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 Some of the information contained within may be outdated and links may not function.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. 29, 2016

CONTRACTS

 

NAVY

 

Huntington Ingalls Industries Newport News (HII-NNS), Norfolk, Virginia, is being awarded an indefinite-delivery/indefinite-quantity contract to perform repair efforts for in-service nuclear-powered submarines, special mission submersibles, moored training ships, and submarine support facilities.  Specifically, repair efforts include overhaul, maintenance, repair, modernization upgrades, technical engineering support, supplies and services, and nuclear related touch labor support efforts.  The contract contains a five-year ordering period with a cumulative ceiling value of $400,000,000.  The $400,000,000 ceiling value is the maximum dollar amount that may be potentially awarded under the HII-NNS multiple award contract. This contract does not include options.  This contract allows all the naval shipyards and some Naval Supply Systems Command activities to place orders. Performance under a properly placed order can occur inside and outside the continental U.S. (CONUS/OCONUS).  Specific work percentages of CONUS versus OCONUS are not known at this time.  No funding is being obligated with the award.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1).   HII-NNS is a nuclear qualified shipyard and possesses the unique expertise, knowledge, and experience to perform nuclear submarine repair efforts for in-service nuclear-powered submarines, special mission submersibles, moored training ships, and submarine support facilities.  The Naval Sea System Command, Washington, District of Columbia, is the contracting activity (N00024-16-D-4301).

 

Chugach Federal Solutions Inc.,* Anchorage, Alaska, is being awarded a $65,216,460 indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N44255-14-D-9000) to exercise option three for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The work to be performed provides for all management and administration, visual services, security, fire and emergency, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities, base support vehicles and equipment, and environmental services to provide base operations support services.  After award of this option, the total cumulative value will be $196,129,903.  Work will be performed at various installations in the NAVFAC Northwest AOR, including but not limited to, Washington (90 percent); Alaska (1 percent); Idaho (1 percent); Iowa (1 percent); Minnesota (1 percent); Montana (1 percent); Nebraska (1 percent); Oregon (1 percent); North Dakota (1 percent); South Dakota (1 percent);, and Wyoming (1 percent).  Work for this option period is expected to be completed September 2017.  No funds will be obligated at time of award.  Fiscal 2017 operation and maintenance (Navy); fiscal 2017 Navy working capital funds; and fiscal 2017 Defense health program contract funds in the amount of $32,273,450 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

 

DZSP 21 LLC, Marlton, New Jersey, is being awarded a $39,686,965 cost-plus-award-fee contract with award options for base operating support services at Joint Region Marianas, Guam.  The work to be performed provides for facility support and base operating support for the following services:  management and administration, port operations, ordnance, material management, facility management, facility investment, electrical, wastewater, steam, water, base support vehicles and equipment, and environmental.  The maximum dollar value including the base period, four option periods, three award option periods and a six-month services extension is $491,894,166.  Work will be performed in various locations on the island of Guam, and is expected to be completed by March 2025.  No funds will be obligated at time of award.  Fiscal 2017 operations and maintenance (Navy) in the amount of $2,412,668 is subject to the availability of funds.  This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received.  This contract action is a re-award as a result of corrective action taken due to Government Accountability Office protest.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor Hickam, Hawaii, is the contracting activity (N62742-14-C-1150). 

 

City of Pensacola, Pensacola, Florida, is being awarded $31,575,637 for firm-fixed-price task order 0001 under a previously issued basic ordering agreement (N69450-15-G-0102).  This task order will initiate the findings of the preliminary assessment and investment grade audit to determine energy improvements at Naval Air Station Pensacola.   The work to be performed provides for the design and installation of the following:  chiller plant upgrades in five facilities; installation of chilled water primary pump with variable flow in one facility; occupancy based heating, ventilation and air conditioning (HVAC) scheduling upgrades in 10 facilities; continuous commissioning of control upgrades in 29 facilities; demand control ventilation upgrades in one facility; control schedules to domestic hot water recirculation pumps in 11 facilities; upgrade to existing HVAC controls in two facilities; HVAC multi-zone unit conversion to variable air volume units in one facility; installation of high efficiency interior lighting in 35 facilities; building envelope upgrades in 38 facilities; installation of window film in nine facilities; high efficiency transformer upgrades in 17 facilities; installation of low flow plumbing fixtures in 37 facilities; and replacement of portable air conditioning units in three facilities.  The contractor will also provide three years of performance verification reporting.  Work will be performed in Pensacola, Florida, and is expected to be completed by November 2018.  The exact amount of the task order will be determined by financing at the time of award.  No funds will be obligated with this award as it will be financed and paid with the savings from the energy improvements.  Energy Independence and Security Act of 2007 authorizes agencies to use appropriations, private financing, or a combination to comply with its requirements for utility energy service contracts for evaluations/project implementation.  For this project, Naval Air Station Pensacola has agreed to pay for the cost of services/construction from project financing which will be obtained by the City of Pensacola.  The contract was procured under the authority of Title 10 U.S. Code Section 2304(c)(5), statute expressly authorizes or requires that the acquisition be made through another agency or from a specific source, as implemented by Federal Acquisition Regulation 6.302-5.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. 

 

Science Applications International Corp., McLean, Virginia, is being awarded a $30,847,527 firm-fixed-price, fixed-price-incentive, and cost-plus-fixed-fee contract for the procurement of MK 48 Mod 7 heavyweight torpedo afterbody/tailcone sections, test equipment, production support material, engineering support, and hardware repair support.  The work to be performed is manufacturing of MK 48 Mod 7 components to increase the quantity of the MK 48 Mod 7 ready for issue war shot inventory.  The contract also allows for procurement of spares, production support material, engineering services, test equipment design and manufacturing, and hardware repair services.   This contract includes options which, if exercised, would bring the cumulative value of this contract up to $383,171,740.  Work will be performed in Bedford, Indiana (62 percent); Marion, Massachusetts (30 percent); Middletown, Rhode Island (6 percent); and Indianapolis, Indiana (2 percent), and is expected to be completed by January 2020.  Fiscal 2016 weapons procurement (Navy) funding in the amount of $26,655,727 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-6425).

