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 Some of the information contained within may be outdated and links may not function.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 Sept. 19, 2016

CONTRACTS

 

NAVY

 

Kellogg Brown & Root Services Inc., Houston, Texas (N62742-16-D-3551); Vectrus System Corp., Colorado Springs, Colorado (N62742-16-D-3552); IAP-ECC LLC, Cape Canaveral, Florida (N62742-16-D-3553); Fluor Intercontinental Inc., Greenville, South Carolina (N62742-16-D-3554); and AECOM Technical Services Inc., Los Angeles, California (N62742-16-D-3555), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award contract with the capability to issue cost-plus-award-fee and firm-fixed-price task orders for the purchase of short-term facility support services with incidental construction in support of natural disasters, humanitarian efforts, the full range of military actions, and incumbent breaks in service at various locations throughout the world.  Award to these five contractors will provide the government with a contract tool that can be used for responding/supporting requirements on a very short notice by competing the requirement among the multiple award contract holders vice undertaking a new source selection process for each requirement as it may arise.  Potential customers for this contract may extend beyond the Department of Defense.  The maximum dollar value including the base period and seven option years for all five contracts combined is $900,000,000.  No task orders are being issued at this time.  Work will be performed at various locations throughout the world, including remote and overseas locations.  Exact locations of individual effort will be designated on individual task orders.  The term of the contract is not to exceed 96 months, with an expected completion date of September 2024.  Fiscal 2016 supervision, inspection, and overhead contract funds in the amount of $125,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

 

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, is being awarded $166,263,229 for modification P00010 to a previously awarded indefinite-delivery requirements contract (N00019-14-D-0011) to exercise an option for organizational, intermediate, and depot level maintenance and logistics services in support of approximately 200 T-45 aircraft based at Naval Air Station (NAS) Meridian, Mississippi; NAS Kingsville, Texas; NAS Pensacola, Florida; and NAS Patuxent River, Maryland.  Services to be provided include sustaining engineering, supply and government property management, and procurement of associated parts and materials required to prepare the aircraft for approximately 320 launchers per day across four sites, which fly an estimated total of 75,000 hours each year.  Work will be performed in Kingsville, Texas (48 percent); Meridian, Mississippi (44 percent); Pensacola, Florida (7 percent); and Patuxent River, Maryland (1 percent), and is expected to be completed in September 2017.  Funds will not be obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Contrack Watts Inc., McLean, Virginia, is being awarded a $44,180,000 firm-fixed-price contract for construction of upgrades to an aircraft maintenance hangar at Marine Corps Base Hawaii.  The work to be performed provides for selective demolition, interior/exterior painting, interior and exterior doors, masonry walls, metal stud and gypsum board walls, acoustical ceiling panels, interior finishes, fire sprinkler, fire and security alarm systems, aqueous film forming foam (AFFF) system, sanitary sewer and industrial waste systems, electrical power and lighting, heating, ventilation and air conditioning systems, passenger/freight elevators, bridge cranes, plumbing systems, and incidental related work.  Site preparation includes site clearing, excavation, grading, fencing, generators, pad-mounted transformer, primary and secondary distribution systems, telecommunications infrastructure, compressed air, water distribution systems and AFFF industrial waste systems.  Hangar 101 is a national historic landmark and renovations will include the refurbishment of selected historical features.  The contract also contains one unexercised option, which if exercised, would increase the cumulative contract value to $45,168,296.  Work will be performed in Oahu, Hawaii, and is expected to be completed by April 2019.  Fiscal 2014 military construction (Navy) contract funds in the amount of $44,180,000 are obligated on this award, of which $8,928,437 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-16-C-1325).

