimated completion date of May 21, 2018.  Fiscal 2016 other procurement, Army funds in the amount of $38,649,867 were obligated at the time of the award.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

 

CACI-ISS Inc., Chantilly, Virginia, was awarded a $16,331,453 modification (P00031) to contract W81K04-13-F-0013 for medical logistics non-personal services in support of the expeditionary and contingency medical materiel program.  These services are performed at Department of Defense and Air Guard installations within the continental U.S. and outside the U.S. to include Japan, Guam and Alaska.  Work will be performed in multiple locations, with an estimated completion date of Sept. 30, 2017.  Subject to availability of funds per Federal Acquisition Regulation clause 52-232-18, fiscal 2017 operations and maintenance, Army funds in the amount of $16,331,453 will be obligated.  Army Medical Command, Fort Sam Houston, Texas, is the contracting activity.

 

L-3 Communications Corp. (Linkabit Division), San Diego, California, was awarded an $11,226,214 cost-plus-incentive-fee contract for screening obscuration module system integration and demonstration base period and production options.  Bids were solicited via the Internet with one received. Work will be performed in Melbourne, Florida, with an estimated completion date of Aug. 26, 2020.  Fiscal 2016 research, development, test and evaluation funds in the amount of $1,210,000 were obligated at the time of the award.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-16-C-0039).

 

DRS-NIS, Melbourne, Florida, was awarded a $10,907,808 modification (P00078) to foreign military sales contract W56HZV-12-C-0199 (Egypt) for direct support electrical systems test sets system technical support.  Work will be performed in Huntsville, Alabama, with an estimated completion date of May 1, 2017.  Fiscal 2016 operations and maintenance, Army; and other funds in the amount of $10,907,808 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Affolter Contracting Co. Inc.,* LaMarque, Texas, was awarded an $8,962,230 firm-fixed-price contract for flood control, Mississippi River and tributaries, Yazoo basin, Mississippi, Tallahatchie county, Mississippi, upper Yazoo projects, Item 7C, channel improvement.  Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of June 10, 2018.  Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-16-D-0006).

 

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, was awarded an $8,000,000 cost-plus-fixed-fee contract for logistics support for U.S. Army Hawaii.  Bids were solicited via the Internet with one received. Work will be performed in the Hawaiian Islands, with an estimated completion date of Jan. 15, 2017.  Fiscal 2016 operations and maintenance, Army funds in the amount of $2,000,000 were obligated at the time of the award.  Army Contracting Command, Fort Shafter, Hawaii, is the contracting activity (W912CN-16-C-0014).

 

Northrop Grumman Systems Corp., Boulder, Colorado, was awarded a $7,056,050 modification (P00048) to contract W9113M-12-C-0055 for the design, development, upgrade, testing, certification, production, fielding, and sustainment of the joint tactical ground station pre-planned improvement system of systems.  Work will be performed in Colorado Springs and Boulder, Colorado, with an estimated completion date of Oct. 31, 2018.  Fiscal 2016 other procurement, Army funds in the amount of $3,781,961 were obligated at the time of the award.  Army Space and Missile Defense Command, Redstone Arsenal, Alabama, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Valero Marketing and Supply, San Antonio, Texas (SPE600-16-D-0497), $147,734,116; Equilon Enterprises,doing business as Shell Oil Products, Houston, Texas (SPE600-16-D-0496), $100,176,698; and Petro Star Inc.,* Anchorage, Alaska (SPE600-16-D-0503), $51,471,435, have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE600-16-R-0704 for various types of fuel. These were competitive acquisitions with 20 offers received. They are one-year contracts with a 30-day carryover. Locations of performance are Texas and Alaska, with a Sept. 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.

 

Llamas Plastics Inc.,* Sylmar, California (SPRPA1-16-D-001W); and Sierracin-Sylmar Corp., Sylmar, California (SPRPA1-16-D-002W), have each been awarded a maximum $80,000,000 fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPRPA1-15-R-013W for V-22 aircraft front left and front right windscreens (transparencies). These were competitive acquisitions with two offers received. They are two-year base contracts with three one-year option periods. Location of performance is California, with an Aug. 30, 2018, completion date. Using military service is Navy. Type of appropriation is fiscal 2016 through fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. 

 

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $52,000,000 undefinitized contractual action firm-fixed-priced delivery order (THZV) against a five-year basic ordering agreement (SPE4A1-14-G-0007) for aircraft access doors for the F/A-18 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Missouri, with an April 29, 2020, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 through fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. 

