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 Some of the information contained within may be outdated and links may not function.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. 23, 2015

CONTRACTS

 

AIR FORCE

 

GMI-ARCADIS JV, Plano, Texas (FA8903-15-D-0006); Parsons Brinkerhoff - FSB - H&A JV, Virginia Beach, Virginia (FA8903-15-D-0014); and Pond-J.M. Waller LLC, San Antonio, Texas (FA8903-15-D-0015), have been awarded an indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for design and construction services. Contractor will provide architect-engineering (A-E) design and construction service, including A-E services to support military construction, military family housing, and sustainment, restoration and modernization programs worldwide. Work will be performed at government locations worldwide and is expected to be complete by Sept. 22, 2022. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2015 operation and maintenance funds in the amount of $9,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

 

UES Inc., Beavercreek, Ohio, has been awarded a $32,307,768 indefinite-delivery/indefinite-quantity contract for research and development in the area of advanced materials and process development. Contractor will provide for development of materials and processing methodologies that are vital to create advanced materials and devices for future Air Force assets and weapon systems applications. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Dec. 1, 2022. This award is the result of a competitive acquisition with four offers received. Fiscal 2015 research, development, test, and evaluation funds in the amount of $200,974 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-5230).

 

Rockwell Collins Systems Inc., Cedar Rapids, Iowa, has been awarded a $12,037,910 indefinite-delivery requirements contract for support for the systems and items associated with the F-15 and KC-135 aircraft. This follow-on contract will continue support previously provided on multiple separate contracts for spares, repairs and engineering services. Work will be performed at Cedar Rapids, Iowa; or Atlanta, Georgia, and is expected to be complete by Sept. 22, 2020. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8517-15-D-0009).

 

L-3 Communications Link Simulation and Training, Arlington, Texas, has been awarded a $9,149,870 modification (P00051) to previously awarded contract FA8621-13-C-6323 for Predator Mission Aircrew Training System (PMATS) sustainment. Contractor will provide 34 PMATS production units, 13 brief/debrief stations and 11 local area network cabinets. Work will be performed at Arlington, Texas, and is expected to be complete by Feb. 28, 2018. Fiscal 2013 and 2014 aircraft procurement funds in the amount of $9,149,870 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

L-3 Communications Integrated Systems, Greenville, Texas, has been awarded two modifications (P00149 and P00154) to previously awarded contract FA8106-08-C-0005 for mission communications systems for the VC-25A aircraft. Modification P00149 was for $7,263,685 and P00154 was for $6,961,870. Work will be performed at Greenville, Texas, and is expected to be complete by March 30, 2017. Fiscal 2013 aircraft procurement funds in the amount of $14,225,555 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Modification P00149 was awarded on July 24, 2015.

 

ARMY

 

VW International Inc., Alexandria, Virginia, was awarded a $130,000,000 firm-fixed-price contract for transition facilities support services for the William Beaumont Army Medical Center, Ft. Bliss, Texas, with an estimated completion date of Sept. 22, 2018.  Bids were solicited via the Internet with six received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Huntsville, Alabama (W912DY-15-D-0099).

 

WM Builders Inc., Temple, Texas, was awarded a $46,527,000 firm-fixed-price contract with options for the design and renovation of the 1st Cavalry Division Headquarters, Ft. Hood, Texas, with an estimated completion date of March 13, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $46,527,000 were obligated at the time of the award. Army Corps of Engineers, Ft. Worth, Texas, is the contracting activity (W9126G-15-C-0251).

 

Lockheed Martin Corp., Orlando, Florida, was awarded a $27,398,365 modification (P00009) to foreign military sales contract W31P4Q-15-C-0043 (Pakistan, Qatar, Tunisia) for Hellfire missile launch electronic assemblies and upper harnesses.  Work will be performed in Orlando, Florida, with an estimated completion date of May 31, 2018.  Fiscal 2010, 2013, 2014, and 2015 other procurement funds in the amount of $27,398,365 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

SRC TEC, Syracuse, New York, was awarded a $24,600,000 firm-fixed-price contract for 412 reliability maintainability and improvement kits, with an estimated completion date of Sept. 23, 2018.  One bid was solicited with one received.  Funding and work location will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-15-D-0022).

 

Mission 1st Group Inc., Princeton, New Jersey, was awarded a $19,439,379 firm-fixed-price foreign military sales contract (Kuwait, Afghanistan) with options to be performed in Kuwait and Afghanistan, with an estimated completion date of March 23, 2017.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $19,439,379 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-F-0039).

