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 Some of the information contained within may be outdated and links may not function.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 March 17, 2017

CONTRACTS

 

DEFENSE MICROELECTRONICS ACTIVITY

 

GlobalFoundries U.S. 2 LLC, Hopewell Junction, New York, is being awarded a $99,754,556 modification (P00009) to the previously awarded contract HQ0727-16-C-0001 to exercise Option Year 1 for access to leading edge, current, and legacy microelectronics and trusted processes for the Department of Defense and other federal agencies.  Work will primarily be performed in Burlington, Vermont; and East Fishkill, New York, with an estimated completion date of this option year being March 31, 2018.  Fiscal 2017, 0400 funds in the amount of $11,065,917 will be obligated at the time of the award of the modification.  The Defense Microelectronics Activity, McClellan, California, is the contracting activity.

 

NAVY

 

Lockheed Martin Corp., Rotary and Mission Systems, Liverpool, New York, is being awarded a $98,484,000 firm-fixed-price modification to a previously awarded contract (N00024-16-C-5363) to exercise options for full-rate production of Surface Electronic Warfare Improvement Program (SEWIP) Block 2 subsystems (AN/SLQ-32(V)6).  SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system.  SEWIP Block 2 will expand upon the receiver/antenna group necessary to keep capabilities current with the pace of the threat and to yield improved system integration.  Work will be performed in Liverpool, New York (23 percent); Lansdale, Pennsylvania (23 percent); Chelmsford, Massachusetts (21 percent); Frankfort, New York (9 percent); Hamilton, New Jersey (7 percent); Hauppauge, New York (7 percent); Brockton, Massachusetts (3 percent); West Yorkshire, United Kingdom (2 percent); Minneapolis, Minnesota (2 percent); Huntsville, Alabama (2 percent); and Lancaster, Pennsylvania (1 percent), and is expected to be completed by July 2019.  Fiscal 2017 other procurement (Navy); and fiscal 2015 shipbuilding and conversion (Navy) funds in the amount of $98,484,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Design Partners Inc., Honolulu, Hawaii, is being awarded a maximum amount $30,000,000  indefinite-delivery/indefinite-quantity, architect-engineering contract with for design and engineering services for housing and other lodging type projects at various locations under the cognizance of the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR).  The work to be performed provides for architect-engineering services for primarily housing projects that consist of new construction of one- or two-story multi-family developments.  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 Pacific AOR including, but not limited to Guam (80 percent); and Hawaii (20 percent).  The term of this contract is not to exceed 60 months, with an expected completion date of March 2022.  Fiscal 2016 family housing planning and design (Navy) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by family housing planning and design (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-17-D-0001).

 

Environmental Alternatives Inc., Swanzey, New Hampshire, is being awarded a $13,272,850 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering and technical services for disassembly and radiological inspection and cleaning of LM2500 single-shank turbine gas generator assemblies.  This requirement is for the teardown, inspection, light cleaning, evaluation and packaging of Navy and Radiological Control gas turbine assets to be utilized aboard surface combatants following remediation.  Work will be performed in Santee, California, and is expected to be completed by March 2021. Fiscal 2017 operations and maintenance (Navy) funds in the amount of $1,650,000 will be obligated at time of award and 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 Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-17-D-0001).

 

Crew Training International Inc.,* Memphis, Tennessee, is being awarded an $8,513,151 not-to-exceed, firm-fixed-price requirements contract to provide academic and simulator training on the C-40A aircraft in support of the Navy’s Command Aircraft Crew Training program.  Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2022.  No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  This contract was competitively procured as a 100 percent small business set-aside via an electronic request for proposals; two offers were received.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-17-D-0004).

