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 Some of the information contained within may be outdated and links may not function.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

 

CONTRACTS

 

ARMY

 

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $148,725,000 modification (P00357) foreign military sales contract (Taiwan) W58RGZ-12-C-0008 for six UH-60M uniquely configured aircraft for Taiwan National Airborne Service Corp.  Work will be performed in Stratford, Connecticut, with an estimated completion date of Dec. 31, 2021. Fiscal 2016 other funds in the amount of $14,872,500 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $38,386,000 modification (P00334) foreign military sales contract (Tunisian) W58RGZ-12-C-0008 for four UH-60M uniquely modified aircraft in support of the Tunisian Ministry of National Defense.  Work will be performed in West Palm Beach, Florida, with an estimated completion date of April 30, 2020. Fiscal 2016 other funds in the amount of $3,838,600 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Harper Construction Co. Inc., San Diego, California, was awarded a $33,800,153 firm-fixed-price contract for the design and construction of a depot maintenance dock hangar.  Bids were solicited via the Internet with six received, with an estimated completion date of Sept. 28, 2018.  Fiscal 2016 military construction funds in the amount of $33,800,153 were obligated at the time of the award.  Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-16-C-0045).

 

Nova Group Inc., Napa, California, was awarded a $32,812,500 firm-fixed-price contract for the construction and replacing a hydrant fuel system.  Bids were solicited via the Internet with four received, with an estimated completion date of April 27, 2018.  Fiscal 2016 military construction funds in the amount of $32,812,500 were obligated at the time of the award.  Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-16-C-0026).

 

Oshkosh Defense, Oshkosh, Wisconsin, was awarded a $31,159,954 modification (P000903) foreign military sales contract (Iraq) W56HZV-09-D-0159 for procuring 149 Family of Medium Tactical Vehicles and 19 B-kits.  Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of July 31, 2018. Fiscal 2010, 2015, 2016 other procurement (Army); and other funds in the amount of $31,159,954 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Blackhawk Management Corp.,* Houston, Texas, was awarded a $29,317,797 cost-plus-fixed-fee contract for the Guardrail Electronic Intelligence Advance Quick Look subsystems. Bids were solicited via the Internet with one received. Funding and work location will be determined with each order, with an estimated completion date of Sept. 28, 2021. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-16-D0017).

 

General Dynamics, Warren, Michigan, was awarded a $27,093,060 firm-fixed-price contract for 45 sets of Abrams M1A2 System Enhanced Package legacy components. Bids were solicited via the Internet with one received, with an estimated completion date of Aug. 29, 2017. Fiscal 2016 operations and maintenance Army funds in the amount of $27,093,060 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0190).

 

Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $26,898,725 firm-fixed-price contract for the renovation and repair of Building K on Fort Meade. Bids were solicited via the Internet with four received, with an estimated completion date of Oct. 9, 2018. Fiscal 2016 operations and maintenance Army funds in the amount of $26,898,725 were obligated at the time of the award. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-16-C-0036).

 

OHL USA, New York, New York, was awarded a $25,419,020 firm-fixed-price contract with options for improvements to the Santa Ana River Channel.  Bids were solicited via the Internet with five received. Work will be performed in Yorba Linda, California, with an estimated completion date of Aug. 1, 2019.  Fiscal 2016 other procurement funds in the amount of $24,419,020 were obligated at the time of the award.  Army Corps of Engineers, Los Angeles, California. is the contracting activity (W912PL-16-C-0037).

 

Med Trust LLC, San Antonio, Texas, was awarded a $21,107,833 firm-fixed-price contract for registered nursing services.  One bid was solicited with one received. Funding and work location will be determined with each order. Army Medical Command, Ft. Sam Houston, Texas, is the contracting activity (W81K04-16-D-0039).

