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 Some of the information contained within may be outdated and links may not function.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 Oct. 30, 2015

CONTRACTS

 

ARMY

 

Kiewit-Tuner JV, Aurora, Colorado, was awarded a $570,746,952 fixed-price-incentive contract for completion of construction of the Eastern Colorado Health Care System replacement medical center facility.  Work will be performed in Aurora, Colorado, with an estimated completion date of Jan. 23, 2018.  Bids were solicited via the Internet with one received.  Fiscal 2016 other funds in the amount of $570,746,952 were obligated at the time of the award.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-16-C-0003).

 

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $245,266,248 modification (P00023) to contract W56HZV-14-C-0002 for Paladin integrated management low-rate initial production option 2 exercise for 30 M109A7 self-propelled howitzers and 30 M992A3 carrier, ammunition, tracked vehicles.  Work will be performed in York, Pennsylvania (82 percent); and Elgin, Oklahoma (18 percent), with an estimated completion date of June 29, 2018.  Fiscal 2014 other funds in the amount of $24,526,625; and fiscal 2015 other funds in the amount of $220,739,623 were obligated at the time of the award.  Army Contracting Command – Tank and Automotive, Warren, Michigan, is the contracting activity.

 

AAI Corp., Hunt Valley, Maryland, was awarded an $110,000,000 indefinite-quantity/indefinite-delivery contract for performance-based logistics for the Shadow drones.  Performance location and funding will be determined with each order, with an estimated completion date of Oct. 29, 2016.  Bids were solicited via the Internet with one received.  Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-16-D-0001).

 

AAI Corp., Hunt Valley, Maryland, was awarded a $32,525,015 firm-fixed-price contract for program management services for Shadow drones performance-based logistics.  Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Oct. 29, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2016 operations and maintenance, Army funds in the amount of $1,566,523 were obligated at the time of the award.  Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-16-C-0013).

 

Pine Bluff Sand & Gravel Co., Pine Bluff, Arkansas, was awarded a $20,000,000 firm-fixed-price contract for stone placement, flood control, Mississippi river and tributaries, Mississippi, Atchafalaya, and Red Rivers, and Old River control channels.  Performance locations and funding will be determined with each order, with an estimated completion date of June 30, 2016.  Bids were solicited via the Internet with two received.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-16-D-0002).

 

Huntsville Rehabilitation Foundation, doing business as Phoenix Services, Huntsville, Alabama, was awarded a $13,956,180 firm-fixed-price contract for custodial services for the Army Garrison-Redstone, Director of Public Works.  Work will be performed at Redstone Arsenal, Alabama, with an estimated completion date of Oct. 31, 2020.  Bids were solicited via the Internet with one received.  Fiscal 2016 operations and maintenance, Army funds in the amount of $2,406,862 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9124P-16-C-0001).

 

Science Applications International Corp., McLean, Virginia, was awarded an $8,949,937 modification (P1N0319) to contract W91QUZ-06-D-0016 for data center internet services, Tier 1 and Tier 2 support for Headquarters Army Reserve Command six-month extension of services.  Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of April 30, 2016.  Fiscal 2016 operations and maintenance, Army funds in the amount of $8,949,937 were obligated at the time of the award.  Army Contracting Command, Fort Sam Houston, Texas, is the contracting activity.

 

AIR FORCE

 

The Boeing Co., Space & Security, St. Louis, Missouri, has been awarded a $281,741,390 fixed-price incentive firm contract for F-15 Combined (V)3 and Radar Modernization Program (RMP) radar upgrades. Contractor will provide procurement, installation, initial spares and support for 17 (V)3, and 29 RMP radars. Work will be performed at St. Louis, Missouri, and is expected to be complete by Jan. 15, 2019. This award is the result of a sole-source acquisition. Fiscal 2014 procurement funds in the amount of $100,675,908; and fiscal 2015 procurement funds in the amount of $181,065,482, are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-16-C-2653).

 

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $262,844,909 firm fixed-price contract with minimal cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for sustainment. Contractor will provide sniper advanced targeting, low-altitude navigation and targeting infrared for night navigation pod, and infrared search and track. Sustainment includes repair and return activities for line replaceable units. This requirement also includes procurement of bench stock, support equipment, depot lay-in parts, and data deliverables. Work will be performed at Orlando, Florida; Warner Robins, Georgia; and Saudi Arabia, and is expected to be complete by Oct. 29, 2020. This contract involves foreign military sales. 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 (FA854016D0001).

 

Sierra Nevada Corp., Mary Esther, Florida, has been awarded a $172,500,000 firm-fixed-price and cost-plus-fixed-fee contract for six A-29 aircraft. Contractor will provide six A-29 aircraft with associated support and equipment. This contract also provides for spares, support equipment, alternate mission equipment, interim contractor support, and engineering technical services for the A-29 aircraft. Work will be performed at Mary Esther, Florida, and is expected to be complete by July 31, 2019. This contract is 100 percent foreign military sales for the republic of Lebanon. This award is the result of a sole-source acquisition. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8637-16-C-6004).

