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 Some of the information contained within may be outdated and links may not function.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. 15, 2014

CONTRACTS

ARMY

American Contractor And Technology, Inc.,* Pensacola, Florida (W9127Q-14-D-0001); Can't Be Beat Fence And Construction, LLC,* Bay St Louis, Mississippi (W9127Q-14-D-0002); Core Engineering and Construction, Inc.,* Winter Park, Florida (W9127Q-14-D-0003); Double H Contracting, LLC,* Poplarville, Mississippi (W9127Q-14-D-0004); Drace Construction Corp.,* Ocean Springs, Mississippi (W9127Q-14-D-0005); Fairley Construction Co., Inc.,* Petal, Mississippi (W9127Q-14-D-0006); Flagstar Construction Company, Inc.,* Brandon, Mississippi (W9127Q-14-D-0007); Gottfried Contracting, LLC.,* Covington, Louisiana (W9127Q-14-D-0008); The Green-Simmons Company Inc.,* Pensacola, Florida (W9127Q-14-D-0009); Gulf Pacific Contracting LLC,* Bonifay, Florida (W9127Q-14-D-0010); Hanco Corp.,* Hattiesburg, Mississippi (W9127Q-14-D-0011); Hernandez Consulting LLC,* New Orleans, Louisiana (W9127Q-14-D-0012); Holliday Construction LLC,* Poplarville, Mississippi (W9127Q-14-D-0013); J & J Contractors, Inc,* Collinsville, Mississippi (W9127Q-14-D-0014); J & S Construction Company, Inc.,* Cookeville, Tennessee (W9127Q-14-D-0015); J. O. Collins Contractor, Inc.,* Biloxi, Mississippi (W9127Q-14-D-0016); J. W. Puckett & Company, Inc.,* Gulfport, Mississippi (W9127Q-14-D-0017); Jay-Van Co.,* Hattiesburg, Mississippi (W9127Q-14-D-0018); Johnson-Laux Construction, LLC,* Orlando, Florida (W9127Q-14-D-0019); Larry J. Sumrall Contractors, Inc.,* Laurel, Mississippi (W9127Q-14-D-0020); Laws Construction LLC,* Madison, Mississippi (W9127Q-14-D-0021); LHT Services, Inc.,* Gretna, Louisiana (W9127Q-14-D-0022); Mac's Construction Co. Inc.,* Hattiesburg, Mississippi (W9127Q-14-D-0023); Multi-Con, Inc.,* Jackson, Mississippi (W9127Q-14-D-0024); Northwind Engineering, LLC,* 105 Main St, Shelocta, Pennsylvania (W9127Q-14-D-0025); OAC Action Construction Corp.,* Miami, Florida (W9127Q-14-D-0026); Orocon Construction, LLC,* Biloxi, Mississippi (W9127Q-14-D-0027); RAF Contracting Inc.,* Columbus, Mississippi (W9127Q-14-D-0028); RDT Semper Tek JV,* Florence, Alabama (W9127Q-14-D-0029); ReflecTech, Inc.,* Picayune, Mississippi (W9127Q-14-D-0030); Southeast Cherokee Construction, Inc.,* Montgomery, Alabama (W9127Q-14-D-0031); Stewart Development, LLC.,* Hattiesburg, Mississippi (W9127Q-14-D-0032); Tony Watson Electric, Inc.,* Brandon, Mississippi (W9127Q-14-D-0033); Tradesmen Group, Inc.,* Plain City, Ohio (W9127Q-14-D-0034); Tri-Star Mechanical Contractors, Inc.,* Batesville, Mississippi (W9127Q-14-D-0035); Universal Services, LLC.,* Leakesville, Mississippi (W9127Q-14-D-0036); and W. B. Construction and Sons, Inc.,* Deridder, Louisiana (W9127Q-14-D-0037), were awarded a $555,000,000 firm-fixed-price, multiple award task order contract (37 contracts, $15 million each) for maintenance, repair, construction, and design and building services for the Mississippi National Guard. Funding and work location will be determined with each order, with an estimated completion date of Aug. 14, 2019. Bids were solicited via the Internet with 49 received. National Guard Bureau, Jackson, Mississippi, is the contracting activity.

