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 Some of the information contained within may be outdated and links may not function.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 June 5, 2017

CONTRACTS

 

ARMY

 

Beshenich Muir and Associates LLC,* Leavenworth, Kansas, was awarded a $200,000,000 firm-fixed-price contract to provide instructor, training support and training development services. Bids were solicited via the Internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 27, 2021. U.S. Army Contracting Command, Fort Eustis, Virginia, is the contracting activity (W911S0-17-D-0019).

 

EXP Federal Inc., Chicago, Illinois, was awarded a $32,643,122 firm-fixed-price contract to provide technical services including, but not limited to, inspections, assessments, repairs, reports and training for facilities and operations related projects. Bids were solicited via the Internet with one received. Work will be performed in Kuwait, with an estimated completion date of June 4, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $15,661,881 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-17-F-0149).

 

AIR FORCE

 

Woolpert Inc., Dayton, Ohio (FA0021-17-D-0004); Stanley-UC-Cardo JV, Muscatine, Iowa (FA0021-17-D-0005); and HDR Engineering Inc., Omaha, Nebraska (FA0021-17-D-0006), have been awarded a combined, not-to-exceed $40,000,000 firm-fixed-price, multiple award indefinite-delivery/indefinite-quantity contract for architectural-engineering (A-E) services. Contractors will provide in-house environmental planning, programming and A-E services. Work will be performed at various U.S. and international locations including Hurlburt Field, Florida, and is expected to be complete by May 31, 2022. This award is the result of a competitive acquisition with three offers received. No funds are being obligated at the time of award. The 765th Specialized Contracting Flight, Hurlburt Field, Florida, is the contracting activity.

 

NAVY

 

EDO Corp., Amityville, New York, is being awarded $15,164,935 for modification P00004 to a previously awarded firm-fixed-price contract (N00019-16-C-0050) for the procurement of 17 BRU-75A and BRU-76A Bomb Rack Unit ship sets for the Navy (11); and the governments of Australia (4); and UK (2), in support of the P-8A Lot 8 aircraft.  Work will be performed in Amityville, New York, and is expected to be completed in February 2022.  Fiscal 2017 aircraft procurement (Navy); cooperative engagement agreement; and foreign military sales funds in the amount of $15,164,935 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($9,812,605; 64.7 percent); the government of Australia ($3,568,220; 23.5 percent); under a cooperative engagement agreement and the government of the UK($1,784,110; 11.8 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Raytheon Co., Tucson, Arizona, is being awarded a $12,547,749 firm-fixed-price modification to a previously awarded contract (N00024-15-C-5406) for hardware kits in support of the Phalanx Close-In-Weapon-System (CIWS) program.  The Phalanx CIWS hardware kits are intended to upgrade the Phalanx weapons system to the latest approved configuration.  Work will be performed in El Segundo, California (80 percent); and Louisville, Kentucky (20 percent), and is expected to be completed by March 2019.  Fiscal 2017 weapons procurement (Navy) funding in the amount of $12,547,749 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.

 

NAVMAR Applied Sciences Corp.,* Warminster, Pennsylvania, is being awarded $12,527,206 for cost-plus-fixed-fee delivery order N6833517F0118 against a previously issued basic ordering agreement (N68335-14-G-0040) to provide engineering analyses, advanced intelligence, surveillance and reconnaissance sensor evaluation, and enhanced surveillance capabilities to the deployed warfighter that can be integrated into existing naval platforms to support the Special Operations Command’s Special Surveillance Program activities.  These efforts are in support of Small Business Innovative Research (SBIR) Phase III work that derives from, extends, or completes an effort performed under SBIR Topics N08-023 Precision High Altitude Sonobuoy Emplacement, N92-170 LADAR Identification Demonstrations, and AF083-006 Low Cost Intelligence, Surveillance and Reconnaissance, Unmanned Aerial Vehicle.  Work will be performed in Tampa, Florida (20 percent); Yuma, Arizona (20 percent); Lexington Park, Maryland (15 percent); Florham Park, New Jersey (15 percent); Guthrie, Oklahoma (10 percent); Johnstown, Pennsylvania (10 percent); and Fort Lauderdale, Florida (10 percent), and is expected to be completed in June 2019.  Fiscal 2016 and 2017 research, development, test and evaluation (defense-wide) funds in the amount of $60,650 will be obligated on this award, $10,650 of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

 

The Boeing Co., St. Louis, Missouri, is being awarded $11,601,558 for cost-plus-fixed-fee modification 01 to delivery order N0001917F1032 under previously issued against basic ordering agreement N00019-16-G-0001 for production engineering support for the installation and integration of systems required for the F/A-18 E/F and EA-18G and Electromagnetic Aircraft Launch System follow on test and evaluation.  Work will be performed in Patuxent River, Maryland (75 percent); and St. Louis, Missouri (25 percent), and is expected to be completed in May 2018.  Fiscal 2017 aircraft procurement (Navy) funds in the amount of $11,601,558 will be obligated at time of award, none of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded $9,145,465 for modification P00063 to a previously awarded firm-fixed-price contract (N00019-13-C-0004) for the procurement of upgrades for the Block I Sustainment and Support System in support of the E-6B Block I aircraft.  This modification is an engineering change proposal for technology refresh, obsolescence mitigation, and material and software builds.  Work will be performed in Richardson, Texas, and is expected to be completed in October 2018.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $9,145,465 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Phoenix Products Inc.,* McKee, Kentucky, has been awarded a maximum $7,508,987 firm-fixed-price requirements contract for reusable shipping and storage containers. This is a three-year base contract with two one-year option periods. This was a competitive acquisition with seven responses received. Location of performance is Kentucky, with a June 5, 2020, performance completion date. Using military service is Navy. Type of funding is fiscal 2017 through 2020 APN6 funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-17-D-001W).

 

*Small business