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 Some of the information contained within may be outdated and links may not function.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 April 10, 2018

CONTRACTS

 

DEFENSE LOGISTICS AGENCY

 

Atlantic Diving Supply Inc.,* doing business as ADS Inc., Virginia Beach, Virginia (SPE8EG-16-D-0023); Berger Cummins JV, Washington, District of Columbia (SPE8EG-16-D-0024); Caterpillar, Mossville, Illinois (SPE8EG-16-D-0025); Inglett and Stubbs International,* Atlanta, Georgia (SPE8EG-16-D-0026); and Texas Power and Associates,* Dallas, Texas (SPE8EG-16-D-0027), are sharing a maximum $260,000,000 modification (P0003) for generators and associated supplies. These are firm-fixed-price, indefinite-delivery/indefinite-quantity, 287-day bridge contracts. Locations of performance are Virginia, Washington, District of Columbia, Illinois, Georgia and Texas, with a Jan. 21, 2019, performance completion date. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

Atlantic Diving Supply Inc.,* doing business as ADS Inc., Virginia Beach, Virginia, has been awarded a maximum $30,000,000 firm-fixed-price with economic-price-adjustment contract for medical equipment. This is a five-year contract with no option periods. This was a competitive acquisition with 31 responses received. Location of performance is Virginia, with an April 9, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-18-D-0011).

 

Burlington Industries LLC, Greensboro, North Carolina, has been awarded a maximum $9,644,250 fixed-price with economic-price-adjustment contract for blue poly/wool cloth. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with one response received. Location of performance is North Carolina, with an April 10, 2019 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1045).

 

Signature Flight Support Corp., Reno, Nevada, has been awarded a minimum $9,207,991 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 50 responses received. This is a 46-month contract with a six-month option period. Location of performance is Nevada with a March 31, 2022, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-18-D-0014).

 

NAVY

 

Trevet Bay West JV, LLC,* San Diego, California, is being awarded a maximum amount of $75,000,000 for firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for Comprehensive Environmental Response, Compensation, and Liability Act/Resource Conservation and Recovery Act/Underground Storage Tank studies and other support services at various Navy and Marine Corps installations in California, Arizona, Nevada, New Mexico, Utah, Washington and other Department of Defense installations nationwide. This provides for a full range of A-E environmental engineering and scientific or technical management services necessary to implement the environmental restoration program and similar media requirements for other Navy environmental programs. These efforts include, but are not limited to studies, investigations, evaluations, consultations, conceptual design, value engineering, risk assessments, pilot or treatability projects to demonstrate innovative technologies, and operation, monitoring and optimization of environmental treatment or control systems. The work also includes A-E services related to either continuation of an existing environmental restoration project or the implementation of new environmental restoration projects. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command, Southwest area of responsibility including, but not limited to California (94 percent); Arizona (1percent); Nevada (1 percent); Colorado (1 percent); New Mexico (1 percent); Utah (1 percent), and other locations in the U. S. (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of April 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by operation and maintenance (Navy). 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 (N62473-18-D-0202).

 

The Boeing Co., St. Louis, Missouri, is being awarded a $64,063,059 cost-plus-incentive-fee contract to restart the stand-off land attack missile - expanded response production line in support of the government of Saudi Arabia, as well as the redesign of obsolete, nearly obsolete, or uneconomical parts to support production and improve future sustainment. Work will be performed in St. Charles, Missouri (97 percent); and other locations (3 percent), and is expected to be completed in March 2019. Foreign military sales funds in the amount of $64,063,059 will be obligated at time of award, none 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)(4). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-C-1057).

 

Manson Construction Co., Seattle, Washington, is being awarded $36,981,575 for firm-fixed-price task order N6247318F4374 under a previously awarded multiple award construction contract (N62473-16-D-1805) for the maintenance dredging of various piers at Naval Base San Diego. The work to be performed provides for maintenance dredging surrounding Piers 4, 5, 8, and Mole to re-establish the design operational and/or berthing required for Navy ships and other visiting vessels. The dredge material is expected to be disposed of at a combination of upland and ocean disposal sites. All dredge spoils for upland disposal will be screened for unexploded ordnance and/or radiological debris before it can be transported to a designated upland disposal site. Work will be performed in San Diego, California, and is expected to be completed by October 2021. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $36,981,575 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity

 

AIR FORCE

 

The Boeing Co., Seattle, Washington, has been awarded a $24,069,475 firm-fixed-price modification (P00027) to previously awarded contract FA8625-16-C-6599 to advance the maturity of the air vehicle design beyond the preliminary design level on the VC-25B. This modification supplements work already taking place under the PAR contract, including the acquisition of two commercial Boeing 747-8 aircraft and VC-25B preliminary design activity. Work will be performed in Seattle, Washington, and is expected to be complete by December 2018. Fiscal 2018 research and development funds in the amount of $20,636,032 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

Cyber Systems & Services Solutions, Bellevue, Nebraska, has been awarded a $15,603,744 indefinite-delivery/indefinite-quantity contract for cyber support services. This contract provides for a qualified team with expertise, theoretical and practical knowledge to support mission operations and mission support. Work will be performed at Lackland Air Force Base, Texas, and is expected to be complete by April 25, 2023. This contract was a competitive acquisition, and seven offers were received. Fiscal 2018 operations and maintenance funds in the amount of $2,929,723 are being obligated at the time of award. The 38th Contracting Squadron, Lackland Air Force Base, Texas, is the contracting activity (FA8773-18-D-8002).

 

AT2, LLC, Severn, Maryland, has been awarded an $8,609,909 firm-fixed-price contract for Air Combat Command and Air Force Global Strike Command primary training ranges operations and maintenance support (OM&S) services. This contract provides for OM&S of range threat, scoring, and feedback systems, as well as provides for target, road, grounds, and limited facility maintenance. Work will be performed at Dare County Range, North Carolina; Poinsett Range, South Carolina; Grand Bay Range, Georgia; Avon Park Range, Georgia; Snyder Range, Texas; Belle Fourche Range, South Dakota; Holloman Ranges, New Mexico; Mountain Home Ranges, Idaho; and Guam Range, Guam. Work is expected to be complete by Dec. 31, 2022. This award is the result of a competitive acquisition and six offers were received. Fiscal 2018 operations and maintenance funds in the amount of $5,923,747 are being obligated at the time of award. Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-18-C-0008).

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Kudu Dynamics, Chantilly, Virginia, was awarded a $7,913,091 cost-plus-fixed-fee contract for a research project on the Harnessing Autonomy for Countering Cyberadversary Systems (HACCS) program. The HACCS program aims to develop technologies for accurately identifying malicious cyberadversary infiltrated networks, generating reliable software exploits for large numbers of known (n-day) vulnerabilities, and creating effective autonomous software agents that can be inserted in the compromised networks via the n-day exploits to safely and reliably neutralize cyberadversary software agents. Work will be performed in Chantilly, Virginia (85 percent); and Arlington, Virginia (15 percent), with an expected completion date of April 2022. Fiscal 2017 research, development, test and evaluation (RDT&E) funding in the amount of $106,000, and fiscal 2018 RDT&E funding in the amount of $400,000 are being obligated at the time of award. This contract was a competitive acquisition under an open broad agency announcement and 30 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001118C0062).

 

*Small business