 

Bukkehave Inc.,* Ft. Lauderdale, Florida, was awarded a $18,251,875 modification (0023) to foreign military sales contract (Iraq) W56HZV-14-D-0149 for Mercedes Benz Atego general transport, water tank, and fuel tank trucks .  Work will be performed in France and Germany, with an estimated completion date of April 28, 2017.  Fiscal 2016 other procurement funds in the amount of $18,251,875 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Tsay/Ferguson-Williams LLC, San Juan Pueblo, New Mexico, was awarded a $26,584,056 modification (P00168) to contract W9124M-09-C-0002 for base operations maintenance and support.  Work will be performed at Ft. Stewart and Hunter Army Airfield, Georgia, with an estimated completion date of Sept. 30, 2017.  Fiscal 2017 operations and maintenance (Army) funds in the amount of $ $26,584,046 subject to the availability of funds were obligated at the time of the award.  Army Contracting Command, Ft. Stewart, Georgia, is the contracting activity.

 

JE Hurley Construction Inc.,* Colorado Springs, Colorado, was awarded an $18,030,060 firm-fixed-price contract with options for Air National Guard Building 900, Buckley Air Force Base, Aurora, Colorado.  Bids were solicited via the Internet with four received, with an estimated completion date of Sept. 25, 2017.  Fiscal 2016 other procurement funds in the amount of $18,030,060 were obligated at the time of the award.  National Guard Bureau, Arlington, Virginia, is the contracting activity (W9133L-16-C-0102).

 

Lockheed Martin Corp., Oswego, New York, was awarded a $17,767,875 modification (P00007) to foreign military sales contract (Saudi Arabia, Korea, Qatar) W52P1J-16-C-0007 for definitization of Modernized Radar Frequency Interferometer (M-RFI) Lot 1 systems for the AH-64E helicopter.  Work will be performed in Oswego, New York, with an estimated completion date of Jan. 31, 2019  Fiscal 2014, 2015, and 2018 other procurement funds in the amount of $17,767,875  were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded a $15,473,200 firm-fixed-price contract for beach nourishment.  Bids were solicited via the Internet with three received. Work will be performed in Cape May, New Jersey, with an estimated completion date of March 1, 2017.  Fiscal 2016 operations and maintenance (Army); and other procurement funds in the amount of $15,473,200 were obligated at the time of the award.  Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-16-C-0058).

 

 

Longbow LLC, Orlando, Florida, was awarded a $13,886,844 modification (P00007) to contract W58RGZ-15-C-0078 for 14 additional radar electronic units.  Work will be performed in Orlando, Florida, with an estimated completion date of Aug. 31, 2019.  Fiscal 2014 other procurement funds in the amount of $6,943,422 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Booz Allen Hamilton, McLean, Virginia, was awarded a $13,203,323 firm-fixed-price contract with options for cyber security enterprise support.  Bids were solicited via the Internet with three received. Work will be performed at Ft. Belvoir, Virginia, with an estimated completion date of Sept. 28, 2021.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $13,203,323 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-16-C-0074).

 

Lockheed Martin, Orlando, Florida, was awarded a $10,357,916 firm-fixed-price, multi-year, foreign military sales (Kuwait) contract with options for Modernized Target Acquisition Designation Sight (M-TADS) postproduction support to the Kuwait Air Force AH-64D Apache attack helicopter program.  One bid was solicited with one received. Funding and work location will be determined with each order. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-16-D-0110).

 

Bohannan Huston Inc.,* Albuquerque, New Mexico, was awarded a $9,000,000 firm-fixed-price contract with options for survey and photogrammetric mapping.  Bids were solicited via the Internet with 11 received, with an estimated completion date of Sept. 27, 2021.  Funding and work location will be determined with each order.   Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-16-D-0018).

 

Huang-Gaghan JV,* Alexandria, Virginia, was awarded an $8,800,954 firm-fixed-price contract with options for boiler repair.  Bids were solicited via the Internet with two received. Work will be performed at Ft. Belvoir, Virginia, with an estimated completion date of March 27, 2019.  Fiscal 2014 other procurement funds in the amount of $8,800,954 were obligated at the time of the award.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-16-C-0053).