 

Fluor Federal Solutions LLC, Greenville, South Carolina, is being awarded a $28,847,912 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-07-D-0770) to exercise option nine for base operations support services at Naval Air Station Pensacola and outlying areas; Saufley Field, Corry Station, and Bronson Field.  The work to be performed provides for all management, supervision, labor, equipment, materials, supplies, and tools necessary to perform facilities management, facilities investment, facility maintenance services (non-family housing), pest control, utility plant and distribution system operation and maintenance (chiller, electrical, gas, wastewater, steam and water), environmental services, and base support vehicles and equipment.  After award of this option, the total cumulative contract value will be $257,573,144.  Work will be performed in Pensacola, Florida, and work is expected to be competed September 2017.  No funds will be obligated at time of award.  Fiscal 2017 operation and maintenance, (Navy); fiscal 2017 Navy working capital funds; and fiscal 2017 Defense health program contract funds in the amount of $25,490,336 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

 

Orbital Sciences Corp., Chandler, Arizona, is being awarded a $28,712,100 firm-fixed-price contract for the procurement of seven full-rate production Lot 10 GQM-163A Coyote Supersonic Sea Skimming Target base vehicles for the Navy (5) and the government of Japan (2), including spares and long lead steel.  Work will be performed in Chandler, Arizona (71 percent); Camden, Arkansas (24 percent); Vergennes, Vermont (3 percent); and Hollister, California (2 percent), and is expected to be completed in June 2019.  Fiscal 2016 weapons procurement (Navy); and foreign military sales funds in the amount of $28,712,100 are being 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 Federal Acquisition Regulation 6.302-1.  This contract combines purchases for the Navy ($21,375,357; 75 percent); and the government of Japan ($7,336,743; 25 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0080).

 

Hornbeck Offshore Operators LLC, Covington, Louisiana, is being awarded a $28,056,820 modification under a previously awarded firm-fixed-price contract (N62387-15-C-2507) to exercise a one-year option period for the operation and maintenance of four blocking vessels.  If Option Two is exercised, the cumulative value of this contract will be $54,672,340.  Work will be performed at sea worldwide, and work is expected to be completed Sept. 30, 2017.   Subject to availability of funds, fiscal 2017 working capital funds in the amount of $28,056,820 are obligated.  Funds will not expire at the end of the fiscal year.  Military Sealift Command, Washington, District of Columbia, is the contracting activity (N62387-15-C-2507).

 

BAE Systems Land & Armaments LP, Armament Systems Division, Louisville, Kentucky, is being awarded a $25,427,512 firm-fixed-price supply contract for the fiscal 2016 production of the MK 38 MOD 3 Machine Gun System (MGS).   This contract is to fulfill specified requirements and technical performance requirements for the MK38 MOD3 25mm Machine Gun System ordnance alteration and provide additional spare parts.  The MGS produced is derived from application of an ordnance alteration to the MK 38 MOD 1 25mm MGS.  Once installed, version incorporates two-axis stabilization, an improved Electro-Optical Sight System, improved Multi-Function Display, modified Main Control Panel, a new Main Computing Unit, a 7.62mm machine gun and remote control operation.  This contract combines purchases for the Navy (84 percent); and the governments of the Philippines (8 percent); and Jordan (8 percent) under the Foreign Military Sales program.  Work will be performed Hafia, Israel (67 percent); and Louisville, Kentucky (33 percent), and is expected to be completed by May 2018. Fiscal 2016 weapons procurement (Navy); foreign military sales; and fiscal 2015 weapons procurement (Coast Guard) funding in the amount of $25,427,512 will be obligated at the 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 Federal Acquisition Regulation 6.302-1(a)(2) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-16-C-0053).

 

Lockheed Martin Corp., Fort Worth, Texas, is being awarded $24,378,036 for modification P00003 under a previously awarded fixed-price-incentive-firm contract (N00019-16-C-0004) for procurement of three full mission simulators for the Air Force in support of F-35 Lightning II Joint Strike Fighter aircraft.  Work will be performed in Orlando, Florida (98 percent); and Fort Worth, Texas (2 percent), and is expected to be completed March 2020.  Fiscal 2014 aircraft procurement (Air Force) funding in the amount of $24,378,036 is being obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $22,816,577 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-15-D-0033) for the manufacture of up to four T56-A-427A spare engines; up to four power section modules; and up to three reduction gear box modules for the E-2D Advanced Hawkeye aircraft.  Work will be performed in Indianapolis, Indiana, and is expected to be completed in September 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $22,816,577 will be 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.

 

BAE Systems Hawaii, Honolulu, Hawaii, was awarded a $22,073,190 modification to a previously awarded contract (N00024-14-C-4412) for scheduled selected repair availability (SRA) of USS Chung Hoon (DDG-93).  The scheduled SRA is the opportunity in the ship’s life cycle primarily to conduct repair and alteration to systems.  This modification will include execution planning, repair and alteration requirements for USS Chung Hoon (DDG-93).  A focal point of the work is to inspect and repair the port and starboard rudder stock, rudder stock key, rudder stock seal and rudder stock bearing.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by June 2017.  Fiscal 2016 operations and maintenance (Navy); and fiscal 2016 other procurement (Navy) funding in the amount of $22,073,190 will be obligated at time of award. Contract funds in the amount of $1,070,547 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.  (Awarded on Sept. 27, 2016)

 

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a not-to-exceed $21,000,000 for modification P00009 to a previously awarded cost-plus-incentive-fee, fixed-price-incentive-fee contract (N00019-15-C-0004).  This modification provides for the procurement of one low-rate initial production Lot 10 F-135-PW-600 engine in support of the Marine Corps F-35B Lightening II Short Take-off and Vertical Landing aircraft to facilitate engine testing under the Component Improvement Program.  Work will be performed in East Hartford, Connecticut (76 percent); and Indianapolis, Indiana (24 percent), and is expected to be complete in February 2018.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $14,884,614 will be obligated at the 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.

 

The Nutmeg Companies Inc.,* Norwich, Connecticut, is being awarded an $18,161,020 firm-fixed-price contract for renovations to Navy Gateway Inns and Suites (NGIS) Building 172 at Coasters Harbor Island, and Building 678 at Naval Station Newport.  The work to be performed on Building 172 provides for the renovation of the existing 55 guest rooms and suites, and the work in Building 678 renovates the existing 47 guest rooms and suites.   The existing heating, ventilation and air conditioning and electrical systems will be replaced in both buildings, and the existing finishes and lighting will be brought up to current NGIS standards.  Americans with Disabilities Act/Architectural Barriers Act (ABA) accessibility will be provided for all common spaces, as well as entry into the buildings, and one guest room on the first floor level of each building will meet ABA conversion requirements.  Building 678 will also receive full window replacement, to include anti-terrorism/force protection and energy criteria compliance.  In addition, the entire exterior of Building 678 will be clad with a new prefinished metal panel system.  Work will be performed in Newport, Rhode Island, and is expected to be completed by February 2018.  Fiscal 2016 non-appropriated funds (Navy) in the amount of $18,161,020 are obligated on this award and will not 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, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-C-3014).