 

DynCorp International LLC, Ft. Worth, Texas, was awarded a $13,743,088 modification (P00101) to contract W58RGZ-13-C-0040 for aviation maintenance.  Work will be performed in Afghanistan with an estimated completion date of Dec. 31, 2015.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $13,743,088 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Intergraph Government Solutions Corp., Madison, Alabama, was awarded an $11,734,728 firm-fixed-price contract for on-site technical support for the Army Records Information Management System. Work will be performed in Alexandria, Virginia, with an estimated completion date of Sept. 26, 2016.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army), and research, development, testing, and evaluation funds in the amount of $11,734,728 were obligated at the time of the award. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-F-0060).

 

AM General LLC, South Bend, Indiana, was awarded an $11,351,579 modification (P00006) to foreign military sales contract W56HZV-15-C-0155 (Lebanon) for 50 high-mobility multipurpose wheeled vehicles.  Work will be performed in Mishawaka, Indiana, with an estimated completion date of May 31, 2016.  Fiscal 2015 other procurement funds in the amount of $11,351,579 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

J.F. Brennan Co. Inc., La Crosse, Wisconsin, was awarded an $8,725,600 firm-fixed-price contract with options for transferring dredged material from Crats Island to the Wabasha Gravel Pit via pipeline. Work will be performed in Wabasha, Minnesota, with an estimated completion date of Jan. 1, 2018.  Bids were solicited via the Internet with two received.  Fiscal 2015 other procurement funds in the amount of $8,725,600 were obligated at the time of the award. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-15-C-0007).

 

Sanaria Inc.,* Rockville, Maryland, was awarded a $7,580,374 firm-fixed-price, multi-year, incrementally funded contract for Phase II clinical trials and manufacturing malaria vaccine. Work will be performed in Rockville, Baltimore, and Silver Spring, Maryland, with an estimated completion date of March 22, 2017.  Bids were solicited via the Internet with one received.  Fiscal 2014 research, development, testing, and evaluation funds in the amount of $2,234,737 were obligated at the time of the award. Army Medical Research Acquisition Activity, Frederick, Maryland is the contracting activity (W81XWH-15-C-0073).

 

Lockheed Martin was awarded a $7,454,634 cost-plus-fixed-fee undefinitized contract for field service representative support for product manager radars contingency operations in Iraq, with an estimated completion date of Sept. 22, 2016.  One bid was solicited with one received.  Fiscal 2014 and 2015 operations and maintenance (Army), and other procurement (Army) funds in the amount of $2,440,000 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-15-C-0023).

 

NAVY

 

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a $120,400,598 cost-plus-incentive-fee and cost reimbursement modification to previously awarded contract N00024-09-C-6247 to exercise an option for engineering services and support of the AN/BVY-1 Integrated Submarine Imaging System (ISIS).  Services will include design, development, testing, reverse engineering, technology insertion/refreshment, engineering services, field engineering services, and system support.  The ISIS provides mission critical, all-weather, visual, and electronic search, digital image management, indication, warning, and platform architecture interface capabilities for attack submarine (nuclear propulsion) (SSN) - SSN688 (Los Angeles class); SSN 21 (Seawolf class); submersible, ship, guided, nuclear (SSGN Ohio class); and SSN 774 (Virginia class) submarines with potential for ship, submersible, ballistic, nuclear (SSBN) (Trident class) and potentially other submarines.  ISIS rolls-up existing components and near-term capabilities, and provides a robust architecture for efficiently inserting future capabilities as they become available, including items leveraged from the SSN 774 (Virginia) class photonics program.  Work will be performed in Manassas, Virginia (72 percent); Virginia Beach, Virginia (9.8 percent); Northampton, Massachusetts (7.5 percent); Arlington, Virginia (4.6 percent); Fairfax, Virginia (4.6 percent); and Newport, Rhode Island (1.5 percent), and is expected to be completed by September 2016.  Fiscal 2014 and 2015 other procurement (Navy); and fiscal 2011, 2012, 2013, 2014, and 2015 shipbuilding and conversion (Navy) funding in the amount of $6,738,308 will be obligated at time of award.   Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

 