 

Western Marine Construction,* Seattle, Washington, was awarded an $8,752,300 firm-fixed-price contract for breakwater construction.  Bids were solicited via the Internet with three received. Work will be performed in Port Lyons, Alaska, with an estimated completion date of Jan. 4, 2018.  Fiscal 2016 other procurement funds in the amount of $8,752,300 were obligated at the time of the award.  Army Corps of engineers, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-16-C-0014).

 

Koontz Electric Co. Inc., Morrilton, Arkansas, was awarded an $8,022,694 contract for gate automation.  Bids were solicited via the Internet with two received. Work will be performed in Sault Sainte Marie, Michigan, with an estimated completion date of Dec. 15, 2018.  Fiscal 2015 other procurement funds in the amount of $8,022,694 were obligated at the time of the award.  Army Corps of Engineers, Buffalo, New York, is the contracting activity (W911XK-16-C-0023).

 

HGL Construction Inc., * Midwest City, Oklahoma, was awarded a $7,981,001 modification (0002) to contract W912BV-15-D-0026 to replace heating, ventilation, and air conditioning systems.  Work will be performed in Building 2025, Ft. Sill, Oklahoma, with an estimated completion date of July 30, 2018.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,981,001 were obligated at the time of the award.  Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

 

DUCOM Inc.,* Silver Spring, Maryland, was awarded a $7,731,854 modification (P00016) to contract W52P1J-15-C-0089 for logistical integration.  Work will be performed in Rock Island, Illinois, with an estimated completion date of Sept. 27, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $2,777,862 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

MSMM Engineering Inc., New Orleans, Louisiana, was awarded a $7,500,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract with options for architectural and engineering service for civil works projects, Army Corps of Engineers, Ft. Worth District.  Bids were solicited via the Internet with nine received. Funding and work location will be determined with each order. Army Corps of Engineers, Ft. Worth, Texas, is the contracting activity (W9126G-16D-0017).

 

Saab Defense and Security USA LLC, Orlando, Florida, was awarded a $7,200,000 firm-fixed-price, multi-year contract for live-fire training range support.  One bid was solicited with one received.  Funding and work location will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0138).

 

UPDATE: Loyal Source Government Services LLC, *Orlando, Florida (W81K04-16-D-0008), has been added to a $52,000,000 multiple award task order contract announced on May 20, 2016, with International Healthcare Staffing Alliance,* Honolulu, Hawaii (W81K04-16-D-0006); Saratoga Medical Center Inc.,* Fairfax, Virginia (W81K04-16-D-0007); Medpro Technologies LLC,* San Antonio,  Texas (W81K04-16-D-0009); and Vesa Health & Technology Inc.,* San Antonio, Texas (W81K04-16-D-0010).

 

AIR FORCE

 

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $127,485,710 modification (P00089) to previously awarded contract FA8810-13-C-0001 for Space-Based Infrared System (SBIRS) contractor logistics support. Contractor will provide operations and sustainment and factory infrastructure support services for the SBIRS program. Work will be performed in Sunnyvale, California; and Colorado Springs, Colorado, and is expected to be complete by Sept. 30, 2017.  No funds are being obligated at the time of award. The Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

 

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded an $89,486,334 modification (P00038) to a previously awarded contract (FA8808-12-C-0010) for Advanced Extremely High Frequency satellite vehicles 5 and 6. Contractor will implement acoustic testing and verification to space vehicles 5 and 6 as a risk reduction effort. Work will be performed at Sunnyvale, California, and is expected to be complete by June 30, 2021. Fiscal 2016 space procurement funds in the amount of $11,795,000 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

 

Raytheon Co., El Segundo, California, has been awarded a $59,619,414 firm-fixed-price requirements contract for repair of B-2 radar antenna parts. Work will be performed at El Segundo, California, and is expected to be complete by Sept. 27, 2021. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-16-D-0016).