 

FreshPack Produce Inc.,** Denver, Colorado, has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruits and vegetables for non-Defense Department (DoD) customers in Colorado. This was a competitive acquisition with two responses received. This is an 18-month base contract with two 18-month option periods. The maximum dollar amount is for the life of the contract. Location of performance is Colorado, with a Feb. 28, 2021, performance completion date. Using customers are non-DoD customers. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-S678).

 

Woodward Inc., Loves Park, Illinois, has been awarded an estimated maximum $29,668,198 modification (P0009) to a five-year base contract (SPE4AX-13-D-9417) with one three-year option period adding 16 national stock numbers. This is an indefinite-delivery/indefinite-quantity contract. The location of performance is Illinois, with a June 30, 2018, performance completion date. The using military services are Army, Navy and Air Force. Type of appropriation is fiscal 2016 through fiscal 2018 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia.

 

Hiland Dairy, Springfield, Missouri, has been awarded an estimated maximum $16,546,735 firm-fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh milk and dairy products. This is a three-year contract with no option periods. This was a competitive acquisition with two responses received. Location of performance is Missouri, with a Sept. 14, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-V236).

 

AIR FORCE

 

Abacus Technology Corp., Chevy Chase, Maryland, has been awarded a $42,505,012 modification (37) to award Option Year 1 requirements on previously awarded contract FA8721-15-D-0009 0002 for engineering and technology acquisition support services. Contractor will provide disciplined systems and specialty engineering; technical and information assurance services; and support using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts; and Lackland Air Force Base, Texas, and is expected to be complete by Aug. 31, 2017. This contract involves foreign military sales to Jordan, Romania, Saudi Arabia and Thailand. Fiscal 2014, 2015 and 2016 missile procurement; 2015 and 2016 other procurement; 2015 and 2016 research, development, test, and evaluation; 2016 space procurement; 2016 aircraft procurement; and 2016 operations and maintenance funds in the amount of $23,386,910 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

 

Lockheed Martin Corp. - Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $42,296,255 modification (P00018) to previously awarded contract FA8629-14-C-6450 for multiyear procurement for the C-130J program. Contractor will provide acquisition of readiness spare packages. Work will be performed at Marietta, Georgia, and is expected to be complete by Nov. 20, 2018. Fiscal 2014 aircraft procurement funds in the amount of $42,296,255 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity.

 

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded an estimated $14,000,000 firm-fixed-price contract for services and supplies in the support of the modernization, expansion, and depot-level contractor logistics support. Contractor will provide for the Scope command program for the High Frequency Global Communications System that supports Air Force, Navy and Coast Guard requirements. Work will be performed at Richardson, Texas, and is expected to be complete by Aug. 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2016 Air Force, Navy and Coast Guard operations and maintenance funds in the amount of $709,370 are being obligated at the time of award. The 72nd Contracting Squadron, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8102-16-D-0005).

 

Flight Safety Services Corp., Centennial, Colorado, has been awarded a $7,702,434 modification (P00118) to previously awarded contract FA8223-11-C-0003 for contractor logistics support and instruction services on the C-5 Aircrew Training System (ATS). Contractor will provide operations, maintenance, and sustainment of ATS devices along with Training System Support Center services and aircrew instruction. Work will be performed at Travis Air Force Base, California; Dover Air Force Base, Delaware; Joint Base San Antonio-Lackland, Texas; and Westover Air Reserve Base, Massachusetts, and is expected to be complete by Dec. 31, 2016. Fiscal 2016 operations and maintenance funds in the amount of $7,892,907 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

WASHINGTON HEADQUARTERS SERVICES

 

NetCentrics Corp., Herndon, Virginia, is being awarded a firm-fixed-price and cost contract line item number contract for $11,421,068 to obtain information technology operations support for the Office of the Secretary of Defense, Washington Headquarters Services (WHS), WHS Supported Organizations, and the Pentagon Force Protection Agency.  Work performance will take place in Arlington and Alexandria, Virginia. The expected completion date is Dec. 31, 2016. Fiscal 2016 operations and maintenance funds are being obligated at the time of the award. WHS, Arlington, Virginia, is the contracting office (HQ0034-16-C-0065).

 

*Small business

**Small disadvantaged business