PAE Applied Technologies LLC, Fort Worth, Texas, is being awarded a $69,222,886 modification to a previously awarded cost-plus-fixed-fee level of effort contract (N00421-14-C-0038) to exercise an option for range engineering and operations and maintenance services.  Services to be provided include various types of system operations; laboratory and field testing; marine operations and target support services; engineering; range sustainability; maintenance; and data reduction and analysis in support of the Atlantic Test Range and the Atlantic Targets and Marine Operations Division of the Naval Air Warfare Center Aircraft Division.  Work will be performed in Patuxent River, Maryland, and is expected to be completed in September 2016.  Fiscal 2015 research, development, test and evaluation (Navy); and fiscal 2015 operations and maintenance (Navy and defense wide) funds in the amount of $4,901,467 will be obligated at time of award, of which $808,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Prism Maritime LLC,* Chesapeake, Virginia (N00164-15-D-WM61); CDI Marine Co. LLC, Virginia Beach, Virginia (N00164-15-D-WM86); Epsilon Systems Solutions Inc., San Diego, California (N00164-15-D-WM87); L3 Unidyne Inc. Norfolk, Virginia (N00164-15-D-WM88); and Q.E.D. Systems Inc., Virginia Beach, Virginia (N00164-15-D-WM89), are being awarded a combined not-to-exceed $49,900,000 cost-plus-fixed fee, cost-only, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract for the performance of installations and de-installations of surface electronic warfare systems across multiple ship hulls.  Work will include ship alterations, ordnance alterations, and ship changes outside chief of naval operations availability and industrial services such as platform prefabrication/fabrication, system/equipment, shipboard installations, material support, and quality assurance inspection and completion documentation.  This contract combines services for the Navy (87.8 percent) and the governments of Taiwan (5.3 percent), Saudi Arabia (4.8 percent), and the Philippines (2.1 percent) under the Foreign Military Sales program.  Work will be performed in various ship ports as needed and is expected to be completed by September 2020.  Fiscal 2015 other procurement (Navy) funding in the amount of $50,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  Contractors will have the opportunity to propose on each individual task order. Each contractor will receive $10,000 at the time of award.

This contract was competitively procured via the Federal Business Opportunities website, with five offers were received.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

 

Riptide Software Inc., Oviedo, Florida, is being awarded a $47,000,000 firm-fixed-price, indefinite-quantity/indefinite-delivery contract for post-deployment software support and additional upgrade requirements in support of the Combined Arms Command and Control Trainer Upgrade System (CACCTUS) program, managed by Program Manager Training Systems.  CACCTUS immerses trainees in a realistic, scenario-driven environment, enabling commanders and their battle staffs to train or rehearse tactics, techniques, procedures and decision-making processes prior to any physical engagement.  In addition, CACCTUS can provide training across live, virtual, and constructive training networks through interoperability with appropriate command, control, communication, computers, and intelligence (C4I) systems in a training environment.  The CACCTUS will provide critical combined arms command and control integration and fire support coordination training to units leading up to and just prior to participating in live fire exercises and deployment.  Work will be performed in Oviedo, Florida, and is expected to be completed by September 2020. No funds will be obligated at the time of award.  No contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two proposals received.  Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-15-D-7806).

 

Harris Corp., Government Communications Systems Division, Palm Bay, Florida, is being awarded a $45,115,653 firm-fixed-price contract for Block 10.2 ground communications systems, ground communications systems upgrades, and commercial end item antennas.  Harris Corp. will be required to transform the current government-owned Block 10.1 ground communication systems into Block 10.2 systems; and commercial end item antennas for use on programs for the Navy 10th Fleet Navy Cyber Warfare Development Group, the Air Force Space and Missile Command, and others. The purpose of this equipment is to aid the Naval Research Laboratory in researching and developing alternate means of both position time and navigation and communication capabilities for the warfighter in the event of denial, failure, or malfunction of other global positioning systems and military and communication systems.  Work will be performed in Palm Bay, Florida, and is expected to be completed by March 21, 2018.  Fiscal 2015 other procurement (Air Force) funds in the amount of $45,115,653 are being awarded at this time and will not expire at the end of the current fiscal year.  This contract was procured under request for proposal number N00173-15-R-RS03 on the basis of other than full and open competition in accordance with 10 U.S. Code Section 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements.   The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-15-C-6008).   