 

Sealift Inc., Oyster Bay, New York, is being awarded a $18,158,750 modification under a previously awarded firm-fixed-price contract (N32205-16-C-3505) to exercise the first one-year option period to provide U.S. flagged self-sustaining vessel HSV Westpac Express for passenger and cargo transportation for III Marine Expeditionary Force in accordance with the terms of the charter.  The vessel is capable of deployment to worldwide locations within 24-hours of notification by the operational commander.  Work will be performed worldwide and is expected to be completed by Sept. 30, 2017.  The option will be subject to the availability of funds, as funding for fiscal 2017 has not been provided.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-3505).

 

Nextiraone Federal LLC, doing business as Black Box Network Services, Herndon, Virginia, is being awarded a $17,999,800 firm-fixed-priced contract to engineer, furnish, install, secure, test, and make operational a turnkey solution for the upgrade of the existing telecommunication network architecture to a Unified Capabilities compliant solution at Marine Corps Base Camp Lejeune, North Carolina.  Black Box Network Services shall also provide all ancillary components, site and facility preparation, labor, training, all supporting equipment, software, firmware, licenses, power, grounding, and all interfaces associated with these systems for a complete turnkey solution.  Work will be performed at Camp Lejeune, North Carolina, and work is expected to be completed by March 29, 2018. Fiscal 2016 procurement (Marine Corps) funds in the amount of 12,825,907; and fiscal 2015 military construction funds in the amount of $5,173,892 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the General Services Administration Connections II, Government-wide Acquisition Contract, with two offers received.  Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-F-4955).

 

Huntington Ingalls Industries Newport News, Norfolk, Virginia, is being awarded a $17,700,000 cost-plus-fixed-fee contract for planning of USS Helena (SSN 725) dry-docking selected restricted availability.  The contracted requirements include planning efforts necessary to maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package.  Work will be performed in Norfolk, Virginia, and is expected to be completed by October 2017.  Fiscal 2016 operations and maintenance (Navy); and fiscal 2015 other procurement (Navy) funding in the amount of 17,545,019 will be obligated at time of award. Funds in the amount of $17,500,961 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1).  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-4316).

 

The Boeing Co., St. Louis, Missouri, is being awarded $16,994,600 for firm-fixed-price delivery order 7085 under a previously awarded basic ordering agreement (N00383-11-G-001H) for the repair of 61 trailing edge flaps in support of the F-18 aircraft.  Work will be performed in Cecil Field, Florida, and work is expected to be completed by April 2018.  Fiscal 2016 working capital funds (Navy) in the amount of $16,994,600 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Navy Electronic Commerce On-line and Federal Business Opportunities websites, with one offer received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $16,497,297 modification to delivery order 0031 previously placed against basic ordering agreement N00019-14-G-0020.  This modification provides for deployable spares packages in support of the low-rate initial production Lot 9 F-35B aircraft for the Marine Corps.  Work will be performed in Fort Worth, Texas (24.4 percent); El Segundo, California (9 percent); Owego, New York (8.6 percent); Samlesbury, United Kingdom (7.2 percent); Cheltenham, United Kingdom (6.2 percent); Nashua, New Hampshire (5.8 percent); Torrance, California (5.5 percent); Orlando, Florida (4.9 percent); Cedar Rapids, Iowa (3.7 percent); San Diego, California (3.6 percent); Phoenix, Arizona (3.1 percent); Melbourne, Florida (3 percent); Irvine, California (2.5 percent); North Amityville, New York (2.4 percent); Windsor Locks, Connecticut (2.2 percent); Baltimore, Maryland (2.2 percent); Papendrect, Netherlands (1.9 percent); Rolling Meadows, Illinois (1.8 percent); and Alpharetta, Georgia (1.8 percent), and is expected to be completed in July 2020.  Fiscal 2016 aircraft procurement (Navy/Marine Corps) funds in the amount of $16,497,297 will be 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.

 

Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is being awarded $15,402,236 for cost-plus-award-fee order ER07 against the previously issued basic ordering agreement N00024-15-G-2303 to provide engineering and management services for LCS-9 post shakedown availability.  Services are in support of the following:  60,000 man-hours level of effort, and to provide the work specification, pre-fabrication, and material.  Work will be performed in New York, New York (60 percent); Baltimore, Maryland (33 percent); and Marinette, Wisconsin (7 percent), and is expected to be completed by November 2017.  Fiscal 2012 and 2016 shipbuilding conversion (Navy) funding in the amount of $5,048,156 will be obligated at time of award and will not expire at the end of the fiscal year.  The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

 

L-3 Vertex Aerospace LLC, Madison, Mississippi, is being awarded a $13,674,743 firm-fixed-price modification to a previously awarded indefinite-delivery requirements contract (N00019-11-D-0010) for aircraft maintenance and logistical life cycle support for 49 C-12 aircraft.  Work will be performed in Corpus Christi, Texas (42 percent); Patuxent River, Maryland (6 percent); Guantanamo Bay, Cuba (6 percent); Manama, Bahrain (6 percent); Atsugi, Japan (6 percent); Beaufort, South Carolina (4 percent); San Angelo, Texas (4 percent);  Yuma, Arizona (4 percent); New Orleans, Louisiana (4 percent); Iwakuni, Japan (4 percent); New River, North Carolina (3 percent); Kadena, Japan (3 percent); Manassas, Virginia (2 percent); Miramar, California (2 percent); Futenma, Japan (2 percent); and Misawa, Japan, and is expected to be completed in December 2016.  Funds will not be obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

 

Chesapeake Technology International Corp.,* California, Maryland, is being awarded a $12,835,004 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide approximately 66,000 hours of systems development services in support of the Department of Defense Joint Electronic Attack and Compatibility Office, including the modification, integration, and testing of networking services and applications.  Work will be performed in Camarillo, California (70 percent); Point Mugu, California (15 percent), and Lamy, New Mexico (15 percent), and is expected to be completed in September 2021.  Fiscal 2016 research and development (Defense wide) funds in the amount of $25,000 are being 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 Federal Acquisition Regulation 6.302-1.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-16-D-0037).

