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 Some of the information contained within may be outdated and links may not function.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 Jan. 19, 2017

ARMY

 

Sig Sauer Inc., Newington, New Hampshire, was awarded up to $580,217,000 for a firm-fixed-price contract for the Modular Handgun System including handgun, accessories and ammunition to replace the current M9 handgun. Bids were solicited via the Internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 19, 2027. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-17-D-0016).

 

BAE Systems, Ordnance Systems Inc., Radford, Virginia, was awarded a $177,837,003 modification (P000210) to contract W52P1J-11-G-0002 for construction and commissioning of the new nitrocellulose facility at the Radford Army Ammunition Plant.  Work will be performed in Radford, Virginia, with an estimated completion date of Dec. 31, 2018.  Fiscal 2015, 2016, and 2017 other funds in the amount of $171,837,003 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

L-3 Combat Propulsion Systems, Muskegon, Michigan, was awarded a $33,102,024 modification (P00032) to contract W56HZV-15-C-0119 for 96 hydro-mechanically propelled transmission, operational reliability, 800-horsepower transmissions and required ancillary hardware.  Work will be performed in Muskegon, Michigan, with an estimated completion date of Oct. 18, 2018.  Fiscal 2017 other procurement, Army; and operations and maintenance, Army funds in the combined amount of $33,102,024 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Dyncorp International LLC, Fort Worth, Texas, was awarded a $30,790,391 modification (P00148) to foreign military sales contract (Afghanistan, Iraq, Kuwait) W58RGZ-13-C-0040 to exercise option year three of a regional management fee for aviation field maintenance services in support of the Army Aviation and Missile Command, Aviation Field Maintenance Division outside the continental U.S. operations.  This requirement includes, but is not limited to, the effort necessary to reset an aircraft to a fully mission capable condition; the installation of aircraft modifications under modification work orders; and support to various units and combat aviation brigades.  Work will be performed in Afghanistan, Iraq, and Kuwait, with an estimated completion date of Dec. 31, 2017.  Fiscal 2017 operations and maintenance, Army funds in the amount of $30,790,391 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Marinex Construction Inc., Charleston, South Carolina, was awarded a $16,276,499 firm-fixed-price contract for Savannah inner harbor maintenance dredging to provide construction services including furnishing personnel; transportation; mobilization and demobilization; and equipment and materials required in connection with maintenance dredging.  Bids were solicited via the Internet with two received. Work will be performed in Savannah, Georgia, with an estimated completion date of Jan. 18, 2018.  Fiscal 2017 other funds in the amount of $3,200,000 were obligated at the time of the award.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-17-C-0002).

 

Travis Association for the Blind, Austin, Texas, was awarded a $9,799,010 modification (P0006) to contract W56HZV-13-D-0009 for service to clean and repair unserviceable, but economically repairable, organizational clothing and individual equipment for the Regional Logistics Support Center Program – West Region.  Services provided will be operated by an approved non-profit agency established with SourceAmerica.  This is an AbilityOne set-aside to award the third and final follow-on period.  Work will be performed in Austin, Texas, with an estimated completion date of Jan. 21, 2018.  Fiscal 2017 operations and maintenance, Army funds in the amount of $9,799,010 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

URS Federal Services, Germantown, Maryland, was awarded a $9,009,645 modification (P000205) to contract W52P1J-12-G-0028 for Army Prepositioned Stock 2, and for logistics support services, including maintenance, supply and transportation support.  Work will be performed in Germany with an estimated completion date of Nov. 20, 2017.  Fiscal 2017 operations and maintenance, Army funds in the amount of $9,009,645 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

 

NAVY

 

Advanced Technology International, Anderson, South Carolina, is being awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract for the Navy Manufacturing Technology (ManTech) Composites Manufacturing Center of Excellence.   The core mission and function of the Navy Composites Manufacturing Center is to identify, develop, and facilitate the deployment of potential solution sets to U.S. shipyards and other industrial facilities; i.e., metalworking or related manufacturing technologies to reduce the cost and time to build and repair key naval platforms.  Work will be performed in Anderson, South Carolina, and work is expected to be completed Jan. 19, 2022.   Two task orders will be awarded concurrent with the contract.  The task orders will be funded with fiscal 2016 research, development, test and evaluation (Navy) funds. Task order one will be funded in the amount of $150,000; task order two will be funded in the amount of $200,000.  No funds will expire at end of the current fiscal year.  This contract was competitively procured under solicitation N00014-16-R-0003, with two offers received.   The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-16-D-4005).

 

BAE Systems Southeast Shipyard Mayport LLC, Jacksonville, Florida, is being awarded a $51,351,637 firm-fixed-price contract for the execution of USS Roosevelt (DDG 80) fiscal 2017 depot maintenance period availability.  This is a long-term availability and was competed on a coast-wide (East and Gulf) basis without limiting the place of performance to the vessel’s homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization of USS Roosevelt.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $68,489,712.  Work will be performed in Jacksonville, Florida, and is expected to be completed by April 2018. Fiscal 2017 operations and maintenance (Navy); and fiscal 2017 other procurement (Navy) funding in the amount of $51,351,637 will be obligated at time of award. Contract funds in the amount of $32,910,070 will expire at the end of the current fiscal year.  This contract was competitively procured, with two offers received via Federal Business Opportunities.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-4415).

