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 Some of the information contained within may be outdated and links may not function.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. 10, 2014

CONTRACTS

NAVY

Public Works Contractor Inc.,* Spring Valley, California (N62473-14-D-0070); MCB Lighting & Electrical Inc.,* Owings, Maryland (N62473-14-D-0071); Souza Construction Inc.,* Visalia, California (N62473-14-D-0072); Ja'nus Ventilation and Mechanical Inc.,* San Diego, California (N62473-14-D-0073); and Preferred Construction Co. Inc.,*, Long Beach, California (N62473-14-D-0074), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, repair, and renovation of heating, ventilation, and air conditioning systems and associated work at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all five contracts combined is $99,000,000. No task orders are being issued at this time. All work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as a set-aside for small businesses via the Federal Business Opportunities website, with 19 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

BlueForge LLC,* Saint Petersburg, Florida (N69450-14-D-1271); C&C Contractors LLC,* Notasulga, Alabama (N69450-14-D-1272); Colossal Construction Co. LLC,* Atlanta, Georgia (N69450-14-D-1273); Gulf Building Corp. and Hernandez Consultants, Joint Venture,* Fort Lauderdale, Florida (N69450-14-D-1274); HICAPS Inc.,* Greensboro, North Carolina (N69450-14-D-1275); KMK-DJI, Joint Venture,* Eliot, Maine (N69450-14-D-1276); and Leebcor Services LLC,* Williamsburg, Virginia (N69450-14-D-1277), 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 five option years for all seven contracts combined is $95,000,000. The work to be performed provides for primarily general building type projects, but is not limited to new construction, renovation, alteration, demolition and repair work in support of Department of Defense activities in the NAVFAC Southeast AOR. BlueForge LLC is being awarded task order 0001 at $13,161,000 for the design and construction of a new weapons storage and inspection facility at Marine Corp Logistics Base Albany, Georgia. Work for this task order is expected to be completed by January 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 60 months with an expected completion date of September 2019. Fiscal 2014 military construction (Navy) contract funds in the amount of $13,167,000 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 17 proposals received. These seven 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.

BergerABAM Inc., Federal Way, Washington, is being awarded a maximum $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for civil engineering services for large projects in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for requests for proposals for design-build projects; fully designed plans and specifications; civil engineering site investigation reports to support new development of facilities on raw land or redevelopment of existing facilities on developed sites; studies, reports, and evaluations; technical reviews of government prepared request for proposal packages for design-build projects and government prepared design documents for design-bid-build projects; preparation of planning and programming related documents; and post construction award services. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (87 percent), Arizona (5 percent), Nevada (5 percent), Colorado (1 percent), New Mexico (1 percent) and Utah (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $5,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with 11 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-14-D-0062).

Brodogradiliste Viktor Lenac D.D., Rijeka, Croatia, is being awarded a $21,383,394 firm-fixed-price contract for a 179-day Extended Service Life Program, dry docking and ship repair of USS Mount Whitney. The ship’s primary mission is to provide communication, command, and control support to U.S. Navy forces at sea. The contract includes options which, if exercised, would bring the total contract value to $29,674,806. Work will be performed in Rijeka, Croatia, and is expected to be completed by July 2015. Working capital contract funds, fiscal 2014 other procurement (Navy) and fiscal 2014 operations and maintenance (Navy) funds in the amount of $21,383,394 are being obligated at the time of award, and will expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-14-C-7504).

Bulltrack-Watts, a Joint Venture,* Marysville, California, is being awarded $13,771,399 for firm-fixed-price task order 0009 under a previously awarded multiple award construction contract (N40192-10-D-2801) for repair and modernization of Romeo Wharf at Naval Base, Guam. The work to be performed provides for sustainment, restoration and maintenance repairs to waterfront facilities at Romeo Wharf to allow berthing of various Navy ships. Work will be performed in Santa Rita, Guam, and is expected to be completed by May 2016. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $13,771,399 are being obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

General Dynamics National Steel and Shipbuilding Co., San Diego, California, was awarded $7,000,000 to increase an undefinitized contract action to previously awarded cost-plus-award-fee contract (N00024-13-C-4404) for USS Boxer (LHD 4) fiscal 2014 Phased Maintenance Availability. A phased maintenance availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by December 2015. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $7,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. (Awarded Sept. 8, 2014)

ARMY

Jacobs Technology, Tullahoma, Tennessee was awarded an $83,132,319 cost-plus-award fee incrementally-funded contract with options for test support for the following electronic instrumentation operation; optical, meteorology and geodetic instrumentation operation; metrology and simulation operation; computation and automation; test operations and maintenance; ammunition management operations; technical and engineering services; range management operations; communication and information management operations; and data acquisition and management. Work will be performed in Yuma, Arizona, and Ft. Greely, Alaska, with an estimated completion date of Nov. 14, 2018. Bids were solicited via the Internet with four received. Fiscal 2014 research, development, testing and evaluation funds in the amount of $250,000 are being obligated at the time of the award. Army Contracting Command, Yuma, Arizona, is the contracting activity (W9124R-14-C-0004).

