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 Some of the information contained within may be outdated and links may not function.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 March 1, 2016

 

CONTRACTS

 

NAVY

 

General Dynamics National Steel and Shipbuilding Co., San Diego, California, is being awarded an undefinitized contract action with a not-to-exceed amount of $156,596,386 to a previously awarded cost-plus-award-fee contract (N00024-13-C-4404) for USS Essex (LHD-2) fiscal 2016 phased maintenance availability (PMA).  The PMA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities.  Work will be performed in San Diego, California, and is expected to be completed by June 2017. Fiscal 2016 operation and maintenance (Navy); and fiscal 2015 other procurement (Navy) funding in the amount of $81,992,331 will be obligated at time of award; and contract funds in the amount of $121,692,679 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

 

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $55,927,999 advance acquisition contract for the procurement of long-lead parts and components for the manufacture and delivery of 24 Lot 14 AH-1Z new build aircraft in support of the H-1 upgrade program.  Work will be performed in Fort Worth, Texas (60 percent); and Amarillo, Texas (40 percent), and is expected to be completed in June 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $55,927,999 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority (N00019-16-C-0003). 

 

Lion-Vallen Industries, Dayton, Ohio, is being awarded a $28,372,680 firm-fixed-price, undefinitized contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program warehouse network.  Contractor support consists of managing individual combat clothing equipment; chemical, biological, radiological, and nuclear defense equipment; special training allowance pool, soft-walled shelters and camouflage netting; and contractor-owned contractor-operated asset visibility capability system.  This contract includes an eight-month option period which, if exercised, would bring the cumulative value of this contract to $47,728,683.  Work will be performed in Barstow, California (23 percent); Camp Lejeune, North Carolina (18 percent); Camp Pendleton, California (13 percent); Okinawa, Japan (10 percent); Miramar, California (9 percent); Camp Geiger, North Carolina (7 percent); Twenty-nine Palms, California (4 percent); Cherry Point, North Carolina (4 percent); Kaneohe Bay, Hawaii (3 percent); Yuma, Arizona (2 percent); Beaufort, South Carolina (2 percent); Iwakuni, Japan (2 percent); New River, North Carolina (2 percent); and Bridgeport, California (1 percent).  Work is expected to be completed February 2017.  With options exercised, work will continue through October 2017.  Fiscal 2016 operation and maintenance funds in amount of $14,186,340 are being obligated at time of award and funds will expire at the end of the current fiscal year.  This is a sole-source contract in accordance with 10 U.S. Code 2304 (c)(1), as implemented by the Federal Acquisition Regulation 6.302-1, only one source.  The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-16-C-0004).

 

Austal USA, Mobile, Alabama, is being awarded a $14,656,227 modification to a previously awarded contract (N00024-11-C-2301) to exercise options for post-delivery support of littoral combat ships USS Gabrielle Giffords (LCS 10) and USS Omaha (LCS 12).  Austal will perform the planning and implementation of deferred design changes that have been identified during the construction period.  The corrections and upgrades are necessary to support sail-away and follow-on post-delivery test and trials period.  Work will be performed in Mobile, Alabama (70 percent); Pittsfield, Massachusetts (20 percent); and San Diego, California (10 percent), and is expected to be complete by July 2017.  Fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $3,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Northrop Grumman Corp., Aerospace Systems, San Diego, California, is being awarded $7,280,560 for cost-plus-fixed-fee task order 1269 against a previously issued basic ordering agreement (N00019-15-G-0026) in support of the MQ-8 Fire Scout unmanned aircraft systems.  This test support effort for the MQ-8C includes software verification; software regression; cybersecurity; dynamic interface; and other requirements in preparation for, but not including, initial operational test and evaluation.  The MQ-8B scope includes providing aircraft maintenance support for two government-owned MQ-8B test aircraft. Work will be performed in Point Mugu, California, and is expected to be completed in October 2016.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $7,280,560 are being 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.