 

Booz Allen Hamilton Inc., McLean, Virginia, is being awarded $7,938,987 for firm-fixed-price modification P00003 under previously awarded task order contract M00264-16-F-0016 to exercise option period one in support the Marine Corps Installations Command (MCICOM) Energy and Water Management Program support services.  This contract includes one 12-month base period, one 12-month option period, and one six-month option period which, if exercised, could bring the cumulative value of this contract to $20,409,845.  The work will be performed in  Arlington, Virginia (15 percent); Camp Pendleton, California (15 percent); Camp Lejeune, North Carolina (15 percent); Quantico, Virginia (10 percent); Okinawa, Japan (10 percent), Iwakuni, Japan (5 percent); Kaneohe Bay, Hawaii (5 percent); Miramar, California (5 percent); Yuma, Arizona (5 percent); Twentynine Palms, California (5 percent); Cherry Point, North Carolina (5 percent); and Beaufort, South Carolina (5 percent), and work is expected to be completed March 21, 2018.  Fiscal 2017 operations and maintenance (Marine Corps) funds in the amount of $815,951 will be obligated at the time of award and will expire at the end of the current fiscal year.  The initial effort was initially synopsized and competitively procured under General Services Administration eBuy, with two responses received.  The Marine Corps Installation Command, North Capital Region, Regional Contracting Office, Marine Corps Base Quantico, Virginia, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Enersys Energy Products Inc., Warrensburg, Missouri (SPE7LX-17-D-0042, estimated $71,143,840); and Exide Technologies, Milton, Georgia (SPE7LX-17-D-0040, estimated $47,429,227), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for storage batteries under solicitation SPE7LX-16-R-0013. There are multiple awards for this acquisition. These are three-year base contracts with two one-year option periods. Locations of performance are Missouri and Georgia, with a March 16, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

 

Divine Imaging Inc.,* Malibu, California, has been awarded a maximum $60,000,000 indefinite-delivery/indefinite-quantity, multiple award schedule contract for commercially available off-the-shelf items for the Department of Defense electronic mall. This is a one-year base contract with four one-year option periods. The maximum dollar amount represents the life of the contract, including options. This was a competitive acquisition with 24 responses received. Location of performance is California, with an anticipated March 20, 2022, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania (SP47W1-17-D-0014).

 

Veyance Technologies Inc., Fairlawn, Ohio, has awarded a maximum $12,163,812 firm-fixed-price contract for M109 track assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). This is a two-year base contract with one two-year option period. Location of performance is Ohio, with a Feb. 4, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-17-C-0102).

 

B/E Aerospace Inc., Fenwick, West Virginia, has been awarded a maximum $11,675,408 indefinite-quantity contract for sure pressure boot assembly. This was a competitive acquisition with one offer received. This is a one-year base contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is West Virginia, with a March 14, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-17-D-0162).

 

ARMY

 

Brantley Construction Co. LLC,* Charleston, South Carolina, was awarded an $8,456,354 firm-fixed-price contract for construction of a 26,000-square foot special operations forces company operations facility on Hunter Army Airfield, Georgia. Bids were solicited via the Internet with 10 received. Work will be performed in Savannah, Georgia, with an estimated completion date of Oct. 9, 2018. Fiscal 2016 military construction funds in the amount of $8,456,354 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-17-C-0006).

 

U.S. SPECIAL OPERATIONS COMMAND

 

Oceus Networks Inc., Reston, Virginia, is being awarded a five-year indefinite-delivery/indefinite-quantity contract with a $26,001,856 maximum cumulative order ceiling by U.S. Special Operations Command (USSOCOM).  This contract will provide critical planning, implementation, upgrades, technical support, and sustainment of the USSOCOM Mobile Cellular Network (MCN). The primary place of performance will be the Aberdeen training facility in Fort Bragg, North Carolina. The last day of the last ordering period is March 5, 2022.  Fiscal 2017 operations and maintenance funds in the amount of $227,966, are being obligated on Task Order 0001 at the time of the award.  U.S. Special Operations Command, Tampa, Florida, is the contracting activity (H92222-17-D-0009).

 

DEFENSE CONTRACT MANAGEMENT AGENCY

 

Network Security Systems Plus Inc., has been awarded an option year on contract S5121A-14-F-0030 to support Defense Contract Management Agency (DCMA) mission and cyber security for the DCMA Network Operations and Security Center.  This is the third option year of a base with four option years and one six-month period contract.  The estimated completion date is Sept. 29, 2019.  The funded amount for this option year is $16,273,215.  Total base and exercised options value is $54,222,457.  This contract was competitively solicited on General Services Administration Federal Supply Schedule 8(a) STARS II government wide acquisition contract, with five proposals received.  The Defense Contract Management Agency, Fort Lee, Virginia, is the contracting activity.

 

*Small business