 

Raytheon Secure Information Systems, El Segundo, California, was awarded a $32,773,127 firm-fixed-price, cost-plus-fixed-fee, cost contract for NATO Improved Link Eleven (NILE)/Link 22 Modernized Link Level COMSEC (LLC 7M) production and sustainment.  The NILE LLC 7M is a controlled cryptographic item system that has been certified for operational use by the National Security Agency.  The NILE LLC 7M is planned for use in airborne, surface, subsurface and ground based applications by the NILE nations (Canada, France, Germany, Italy, United Kingdom, Spain and the U.S.), as well as all nations approved for Foreign Military Sales cases and as Link 22 third parties in the future.  This effort includes requirements for NILE LLC 7M production, NILE LLC 7M production test sets and NILE LLC 7M sustainment, including warranty provision, engineering services, training, repair services, other direct costs, proposal preparation costs and spares provisions.  It also includes the associated program management, human engineering and logistic support planning requirements.  The contract includes a five-year base period and a five-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $63,059,245.  Work will be performed in El Segundo, California, and is expected to be completed September 2021.   If the option is exercised, work could continue until September 2026.  Fiscal 2016 other procurement (Navy) funds in the amount of $696,565 will be placed on contract and obligated at the time of award.  Contract funds will not expire at the end of the fiscal year.  This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation Subpart 6.302-1).  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-16-D-0075).  (Awarded Sept. 15, 2016)

 

Walashek Industrial & Marine Inc., Tukwila, Washington (N4523A-12-D-0010); QED Systems Inc., Virginia Beach, Virginia (N4523A-12-D-0011); and Delphinus Engineering Inc., Eddystone, Pennsylvania (N4523A-12-D-0012), are being awarded a $14,000,000 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract  to exercise the final option for the accomplishment of marine touch labor support on U.S. naval ships/vessels.  Under the terms of the contracts, the companies will compete for individual delivery orders over a five-year period.   Work will be performed in Bremerton, Washington, and is expected to be completed by September 2017.  No funds will be obligated at the time of award.  The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

 

NORDAM Group Inc., Tulsa, Oklahoma, is being awarded $10,369,856 for firm-fixed-price delivery order 7005 under previously awarded basic ordering agreement N00383-13-G-001H for the repair of the inner wing panel used on the F/A-18 aircraft.  Work will be performed in Tulsa, Oklahoma, and work is expected to be completed by July 31, 2019. Working capital funds (Navy) in the amount of $10,369,856 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.320-1. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

 

Raytheon Co., McKinney, Texas, is being awarded a $10,240,746 firm-fixed-price job order under previously awarded basic ordering agreement N00164-12-G-JQ66 for two multi-spectral targeting systems configuration “C” for the Navy.  The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude targeting, tracking, and range-finding.  Work will be performed in McKinney, Texas, and is expected to be completed by December 2017.  Fiscal 2016 aircraft procurement (Navy) funding in the amount of $10,240,746 will be obligated at time of award, and no funds will expire at the end of the current fiscal year.  This contract was not competitively procured 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 Surface Warfare Center, Crane, Indiana, is the contracting activity.

 

ARMY

 

AAL USA,* Huntsville, Alabama (W91260-16-D-0001); ARMA Aviation Corp.,* Tampa, Florida (W91260-16-D-0002); Rota Aviation Consulting,* Leadville, Colorado (W91260-16-D-0003); and Yulista Tactical Services LLC,* Huntsville, Alabama (W91260-16-D-0004), will share a $238,000,000 Type 1 order dependent contract for worldwide training support services for the Non-Standard Rotary Wing Aircraft Project Management Office.  Bids were solicited via the Internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2021.  Army Space and Missile Defense Command, Peterson Air Force Base, Colorado, is the contracting activity.

 

Northrop Grumman, Herndon, Virginia, was awarded a $64,861,324 cost-plus-fixed-fee contract for continued support of the air and missile defense workstation requirement, and continued support of the Army common operating environment/integrated air and missile defense battle command system integration.  Bids were solicited via the Internet with one received. Work will be performed in Herndon, Virginia, with an estimated completion date of Sept. 18, 2021.  Fiscal 2016 operations procurement, Army funds in the amount of $2,809,973; and fiscal 2016 research, development, test and evaluation funds in the amount of $2,028,474, were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-C-0132).