 

Kilgore Flares Co. LLC, Toone, Tennessee, is being awarded a $12,789,775 firm-fixed-price contract to manufacture of MJU-61A/B decoy flares for PMA272 Air Expendable Countermeasures Program.  This effort combines purchases for the Air Force (73 percent); Navy (23 percent); and the government of Norway (4 percent) under the Foreign Military Sales program.  This contract includes an option for a 12-month period, which if exercised, will bring the total value of the contract to $30,885,001.  Work will be performed in Toone, Tennessee, and is expected to be completed by April 2018.  Foreign military sales contract funds in the amount of $487,800; fiscal 2016 procurement of ammunition (Navy and Marine Corps) funds in the amount of $2,961,629; and fiscal 2016 aircraft and ammunition (Air Force) funds in the amount of $9,340,346, will be obligated at the time of award.  Funds will not expire at the end of the current fiscal year.   This contract was competitively procured with two firms solicited; two offers received.  Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-16-C-K099).

 

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $11,705,904 for cost-plus-fixed-fee order 0127 against a previously issued basic ordering agreement (N00019-12-G-0006).  This order is for engineering efforts for the design and development of the Mission Computer Obsolescence Initiative Operation Test Program Set for the V-22 Osprey.  Work will be performed in St. Louis, Missouri (80 percent); and Ridley Park, Pennsylvania (20 percent), and is expected to be completed in April 2020.  Fiscal 2014 aircraft procurement (Navy) funds in the amount of $11,705,904 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

 

Diversified Service Contracting Inc., Dunn, North Carolina, is being awarded an $11,539,097 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-11-D-3020) for the exercise of option one for base operations support at the Naval Air Station, Patuxent River.  The work to be performed provides for all management supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include but not limited to providing janitorial services, grounds maintenance services, base support vehicles and equipment, street sweeping/snow removal services, and pest control services.  After award of this option, the total cumulative contract value will be $58,826,992.  Work will be performed in Patuxent River, Maryland, and work for this option period is expected to be completed September 2017.  No funds will be obligated at time of award.  Fiscal 2017 operation and maintenance (Navy); and fiscal 2017 Navy working capital contract funds in the amount of $10,492,022 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Public Works Department, Patuxent River, Maryland, is the contracting activity.

 

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a $10,861,910 fixed-price-incentive-firm modification to a previously awarded contract (N00024-13-C-5225) for fiscal 2016 production of AN/SQQ-89A(V)15 Surface Ship Undersea Warfare Systems (USW).   The AN/SQQ-89A(V)15 is a Surface Ship USW combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats.  The contract is for production of the Technical Insertion 14 baseline of the AN/SQQ-89A(V)15 USW Systems.  This contract involves foreign military sales (FMS) to Japan.  Work will be performed in Lemont Furnace, Pennsylvania (56 percent); Syracuse, New York (14 percent); Clearwater, Florida (23 percent); Owego, New York (5 percent); and Marion, Massachusetts (2 percent), and is expected to be completed by September 2019.  Fiscal 2015 and 2016 other procurement (Navy); shipbuilding and conversion (Navy); fiscal 2016 operations and maintenance (Navy); research, development, test and evaluation (Navy); and FMS funding in the amount of $10,861,910 will be obligated at the time of award, and funds in the amount of $173,850 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

L-3 Communications Corp., Londonderry, New Hampshire, is being awarded a $10,628,435 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a three year ordering period for the Advanced Target Pointer/Illuminator/Aiming Laser and a provisioning item order for spare parts.  The Advanced Target Pointer/Illuminator/Aiming Laser is part of the visual augmentation system utilized by the U.S. Special Operations Command to carry out assigned missions.  This system combines the capabilities for visible and infrared lasers for precise weapon aiming and target/area illumination.  Work will be performed in Londonderry, New Hampshire, and is expected to be completed by September 2019.  Fiscal 2016 operations and maintenance (Navy); and fiscal 2015 other procurement (Navy) funds in the amount of $908,459 will be obligated at time of award. Contract funds in the amount of $777,884 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center Crane Division, Crane, Indiana, is the contracting activity (N00164-16-D-JQ88). 

 

Insitu Inc., Bingen, Washington, is being awarded $9,802,042 for firm-fixed-price delivery order 0069 against a previously issued basic ordering agreement (N00019-12-G-0008) to procure launch and recovery equipment, spares, support equipment, and support services for the ScanEagle unmanned aircraft system operations for the government of Tunisia Intelligence, Surveillance, and Reconnaissance Services Program.  Work will be performed in Bizerte, Tunisia (50 percent); and Bingen, Washington (40 percent); and Beja, Tunisia (10 percent), and is expected to be completed in September 2017.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $9,802,042 are being obligated at time of award, all of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $9,525,651 cost-plus-fixed-fee modification to a previously awarded contract (N00024-16-C-5418) for the NATO Seasparrow Missile System (NSSMS) 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 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; 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 2017.  Fiscal 2016 research, development, test and evaluation (Navy); and fiscal 2016 other procurement (Navy) funding in the amount of $7,609,227 will be obligated at time of award; none of the will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

The Boeing Co., Seattle, Washington, is being awarded an $8,395,453 modification to a previously awarded firm-fixed price contract (N00019-12-C-0112) for initial spares in support of the P-8A Multi-mission Maritime aircraft aircrew and maintenance training devices.  Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2018.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $8,395,453 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

 

Arete Associates, Northridge, California, is being awarded a $7,872,779 cost-plus-fixed-fee contract to develop active and passive sensors for threat detection and localization in the maritime environment.  Successful performance would lead to transition and integration into to multiple fleet surface ships.  The contractor will manage the program and conduct systems engineering to execute sensor development, integration, test, and evaluation of this Surface Ship Periscope Detection and Discrimination Future Naval Capabilities program.  This contract contains options, which if exercised, will bring the contract value to $14,643,997.

Work will be performed in Longmont, Colorado (80 percent); Northridge, California (10 percent); and Arlington, Virginia (10 percent).  Work is expected to be completed June 21, 2021.  Option periods will run concurrent.   Fiscal 2016 research, development, test, and evaluation (Navy) funds in the amount of $250,000 will be obligated at the time of award.  No funds will expire at end of current fiscal year.  This contract was competitively procured under Office of Naval Research long range broad agency announcement (BAA) 15-001, Sept. 29, 2014.  Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-16-C-3030). 