Alliant Techsystems, Plymouth, Minnesota, was awarded a $33,397,721 modification (P00032) to contract W91CRB-11-C-0024 for 24 additional months of service related to the engineering and development of the XM25 Individual Semi-Automatic Airburst System. Research, development, testing and evaluation funds in the amount of $175,695 (Fiscal 2013) and $459,810 (Fiscal 2014) were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. Work will be performed at Picatinny Arsenal, New Jersey. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Onopa Services LLC,* Sanford, Florida (W911SF-14-D-0007); Paul S. Akins Company Inc.,* Statesboro, Georgia (W911SF-14-D-0008); and the FutureNet Group,* Detroit, Michigan (W911SF-14-D-0009), were awarded a $25,000,000 firm-fixed-price, indefinite delivery/indefinite-quantity multiple award task order multi-year contract for construction and design for the Department of Public Works, Ft. Gordon, Georgia. Funding and individual work location will be determined with each order with an estimated completion date of Sept. 9, 2019. Bids were solicited via the Internet with 20 received. Army Contracting Command, Ft. Benning, Georgia, is the contracting activity.

All Phase Services, Inc.,* Delray Beach, Florida (W912DY-14-D-0077); North Wind Solutions LLC, Oak Ridge, Tennessee (W912DY-14-D-0078); Bhate Environmental Associates Inc., Birmingham, Alabama (W912DY-14-D-0079); Charter Environmental Inc., Boston, Massachusetts (W912DY-14-D-0080); NCM Demolition and Remediation LP, Baltimore, Maryland (W912DY-14-D-0081); Perma-Fix Environmental Services Inc., Atlanta, Georgia (W912DY-14-D-0082), were awarded a $9,600,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract with options for the demolition of excess facilities throughout the northeastern United States in support of the Facility Reduction Program. Funding and work location will be determined with each order with an estimated completion date of Sept. 9, 2019. Bids were solicited via the Internet with 10 received. U.S. Army Corps of Engineers, Huntsville, Alabama is the contracting activity.

AIR FORCE

General Atomics - Aeronautical Systems Inc., Poway, California, has been awarded a $40,906,190 cost-plus-fixed-fee order (0033) on contract FA8620-10-G-3038 for development of requirements description documents for the MQ-9 Reaper Block 1 Unmanned Aerial System (UAS) and the MQ-9 Reaper Block 5 UAS with the 904.6.0 system/software release. Work will be performed in Poway, California, with an expected completion date of Sept. 8, 2017. This contract was a sole-source acquisition. Fiscal year 2012 aircraft procurement funds in the amount of $40,906,190 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.

Abacus Technology Corp., Chevy Chase, Maryland, has been awarded a $10,265,012 firm-fixed-price, cost-reimbursement contract for command, control, communications and computer (C4) services. Work will be performed at Kirtland Air Force Base, New Mexico, with an expected completion date of Sept. 15, 2015. Fiscal year 2014 operations and maintenance funds in the amount of $2,594,552 are being obligated at the time of award. This contract was a sole-source acquisition. The Air Force Nuclear Weapons Center, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9401-14-C-0016).

BAE Systems, Nashua, New Hampshire, has been awarded a $7,672,503 firm-fixed-price modification (P00008) on existing contract FA8540-12-C-0013 for an engineering change proposal for the Digital Electronic Warfare System. Work will be performed at Nashua, New Hampshire, and is expected to be completed by Nov. 30, 2018. This award is the result of a sole-source acquisition and is 100 percent foreign military sales for Saudi Arabia. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sikorsky Aerospace Services, Shelton, Connecticut, has been awarded a maximum $12,070,183 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for duel exhaust aircraft parts. This contract was a competitive acquisition, and one offer was received. This is a five-year base contract with no option periods. Location of performance is Connecticut with an Aug. 26, 2019 performance completion date. Using service is Army. Type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-14-D-0053). (Awarded Aug. 26, 2014)


GKN Aerospace Chem-Tronics Inc., El Cajon, California, has been awarded a minimum $9,728,213 firm-fixed-price contract for turbine augmenter exhaust nozzle support replenishment spares. This contract was a competitive acquisition, and two offers were received. This is a three-year base contract with no option periods. Location of performance is California with a Mar. 15, 2017, performance completion date. Using military service is Air Force. Type of appropriation is fiscal year 2014 through fiscal year 2017 foreign military sales funds.

The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-14-C-0114). (Awarded Sept. 9, 2014)

*Small business