 

NCI Information Systems Inc., Reston, Virginia, was awarded a $42,759,282 modification (P00004) to contract W91RUS-14-D-0003 for non-personnel information technology services and support requirements for the Army Network Enterprise Technology Command G3/5/7, cyber network operations and security support. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2017.  Army Contracting Command, Fort Huachuca, Arizona, is the contracting activity.

 

W.F. Magann Corp., Portsmouth, Virginia, was awarded a $20,679,412 firm-fixed-price contract for replacement fuel pier and distribution facility, Joint Base Langley-Eustis, Virginia.  Bids were solicited via the Internet with two received. Work will be performed in Hampton, Virginia, with an estimated completion date of Sept. 19, 2018.  Fiscal 2016 military construction funds in the amount of $20,679,412 were obligated at the time of the award.  Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-16-C-0025).

 

Orocon-Carothers JV3,* Oxford, Mississippi, was awarded a $13,303,500 firm-fixed-price contract for construction of the Bluegrass Army Depot consolidated shipping center project.  Bids were solicited via the Internet with five received. Work will be performed in Richmond, Kentucky, with an estimated completion date of March 23, 2018.  Fiscal 2015 military construction funds in the amount of $13,303,500 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0017).

 

Honeywell International Inc., Clearwater, Florida, was awarded a $12,984,800 modification (P4V06) to foreign military sales (Qatar, Netherlands, Australia, Saudi Arabia, and Mexico) contract FA8540-13-D-0002 for procurement of 139 production units of embedded global positioning system/inertial navigation system.  Work will be performed in the aforementioned countries with an estimated completion date of June 1, 2019.  Fiscal 2016 other funds in the amount of $12,984,800 were obligated at the time of the award.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

 

Reliable Contracting Group LLC,* Louisville, Kentucky, was awarded a $9,568,280 firm-fixed-price contract to replace pump house and truck fill station.  Bids were solicited via the Internet with four received. Work will be performed at Moody Air Force Base, Georgia, with an estimated completion date of March 27, 2018.  Fiscal 2016 military construction funds in the amount of $9,568,280 were obligated at the time of the award.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-16-C-0017).

 

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $9,514,091 modification (P00040) to contract W56HZV-14-C-B019 for the acquisition of tooling and non-recurring engineering that will support the production of Stryker vehicles in the double V-hull engineering change proposal configuration.  Work will be performed in Sterling Heights, Michigan, with an estimated completion date of June 30, 2019.  Fiscal 2016 other funds in the amount of $9,514,091 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Ceradyne Inc., Costa Mesa, California, was awarded a $7,698,335 modification (P00016) to contract W91CRB-14-C-0005 to exercise the low-rate initial production contract line item option to procure 5,370 integrated head protection systems, a component of the Soldier Protection System.  Work will be performed in Costa Mesa, California, with an estimated completion date of Oct. 6, 2017.  Fiscal 2016 operations and maintenance, Army funds in the amount of $7,698,335 were obligated at the time of the award.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

The Lockheed Martin Corp., Palmdale, California, has been awarded a $147,329,859 cost-sharing, other transaction for prototype agreement for a research project under the Tactical Boost Glide (TBG) program. Fiscal 2016 research and development funds in the amount of $13,426,410 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-16-9-0008).

 

Xilinx Inc., San Jose, California, has been awarded a single phase $9,000,000 technology investment agreement for the Analog Mixed Signal (AMS) Field Programmable Gate Array (FPGA) System on Chip (SoC) program. Work will be performed in San Jose, California, with an expected completion date of September 2017. Fiscal 2016 research and development funds in the amount of $9,000,000 are being obligated at time of award. This agreement was a sole-source acquisition. Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-16-3-00004).