 

DynCorp International LLC, Fort Worth, Texas, has been awarded a $153,000,000 modification (P00043) to exercise the option on previously awarded contract FA8617-12-C-6208 for contractor operated and maintained base supply non-personal services for the Joint Primary Training System T-6A/B Texan II aircraft. Work will be performed at Fort Worth, Texas, and is expected to be complete by Oct. 31, 2016. Fiscal 2016 operations and maintenance; and Navy operations and maintenance funds in the amount of $21,183,955, are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

 

General Dynamics Information Technology Inc., Fairfax, Virginia (FA8650-16-D-5402); UES Inc., Dayton, Ohio (FA8650-16-D-5403); and Azimuth Corp., Beavercreek, Ohio (FA8650-16-D-5404), have been awarded a combined $121,061,000 multiple award, fair opportunity, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for materials research and survivability studies. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Jan. 31, 2022. This award is the result of a competitive acquisition with three offers received. No funds are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $30,493,466 incentive-fee, fixed-price-incentive-fee modification (P00059) to previously awarded contract FA8810-13-C-0002 for Remote Sensing Directorate's Space-Based Infrared Systems (SBIRS) program. Contractor will provide contractor logistics support. Work will be performed at Sunnyvale, California; and Aurora, Colorado, and is expected to be complete by April 30, 2016. Fiscal 2016 research, development, test and evaluation funds in the amount of $313,590 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

 

University of Hawaii Systems, Honolulu, Hawaii, has been awarded a $13,023,081 modification (P0010) to previously awarded contract FA9451-14-C-0258. Contractor will provide transition of operations, management, and research development effort for Maui High Performance Computing for the operation and maintenance of a state-of-the-art computing environment that consists of large-scale parallel computing platforms and the associated software development, technical support, and network connectivity required for support in both classified and unclassified environments. Work will be performed at Kihei, Maui, Hawaii, and is expected to be complete by Jan. 31, 2017. Fiscal 2015 research, development, test and evaluation funds in the amount of $500,000 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity.

 

Azimuth Corp., Beavercreek, Ohio, has been awarded a $9,604,427 task order (0004) to previously awarded contract FA8650-16-D-5404. Contractor will acquire research and development of novel ceramic materials for processible laser gain media and plasmonic systems for optical components and devices. Research and development will encompass precursor materials development, fabrication and processing of plasmonic and ceramic optical components, and exploration of novel optical materials properties and component performance. Work will be performed at Wright-Patterson Air Force Base, Dayton, Ohio, and is expected to be complete by Jan. 31, 2020. Fiscal 2015 research and development funds in the amount of $218,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

UES Inc., Dayton, Ohio, has been awarded a $9,405,601 task order (0005) to previously awarded contract FA8650-16-D-5403 for research and development of radio frequency photonics, hybrid optical apertures and integration. Contractor will develop advanced materials technologies that, singly or in combination, provide advanced radio frequency photonic components, plasmonic and hybrid aperture schemes, and materials solutions with capabilities for next generation systems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Jan. 31, 2020. Fiscal 2015 research and development funds in the amount of $70,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

The Boeing Co., Space & Security Defense, Oklahoma City, Oklahoma, has been awarded a $9,155,744 cost-plus-fixed-fee contract for research on KC-135 adaptive compliant flap tab. Contractor will modify the existing KC-135 flaps as a potential solution to deliver affordable and effective fuel savings. Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by June 30, 2017. This award is the result of a competitive acquisition with 14 offers received. Fiscal 2015 research and development funds in the amount of $9,155,744 are being obligated at the time of award. Air Force Research Labs, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-16-C-5635).

 

Azimuth Corp., Beavercreek, Ohio, has been awarded an $8,715,777 task order (0003) to previously awarded contract FA8650-16-D-5404. Contractor will provide research and development of materials technologies and next generation laser protection capabilities that, singly or in combination, provide protection for aircrews against friendly and hostile lasers operating in the visible and near infrared spectral regions. Research activities will include threat assessments, development of laser protective materials, device design, device fabrication, device testing, pre-production trade studies, and tooling fabrication. Work will be performed at Wright-Patterson Air Force Base and Dayton, Ohio; Camarillo, California; and Santa Rosa, California, and is expected to be complete by Jan. 31, 2019. This award is the result of a sole-source acquisition. Fiscal 2015 research and development funds in the amount of $436,065 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Noble Supply and Logistics,* Rockland, Massachusetts, has been awarded a maximum $195,000,000 modification (P00004) exercising the first 18-month option period of a two-year base contract (SPM8E3-14-D-0002) with two 18-month option periods for maintenance, repair and operations under the tailored logistics support vendor program in U.S. Central Command's area of responsibility. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Massachusetts, with a May 24, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. 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.