 

Northrop Grumman Technology Services, Clearfield, Utah, has been awarded a $45,852,043 task order (FA8202-16-F-0020) to previously awarded contract FA8202-09-D-0003 for A-10 sustainment. Contractor will provide Aircraft Structural Integrity Program modernization engineering services in support of structural analysis modernization, testing, on-site support, nondestructive inspections, technical data revisions, and flight data recorder data processing tools and processes. Work will be performed at Clearfield, Utah; and Hill Air Force Base, Utah, and is expected to be complete by June 10, 2020. Fiscal 2016 operations and maintenance funds in the amount of $8,256,088 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

 

General Dynamics Information Technology Inc., Fairfax, Virginia (FA8650-16-D-5523); and Universal Technology Corp., Dayton, Ohio (FA8650-16-D-5524), have been awarded a shared $46,600,000 multiple award, fair opportunity, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for research and development associated with the  Manufacturing and Industrial Technologies program. This effort is to provide research and development directed to increase knowledge and advance the state-of-the-art of manufacturing technology in order to bridge the gap between military manufacturing requirements and industrial capabilities. The location of performance for General Dynamics Information Technology Inc. is Fairfax, Virginia; and the location of performance for Universal Technology Corp. is Dayton, Ohio, and the work is expected to be completed by Sept. 30, 2024. This award is the result of a competitive acquisition with three offers received. Fiscal 2016 research, development, test, and evaluation funds in the amount of $10,000 is being obligated to General Dynamics Information Technology Inc. at the time of award; and fiscal 2015 procurement funds in the amount of $2,000,000 will be obligated to Universal Technology Corp. at the time of award. Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity.

 

DSD Laboratories Inc., Sudbury, Massachusetts,* has been awarded a $16,677,000 task order on a previously awarded NETCENTS II Application Services contract for delivery of an integrated supply chain planning service to enhance weapon systems support at Air Force sustainment center locations. Contractor will provide consolidation of legacy system processes, create a more efficient supply chain planning workforce, and improve inventory performance for maintenance operations while improving war-fighter support through agile and integrated planning processes with a robust exception management and analytics capability. Work will be performed at Sudbury, Massachusetts, and is expected to be complete by Sept. 29, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal 2016 Capital Improvement Program and working capital funds in the amount of $16,677,000 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8109-16-F-0019).

 

Beechcraft Defense Co., Wichita, Kansas, has been awarded a $12,190,497 modification (P00009) to previously awarded contract FA8620-15-C-3016 for the Iraq King Air 350 program. Contractor will provide contractor logistics support including basic life support, cost per flight hour, aircraft components, parts and accessories. Work will be performed in Iraq, and is expected to be complete by March 31, 2017. This contract is 100 percent foreign military sales to Iraq. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-C-3016).

 

GSD&M Idea City LLC, Austin, Texas, has been awarded a $9,998,670 modification (01) to previously awarded contract FA3002-08-D-0019-0120 for national television advertising.  Contractor will provide additional on-line and television media in support of the Air Force Recruiting Service television campaign for calendar year 2016. Work will be performed in Austin, Texas, and is expected to be complete by June 30, 2017.  Fiscal 2016 operations and maintenance funds in the amount of $9,998,670 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity.

 

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $7,618,681 modification (P00284) to previously awarded contract FA8625-12-C-6598 for the acquisition of 80 Large Aircraft Infrared Countermeasures. Work will be performed at Rolling Meadows, Illinois, and is expected to be complete by Sept. 30, 2018. Fiscal 2016 Air Force and Navy procurement funds in the amount of $7,618,681 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Doyon Utilities LLC, Fairbanks, Alaska, has been awarded a maximum $111,622,642 modification (P00152) to a 50-year contract (SP0600-07-C-8263) incorporating interim tariff rates as ordered by the Regulatory Commission of Alaska. This is a regulated tariff contract. Location of performance is Alaska, with an Aug. 14, 2058, performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 through fiscal 2058 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

Serco Inc., Reston, Virginia, has been awarded a maximum $86,020,886 firm-fixed-price contract with cost reimbursable line items for chemical management services. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with two responses received. Locations of performance are Virginia, North Carolina, Florida, and California, with a Sept. 27, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300-16-C-5007).