 

Cardno GS Inc., Charlottesville, Virginia (N62742-15-D-1817); Garcia and Associates, San Anselmo, California (N62742-15-D-1818); International Archaeology, LLC,* Honolulu, Hawaii  (N62742-15-D-1819); and Pacific Consulting Services, Honolulu, Hawaii (N62742-15-D-1820), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award contract for projects located primarily within the Naval Facilities Engineering Command (NAVFAC), Pacific area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all four contracts combined is $40,000,000.  The work to be performed provides for cultural resource management services related to several different types of tasks to be conducted in accordance with commonly accepted professional archaeological and historic preservation standards.  No task orders are being issued at this time.  Work will be performed primarily within the NAVFAC Pacific AOR which includes Guam (60 percent), Hawaii (25 percent), and the Commonwealth of the Northern Mariana Islands (15 percent).   The term of each contract is not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 supervision, inspection, and overhead contract funds in the amount of $20,000 are obligated on these awards and will not expire at the end of the current fiscal year.  These contracts were competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  These four contractors may compete for task orders under the terms and conditions of the awarded contracts.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

 

Oracle America Inc., Redwood City, California, is being awarded a $28,232,420 ceiling increase modification to a previously awarded firm-fixed-price, time and materials, sole-source commercial contract (N65236-13-D-2157) to provide post deployment systems support for Increment 1 of Global Combat Support System - Marine Corps.   This contract is currently in its first option period and the second (final) option period will begin on Sept. 27, 2015. With this ceiling increase modification, it would bring the cumulative value of this contract from $68,500,000 to $96,732,420.  Work will be performed in Redwood City, California, and is expected to be completed by September 2016.  No funds will be obligated at the time of award.  Contract funds will be obligated as individual task orders are issued.  Contract funds will not expire at the end of the current fiscal year.  This contract was previously procured on a sole-source basis with one proposal solicited from Oracle America via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website.  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

 

Raytheon Integrated Defense Systems, St. Petersburg, Florida, is being awarded a $13,987,183 modification to a previously awarded cost-plus-fixed-fee, cost-only-type contract (N00024-13-C-5212) to exercise options for Cooperative Engagement Capability (CEC) design agent and engineering services.  CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units.  CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. Work will be performed in St. Petersburg, Florida, and is expected to be completed by October 2016.  Fiscal 2013, 2014 and 2015 other procurement (Navy); fiscal 2015 operation and maintenance (Navy); fiscal 2014 and 2015 research, development, test and evaluation (Navy); and fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $1,697,868 will be obligated at the time of award and funding in the amount of $959,417 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

BAE Systems Hawaii, Honolulu, Hawaii, is being awarded a $13,705,115 modification to previously awarded contract (N00024-14-C-4412) for fiscal 2015 and 2016 ship inter-availability planning.  BAE will provide administration, continuous maintenance planning and program management for continuous maintenance availabilities, emergent availabilities and windows of opportunity.  Work will be performed at Pearl Harbor, Hawaii, and is expected to be completed by August 2016.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $9,133,057 will be obligated at time of award and will expire at the end of the current fiscal year.  The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

 

Battelle Memorial Institute, Columbus, Ohio, is being awarded a $12,500,000 cost-plus-fixed-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for environmental services and technologies support to satisfy overall operational objectives of the Navy and Marine Corps installations and other federal organizations worldwide.  Support services include technology implementation, technical consultation, research and development, testing and evaluation, administrative support, range cleanup, sustainability and management, site operation and maintenance, climate change initiatives, green and sustainable remediation practices development, leadership in environmental and energy design support, and training. After award of this modification, the total cumulative contract value will be $87,500,000.  No task orders are being issued at this time.  Work will be performed at various locations worldwide, including Navy and Marine Corps facilities in both the continental U.S. and outside the continental U.S., and is expected to be completed by March 2016.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by fiscal 2015 operation and maintenance, (Navy).  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N62583-11-D-0515).

 

Vigor Marine LLC, Portland, Oregon, is being awarded a $9,309,630 firm-fixed-price contract for 55-calendar day shipyard availability for the regular overhaul and dry docking of the USNS Rappahannock (T-AO 204).  Work will include general services, clean and gas free tanks, structural steel repairs, double bottom ballast tank, potable water tank preservation, cargo console wire replacement, shipboard installation of cargo, annual inspection of lifeboats, dry-docking and undock continuation, underwater hull preservation, freeboard preservation, propeller maintenance, and rudder bearing replacement.  The contract includes options which, if exercised, would bring the total contract value to $10,019,252.  Work will be performed in Portland, Oregon, and is expected to be completed by Dec. 14, 2015.  Subject to availability of funds, fiscal 2016 maintenance and repair contract funds in the amount of $9,309,630 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with two offers received.   The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-15-C-1009).