 

ARMY

 

BTF Solutions JV, Dallas, Texas (W912DY-16-D-0003); General Dynamics Information Technology Inc., Warrenton, Virginia (W912DY-16-D-0004); Honeywell Technology Solutions Inc., Columbia, Maryland (W912DY-16-D-0005); VW International Inc., Alexandria, Virginia (W912DY-16-D-0006); Walsh Healthcare Logistics JV, Chicago, Illinois (W912DY-16-D-0007); Martek Global Services Inc., Bethesda, Maryland (W912DY-16-D-0008); Omega Group, San Diego, California (W912DY-16-D-0009); Partners Healthcare Group LLC, Brentwood, Tennessee (W912DY-16-D-0010); and Strategic Initial Outfitting Transition Solutions, Anchorage, Alaska (W912DY-16-D-0011), were awarded a $123,750,000 firm-fixed-price contract with options for personnel, equipment, tools, materials, supervision, and non-personal services to support planning, outfitting, and transitioning staff and patients.  Bids were solicited via the Internet with 20 received with an estimated completion date of March 1, 2017.  Funding and work location will be determined with each order.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

 

Accenture Federal Services LLC, Arlington, Virginia, was awarded a $30,727,032 modification (D00376) to contract N00104-04-A-ZF12 for the General Fund Enterprise Business System financial program.  Work will be performed in Arlington, Virginia, with an estimated completion date of June 27, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $30,727,032 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Structural Associates Inc.,* Syracuse, New York, was awarded a $20,117,794 firm-fixed-price contract with options to construct an Army Reserve Center.  Bids were solicited via the Internet with seven received. Work will be performed in Mattydale, New York, with an estimated completion date of Jan. 29, 2018.  Fiscal 2015 and 2016 military construction, operations, and maintenance (Army) funds in the amount of $20,117,794 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0009).

 

DynCorp International LLC, Ft. Worth, Texas, was awarded a $9,259,344 modification (P00119) to contract W58RGZ-13-C-0040 for aviation field maintenance services, Afghanistan.  Work will be performed in Afghanistan with an estimated completion date of Dec. 31, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $9,259,344 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Mansfield Oil Co.,* Gainesville, Georgia, has been awarded a minimum $51,995,101 fixed-price with economic price adjustment contract for various types of fuel. This was a competitive acquisition with 30 responses received. This is a 42-month contract with no option periods. Locations of performance are Arizona, California, Georgia, Nevada, and Utah, with a Sept. 30, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-16-D-4541).

 

Short Bark Industries Inc.,** Vonore, Tennessee, has been awarded a maximum $24,164,500 modification (P00124) exercising the third one-year option period of a one-year base contract (SPM1C1-13-D-1030) with four one-year option periods for various types of Army combat uniform coats. This is a firm-fixed-price contract. Locations of performance are Tennessee, Puerto Rico, and Mississippi, with a March 4, 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.

 

GE Datex Ohmeda Inc., Madison, Wisconsin, has been awarded a maximum $19,847,688 modification (P00107) exercising the seventh one-year option period of a one-year base contract (SPM2D1-09-D-8348), with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts and training. This is a fixed-price with economic price adjustment contract. Location of performance is Wisconsin, with a March 5, 2017, performance completion date. Using 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.

 

AIR FORCE

 

R. C. Construction Co. Inc., Greenwood, Mississippi, has been awarded a $9,374,906 firm-fixed-price contract for repair of the C-17 landing zone at the North Auxiliary Airfield. Contractor will provide the complete reconstruction of a 3,500-foot-long runway. The reconstructed landing zone will be comprised of a new 90-foot-wide Portland cement concrete section and asphalt shoulder pavement. New airfield lighting and signage, pavement markings, sodding, grassing, and incidental related work will also be included in the project. Work will be performed at Joint Base Charleston - North Auxiliary Air Field, South Carolina, and is expected to be complete by Jan. 3, 2017. This award is the result of a competitive acquisition with six offers received. Fiscal 2016 operations and maintenance funds in the amount of $9,374,906 are being obligated at the time of award. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-16-C-0007).

 

Armtec Countermeasures Co., Coachella, California, has been awarded a $9,074,846 firm-fixed-price contract for replenishment of MJU-53/B infrared countermeasure flares. Work will be performed at Camden, Arkansas, and is expected to be complete by June 2, 2017. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 and 2016 procurement funds in the amount of $9,074,846 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-16-C-0027).

 

*Small business

**Small business in a historically underutilized business zone