 

Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, has been awarded a maximum $195,000,000 modification (P00004) exercising the first 18-month option period of a two-year base contract (SPM8E3-14-D-0001) with two 18-month option periods for maintenance, repair and operations under the tailored logistics support vendor program in U.S. Central Command's area of responsibility. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Virginia, with a May 24, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. 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.

 

UNICOR/Federal Prison Industries, Washington, District of Columbia, has been awarded a maximum $12,075,000 firm-fixed-price contract for physical fitness uniform jackets. This was a competitive acquisition with five response received. This is a one-year base contract with two one-year option periods. Location of performance is Washington, District of Columbia; Virginia; and Florida, with an Oct. 26, 2016, 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-1008).

 

Beacon Point Associates LLC,* Pembroke Pines, Florida, has been awarded a maximum $8,000,000 modification (P00001) exercising the first one-year option period of a 17 1/2-month base contract (SPM2DE-14-D-7602) with three one-year, and one 6 1/2-month option periods for the distribution of a wide range of medical surgical items to facilities within and outside the U.S. that participate in the electronic catalog program. This is a fixed-price with economic-price-adjustment contract. Location of performance is Florida, with an Oct. 31, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. 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.

 

NAVY

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $120,555,991 modification to the previously awarded low-rate initial production Lot IX F-35 Lightning II Joint Strike Fighter advance acquisition contract (N00019-14-C-0002) to procure the non-recurring engineering effort necessary to develop build-to-print packages by variant (F-35A, F-35B, F-35C), to provide Group A and Group A enabler provisions to support future Band 2/5 capabilities of the F-35 Joint Strike Fighter.  Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2018.  Fiscal 2015 research, development, test and evaluation (Air Force); fiscal 2016 research, development, test and evaluation (Air Force and Marine Corps); and non-U.S. Department of Defense participants funds in the amount of $36, 287,605 are being obligated on this award, $9,190,887 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

United Technologies Corp., Pratt & Whitney, Military Engines, East Hartford, Connecticut, is being awarded a $104,290,158 modification to a previously awarded cost-plus-incentive, cost-plus-fixed-fee contract (N00019-14-C-0004) for low-rate initial production (LRIP) Lot IX non-annualized sustainment in support of the F-135 propulsions systems for the F-35 Lightning II Joint Strike Fighter aircraft for the Navy, Air Force, Marine Corps, non -U.S. Department  of Defense (DoD) participants and foreign military sales customers.  This effort includes support equipment and depot activation services and supplies for LRIP 9 propulsion systems.  Work will be performed in East Hartford, Connecticut (88 percent); and Indianapolis, Indiana (12 percent), and is expected to be completed in September 2018.  Fiscal 2014 and 2015 aircraft procurement (Air Force, Navy, Marine Corps); non-U.S. DoD participants and foreign military sales funds in the amount of $104,290,158 are being obligated on this award, $75,919,490 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Air Force ($31,983,441; 31 percent); the Navy ($32,686,616; 31 percent); the Marine Corps ($11,249,433; 11 percent); non-U.S. DoD participants ($26,797,856; 26 percent); and foreign military sales ($1,572,812; 1 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

2H&V Construction Services,* Bonifay, Florida (N69450-16-D-0601); Birmingham Industrial Construction LLC,* Alabaster, Alabama (N69450-16-D-0602); ESA South Inc.,* Cantonment, Florida (N69450-16-D-0603); Firewatch Contracting of Florida LLC,* Tampa, Florida (N69450-16-D-0604); J.A.M. Construction Services,* Merritt Island, Florida (N69450-16-D-0605); and York-Brawley JV,* Hampton, Virginia (N69450-16-D-0607), 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, general building type projects (new construction, renovation, alteration, demolition, and repair work) including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities.  Firewatch Contracting of Florida LLC is being awarded task order 0001 at $1,136,022 for Buildings 38, 40 and 223 window replacement and repair, at Naval Air Station Pensacola, Florida.  Work for this task order is expected to be completed by January 2017.  All work on this contract will be performed primarily within the NAVFAC Southeast AOR including Pensacola, Florida (50 percent); Panama City, Florida (20 percent); Whiting Field, Florida (20 percent); and the remainder of NAVFAC Southeast AOR (10 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of October 2020.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $1,142,022 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 18 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.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $64,500,000 modification to a previously awarded advanced acquisition contract (N00019-15-C-0003) for long lead materials and efforts associated with the production of the low-rate initial production 11 Japanese F-35A air systems for the government of Japan under the Foreign Military Sales program.  Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2016. Foreign military sales funds in the amount of $64,500,000 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.