 

Crowley Government Services Inc., Jacksonville, Florida, is being awarded a $47,305,697 modification under a previously awarded firm-fixed price contract (N62387-15-C-2505) to exercise a one-year option period for the operation and maintenance of five Navy Ocean Surveillance Ships (T-AGOS) and two Missile Range Instrumentation Ships (T-AGM).  Work will be performed worldwide and is expected to be completed by Jan. 21, 2018.  Fiscal 2017 working capital (Navy) funds in the amount of $47,305,697 are obligated at the time of award.  Funds will not expire at the end of the current fiscal year.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

 

CSRA LLC, Falls Church, Virginia, is being awarded a $39,140,945 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for information technology (IT) services to support the Navy’s out of the continental U.S. (OCONUS) Naval Enterprise Network (ONE-Net).  This contract will provide a bridge for continuing IT services during the transition from the ONE-Net contract to the proposed Next Generation Enterprise Network Re-compete family of contracts in support of the Naval Enterprise Networks Program Office.  ONE-Net provides OCONUS Navy commands and claimants core IT services such as: Non-Classified Internet Protocol Router Network and Secret Internet Protocol Router Network access, network connectivity and security, mobile access and desktop support.  This contract includes two six-month options which, if exercised, would bring the total contract value to $80,331,784.  Work will be performed at Navy and Marine Corp locations in Bahrain, Greece, Guam, Italy, Japan, Poland, Republic of Korea, Romania, Singapore, Spain, and United Arab Emirates.  Work is expected to be completed January 2018.  If options are exercised, work will continue through January 2019.  No funding will be obligated at the time of award.  This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1).  The Space and Naval Warfare System Command, San Diego, California, is the contracting activity (N00039-17-D-0002).

 

Northrop Grumman Corp., Melbourne, Florida, is being awarded $8,121,653 for ceiling price repair delivery order 7000 under previously awarded basic ordering agreement N00383-17-G-AB01 for the repair of 103 power amplifier modules in support of the E-2D Advanced Hawkeye aircraft.  Work will be performed in Baltimore, Maryland, and is expected to be completed by January 2018.  Fiscal 2017 working capital funds (Navy) in the amount of $3,979,610 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.320-1.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

American Water Operations and Maintenance Inc., Voorhees, New Jersey, has been awarded a $32,553,864 modification (P00095) to a 50-year contract (SP0600-07-C-8254) incorporating an increase to the operations and maintenance; and renewal and replacement charges. This modification brings the total cumulative face value of the contract to $182,820,788 from $150,266,924. This is a fixed-price with prospective price redetermination contract. Locations of performance are New Jersey and Virginia, with a Dec. 20, 2057, performance completion date. Using military service is Army. Type of appropriation is Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

L-3 Communications Corp., doing business as Randtron Antenna Systems, Menlo Park, California, has been awarded a maximum $29,913,500 firm-fixed-price contract for antenna detectors. This was a competitive acquisition with two offers received. This is a five-year contract with no option periods. Location of performance is California, with a Jan. 18, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through fiscal 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-17-D-0001).

 

Akira Technologies Inc.,* Washington, District of Columbia, has been awarded a maximum $14,890,090 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for laser wide-format plotters/printers and toner. This was a competitive acquisition with five responses received. This is a five-year contract with no option periods. Locations of performance are within the contiguous U.S. and non-foreign outside of the contiguous U.S., with a Jan. 18, 2022, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2017 through fiscal 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Mechanicsburg, Pennsylvania (SP7000-17-D-0001).

 

Bernard Cap Co., Hialeah, Florida (SPE1C1-17-D-1021); and Federal Prison Industries, Washington, District of Columbia (SPE1C1-17-D-F004), have each been awarded a maximum $13,000,000 firm-fixed-price, indefinite-delivery contract under solicitation SPE1C1-16-R-0100 for Navy jumpers. These were competitive acquisitions with three offers received. These are one-year base contracts with two one-year option periods. Maximum dollar amount is for the life of the contracts. Locations of performance are Florida, Arizona and Washington, District of Columbia, with a Jan. 19, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

AIR FORCE

 

Merrick & Co., Colorado Springs, Colorado, has been awarded a not-to-exceed $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architectural and engineering services. Contractor will perform Title I, Title II and other services to administer, coordinate, and technically support facility sustainment; restoration and modernization; military construction; and non-appropriated funds projects. Work will be performed at the U.S. Air Force Academy, Colorado; Buckley Air Force Station, Colorado; Cheyenne Mountain AFS, Colorado; Fort Carson, Colorado; F.E. Warren Air Force Base, Wyoming; Peterson AFB, Colorado; and Schriever AFB, Colorado, and is expected to be complete by Jan 18, 2022. This award is the result of a competitive acquisition with 28 offers received. Fiscal 2017 operations and maintenance funds in the amount of $5,000 are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity.

 

*Small business