Raytheon Integrated Defense Systems, Andover, Massachusetts was awarded a $109,078,477 firm-fixed-price level-of-effort foreign military sales (Germany, Greece, Israel, Japan, Saudi Arabia, Korea, Kuwait, Netherlands, Spain, Taiwan, Ukraine) contract with options for engineering services for the Patriot System Tracking Radar. Work will be performed in Andover, Tewksbury, and Burlington, Massachusetts; El Segundo, California; El Paso, Texas; Huntsville, Alabama; Pelham, New Hampshire; and White Sands, New Mexico, with an estimated completion date of Jan. 31, 2015. One bid was solicited and one received. Fiscal 2014 operations and maintenance (Army) funds ($58,886), fiscal 2014 research, development, test, and evaluation funds ($5,287,374), and fiscal 2014 and 2010 other procurement funds ($76,462,599) are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0093).

Raytheon Co., Andover, Massachusetts, was awarded a $59,486,000 modification (P00014) to foreign military sales (Taiwan) contract W31P4Q-11-C-0317 for advice and assistance in the training, planning, fielding, deployment, operation, maintenance, and sustainment of the Patriot Air Defense System, associated equipment, and logistics support elements. Fiscal 2014 other procurement funds in the amount of $59,486,000 were obligated at the time of
the award. Estimated completion date is Dec. 31, 2017. Work will be performed in Taiwan. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Joseph B. Fay Co., Tarentum, Pennsylvania, was awarded a $58,578,541 firm-fixed-price contract for construction of the Charleroi Locks and Dam river chamber completion, monoliths M-22 to M-27, Monongahela River, Pennsylvania. Work will be performed in Monesson, Pennsylvania, with an estimated completion date of Aug. 31, 2018. Bids were solicited via the Internet with four received. Fiscal 2014 other procurement funds in the amount of $58,578,541 are being obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-14-C-0003).

Global Engineering & Construction, LLC*, Renton, Washington (W91278-14-D-0068); John J. Kirlin Special Projects, LLC, Rockville, Maryland (W91278-14-D-0069); J&J Worldwide Services, Austin, Texas (W91278-14-D-0070); and Pioneer Contracting Co., Ltd*, Wahiawa, Hawaii (W91278-14-D-0071), were awarded a $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for healthcare facility repair and construction for the Pacific Regional Medical Command with an estimated completion date of Aug. 14, 2019. Bids were solicited via the Internet with 11 received. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Exelis Systems Corp., Colorado Springs, Colorado, was awarded an $18,170,444 fixed-price-incentive contract, with options, for information management/information technology enterprise services for the U.S. Army Corps of Engineers. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of Aug. 14, 2019. Bids were solicited via the Internet with six received. Fiscal 2014 other procurement funds in the amount of $18,170,444 are being obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi is the contracting activity (W91WMC-14-C-0001).

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $9,501,000 multiyear contract for maintenance dredging, Delaware River. Work will be performed in Philadelphia, Pennsylvania, with an estimated completion date of Dec. 31, 2014. Bids were solicited via the Internet with two received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $1,000,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-14-C-0026).

AIR FORCE

Northrop Grumman Systems Corp., San Diego, California, has been awarded a $240,653,315 primarily firm-fixed-price modification (PZ0001) for FA8620-13-C-3018 for three Block 30M RQ-4B Global Hawk air vehicles, each containing an Enhanced Integrated Sensor Suite and an Airborne Signals Intelligence Payload (ASIP), plus two additional ASIP sensors as retrofit kits. The total cumulative face value of the contract is $354,870,536. The contract modification is for the definitization of the advance purchase agreement. Work will be performed at San Diego, California, and is expected to be completed by June 30, 2017. Fiscal 2012 aircraft procurement funds in the amount of $240,653,315 are being obligated at time of award. Air Force Life Cycle Management Center/WIG (Global Hawk Program Office), Wright-Patterson Air Force Base, Ohio is the contracting activity.

Texas Department of Assistive and Rehabilitative Services, Austin, Texas, has been awarded a $22,964,268 modification to a previously awarded indefinite-delivery/indefinite-requirements contract (FA3047-13-D-0019) to exercise Option Year One for food service to 13 dining facilities, one flight kitchen, and two warehouses. Work will be performed at Joint Base San Antonio Lackland, Texas; the Lackland Training Annex; and Camp Bullis, Texas, and is expected to be completed by Aug. 31, 2015. Fiscal 2014 operations and maintenance funds will be obligated on individual task orders. 502nd Contracting Squadron, Joint Base San Antonio, Lackland Air Force Base, Texas, is the contracting activity.