 

Wolf Creek Federal Services Inc.,* Anchorage, Alaska, is being awarded a $28,469,544 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40192-14-D-9000) to exercise option two for base operations support services at various military installations in Santa Rita, Guam.  The work to be performed provides for management and housing operations to maintain and repair family housing units, unaccompanied housing units, and provide any services, maintenance and change of occupancy maintenance in both vacant and occupied family housing units and unaccompanied housing units to include management, supervision, quality control, labor, tools, equipment, material, supplies, incidental engineering, and transportation necessary. After award of this option, the total cumulative contract value will be $130,173,228.  Work will be performed in Santa Rita, Guam (60 percent); and Yigo, Guam (40 percent), and is expected to be completed by October 2016.  No funds will be obligated at time of award.  Fiscal 2016 family housing operation and maintenance (O&M) (Navy); fiscal 2016 quarter operations (Navy); fiscal 2016 sustainment (Navy); and fiscal 2016 family housing O&M (Air Force) contract funds in the amount of $11,102,746 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

 

Ultra Electronics 3 Phoenix Inc., Chantilly, Virginia, is being awarded a $24,846,248 modification to previously awarded contract N00024-11-C-6287 for the procurement of engineering services for development, integration, testing, and logistic support of the Torpedo Warning System.  The Torpedo Warning System provides surface ships with the ability to detect threat torpedoes and thereby employ defensive measures including maneuver and hard and soft kill countermeasures.  Work will be performed in Wake Forest, North Carolina (43 percent); Chantilly, Virginia (25 percent); Fairfax, Virginia (22 percent); and Houston, Texas (10 percent), and is expected to be complete by October 2016.  Fiscal 2015 and 2016 research, development, test and evaluation (Navy) funding in the amount of $6,200,000 will be obligated at the time of award.  Contract funds in the amount of $2,728,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

 

Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded $16,619,241 cost-plus-fixed-fee contract for the NATO Seasparrow Missile System Design Agent engineering and technical support.  The contractor shall provide a variety of Design Agent program management, engineering, technical and logistics services and supplies necessary to provide effective life cycle support and modernization of the NATO Seasparrow Project Office Combat System Division portfolio, which includes the MK 57 NATO Seasparrow Surface Missile System, the MK 48/56 Guided Missile Vertical Launch System, MK 41 Vertical Launch System related software and equipment, and a variety of lab and special test equipment.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $89,080,693.  This contract combines purchases for the Navy and the governments of Australia, Canada, Denmark, Germany, Greece, Netherlands, Norway, Portugal, Spain and Turkey as part of the NATO Seasparrow Consortium.   The Navy share is 40 percent of the program, and the partner nations will combine for 60 percent of the program.  Work will be performed in Portsmouth, Rhode Island (94 percent); Marlborough, Massachusetts (3 percent); and San Diego, California (3 percent), and is expected to be completed by November 2016.  Fiscal 2015 other procurement (Navy) funding in the amount of $2,027,741; fiscal 2008 shipbuilding and conversion (Navy) funding in the amount of $653,250; fiscal 2015 international funding in the amount of $570,629; and foreign military sales funding in the amount of $100,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(4).  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-5418).

 

Contrack-Nass JV, McLean, Virginia, is being awarded an $8,976,396 firm-fixed-price construction contract for repairs to the quay wall at Naval Support Activity Bahrain.  The work to be performed provides for the labor, management, supervision, tools, materials, and equipment necessary to repair/construct and modernize the Mina Salman quay wall.  The contract also contains two unexercised options, which if exercised, would increase cumulative contract value to $17,388,732.  Work will be performed in Bahrain, and is expected to be completed by December 2017.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $8,976,396 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 four proposals received.  The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy is the contracting activity (N33191-16-C-1003).

 

Railroad Construction Co. Inc., Paterson, New Jersey, is being awarded an $8,668,764 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-14-D-5200) to exercise option two for base operations support services at Naval Weapons Station Earle.  The work to be performed provides for preventive maintenance of railroad switch turnouts, maintenance of railroad track right-of-way to include weed control and tree trimming, ultrasonic testing of railroad track components, maintenance of railroad crossings, and the repair of railroad trackage to include the replacement of crossties, switch timbers, rail and switch turnout components.  After award of this option, the total cumulative contract value will be $24,970,247.  Work will be performed in Colts Neck, New Jersey.  This option period is from November 2015 to October 2016.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance, (Navy) contract funds in the amount of $1,442,180 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command Mid-Atlantic, Public Works Department Earle, Colts Neck, New Jersey, is the contracting activity.

 

Correction:  The contract awarded on Oct. 26, 2015, to the Boeing Co., for $897,530,175 (N00019-14-C-0032), should have stated that it was for Lot 39 full-rate production EA-18G aircraft and associated Airborne Electronic Attack kits, not Lot 38.

 

*Small business