 

The Boeing Co., St. Louis, Missouri, is being awarded a $7,714,317 firm-fixed-price contract, for the procurement of technical requirement documents, system specifications, units under test, and provisioning data to establish depot maintenance capabilities at the Fleet Readiness Center Southeast, Jacksonville, Florida, for the P-8A Poseidon Aircraft Stores Management System. Work will be performed in Great Rapids, Michigan (42 percent); St. Louis, Missouri (32 percent); and Seattle, Washington (26 percent), and is expected to be completed by August 2019.  Fiscal 2014 aircraft procurement (Navy) funds in the amount of $7,714,317 will be obligated at time of award and funds will expire before the end of the current fiscal year.  One firm was solicited for this non-competitive requirement, and one offer was received in accordance with Federal Acquisition Regulation 6.302-1.  Naval Supply Systems Command Fleet Logistics Center, Jacksonville, Florida, is the contracting activity (N68836-16-C-0016)

 

Vigor Marine LLC, Portland, Oregon, is being awarded a $7,694,735 firm-fixed-price contract for an 82-calendar day shipyard availability for the mid-term availability of USNS Rappahannock (T-AO 204).  Work will include general services, clean and gas free tanks, ballast tank preservation, port and starboard main engine 72,000 hour overhauls, No. 4 ship service diesel generator 70,000 hour overhaul, high pressure air compressor overhauls, install fuel sensors in fuel oil service system, and install new lube oil purifiers.  The contract includes options which, if exercised, would bring the total contract value to $7,971,640.  Work will be performed in Portland, Oregon, and is expected to be completed by Feb. 3, 2017.  Subject to availability of funds, fiscal 2017 operations and maintenance (Navy) funds are obligated in the amount of $7,694,735, and will expire Sept. 30, 2017.  This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with three offers received.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4009).

 

Sealift Inc., Oyster Bay, New York, is being awarded $7,339,785 under a previously awarded contract (N00033-12-C-3303) to exercise an option for the time charter of U.S. flagged, self-sustaining ship M/V MAJ Bernard F. Fisher, to preposition ammunition and related supplies in support of the Air Force’s at-sea prepositioning program.  Work will be performed at sea and the ship must be worldwide deployable.  The anticipated primary places of performance are Diego Garcia and Korea.  The option runs through Sept. 30, 2017.  Subject to availability of funds, fiscal 2017 transportation working capital funds in the amount of $5,489,757 are available to be obligated for fiscal 2017 through June 30, 2017, at which time the contract will then be renegotiated.  This contract was competitively procured with more than 50 companies solicited via the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with two offers received.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

 

UPDATE:  Contracts awarded on April 8, 2014, to Patricia I. Romero Inc., doing business as Pacific West Builders,* National City, California (N62473-14-D-0038); Peter Vander Werff Construction Inc.,* El Cajon, California (N62473-14-D-0039); Dimensions Construction Inc.,* San Diego, California (N62473-14-D-0040); I.E.-Pacific Inc.,* Escondido, California (N62473-14-D-0041); and Halbert Construction Company Inc.,* El Cajon, California (N62473-14-D-0042), for new construction, renovation, and repair of general building construction at various locations within the Naval Facilities Engineering Command Southwest area of responsibility, are revised to increase the aggregate capacity of the previously awarded suite of contracts by $7,000,000.  The maximum dollar value including the base period and four option years for all five contracts combined is increased from $99,000,000 to $106,000,000.

 

DEFENSE LOGISTICS AGENCY

 

California Water Service, San Jose, California, has been awarded a maximum $208,922,015 regulated tariff contract for the ownership, operation and maintenance of the water distribution system at Travis Air Force Base, California. This was a competitive acquisition with two responses received. This is a 50-year contract with no option periods. Location of performance is California, with a March 31, 2069, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-16-C-8315).

 

Boston Scientific, Marlborough, Massachusetts, has been awarded a maximum $71,034,463 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for cardiovascular products. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a one-year base contract with four one-year option periods. Location of performance is Massachusetts, with a Sept. 28, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-16-D-0013).

 

Mnemonics Inc., * Melbourne, Florida, has been awarded a maximum $42,073,899 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for items supporting radar signaling detecting sets. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a Sept. 28, 2021, performance completion date. Using military service is Army and foreign military sales to various countries. Types of appropriation are fiscal 2016 through fiscal 2021 Army working capital and foreign military sales funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-16-D-0042).

 

Petroleum Traders Corp.,** Fort Wayne, Indiana, has been awarded a $37,221,675 fixed-price with economic-price-adjustment contract under solicitation SPE600-16-R-0223 for various types of fuel. This was a competitive acquisition with 32 offers received. This is a four-year contract with no option periods. Locations of performance are Indiana, Alabama, Arkansas, Florida, Georgia, Louisiana, Missouri, Mississippi, North Carolina, and South Carolina, with an Oct. 31, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, federal civilian agencies, Department of Veterans Affairs, and Defense Logistics Agency. Type of appropriation is fiscal 2017 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-16-D-8523).

 

Meggitt Rockmart Inc., Rockmart, Georgia (SPRHA4-16-D-0007, $21,998,725); and American Fuel Cell and Coated Fabrics, doing business as AMFUEL,* Magnolia, Arkansas (SPRHA4-16-D-0006, $21,763,527), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-16 fuel cells under solicitation SPRHA4-16-R-01735. These were competitive acquisitions with two offers received. These are five-year base contracts with no option periods. Locations of performance are Georgia and Arkansas, with a Sept. 28, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2022 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Ogden, Utah.

 

Crane Co., Elyria, Ohio, has been awarded a maximum $18,000,000 fixed-price requirements type contract with price redetermination for various landing gear components. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a five-year base contract with no option periods. Locations of performance are Ohio, Washington and California, with a Sept. 30, 2021, performance completion date. Using military service is Air Force. Types of appropriation are Air Force and defense working capital funds, however, no funds were committed when making the award. Funding will be tied to individual delivery orders as requirements are generated. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPE4AX-16-D-9478).

 

ABB Inc., Westerville, Ohio, has been awarded a maximum $13,667,175 firm-fixed-price, indefinite-quantity contract for T56 engine temperature controls. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). This is a two-year contract with no option periods. Location of performance is Ohio, with a Sept. 28, 2018, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-16-D-0025).

 

ATK Space Systems Inc., Dayton, Ohio, has been awarded a maximum $12,183,259 firm-fixed-price, indefinite-quantity contract for B-1B aircraft structural panels. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). This is a one-year base contract with four one-year option periods. Location of performance is Ohio, with a Sept. 28, 2017, performance completion date. Using customer is Air Force. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-16-D-0418).

 

Meggitt Rockmart Inc., Rockmart, Georgia (SPRHA4-16-D-0009, $8,381,322); and American Fuel Cell and Coated Fabrics, doing business as AMFUEL,* Magnolia, Arkansas (SPRHA4-16-D-0008, $8,073,981), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for A-10 fuel cells under solicitation SPRHA4-16-R-00040. These were competitive acquisitions with two offers received. These are five-year base contracts with no option periods. Locations of performance are Georgia and Arkansas, with a Sept. 28, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2022 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Ogden, Utah.