Harris RF Communication, Rochester, New York, has been awarded a $19,500,000 indefinite-delivery/indefinite-quantity contract for the purchase of approximately 1,500 AN/PRC-152A radios and accessories. Work will be performed at Rochester, New York; the estimated completion date is June2019. This award is the result of a sole-source acquisition. Fiscal 2012 other procurement funds in the amount of $248,900 and fiscal 2013 other procurement funds in the amount of $1,274,640 will be obligated at time of award. Air Force Life Cycle Management Center/WISK, Battlefield Airmen, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8629 -14-D-2407).

Alion Science and Technology Corp., Burr Ridge, Illinois, has been awarded a $14,009,069 cost-plus-fixed-fee delivery order (0075) on the Advanced Materials, Manufacturing, and Testing Information Analysis Center (AMMTIAC) indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee sole-source (FA4600-06-D-0003) for advanced materials, components and systems for Anti-Tamper Systems Engineering, Test and Evaluation. AMMTIAC shall provide technical, engineering and expertise to perform research, development, test and evaluation utilizing emerging materials, components, and systems for technology protection. The work will be performed at Bloomington, Indiana, and is expected to be completed by Dec. 29, 2016. Fiscal 2014 research, development, test and evaluation funds in the amount of $43,600 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Nebraska, is the contracting activity.

NAVY

Carothers Construction Inc., Oxford, Mississippi (N69450-14-D-1266); Archer Western Construction, LLC,* Chicago, Illinois (N69450-14-D-1267); Brasfield & Gorrie General Contractors, Birmingham, Alabama (N69450-14-D-1268); Hensel Phelps Construction Co., Orlando, Florida (N69450-14-D-1269); and M.A. Mortenson Construction Co., Minneapolis , Minnesota (N69450-14-D-1270), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The maximum dollar value including the base period and two option years for all five contracts combined is $240,000,000. The work to be performed provides for primarily general building type projects (new construction, renovation, alteration, demolition, and repair work) including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities for Department of Defense activities. Carothers Construction Inc. is being awarded task order 0001 at $34,399,000 for the design and construction of an aircraft maintenance hangar at Marine Corps Air Station, Beaufort, South Carolina. Work for this task order is expected to be completed by September 2016. All work on this contract will be performed primarily in the NAVFAC Southeast AOR, including but not limited to North Florida and South Georgia. The term of the contract is not to exceed 36 months, with an expected completion date of August 2017. Fiscal 2013 military construction (Navy) and fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $34,419,000 are being 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 36 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $232,794,734 cost-plus-incentive-fee modification to the previously awarded F-35 Lightning II Low Rate Initial Production Lot VI contract (N00019-11-C-0083). This modification provides for non-recurring sustainment activities, to include procurement of 19 training devices and 69 items of complex support equipment. Work will be performed in Orlando, Florida (96 percent); Owego, New York (2 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in June 2017. Fiscal 2012 aircraft procurement (Navy and Air Force) funds and international partner funds in the amount of $232,794,734 will be obligated at time of award, $190,999,120 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

GE Power Conversion USA, Inc., Pittsburgh, Pennsylvania, is being awarded a $58,400,000 firm-fixed-price contract for design/bid/build services for an energy recirculation system at the Naval Warfare Center, Carderock Division, Building 633. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by January 2017. Fiscal 2014 research, development, test and evaluation and fiscal 2014 military construction (Navy) contract funds in the amount of $45,390,580 are being 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 two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-5202).

Leo A. Daly Company, Atlanta, Georgia, is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for complete architect and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The work to be performed provides for preparation of design/build request for proposals and other design services. Task order 0001 is being awarded at $434,120 to develop plans and specifications for the construction of a new Explosive Ordinance Disposal Facility at Naval Air Station Joint Reserve Base, Fort Worth, Texas. Work for this task order is expected to be completed by October 2015. All work on this contract will be performed at various activities in the NAVFAC Southeast AOR. The term of the contract is not to exceed 60 months with an expected completion date of August 2019. Fiscal 2010 military construction (planning and design) contract funds in the amount of $434,120 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 38 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-D-0025).