 

AIR FORCE

 

Al Raha Group for Technical Services, Riyadh, Saudi Arabia, has been awarded a $355,903,318 firm-fixed-price contract for F-15 Saudi Arabia integrated fleet support services. Contractor will provide comprehensive material management of unclassified spares, support equipment, and support services required to support base stand-ups and continued F-15 and F-15SA Royal Saudi Air Force flying operations. Work will be performed in the kingdom of Saudi Arabia and McDonough, Georgia, and is expected to be complete by Dec. 31, 2017. This contract is 100 percent foreign military sales to Saudi Arabia. This award is the result of a sole-source acquisition. Air Force Life Cycle management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8505-13-C-0012).

 

Harris Corp., Clifton, New Jersey, has been awarded a $54,928,643 cost-plus-fixed-fee contract for engineering services applicable to the AN/ALQ-172 Line Replaceable Unit-1 countermeasures receiver.  Contractor will provide non-recurring engineering services for the form, fit and function interface as well as conduct redesign, development of data, manufacturing and delivery of prototypes that will meet legacy specification requirements.  Work will be performed at Clifton, New Jersey, and is expected to be complete by Sept. 18, 2020. This award is the result of a sole-source acquisition. Fiscal 2016 consolidated sustainment activity group-engineering funds in the amount of $54,928,643 are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8522-16-C-0007).

 

Technology Service Corp., Silver Spring, Maryland, has been awarded a $48,683,329 cost-plus-fixed-fee contract for Rapid Reaction Technologies and Systems Small Business Innovation Research III effort. Contractor will use rapid prototyping processes and modular architectures to deliver mission critical and urgent technological capabilities. Work will be performed at Wright Patterson Air Force Base, Ohio, and is expected to be complete by Sept. 20, 2021. This award is the result of a sole-source acquisition. Fiscal 2016 research, development, test and evaluation funds in the amount of $6,000,000 are being obligated at the time of award. Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-16-C-9205).

 

CAE USA Inc. - Training Services, Tampa, Florida, has been awarded a $31,939,539 modification (P00093) to exercise option on previously awarded contract FA8223-10-C-0013 for support of the KC-135 aircrew training systems. Work will be performed at Altus Air Force Base (AFB), Oklahoma; Seymour Johnson AFB, North Carolina; MacDill AFB, Florida; Fairchild AFB, Washington; Hickam AFB, Hawaii; March Air Reserve Base, California; Milwaukee Air National Guard Base, Wisconsin; Scott AFB, Illinois; Grissom AFB, Indiana; McConnell AFB, Kansas; Pittsburgh ANG Base, Pennsylvania; Kadena Air Base, Japan; and Mildenhall AB, United Kingdom, and is expected to be complete by May 30, 2018. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

 

Northrop Grumman Technical Services Inc., Herndon, Virginia, has been awarded a $18,106,861 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for requirements pertaining to product data systems support. Contractor will provide all labor, supplies, and technical support services necessary to operate and maintain Robins Air Force Base, Georgia, product data hardware and software  to aid government customers in managing and executing technical data generation, acceptance and sustainment activities, cleansing and migration efforts necessary to prepare data for transition into modernized Air Force enterprise level systems. Work will be performed at Robins Air Force Base, Georgia; and Warner Robins, Georgia. This task order is funding a period of performance of Sept. 16, 2016 through Sept. 15, 2017. This award is the result of a sole-source acquisition. Fiscal 2016 operations and  maintenance; and Consolidated Sustainment Activity Group funds in the amount of $18,106,861 are being obligated for task order 0003 at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8501-15-D-0008-0003).

 

Northrop Grumman Information Systems, Herndon, Virginia, has been awarded a $12,000,000 modification (P00008) to previously awarded contract FA8750-13-D-0091 for information processing for data to decision making. Contractor will provide continues in-scope activities in support of the functions and customers including the Air Force Research Laboratory's mission partners, Air Combat Command and the 35th Information Squadron. Work will be performed at Herndon, Virginia; and Bellevue, Nebraska, and is expected to be completed by Jan. 6, 2018. No funds are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity. 

