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 Some of the information contained within may be outdated and links may not function.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 Feb. 6, 2015

CONTRACTS
 

ARMY
 

Raytheon/Lockheed Martin Javelin Joint Venture, Tucson, Arizona, was awarded a $14,678,835 modification (P00016) to contract W31P4Q-13-C-0129 to purchase 101 Javelin Block 1 Command Launch Unit (CLU) retrofits to support Foreign Military Sales. The retrofits are being procured with Special Defense Acquisition Funds (SDAF) to prevent production line gaps. Fiscal 2014 other procurement funds in the amount of $7,192,629 were obligated at the time of the award. Estimated completion date is Sept. 30, 2016. Work will be performed in Tucson, Arizona. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
 

All Phase Services Inc., *Delray Beach, Florida (W912DY-15-D-0017); ARS Aleut Remediation LLC*, North Augusta, South Carolina (W912DY-15-D-0018); Atlanta Demolition*, Chamblee, Georgia (W912DY-15-D-0019); ESA South Inc.,* Cantonment, Florida (W912DY-15-D-0020); LATA-Sharp Remediation Services LLC*, Oak Ridge, Tennessee (W912DY-15-D-0021); Micah Group Energy & Environmental*, Lexington, Kentucky (W912DY-15-D-0022); North Wind Construction Services*, Oak Ridge, Tennessee (W912DY-15-D-0023); Bhate Environmental Infrastructure, Birmingham, Alabama (W912DY-15-D-0024); Charter Environmental Inc., Boston, Massachusetts (W912DY-15-D-0025); NorthStar Demolition and Remediation LP, Baltimore, Maryland (W912DY-15-D-0026); North American Dismantling Corp., Lapeer, Michigan (W912DY-15-D-0027); Perma-Fix Environmental Services Inc., Knoxville, Tennessee (W912DY-15-D-0028) were awarded a $9,6000,000 firm-fixed-price indefinite-delivery contract with options to demolish excess facilities under the facilities reduction program, Army Corps of Engineers. Funding and work location will be determined with each order with an estimated completion date of Feb. 5, 2020. Bids were solicited via the Internet with eighteen received. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
 

AIR FORCE
 

General Electric Aviation, Cincinnati, Ohio, has been awarded a $192,400,000 indefinite-delivery/indefinite-quantity contract for F110/101/118 Engine Component Improvement Program. The engine component improvement program establishes a prioritized list of projects each calendar year to include developing engineering changes to the engines, developing organizational, intermediate and depot level repairs as needed and designing modifications. Work will be performed at Cincinnati, Ohio, and is expected to be complete by Dec. 31, 2021. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Fiscal year 2015 research, development, test and evaluation funds in the amount of $4,500,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Propulsion Acquisition Div., Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-15-D-0016).
 

The Texas Department of Assistive & Rehabilitative Services, Austin, Texas, has been awarded a $9,327,098 firm-fixed-price contract for non-personal mission essential Food Services. Contractor will provide dining facility management, accounting, cooking, maintenance and repair of food service property and handling of operational rations. Work will be performed at Joint Base San Antonio-Fort Sam Houston, Texas and Camp Bullis, Texas, and is expected to be complete by July 31, 2015. This award is the result of a sole-source acquisition. Fiscal year 2015 operations and maintenance funds in the amount of $1,533,592 are being obligated at the time of award. The 502nd Contracting Squadron, Fort Sam Houston, Texas, is the contracting activity (FA3016-15-C-0004).
 

