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 Some of the information contained within may be outdated and links may not function.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 Aug. 18, 2016


CONTRACTS

 

AIR FORCE

 

The Boeing Co., Seattle, Washington, has been awarded a $2,814,816,489 contract action modification (P00099) to previously awarded contract FA8625-11-C-6600 for the acquisition of low-rate initial production (LRIP) aircraft Lots 1 and 2.  As authorized by the KC-46 Milestone C acquisition decision memorandum dated Aug. 12, 2016, this contract modification obligates funding for pre-priced options for seven Lot 1 LRIP aircraft, two Lot 1 LRIP spare engines, and five Lot 1 LRIP wing refueling pod kits. It further obligates funding for pre-priced options for 12 Lot 2 LRIP aircraft, two Lot 2 LRIP spare engines, and five Lot 2 LRIP wing refueling pod kits. Work will be performed at Seattle, Washington, and is expected to be complete by Aug. 24, 2018. Fiscal 2015 and 2016 aircraft procurement funds in the amount of $2,814,816,489 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

The Boeing Co., St. Louis, Missouri, has been awarded a $254,204,369 indefinite-delivery/indefinite–quantity, cost-plus-fixed-fee contract for the purchase of F-15 C/E full-scale fatigue test services.  This effort is split into the following services sections: testing, repairs, and limited teardown and analysis of the FTA7 and FTE10 aircraft test articles. The testing section addresses tasks to be performed by the contractor for efforts associated with continuation of the FTA7 (F-15C) and the FTE10 (F-15E) full-scale fatigue tests to assess the ramifications of flying F-15 aircraft beyond the original design service life. The repair section addresses tasks to be performed by Boeing for efforts associated with repairing the test articles either during testing, or following post-cycling inspections to return the test article to cycling.  The limited teardown and failure analysis section addresses tasks to be performed by Boeing for efforts associated with the partial disassembly, inspection, and fractographic analysis of selected parts experiencing cracking during the course of the testing. Work will be performed at St. Louis, Missouri, and is expected to be completed by Aug. 31, 2021. This contract includes a one-year base with four one-year ordering periods.  This award is the result of a sole-source acquisition. Fiscal 2016 operations and maintenance funds in the amount of $11,149,026.52 will be obligated at the time of award. Air Force Life Cycle management Center, Robins Air Force Base, Georgia, is the contacting activity (FA8505-16-D-0004).

 

Alpha-Omega Change Engineering, Williamsburg, Virginia (FA7037-16-D-0002); BOSH Global Services, Newport News, Virginia (FA7037-16-D-0003); FEDITC LLC, Rockville, Maryland (FA7037-16-D-0004); FGS LLC, La Plata, Maryland (FA7037-16-D-0005); and Trofholz Technologies Inc., Rocklin, California (FA7037-16-D-0006), have been awarded a $78,426,203 multiple award, indefinite-delivery/indefinite-quantity; hybrid of firm-fixed-price, time, material and cost contract to support weapon systems and command, control, communications, computers and intelligence systems information technology services; project management; intelligence support; security office support; staff support; studies, reports, analyses and evaluations; and system engineering and subject matter expert support. Work will be performed primarily at Joint Base Langley-Eustis, Virginia; Beale Air Force Base, California; Joint Base San Antonio- Lackland Air Force Base, Texas; Kadena Air Base, Japan; Ramstein AB, Germany; Hickam Air Force Base, Hawaii; Osan Air Base, Korea; and associated Guard and Reserve organizations; and is expected to be complete by Aug. 17, 2019. This award is the result of a competitive acquisition, and 14 offers were received. Fiscal 2016 operations and maintenance and overseas contingency operations funds are being used, and no funds are being obligated at the time of award. AMIC DET2/PKB, San Antonio, Texas, is the contracting agency.

 

NAVY

 

The Boeing Co., Seattle, Washington, is being awarded a $68,409,026 modification to a previously awarded advance acquisition contract (N00019-14-C-0067).  This modification provides for long-lead parts and efforts associated with the manufacture of two full-rate production 4 Lot 8 P-8A Multi-mission Maritime Aircraft for the government of United Kingdom under the Foreign Military Sales program.  Work will be performed in Seattle, Washington (82.6 percent); Baltimore, Maryland (6.2 percent); Greenlawn, New York (4.2 percent); North Amityville, New York (3.5 percent); and Cambridge, United Kingdom (3.5 percent), and is expected to be complete by July 2017.  Foreign military sales funds in the amount of $68,409,026 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.

 

Bell-Boeing Joint Program Office, California, Maryland, is being awarded a $62,673,124 one year, indefinite-delivery/indefinite-quantity contract for the repair of various parts on the V-22 aircraft.  Work will be performed in Fort Worth, Texas (80 percent); and Ridley Park, Pennsylvania (20 percent).  Work is expected to be completed by December 2017.  No funds will be obligated at the time of award.  Fiscal 2016 working capital funds (Navy) will be obligated through individual delivery orders as they are issued; none of which will expire at the end of the current fiscal year.  This contract was a sole-source pursuant to the authority set forth in 10 U.S Code 2304(c)(1).  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-16-D-951N). 