 

Long Wave Inc., Oklahoma City, Oklahoma, has been awarded an $11,651,100 firm-fixed-price contract for High Frequency Global Communications System (HFGCS) antenna program support. Contractor will provide necessary engineering, labor, parts and materials for antenna systems inspections, installation, demolition, and maintenance. Work will be performed at Joint Base Elmendorf-Richardson, Alaska; Beale Air Force Base, California; Naval Computer & Telecommunications Area Master Station, Hawaii; Offutt Air Force Base, Nebraska; Joint Base Andrews, Maryland; U.S. Air Force Isabella, Puerto Rico; U.S. Air Force Ascension Auxiliary Air Field, United Kingdom; Royal Air Force Croughton, United Kingdom; Lajes Field, Portugal; Naval Air Station Sigonella, Italy; Naval Support Facility, Diego Garcia; Naval Computer & Telecommunications Area Master Station West Pacific, Guam; and Yokota Air Base, Japan, and is expected to be complete by Sept. 18, 2017. This award is the result of a competitive acquisition with two offers received. Fiscal 2016 operation and maintenance funds in the amount of $11,651,100 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8102-16-D-0006).

 

DEFENSE LOGISTICS AGENCY

 

Burlington Industries LLC, Greensboro, North Carolina, has been awarded a maximum $10,002,000 modification (P00106) exercising the fourth one-year option period of a one-year base contract (SPM1C1-12-D-1072), with four one-year option periods for poly/wool cloth. This is a fixed-price with economic-price-adjustment contract. Location of performance is North Carolina, with a Sept. 26, 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 Troop Support, Philadelphia, Pennsylvania.

 

DEFENSE SECURITY SERVICE

 

Novetta Inc., McLean, Virginia, is being awarded a $9,962,627 cost-plus-fixed-fee contract for the Defense Security Service (DSS) Defense Insider Threat Management and Analysis Center (DITMAC) System of Systems (SoS).  The contract provides for the development and sustainment of the DITMAC SoS required for DITMAC to reach full operating capability.  Work will be performed at the DSS DITMAC office located in Arlington, Virginia, with an expected completion date of Sept. 25, 2020.  Fiscal 2016 research, development, test and evaluation; and fiscal 2016 operation and maintenance funding in the amount of $2,556,590 are being obligated at time of award. This contract was a sole-source acquisition, and only one offer was solicited and received.  The DSS Office of Acquisitions, Quantico, Virginia, is the contracting activity (HS0021-16-C-0008).

 

DEFENSE HEALTH AGENCY

 

Enterprise Resource Planned Systems International LLC, Laurel, Maryland, was awarded a $7,660,834 firm-fixed-price task order for information technology services to maintain, operate, and provide engineering and technical support for the Defense Health Agency E-Commerce Program.  This is a one-year base period to include an 11-day transition-in period, with four one-year option periods.  Location of performance is Aurora, Colorado. The base transition-in period of performance will be completed on Sept. 27, 2016.   The Defense Health Agency – Aurora will use this this task order to support Contract Resource Management, Contract Management, and Contract Operations Divisions to procure, manage, and account for the TRICARE Healthcare program for the Department of Defense.  For this task order, fair opportunity was used on the National Institutes of Health Information Technology Acquisition and Assessment Center Chief Information Officer – Solutions and Partners 3 Small Business’s Government-Wide Acquisition Contract, with seven proposals received.  Fiscal 2016 operations and maintenance funds in the amount of $5,680,880; fiscal 2015 research, development, test and evaluation funds in the amount of $1,463,717; and fiscal 2016 research, development, test and evaluation funds in the amount of $516,237 are being obligated at time of award.  The Defense Health Agency Contract Operation Division, Aurora, Colorado, is the contracting activity (HT9402-16-F-0011). (Awarded on Sept. 16, 2016)

 

*Small business