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $13,684,941 modification to a previously awarded cost-plus-award-fee/incentive-fee contract (N00024-11-C-4408) for the USS Howard (DDG 83) fiscal 2014 selected restricted availability (SRA). A SRA includes planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by February 2015. Fiscal 2014 operations and maintenance (Navy) and working capital fund contract funding in the amount of $13,684,941 will be obligated at the time of award. Contract funds in the amount of $12,793,832 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Drace Anderson Joint Venture*, Gulfport, Mississippi, is being awarded $12,536,888 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N6950-13-D-1762) for construction of an aircraft crash/rescue and fire station headquarters at Naval Air Station, Key West. The work to be performed provides for construction of a new facility for combined aircraft crash, rescue and structural fire operations with pile foundation, reinforced concrete floors and concrete panel/block walls. The facility will include administrative areas; single-occupancy rooms for firefighters; male and female restrooms and showers; kitchen, break room and apparatus storage areas. The project will provide all utility connections to the new facility. Following the construction of the new facility, the existing hangar A-132 shall be demolished. Work will be performed in Key West, Florida, and is expected to be completed by January 2016. Fiscal 2014 military construction (Navy) contract funds in the amount of $12,536,888 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Tetra Tech, Inc., Arlington, Virginia, is being awarded $11,905,740 for firm-fixed-price task order FZ02 under a previously awarded natural resources multiple award contract (N62470-13-D-8016) for desert tortoises pre-translocation analyses at Marine Corps Air Ground Combat Center, Twentynine Palms. The work to be performed provides for the pre-translocation analyses including clearance-level surveys; health assessments; apply radio transmitters; perform radio telemetry monitoring and activity movement analyses; establish long term monitoring plots; and evaluate the initial density, demography, habitat and disease status of desert tortoises at these plots. The contractor shall also construct barrier fences, repatriation pens, and holding pens for the desert tortoises. The task order also contains three unexercised options, which if exercised, would increase the cumulative task order value to $23,633,220. Work will be performed in Twentynine Palms, California, and is expected to be completed by May 2016. Fiscal 2014 operation and maintenance (Marine Corps) contract funds in the amount of $11,905,740 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

United Technologies Corp., Pratt & Whitney, Military Engines, East Hartford, Connecticut, is being awarded a $7,822,454 firm-fixed-price modification to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0026) for the maintenance and installation of nine engineering change proposals for the upgrade retrofits of 11 F-135B engines. Work will be performed in Middletown, Connecticut, and is expected to be completed in July 2015. Fiscal 2013 aircraft procurement (Navy) funds in the amount of $7,822,454 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 San Diego Ship Repair, San Diego, California, is being awarded a $7,397,159 modification to a previously awarded cost-plus-award-fee contract (N00024-08-C-4405) for the USS Ardent (MCM 12) fiscal 2014 selected restricted availability (SRA). A SRA includes planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by March 2015. Fiscal 2014 operations and maintenance (Navy) and working capital funding in the amount of $7,397,159 will be obligated at the time of award. Contract funds in the amount of $7,339,333 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

US Foods – La Mirada Division, La Mirada, California, has been awarded a maximum $36,666,667 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a competitive acquisition and two offers were received. This is a bridge contract. Location of performance is California, with a Dec. 5, 2014, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3038).

Sysco Hampton Roads, Suffolk, Virginia, has been awarded a maximum $30,500,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a sole-source acquisition. This is a bridge contract. Location of performance is Virginia, with a Dec. 14, 2014, performance completion date. Using services are Navy, Air Force and Coast Guard. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3031).

Science Applications International Corporation,* Fairfield, New Jersey, has been awarded a maximum $10,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for prime vendor maintenance, repair and operations support. This contract was a sole-source acquisition. This is a bridge contract. Location of performance is New Jersey, with a Dec. 17, 2014, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0908).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Battelle Memorial Institute, Columbus, Ohio, has been awarded a $6,577,033 modification (P00013), exercising the second option to an eight-month base contract (HR0011-13-C-0023) and a 21-month Phase 2/Option 1. The second option serves as Phase 3 to the Dialysis-Like Therapeutics (DLT) Integration program. This is a cost-plus-fixed-fee contract. Exercise of the option brings the total cumulative face value of the contract to $15,555,013 from $8,977,980. Work will be performed in Columbus, Ohio, with an expected completion date of Jan. 29, 2016 (end date of Phase 3). Fiscal 2014 research, development, test and evaluation funds in the amount of $3,092,251 are being obligated at time of award. The Defense Advanced Research Projects Agency (DARPA), Arlington, Virginia, is the contracting activity.

*Small business