 

Nordam Group Inc., Tulsa, Oklahoma (N00383-16-D-002H); and the Boeing Co., St. Louis, Missouri (N00383-16-D-003H), are each being awarded a five year, indefinite-delivery/indefinite-quantity long term contract for repair of F/A-18 A-D flight control surfaces.  Nordam Group Inc. will receive a potential $40,845,330 with work performed in Tulsa, Oklahoma, and the Boeing Co. will receive a potential $13,693,890 with work performed in Mesa, California.  Work is expected to be completed by August 2021.  No funds will be obligated at the time of award.  Working capital funds (Navy) will be obligated as individual delivery orders are issued; none of which will expire at the end of the current fiscal year.  Two companies were solicited for this limited competition basis requirement in accordance with 10 U.S Code 2304(c)(1), and two offers were received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

 

IO Environmental and Infrastructure Inc.,* San Diego, California (N62473-16-D-2414); and Patriot JV,* National City, California (N62473-16-D-2415), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract in support of habitat enhancement services at various Navy and Marine Corps installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The maximum dollar value for both contracts combined is $40,000,000.  The work to be performed provides for natural resource habitat enhancement services to perform needed project site preparation, restoration, revegetation, exotic plant control, erosion control, grading, earth moving, contouring, stabilization, native planting and seeding, site maintenance, weed abatement, biomonitoring, signage, and fencing installation, and other associated tasks in Arizona, California and Nevada.  Services may be performed in sensitive habitats that are subject to environmental regulations such as, but not limited to, the Endangered Species Act and/or Clean Water Act.  The term of the contract is not to exceed 60 months, with an expected completion date of August 2021.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $10,000 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 and Marine Corps).  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  These two contractors may compete for task orders under the terms and conditions of the awarded contract.  No task orders are being issued at this time.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

 

General Dynamics, Bath Iron Works, Bath, Maine, is being awarded an $18,289,539 modification to previously awarded contract N00024-14-C-4313 to exercise option year two to provide Littoral Combat Ship (LCS) planning yard services in support of LCS class in-service ships.  Bath Iron Works will be the single planning yard providing engineering, planning, ship configuration, material and logistics support to maintain and modernize both variants of the LCS class.  Work will be performed in Bath, Maine, and is expected to be completed by August 2017.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $3,500,000 will be obligated at the time of award and contract funds 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 (N00024-14-C-4313).

 

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded $17,382,523 for modification P00009 to a previously awarded, cost-plus-incentive-fee, fixed-price-incentive-firm-target contract N00019-14-C-0004 for additional long lead items in support of the F-35 Lightning II low-rate initial production (LRIP) Lot XI procurement.  This modification provides for delivery of long-lead items for the LRIP Lot XI effort for the Navy/Marine Corps, Air Force, international partners, and foreign military sales (FMS) customers.  The long-lead items include group hardware supporting 48 F135-PW-100 propulsion systems for the Air Force; group hardware supporting 14 F135-PW-600 propulsion systems for the Marine Corps; group hardware supporting four  F135-PW-100 propulsion systems for the Navy; and group hardware supporting 51 F135-PW-100 and three F135-PW-600 propulsion systems for international partners and foreign military sales.  This modification also provides for procurement of afloat support packages/deployment spares packages for the Marine Corps.  Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in August 2018.  Fiscal 2016 aircraft procurement (Navy, Air Force); international partner; and FMS funds in the amount of $17,382,523 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the Navy/Marine Corps ($15,261,025; 87.8 percent); Air Force ($398,624; 2.3 percent); international partners ($1,656,437; 9.5 percent); and FMS customers ($66,437; 0.40 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

General Dynamics National Steel and Shipbuilding Co.-Norfolk, Norfolk, Virginia, is being awarded $14,854,857 for delivery order 0006 under previously awarded firm-fixed-price contract N00024-16-D-4408 for USS Bulkeley (DDG 84) fiscal 2016 selected restricted availability (SRA).  SRA consists of structural repairs, non-skid replacement, ventilation repairs, temporary services, ship alterations, and miscellaneous repairs.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $16,835,510.  Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2017.  Fiscal 2016 operations and maintenance (Navy); and fiscal 2016 other procurement (Navy) funding in the amount $14,854,857 will be obligated at time of award.  Funding in the amount of $14,638,711 will expire at the end of the current fiscal year.  This contract was competitively procured under full and open competition via the indefinite-delivery/indefinite-quantity, multiple award contract vehicle for surface combatant class ships; three offers were received.  The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

 

MISSILE DEFENSE AGENCY

 

