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 Some of the information contained within may be outdated and links may not function.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 July 13, 2017

CONTRACTS

 

NAVY

 

D Square LLC & Au Authum Ki JV,* Tucson, Arizona (N62478-17-D-4018); Hawk-Niking LLC,* Wahiawa, Hawaii (N62478-17-D-4019); MACNAK-BCP JV,* Lakewood, Washington (N62478-17-D-4020); and Tokunaga Elite JV LLC,* Pearl City, Hawaii (N62478-17-D-4021), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all four contracts combined is $98,000,000.  The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the State of Hawaii.  No task orders are being issued at this time.  Work will be performed within the NAVFAC Hawaii AOR.  The term of the contract is not to exceed 60 months, with an expected completion date of July 2022.  Navy working capital contract funds in the amount of $40,000 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 operations and maintenance, (Navy) and Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received.  These four contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

 

Machine Tool Marketing Inc.,* Bixby, Oklahoma (N68936-17-D-0021); Phillips Corp.,* Hanover, Maryland (N68936-17-D-0022); West Coast CNC Inc.,* Chatsworth, California (N68936-17-D-0023); and Machine Tools USA Inc.,* Hudgins, Virginia (N68936-17-D-0024), are each being awarded multiple award, indefinite-delivery/indefinite-quantity contracts for manufacturing tools and components for the Naval Air Warfare Center Weapons Division’s Applied Manufacturing Technology Division.  The estimated aggregate ceiling for all contracts is $9,750,000 with the companies having an opportunity to compete for individual orders.  Work will be performed in China Lake, California; and various awardee’s facility sites in Bixby, Oklahoma; Hanover, Maryland; Chatsworth, California; and Hudgins, Virginia, and is expected to be completed in July 2022.  Fiscal 2017 working capital funds (Navy) in the amount of $29,508 are being obligated at time of award, none of which will expire at the end of the fiscal year.  This contract was competitively procured via an electronic request for proposals and five offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

 

ARMY

 

Straub Construction Inc.,* Fallbrook, California, was awarded a $29,121,000 firm-fixed-price contract to design and build of a live ordnance loading area apron at Nellis Air Force Base, Nevada. Bids were solicited via the Internet with eight received. Work will be performed in Nellis Air Force Base, Nevada, with an estimated completion date of July 27, 2019. Fiscal 2016 military construction funds in the amount of $29,121,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-17-C-0025).

 

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $19,331,614 firm-fixed-price contract for design and construction of an equipment concentration site modified tactical equipment maintenance facility and general purpose warehouse at Fort AP Hill, Virginia. Bids were solicited via the Internet with 10 received. Work will be performed in Fort AP Hill, Virginia, with an estimated completion date of Aug. 12, 2019. Fiscal 2016 military construction funds in the amount of $19,331,614 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-C-0021).

 

Walga Ross Group JV,* Topeka, Kansas, was awarded a $13,190,800 firm-fixed-fee contract for the construction of a training support facility at Fort Sill, Oklahoma. Bids were solicited via the Internet with seven received. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Sept. 25, 2018. Fiscal 2017 military construction funds in the amount of $13,190,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-17-C-0008).

 

Okahara and Associates Inc.,* Hilo, Hawaii (W9128A-17-D-0004); Shimabukuro, Endo and Yoshiazaki Inc.,* Honolulu, Hawaii (W9128A-17-D-0005), will share in a $12,000,000 firm-fixed-price contract for architect-engineer services contract (civil) design for miscellaneous projects in the Pacific Region. Bids were solicited via the Internet with eight received. Work locations and funding will be determined with each location, with an estimated completion date of July 12, 2022. U.S. Army Corps of Engineers, Fort Shafter, Hawaii, is the contracting activity.

 

U.S.SPECIAL OPERATIONS COMMAND

 

Boeing Co., Philadelphia, Pennsylvania, was awarded a $26,999,498 task order for a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for non-recurring engineering effort to prepare to manufacture Block 2 MH-47G aircraft.  The Block 2 MH-47G renew will be accomplished by incorporating new, salvaged, reworked or recapped government furnished equipment or contractor furnished equipment components into an upgraded airframe for the Technology Applications Program Office.  The majority of the work will be performed in Philadelphia, Pennsylvania.  Fiscal 2017 procurement funds in the amount of $26,999,489 were obligated at the time of the award.  This contract was awarded through non-competitive award in accordance with Federal Acquisition Regulation 6.302-1.  U.S. Special Operations Command, Tampa, Florida, is the contracting activity (H92241-11-D-0001).

 

*Small business