 

Brad Hall & Associates Inc.,* Idaho Falls, Idaho (SPE600-16-D-8512, $55,448,730); and DES Wholesale LLC,** Milton, Georgia (SPE600-16-D-8518, $12,455,474), have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE600-16-R-0223 for various types of fuel. These were competitive acquisitions with 32 offers received. They are four-year contracts with no option periods. Locations of performance are Alabama, Arkansas, Florida, Georgia, Louisiana, Missouri, Mississippi, North Carolina, and South Carolina, with an Oct. 31, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, federal civilian agencies, Veterans Affairs, and the Defense Logistics Agency. Type of appropriation is fiscal 2017 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

BAE Systems, Wayne, New Jersey, has been awarded a maximum $29,400,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and repair of the AN/ASN-157 Doppler navigation set. This was a sole-source acquisition using justification 10 U.S.Code 2304(c)(1). This is a five-year contract with no option periods. Location of performance is New Jersey, with a Sept. 27, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-16-D-0046).

 

Coachys and Associates,*** Roswell, Georgia, has been awarded a maximum $12,499,907 firm-fixed-price contract for camouflage parkas. This is a one-year base contract with two one-year option periods. This was a competitive acquisition with five responses received. Locations of performance are Georgia and Tennessee, with a Sept. 28, 2017, performance completion date. Using military service is Army. 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 (SPE1C1-16-D-1087).

 

NCP Coatings,* Niles, Michigan, has been awarded a maximum $11,000,000 firm-fixed-price with economic-price-adjustment contract for enamel products. This was a competitive acquisition with five offers received. This is a two-year base contract with three one-year option periods. The maximum dollar value is for the life of the contract, including the options. Location of performance is Michigan, with a Sept. 27, 2021, performance completion date. Using service is Navy. 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 (SPE8EG-16-D-0059).

 

Veyance Technologies Inc., Fairlawn, Ohio, has been awarded a $10,985,379 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Abrams track pad assemblies. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Ohio, with a Sept. 28, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-16-D-0054).

 

Nordam Group Inc., Tulsa, Oklahoma, has been awarded a maximum $10,277,769 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-16 wing flaps. This was a competitive acquisition with two offers received. This is a five-year base contract with no option periods. Location of performance is Oklahoma, with a Sept. 30, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA4-16-D-0004).

 

Triumph Engine Controls Systems LLC, West Hartford, Connecticut, has been awarded a maximum $8,621,592 firm-fixed-price contract for jet engine fuel pumps. This was a competitive acquisition with one offer received. This is a one-year contract with no option periods. Location of performance is Connecticut, with a July 1, 2019, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-16-C-0148).

 

NAVY

 

B3 Enterprises LLC,* Woodbridge, Virginia (N69450-16-D-1117); Birmingham Industrial Construction LLC,* Alabaster, Alabama (N69450-16-D-1118); Blue Cord Design and Construction LLC,* Orlando, Florida (N69450-16-D-1119); KMK Construction Inc.,* New Bern, North Carolina (N69450-16-D-1120); Polu Kai Services LLC,* Falls Church, Virginia (N69450-16-D-1121); and VetFed-Pacific Tech JV 1,* Kennewick, Washington (N69450-16-D-1122), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all six contracts combined is $75,000,000.  The work to be performed provides for, but is not limited to, new construction, renovation, alteration, demolition, roofing, and repair work for general building types including industrial, infrastructure, administrative, training, dormitory, and community support facilities.  VetFed-Pacific Tech JV 1 is being awarded task order 0001 at $988,292 for conversion of building 792 at Naval Air Station Jacksonville, Florida.  Work for this task order is expected to be completed by December 2017.  All work on this contract will be performed primarily within NAVFAC Southeast Jacksonville (75 percent); and Orlando, Florida (20 percent); and the remainder within the NAVFAC Southeast AOR (5 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2021.  Fiscal 2016 defense working capital funds (Navy); and operations and maintenance (Navy) contract funds in the amount of $993,292 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 27 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