Parsons Government Services Inc., Pasadena, California, is being awarded a $40,777,653 cost-plus-fixed-fee contract, including options, for advisory and assistance services for Systems Engineering/Modeling and Simulation in support of technical, engineering, advisory and management support.  This contract includes supporting the critical program level Ballistic Missile Defense System architecture, system engineering, and engineering activities in accordance with the Missile Defense Agency (MDA) Systems Engineering "V". This effort complements engineering activities occurring within the "Element Design & Build" systems engineering phase. It includes the identification and definition of future capabilities not yet assigned to an MDA product office; planning for technology demonstrations and risk reduction tests; and development of transition plans for future capabilities into product offices. Work will be performed at Huntsville, Alabama; Colorado Springs, Colorado; and the National Capital Region which includes Fort Belvoir, with an expected completion date of April 2017.  Fiscal 2016 research, development, test and evaluation funds in the amount of $10,466,782 are being obligated at time of award.  This is a sole-source award for a base period of four months, and an option period of 3.5 months to bridge the gap until competitive award of the follow-on effort.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-C-0061).

 

Parsons Government Services Inc., Pasadena, California, is being awarded a $7,209,735 cost-plus-fixed-fee contract, including options, for advisory and assistance services for Space and Directed Energy in support of technical, engineering, advisory and management support.  This contract continues critical engineering activities supporting space and directed energy engineering. Work will be performed at Huntsville, Alabama; Colorado Springs, Colorado; and the National Capital Region which includes Fort Belvoir, with an expected completion date of August 2017.  Fiscal 2016 research, development, test and evaluation funds in the amount of $1,459,000 are being obligated at time of award.  This is a sole-source award for a base period of six months, and an option period of six months to bridge the gap until competitive award of the follow-on effort.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-C-0074).

 

ARMY

 

Longbow LLC, Orlando, Florida, was awarded a $38,430,000 firm-fixed-price contract for radar electronic units’ production Lot 7 award in support of the Apache program office.  Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2019.  Army Contracting Command, Rock Island, Illinois, is the contracting activity (W52P1J-16-D-0055).

 

Debcon Inc.,* Ashland, Kentucky, was awarded a $22,837,000 firm-fixed-price contract for construction of the fiscal 2015 Army family housing project.  Bids were solicited via the Internet with five received. Work will be performed at Rock Island, Illinois, with an estimated completion date of Feb. 19, 2018.  Fiscal 2012 military construction funds in the amount of $9,150,000; and fiscal 2015 military construction funds in the amount of $13,687,000 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0018).

 

Weeks Marine Inc., Covington, Louisiana, was awarded a $15,692,500 firm-fixed-price contract for maintenance, pipeline dredging, and deep draft for the Houston ship channel, Redfish to Morgan’s Point, Chambers County, Texas.  Bids were solicited via the Internet with two received. Work will be performed in Woodville, Texas, with an estimated completion date of June 30, 2017.  Fiscal 2016 operations and maintenance, Army funds in the amount of $15,692,500 were obligated at the time of the award.  Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-16-C-0047).

 

Webb Electric Co. of Florida,* Pensacola, Florida, was awarded an $11,499,889 firm-fixed-price contract for repair circuit six, selected portions.  Bids were solicited via the Internet with seven received. Work will be performed at Sheppard Air Force Base, Texas, with an estimated completion date of Oct. 31, 2018.  Fiscal 2016 military construction funds in the amount of $11,499,889 were obligated at the time of the award.  Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-16-C-0037).

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

Northrop Grumman Aerospace Systems, Redondo Beach, California, has been awarded an $18,087,386 cost-plus-fixed-fee contract for Phase I of a Defense Advanced Research Projects Agency (DARPA) research and development program. Fiscal 2016 research and development funds in the amount of $8,092,188 are being obligated at time of award. Work will be performed in Redondo Beach, California (100 percent), with an estimated completion date of May 2018. DARPA, Arlington, Virginia, is the contracting activity (HR0011-16-C-0112).

 

Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded a $10,742,219 cost-plus-fixed-fee modification (P00015) exercising the second option to previously awarded contract HR0011-14-C-0017 for Phase 3 of a Defense Advanced Research Projects Agency (DARPA) research program. The modification brings the total cumulative face value of the contract to $57,583,641 from $46,841,422. Work will be performed in Redondo Beach, California (63 percent); Rolling Meadows, Illinois (25 percent); Linthicum, Maryland (3 percent); Oxford, Massachusetts (4 percent); and Pittsburgh, Pennsylvania (5 percent), with an expected completion date of July 2017. Fiscal 2016 research, development, test and evaluation funds in the amount of $10,742,219 are being obligated at time of award. DARPA, Arlington, Virginia, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Veyance Technologies, Fairlawn, Ohio, has been awarded a maximum $9,818,200 modification (P00003) for a one-year contract (SPRDL1-16-C-0035) with no option periods, adding additional track shoe assemblies for the Abrams vehicle. This is a firm-fixed-price contract. Location of performance is Ohio, with an April 28, 2017, 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.

 

*Small business