 

Zephyr International LLC,*** Conway, South Carolina, has been awarded a maximum $7,695,424 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aircraft mounted winches. This was a sole-source acquisition using justification Federal Acquisition Regulation 6.302-1(a)(2) that states only one responsible source and no other supplies or services will satisfy agency requirements. This is a five-year contract with no option periods. Location of performance is South Carolina, with a Sept. 30, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 conventional ammunition working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-16-D-0093).

 

ARMY

 

KBR-Triple Canopy LLC, Houston, Texas, was awarded a $117,842,334 fixed-price incentive contract for base operations and security support services supporting the Area Support Group Kuwait. Bids were solicited on the Internet with five received. Work will be performed in Kuwait, with an estimated completion date of Sept. 29, 2017. Fiscal 2016 operations and maintenance (Army) funds in the amount of $ 117, 842,334 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W52P1J-16-C-0070).

 

John Bowman Inc.,* Fountain, Colorado (W9128F-16-D-0050); Rocky Mountain Excavating Inc., Castle Rock, Colorado (W9128F-16-D-0051); MT JV,* San Antonio, Texas (W9128F-16-D-0053); Zieson Construction Co. LLC,* North Kansas, Missouri (W9128F-16-D-0055); Herman Construction Group Inc.,* Escondido, California (W9128F-16-D-0056), were awarded a $99,000,000 firm-fixed-price contract for design-build/design-bid-build facilities sustainment, restoration and modernization in Colorado, Wyoming, Montana, North Dakota, South Dakota, Nebraska, Minnesota, Wisconsin and Iowa. Bids were solicited via the Internet with 20 received, with an estimated completion date of Sept. 28, 2021.Funding and work location will be determined with each order. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

 

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $92,100,000 fixed-price incentive contract to acquire 45 sets of Abrams M1A2 system enhanced package version 3. Bids were solicited on the Internet with one received. Work will be performed in multiple locations, with an estimated completion date of Aug. 30, 2018. Fiscal 2016 other procurement Army funds in the amount of $92,100,000 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0225).

 

Neany Inc., Hollywood, Maryland, was awarded a $49,168,370 order dependent contract to provide unmanned aerial systems persistent ground surveillance capability. Bids were solicited on the Internet with one received. Funding and work location will be determined with each order. Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity (W911NF-16-D-0038).

 

Alion Science and Technology Corp., Burr Ridge, Illinois, was awarded a $48,338,166 cost-plus-fixed-fee contract to perform research and development in the area of decision support elements of operational simulations. Bids were solicited on the Internet with 999 received. Work will be performed in Rome, New York, with an estimated completion date of Oct. 28, 2019. Fiscal 2016 research, development, testing and evaluation funds in the amount of $48,338,166 were obligated at the time of the award. Army Contracting Command, Adelphi, Maryland, is the contracting activity (W911QX-16-C-0036).

 

Raytheon, IDS, Andover, Massachusetts, was awarded a $35,650,000 firm-fixed- price foreign military sales contract (German, Netherlands, Kuwait, United Arab Emirates) for PDB-8 kits for U.S. and foreign military sales requirements. Bids were solicited on the Internet with one received. Work will be performed in multiple locations, with an estimated completion date of Nov. 30, 2018. Fiscal 2016 operations and maintenance Army funds in the amount of $35, 650,000 were obligated at the time of award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-C-0135).

 

Bethel Contracting LLC, Bethel, Arkansas, was awarded a $24,122,400 firm-fixed-price contract to repair Building 155, Quad B, Schofield Barracks, Oahu, Hawaii. Bids were solicited on the Internet with three received. Work will be performed in Schofield Barracks, Hawaii, with an estimated completion date of March 31, 2018. Fiscal 2016 operations and maintenance Army funds in the amount of $24,122,400 were obligated at the time of the award. Army Corps of Engineers, Fort Shafter, Hawaii, is the contracting activity (W9128A-16-C-0016).

 

Iron Sword, Enterprises LLC,* Wallkill, New York, was awarded a $23,156,200 firm-fixed-price contract to design build Spellman Hall Army Cyber Institute Building 2101, U.S. Military Academy, West Point, New York. Bids were solicited on the Internet with six received. Work will be performed in New York, New York, with an estimated completion date of Oct. 10, 2017. Fiscal 2016 operations and maintenance army funds in the amount of $23,156,200 were obligated at the time of the award. Army Corps of Engineers, New York, New York is the contracting activity (W912DS-16-C-0033).

 

Atherton Construction LLC,* Henderson, Nevada, was awarded a $23,347,009 firm-fixed-price contract for construction of the Army family housing project at Rock Island, Arsenal. Bids were solicited on the Internet with three received. Work will be performed at Rock Island, Illinois, with an estimated completion date of March 23, 2018. Fiscal 2016 military construction funds in the amount of $23,347,009 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky is the contracting activity (W912QR-16-C-0026).

 

Boro Developers Inc., King of Prussia, Pennsylvania, was awarded a $19,988,400 firm-fixed-price contract for construction of an Army Reserve Center. Bids were solicited via the Internet with five received, with an estimated completion date of Aug. 30, 2018. Fiscal 2012, 2015, and 2016 military construction funds; and operations and maintenance (Army) funds in the amount of $19,988,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0024).

 

URS Federal Services Inc., Germantown, Maryland, was awarded a $19,861,976 modification (P00015) to firm-fixed-price contract W9124G-15-C-0005 for rotary wing flight training instructor support services for the Army Aviation Center of Excellence. Work will be performed in Daleville, Alabama, with an estimated completion date of April 31, 2017. Fiscal 2017 operations and maintenance (Army) in the amount of $19,861,976 were obligated at the time of the award. Army Contracting Command, Fort Eustis, Virginia, is the contracting activity.

 

Treviicos South Inc., Charleston, Massachusetts, was awarded an $18,595,166 firm-fixed-price contract for a dike rehabilitation project. Bids were solicited via the Internet with three received, with an estimated completion date of June 15, 2018. Fiscal 2016 other funds in the amount of $18,595,166 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-16-C-0024).

 

Longbow LLC, Orlando, Florida, was awarded a $15,166,741 modification (P00014) to contract W31P4Q-16-C-0035 for engineering services for laser hellfire missiles. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2017. Fiscal 2014, 2015, and 2016 research, development, testing, evaluation; other; and other procurement army funds in the amount of $15,166,741 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

EA-SCF JV*, Hunt Valley, Maryland, was awarded a $15,000,000 firm-fixed-price contract to provide a full range of environmental compliances. Bids were solicited via the Internet with five received, with an estimated completion date of Sept. 28, 2021. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-16-D-0022).