 

Interstate Electronics Corp., Anaheim, California, is being awarded $36,379,160 for modification P00002 under previously awarded, cost-plus-fixed-fee, cost-plus-incentive-fee contract N00030-16-C-0040 to exercise options for flight test instrumentation engineering services support.  The work will be performed in Anaheim, California (55 percent); Cape Canaveral, Florida (27 percent); Washington, District of Columbia (4 percent); Bremerton, Washington (3 percent); Kings Bay, Georgia (3 percent); Norfolk, Virginia (3 percent); Laurel, Maryland (2 percent); Silverdale, Washington (2 percent); Austin, Texas (less than 1 percent); El Segundo, California (less than 1 percent); with an expected completion date of March 31, 2018.  Subject to availability of funds, fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $35,886,579; fiscal 2017 research development test and evaluation, Navy contract funds in the amount of $283,931; and United Kingdom funds in the amount of $208,650 will be obligated on this award.  Contract funds will not expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

 

Science Applications International Corp., McLean, Virginia, is being awarded a maximum amount $30,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for professional architectural and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  The work to be performed provides for digital real estate cadastral services, geographic information system mapping, database management, and engineering services.  Task order 0001 is being awarded at $206,203 to monitor and measure the overall implementation of the GeoReadiness Enterprise Program, to ensure that it is effectively supporting Navy Shore Enterprise stakeholders.  Work for this task order is expected to be completed by September 2018.  All work on this contract will be performed at various Navy and Marine Corps facilities within the NAVFAC Southeast AOR.  The term of the contract is not to exceed 60 months with an expected completion date of September 2021.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $206,203 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operation and maintenance (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website with seven proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-16-D-0101).

 

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded $27,000,728 for firm-fixed-price delivery order 0002 against a previously issued basic ordering agreement (N68335-15-G-0003) to establish depot capability for the P-8A Poseidon HF-121C and ARC-210 radio components at the Fleet Readiness Center Southwest.  Work will be performed at the Naval Air Station, Patuxent River, Maryland (50 percent); and North Island, California (50 percent), and is expected to be completed in January 2020.  Fiscal 2014 aircraft procurement (Navy) funds in the amount $27,000,728 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

 

Northrop Grumman Systems Corp., Melbourne, Florida, is being awarded $19,976,836 for modification P000003 to a previously awarded cost-plus-incentive-fee contract (N00019-15-C-0091) for the integration of the following capabilities in support of the E-2D Advanced Hawkeye aircraft:  Secure Internet Protocol Router Chat by way of Beyond Line of Sight; Improved Link 16; Concurrent Multi-Netting; Tactical Targeting Network Technology (TTNT) by way of integrating Multifunctional Information Distribution System Joint Tactical Radio System (MIDS JTRS); and Cooperative Engagement Capability Accelerated Mid-Term Interoperability Improvement Program.  In addition, this modification provides for incorporation of new S-Band frequencies to the MIDS-JTRS TTNT terminal, as well as to add new additional cybersecurity requirements.  Work will be performed in Melbourne, Florida (65 percent); McKinney, Texas (20 percent); Scottsdale, Arizona (10 percent); Salisbury, Maryland (3 percent); and Boulder, Colorado (2 percent), and is expected to be completed in December 2019.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $400,000 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.