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

Zymergen Inc., Emeryville, California, has been awarded a $12,162,780 fixed-price, payable milestone-based other transaction for prototype agreement with options under the Living Foundries: 1000 Molecules program. Fiscal 2015 research and development funds in the amount of $7,649,882 are being obligated at the time of award. Work will be performed in Emeryville, California (68 percent); Seattle, Washington (13 percent); Berkeley, California (6 percent); Austin, Texas (3 percent), Rockville, Maryland (2 percent); Hayward, California (2 percent); Akron, Ohio (2 percent); Ann Arbor, Michigan (1 percent); Fargo, North Dakota (1 percent); Los Angeles, California (1 percent); and Cambridge, Massachusetts (1 percent), with an estimated completion date of March 2017. This agreement was a competitive acquisition. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-15-9-0014).

 

DEFENSE LOGISTICS AGENCY

 

Burlington Apparel, Greensboro, North Carolina, has been awarded a maximum $9,846,000 modification (P00103) exercising the third one-year option period of a one-year base contract (SPM1C1-12-D-1072) with four one-year option periods for poly/wool cloth for Air Force uniforms. This is a fixed-price with economic-price-adjustment contract. Location of performance is North Carolina, with a Sept. 26, 2016, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

Gentex Corp., Carbondale, Pennsylvania, has been awarded a maximum $7,797,000 firm-fixed-price contract for advanced combat helmets. This was a competitive acquisition with two responses received. This is a seven-month contract with no option periods. The solicitation was issued in accordance with Federal Acquisition Regulation 6.302-2, using justification 10 U.S. Code 2304(c)(2), citing unusual and compelling urgency. Location of performance is Pennsylvania, with an April 30, 2016, performance completion date. Using foreign customer is Afghanistan. Type of appropriation is fiscal 2015 through fiscal 2020 foreign military sale funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-C-0015).

 

UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES

 

Inflexion Management Services*, Silver Spring, Maryland, (HU0001-15-D-E083); Bridges Systems International*, Herndon, Virginia, (HU0001-15-D-E084); Communications Engineering, Inc.*, Newington, Virginia, (HU0001-15-D-E085); Education Management Solutions, LLC.*, Exton, Pennsylvania, (HU0001-15-D-E086); Human Circuit, Inc.*, Gaithersburg, Maryland, (HU0001-15-D-E087); Innoface Systems, Inc.*, Crofton, Maryland, (HU0001-15-D-E088); KLC Network Services, Inc*, Herndon, Virginia, (HU0001-15-D-E089); Maryland Sound and Images, Inc.*, Randallstown, Maryland, (HU0001-15-D-E090); Mechdyne Corp.*, Marshalltown, Iowa, (HU0001-15-D-E091); National Capitol Contracting, LLC*, Arlington, Virginia, (HU0001-15-D-E092); Pershing Technologies, LLC.*, Marriottsville, Maryland, (HU0001-15-D-E093); Strategic Communications, LLC.*, Louisville, Kentucky, (HU0001-15-D-E094); Team Systems International, LLC.*, Ponte Vedra Beach, Florida, (HU0001-15-D-E095); Tribalco, LLC.*, Bethesda, Maryland, (HU0001-15-D-E096); Pragmatics, Inc.*, Reston, Virginia, (HU0001-15-D-E097); Systems Plus, Inc.*, Rockville, Maryland, (HU0001-15-D-E098); and Presentation Products, Inc.*, doing business as Spinitar, La Mirada, California (HU0001-15-D-E099) were awarded a ceiling $51,000,000 indefinite-delivery/indefinite-quantity task order contract for audio/visual and multi-media simulation support infrastructure, distribution planning, systems integration, technical support, and technical expertise for support/design, installation, operations and upgrade planning for all current and future Uniformed Services University locations. Work will be performed in the continental U.S. with an estimated completion date of Aug. 14, 2020.  Funding will be obligated on individual task orders with each contractor receiving a $500 minimum guarantee. This was a competitive acquisition, set-aside for small businesses, and 18 proposals were received.  Uniformed Services University of the Health Sciences is the contracting activity. (Awarded Aug. 14, 2015).

 

 

*Small business