 

Honeywell Technology Solutions Inc., Columbia, Maryland, was awarded a $14,152,877 modification (000218) to contract W52P1J-12-G-0061 for logistics support for Army Prepositioned Stocks-3.  Work will be performed in Charleston, South Carolina, with an estimated completion date of Aug. 14, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $14,152,877 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

The Arbinger Co.,* Farmington, Utah, was awarded a $13,620,982 firm-fixed-price contract for self-awareness training, executive coaching, and supplies. Bids were solicited via the Internet with 10 received, with an estimated completion date of Sept. 29, 2019. Funding and work location will be determined with each order. U.S. Army Medical Command, Fort Sam Houston, Texas, is the contracting activity (W81K04-16-D-0035).

 

Shoreline Foundation Inc.,* Hollywood, Florida, was awarded a $13,236,255 firm-fixed-price contract for hurricane and storm damage reduction project. Bids were solicited via the Internet with six received, with an estimated completion date of Sept. 29, 2018. Fiscal 2014, 2015, and 2016 other funds in the amount of $13,236,255 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-16-C-0027).

 

Allison Transmission Inc., Indianapolis, Indiana, was awarded a $12,951,705 modification (P00013) cost contract W56HZV-12-C-0067 for equipment used to produce Abrams vehicle X1100 transmissions. Work will be performed in Indianapolis, Indiana, with an estimated completion date of April 31, 2019.  Fiscal 2016 operations and maintenance (Army) in the amount of $12,951,705 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

AECOM Technical Services, Sacramento, California; and Kleinfelder Inc., Rancho Cordova, California, was awarded a $12,000,000 firm-fixed-price contract for investigation and design services in support of South Pacific Division wide dame and levee safety programs. Bids were solicited via the Internet with six received, with an estimated completion date of Sept. 28, 2021. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-16-D-0018 and W91238-16-D-0019).

 

Kallidus Technologies Inc.,* Lowell, Massachusetts, was awarded an $11,750,457 firm-fixed-price contract to construct a new cyber facility for the Maryland Air National Guard. Bids were solicited via the Internet with four received. Work will be performed in Middle River, Maryland, with an estimated completion date of Oct. 31, 2017. Fiscal 2012 and 2014 military construction funds in the amount of $11,750,457 were obligated at the time of the award. National Guard Bureau, Havre de Grace, Maryland, is the contracting activity (W912K6-16-C-0005).

 

Research Analysis and Maintenance Inc.,* El Paso, Texas, was awarded an $11,731,776 cost-plus-fixed-fee, multi-year, incrementally funded contract with options for technical facility support. Bids were solicited via the Internet with six received. Work will be performed in Ft. Hood, Texas, with an estimated completion date of Sept. 28, 2016. Fiscal 2016 research, development, testing and evaluation; operations and maintenance (Army); and other procurement (Army) funds in the amount of $1,834,701 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-16-C-0022).

 

CAS Inc., Huntsville, Alabama, was awarded a $10,569,408 modification (003895) to foreign military sales contract W31P4Q-05-A-0024 (Mexico, Tunisia, Egypt, Taiwan, UAE, Columbia, Jordan, Brazil, Thailand, Bahrain, Sweden, Slovakia) for labor hours and travel for the Utility Helicopter project office. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 31, 2017. Fiscal 2010, 2015, and 2016 research, development, testing, and evaluation: operations and maintenance (Army); and other procurement funds in the amount of $10,569,408 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Voith Hydro Inc., York, Pennsylvania, was awarded a $10,486,406 firm-fixed-price, incrementally funded contract for an additional turbine runner for the Ice Harbor Dam powerhouse, Burbank, Washington. One bid was solicited with one received. Work will be performed in York, Pennsylvania, with a completion date of Jan. 31, 2019. Fiscal 2016 other procurement funds in the amount of $1,345,447 were obligated at the time of the award. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-10-C-0013).

 

Perini Management Services Inc., Framingham, Massachusetts, was awarded a $9,985,940 firm-fixed-price contract to construct an explosive research and development laboratory. Bids were solicited via the Internet with two received. Work will be performed at Picatinny Arsenal, New Jersey, with an estimated completion date of Oct. 15, 2017. Fiscal 2012 military construction fuds funds in the amount of $9,985,940 were obligated at the time of the award. Army Corps of Engineers, New York, New York is the contracting activity (W912DS-16-C-0028).

 

Flight Safety International, Daleville, Alabama, was awarded an $8,668,493 modification (P00169) to contract W9124G-04-C-0037 for fixed wing flight training services. Work will be performed in Daleville, Alabama, with an estimated completion date of March 9, 2017. Fiscal 2017 operations and maintenance (Army) funds will be subject to availability. Army Contracting Command, Ft. Eustis, Virginia, is the contracting activity.

 

Mike Coates Construction Co. Inc.,* Niles, Ohio, was awarded a $7,879,715 firm-fixed-price contract with options to construct an indoor firing range. Bids were solicited via the Internet with three received. Work will be performed at the Youngstown Air Reserve Station, Ohio, with an estimated completion date of April 2, 2018. Fiscal 2016 military construction funds in the amount of $7,879,715 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0031).

 

AIR FORCE

 

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $27,956,839 firm-fixed-price and cost type contract for integration and installation of Large Aircraft Infrared Countermeasures on Germany head of state BG5000 aircraft. Contractor will provide aircraft protection technology from surface-to-air infrared missiles.  Performance location will be announced in January 2017. Work is expected to be complete by Dec. 31, 2019. This award is 100 percent foreign military sales to Germany. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8625-16-C-6595).

 

The Boeing Co., Seattle, Washington, has been awarded a $16,029,455 modification for classified requirements to previously awarded contract FA8625-16-C-6599 for the Presidential Aircraft Recapitalization (PAR) program pre-milestone B phase 2 activities.  This modification supplements the defining of detailed requirements and design trade-offs required to support informed decisions that will lead to a lower risk engineering and manufacturing development program and lower life cycle costs.  Work will be performed at Seattle, Washington, and is expected to be complete by Jan. 12, 2018. Fiscal 2016 research, development, test and evaluation funds in the amount of $5,848,622 are being obligated at the time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

CFM International, West Chester, Ohio, has been awarded a $12,038,044 firm-fixed-price contract for one spare CFM56-7B27AG04 engine. Work will be performed at Villaroche, France, and is expected to be complete by Oct. 31,2016. This contract involves 100 percent foreign military sales to South Korea. This award is the result of a sole-source acquisition. Foreign military sales funds in the amount of $12,038,044 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-16-C-2140).