 

The Boeing Co., Seattle, Washington, is being awarded a $17,336,797 modification to a previously awarded firm-price incentive (firm-target) contract (N00019-14-C-0067).  This modification provides for incorporation of an engineering change proposal for incorporation of the early warning self-protection large aircraft infrared counter measure, system processor replacement and Project 360 in support of the P-8A Multi-mission Maritime aircraft.  This modification provides for incorporation into 13 full-rate production (FRP) Lot 2 aircraft (9 U. S. Navy and 4 Royal Australian Air Force (RAAF); 22 FRP Lot 3 aircraft (18 U.S. Navy and 4 RAAF). Work will be performed in Seattle, Washington, and is expected to be completed in December 2018.  Fiscal 2014, 2015 and 2016 aircraft procurement (Navy) funds in the amount of $12,486,453 will be obligated at time of award, $282,830 of which will expire at the end of the current fiscal year.  This contract combines the purchase of Navy ($12,486,453; 72.02 percent); and the government of Australia ($4,850,334; 27.98 percent) under a cooperative agreement.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

TKH-ASI LLC*, Kahului, Hawaii, is being awarded $13,200,000 for firm-fixed-price task order 0003 under a previously awarded, multiple award construction contract (N62478-16-D-4016) for repair and renovation of Building 1805H at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for repairing/replacing interior finish materials (floors, ceiling, and walls); replacing bathroom fixtures; repairing common areas including the kitchen, dayroom, supply room, laundry areas, and stairwells; refurbishing window operators as required; repainting the exterior; replacing the roof/apply a cool roof; and applying seismic upgrades. Mechanical work will repair/replace plumbing/water storage systems, fire sprinklers, and heating, ventilation, and air conditioning systems.  Electrical work will replace lights and install motion sensor switches in the rooms; repair/replace the electrical transformer, audio visual system, security system, and fire alarm system.  Minor construction work will partially demolish non-structural walls in the dorm rooms; construct partition walls in the second floor lounge/game room; and install gutters, downspouts, and splash blocks.  Work will be performed in Oahu, Hawaii, and is expected to be completed by October 2018.  Fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $13,200,000 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

 

TECO Inc., Tampa, Florida, is being awarded $12,823,690 for firm-fixed-price task order 0004 under a previously issued basic ordering agreement (N69450-12-G-0017) for energy improvements at Naval Station Mayport.  The work to be performed provides for the design and installation of the following: interior lighting upgrades in 42 facilities and exterior lighting upgrades in 24 facilities; water conservation upgrades in 43 facilities; direct digital control system upgrades in 27 facilities which includes improved use of existing equipment (building control optimization), and improved control over the introduction of outside air (demand control ventilation); heating, ventilation, and air conditioning system upgrades in five facilities, which includes converting multi-zone air handling units to variable air volume systems, converting constant flow systems to variable primary flow systems, and installing natural gas infrared heating; and electrical system upgrades in seven facilities including the upgrade to TP-1 transformers.  The contractor will also provide three years of performance verification reporting.  Work will be performed in Jacksonville, Florida, and is expected to be completed by November 2017.  No funds will be obligated with this award.  The Energy Independence and Security Act of 2007 authorize agencies to use appropriations, private financing, or a combination to comply with its requirements for Utility Energy Service Contracts for evaluations/project implementation.  For this project, Naval Station Mayport has agreed to pay for the costs of services/construction from project financing which will be obtained by TECO Inc.  The contract was procured under the authority of Title 10 U.S. Code Section 2304(c)(5), statute expressly authorizes or requires that the acquisition be made through another agency or from a specific source, as implemented by Federal Acquisition Regulation 6.302-5.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. 

 

Huntington Ingalls Inc. – Newport News Shipbuilding, Newport News, Virginia, is being awarded a $12,269,190 cost-plus-fixed-fee, incentive-fee, level-of-effort contract for USS Dwight D. Eisenhower (CVN 69) fiscal 2017 planned incremental availability planning requirement.  Work will be performed at the Norfolk Naval Shipyard in Portsmouth, Virginia, and is expected to be completed by September 2017.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $9,000,000 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-4112).