DEFENSE LOGISTICS AGENCY
 

RD Buie Enterprises Inc.*, Boerne, Texas (SPE8E6-15-D-0003); Middle Atlantic Wholesale Lumber Inc.*, Baltimore, Maryland (SPE8E6-15-D-0004); Forest Products Distributors Inc.*, Rapid City, South Dakota (SPE8E6-15-D-0005); S&S Forest Products LLC*, Boerne, Texas (SPE8E6-15-D-0006), have been awarded a maximum $40,000,000 firm-fixed-price contract for a tailored logistics support contract for wood products for the East region against solicitation SPE8E6-14-R-0010. This contract was a competitive acquisition, and six offers were received. This is for the two-year base period. Locations of performance are Texas, Maryland and South Dakota, with a Feb. 4, 2017 performance completion date. Using military services are Army, Air Force, Navy, Marine Corps and federal civilian agencies. Type of appropriation is fiscal years 2015, 2016 and 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
 

NAVY
 

Imagine One Technology & Management Ltd.,* Colonial Beach, Virginia, is being awarded a $19,280,653 Small Business Innovation Research Phase III, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide an intelligent data mining agent and smart decision support process for the Consolidated Afloat Networks and Enterprise Services (CANES) program. The intelligent technology and support process required by the government will supply the CANES program with dynamic planning, re-planning and automation of test procedures, prioritization and optimization fixes based on component dependencies and potential impacts related to configuration changes, machine assisted analysis and learning during verification against design and assisted extrapolation of technical changes into all related technical documentation. This contract has a five-year ordering period, up to the contract award amount. Work will be performed in San Diego, California, and is expected to be completed by February 2020. Fiscal 2015 other procurement (Navy) funds in the amount of $3,700,000 will be obligated at the time of award and issued as a delivery order. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a follow-on to a Small Business Innovation Research Phase II contract. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-D-0005).
 

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a not-to-exceed $13,503,584 cost-plus-award-fee modification to previously awarded contract (N00024-12-C-2312) for DDG 51 Class Flight III upgrade design services. The main goal of the Flight III upgrade is to replace the SPY-1D(V) radar with the Air and Missile Defense Radar. This modification to the existing DDG 51 Class Lead Yard Services contract will allow for DDG 51 Class Flight III upgrade design efforts, along with procurement of Design Vendor Furnished Information in support of the Flight III design. Work will be performed in Pascagoula, Mississippi (98 percent) and Washington, District of Columbia (2 percent), and is expected to be completed by February 2016. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $5,197,577 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
 

Bath Iron Works, Bath, Maine, is being awarded a $13,027,540 cost-plus-award-fee/cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2313) for DDG 51 Class Flight III upgrade design services and associated data. The main goal of the Flight III upgrade is to replace the SPY-1D(V) radar with the Air and Missile Defense Radar. This modification to the existing DDG 51 Class Lead Yard Services contract will allow for DDG 51 Class Flight III upgrade design efforts, along with procurement of Design Vendor Furnished Information in support of the Flight III design. Work will be performed in Brunswick, Maine (69 percent); Bath, Maine (28 percent); Washington, District of Columbia (2 percent) and Pascagoula, Mississippi (1 percent), and is expected to be completed by December 2017. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $12,497,890 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Vigor Marine LLC, Portland, Oregon, is being awarded a $9,906,132 firm-fixed-price contract for 72-calendar day shipyard availability for the Mid Term Availability of USNS Yukon (T-AO 202). Work will include flight deck non-skid preservation, 72K Port and starboard main engine overhaul, No. 4 ship service diesel generator 20K overhaul, port and starboard clutch and coupling overhaul, tank deck overhead preservation, habitability repairs, steel replenishment at sea and fuel at sea Kingpost brackets and cargo system wire replacement. The contract includes options, which if exercised, would bring the total contract value to $10,173,178. Work will be performed in Portland, Oregon, and is expected to be completed by May 5, 2015. Fiscal 2015 maintenance and repair contract funds in the amount of $9,906,132 are obligated at the time of award. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with one offer received. The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-15-C-1000).

Huntington Ingalls Industries, Newport News, Virginia, is being awarded a $9,252,000 modification to previously awarded contract (N00024-08-C-2110) for onboard repair parts material procurement to support outfitting Gerald R. Ford (CVN 78). Work will be performed in Newport News, Virginia, and is expected to be completed by September 2015. Fiscal 2015 shipbuilding and conversion (Navy) contract funds in the amount of $2,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity.
 

*Small business