 

Northrop Grumman Amherst Systems, Buffalo, New York, has been awarded a $11,022,355 modification (P00021) to previously awarded contract FA8210-13-C-0001 for additional quantities of provisional spares for the Joint Threat Emitter. The location of performance is Buffalo, New York.  This modification involves foreign military sales to Saudi Arabia. The spares work is expected to be completed by March 31, 2019.  Fiscal 2014 other procurement; and 2016 operations and maintenance funds are being obligated at the time of award.  Hill Air Force Base, Utah, is the contracting activity.

 

Northrup Grumman Systems Corp. - Amherst Systems Inc., Buffalo, New York, has been awarded a $9,800,000 indefinite-delivery/indefinite-quantity contract for sustaining engineering services support for test facilities threat simulators. Contractor will provide all sustaining engineering services needed for continued support of B-1, B-2, B-52, and fighter test facilities, combat electromagnetic environment simulators and advanced multiple environment threat simulators sustainment. Work will be performed at Eglin Air Force Base, Florida; Edwards Air Force Base, California; and Robins Air Force Base, Georgia, and is expected to be complete by Sept. 28, 2017.  This award is the result of a sole-source acquisition. Fiscal 2016 operations and maintenance funds in the amount of $711,389 are being obligated on task order 0001 at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2486-16-D-0076).

 

Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $9,513,137 cost-plus-fixed-fee contract for human language technologies (HLT) to enhance warfighter operations. Contractor will address some major challenges with HLT for use in military operations, particularly in achieving better performance, faster throughput and application development, and cheaper lifecycle costs.  Different applications require different tradeoffs be made among these three factors, so this effort seeks to understand those tradeoffs for various applications. Specific technical objectives include better use of context in HLT algorithms, on-line learning of translations and transliterations for out-of-vocabulary words, advanced computational methods for HLT, advanced data discovery capabilities and advanced audiovisual and text processing for multilingual multimedia information extraction. Work will be performed at Wright-Patterson Air Force Base, Ohio; Marina Del Rey, California; Pittsburgh, Pennsylvania, and Chantilly, Virginia, and is expected to be complete by Sept. 28, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $559,550 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-16-C-6697).

 

Alliant Techsystems Operations LLC, Rocket Center, West Virginia, has been awarded a $9,270,100 modification (P00055) to exercise an option to the previously awarded contract FA8681-11-C-0039 for low-rate initial production Lot 2 of the Hard Target Void Sensing Fuze system. Contractor will provide 475 Hard Target Void Sensing Fuze systems. Work will be performed at Rocket Center, West Virginia, and is expected to be complete by March 29, 2018. Fiscal 2015 and 2016 ammunition procurement funds in the amount of $9,270,100 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

 

BAE Systems, Rockville, Maryland, has been awarded a $8,211,088 modification (P00162) to previously awarded contract FA8214-13-C-0001 for additional sustaining engineering and sustainment management support. Contractor will provide systems engineering, technical assistance, training and development in performing integration, sustaining engineering and program management support functions for the Minuteman III weapon system. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by July 31, 2017. Fiscal 2016 operations and maintenance funds in the amount of $8,211,088 are being obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

 

RC Construction Co. Inc. & Gene Nims Builders Inc. JV, Greenwood, Mississippi, has been awarded a $7,576,954 firm-fixed-price contract for renovation and repair of 307th Aircraft Maintenance building. Contractor will provide interior demolition, the addition of two elevators, minor exterior improvements of three separate multi-story structures. Work will be performed at Barksdale Air Force Base, Louisiana, and is expected to be complete by Feb. 28, 2018. This award is the result of a competitive acquisition and six offers were received. Fiscal 2016 repair funds in the amount of $7,576,954 are being obligated at the time of award. The 2d Contracting Squadron, Barksdale Air Force Base, Louisiana, is the contracting activity (FA4608-16-C-0027).

 

DEFENSE INTELLIGENCE AGENCY

 

Vexterra Group, McLean, Virginia, was awarded a five-year time and material contract (HHM402-14-C-0099) to provide Tier I-II and Tier I-III services in support of the Defense Intelligence Agency’s National Media Exploitation Center. The value of the contract is $21,433,958. There were four bids received. Estimated completion of the contract is Sept. 29, 2021. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

 

DEFENSE FINANCE AND ACCOUNTING SERVICE

 

Deloitte & Touche LLP, Alexandria, Virginia, has been awarded a not-to-exceed $9,015,900 modification (P00003) to previously awarded contract HQ0423-16-F-0038 for reconciliation and financial services support for the Defense Finance and Accounting Service (DFAS).  This modification exercises Option Year 1, with a period of performance of Oct. 1, 2016, through Sept. 30, 2017.  The modification brings the total cumulative face value of the contract to $14,258,962 from $5,243,062.  Work will be performed at DFAS sites in Indianapolis, Indiana; Cleveland, Ohio; and Columbus, Ohio, with an expected completion date of Sept. 30, 2017.  Defense working capital funds in the amount of $9,015,900 are being obligated at time of award. DFAS, Columbus, Ohio, is the contracting activity.

 

WASHINGTON HEADQUARTERS SERVICES

 

Transource Computers, Phoenix, Arizona, is being awarded a firm-fixed-price contract for $7,322,903 to procure lightweight 2-in-1 devices in support of the Secretary of Defense mandated Windows 10 deployment.  Joint Service Provider is looking to rapidly procure 20,000 total devices starting increment/initial procurement of 5,000 devices with option for increased quantity.  Work performance will take place in Arlington, Virginia. The expected completion date is Sept. 29, 2017. Fiscal 2016 operations and maintenance funds are being obligated at the time of the award. Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-16-F-0172).

 

DEFENSE MEDIA ACTIVITY

 

Talu LLC, Herndon, Virginia, was awarded a $7,169,893 building renovation contract HQ0516-16-C-0009 for the renovation to the Defense Media Activity Broadcast Center Riverside, California; and the Forward Joint Operations Center, Camp Smith, Hawaii.  Work will be performed in Riverside, California; and Aiea, Hawaii, with an estimated completion date of Dec. 30, 2017. Fiscal 16 operations and maintenance funds in the amount of $3,200,000 were obligated at the time of the award.  Defense Media Activity, Fort Meade, Maryland, is the contracting activity. (Awarded on Sept. 28, 2016)

 

*Small business

**Veteran-owned small business

***Woman-owned small business