 

Barber-Nichols Inc.,* Arvada, Colorado, is being awarded a $10,744,868 firm-fixed-price modification under a previously awarded cost-plus-fixed-fee, cost, firm-fixed-price contract (N66604-15-C-3045) to exercise options for production of alternators and regulators and long lead material in support of the Mk 48 Mod 6 and Mod 7 Heavyweight Torpedo Program.  The Mk 48 Heavyweight Torpedo is the Navy’s primary submarine launched anti-submarine warfare and anti-surface warfare weapon.  This option involves foreign military sales to the governments of Canada, The Netherlands, and Turkey under the Foreign Military Sales program.  Work will be performed in Arvada, Colorado, and is expected to be completed by December 2017.  Foreign military sales funds in the amount of $10,744,868 are being obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Undersea Warfare Center, Division Newport, Rhode Island, is the contracting activity.

 

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded $10,364,612 for modification to a delivery order 4010 placed against previously issued basic ordering agreement N00019-14-G-0004.  This modification provides for the procurement of five cabin interior kits in support of the VH-3D cabin interior and environmental control system redesign, which will reduce the weight of the aircraft and allow for greater lift capability.  Work will be performed in Stratford, Connecticut (90 percent); and Patuxent River, Maryland (10 percent), and is expected to be completed in July 2018.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $10,364,612 are being obligated on this 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.

 

Ocean Construction Services Inc.,* Virginia Beach, Virginia, is being awarded $8,755,000 for firm-fixed-price task order 0005 under a previously awarded, multiple award construction contract (N40080-15-D-0459) for the restoration and modernization of the heating, ventilation, and air conditioning (HVAC) system at Naval Health Clinic Patuxent River.  Work will be performed in Patuxent River, Maryland, and is expected to be completed by February 2018.  Fiscal 2016 Defense health program contract funds in the amount of $8,755,000 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Public Works Department, Patuxent River, Maryland, is the contracting activity. 

 

Vigor Marine, Portland, Oregon, was awarded a $7,066,873 firm-fixed-price contract for an emergent dry-docking of USS Howard (DDG-83) to accomplish repairs to the Port Controllable Pitch Propeller System.  The contractor will provide the management, technical, procurement, production, testing and quality assurance necessary to prepare and accomplish the repair and alteration of the fiscal 2016 dry docking availability.  This contract includes over and above work which, if invoked, would bring the fully funded amount of this contract to $8,566,028.  Work will be performed in Portland, Oregon, and is expected to be completed by December 2016.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $7,066,873 will be obligated at 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 two offers received.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-16-C-0018). (Awarded on Sept. 27, 2016)

 

DEFENSE INTELLIGENCE AGENCY

 

COLSA Inc., Huntsville, Alabama, was awarded an indefinite-delivery/indefinite-quantity contract (HHM402-16-D-0025) with an estimated contract ceiling of $103,000,000 over a five-year ordering period. The contract will provide scientific computing for analysis technical support to support the Defense Intelligence Agency's Missile and Space Intelligence Center (MSIC). MSIC, located in Huntsville, Alabama, responds to the technical intelligence requirements of Department of Defense planners and decision makers. This requirement is for analytical network, modeling and simulation computationally-intensive computer systems operations, High Performance Computer System operations (HPCS), and HPCS hardware and software maintenance. Performance of this small business contract will primarily take place in Alabama. The acquisition was solicited on the basis of full and open competition, and three proposals were received. To determine the contract award, a best value source selection was conducted in accordance with Federal Acquisition Regulation 15.3, source selection, and as supplemented by the Defense Federal Acquisition Regulation Supplement. Estimated completion of the contract is Sept. 27, 2021. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

 

Integrity Applications of Chantilly, Virginia, was awarded a multiple year, cost-plus-fixed-fee contract (HMM402-16-C-0106) with a maximum ceiling value of $50,899,933. The contract will provide non-personal acquisition, technical, logistical, and administrative support services to the Defense Intelligence Agency. Work will be performed in the National Capital Region. The acquisition was solicited on the basis of full and open competition, and two proposals were received. This award includes a 12-month base period and four 12-month option periods. Estimated completion of the contract is Sept. 27, 2021. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

 

*Small business

**Woman-owned small business

*** Service disabled veteran-owned small business