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 Some of the information contained within may be outdated and links may not function.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 Aug. 10, 2017

CONTRACTS

 
DEFENSE LOGISTICS AGENCY

 

Constellation NewEnergy - Gas Division LLC, Louisville, Kentucky (SPE600-17-D-7519, $32,965,603); and Centerpoint Energy Services Inc., Houston, Texas (SPE600-17-D-7520, $11,846,149), each have been awarded a fixed-price with economic-price-adjustment, requirements contract under solicitation SPE600-17-R-0402 for pipeline quality direct supply natural gas. This was a competitive acquisition with five offers received. These are 24month contracts with a sixmonth extension option period. Locations of performance are Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri, Texas, and Ohio, with a Sept. 30, 2019, performance completion date. Using customers are Army, Navy, Air Force and federal civilian agencies. No money is obligated at the time of award, however, customers are solely responsible for funding these requirements contracts. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

Puerto Rico Apparel Manufacturing Corp.,** Mayaguez, Puerto Rico, has been awarded a maximum $15,773,265 modification (P00136) exercising the fourth one-year option of a one-year base contract (SPM1C1-13-D-1065) with four one-year option periods for various types of coats. The modification brings the maximum dollar value of the contract to $37,385,906 from $21,612,641. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico, Alabama, and North Carolina, with an Aug. 14, 2018, ordering period end date, and a March 14, 2019, estimated performance completion date. Using customers are Army and Afghanistan government. Types of appropriation are fiscal 2017 through 2018 defense working capital; and foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

ARMY

 

KBRwyle Technology Solutions LLC, Columbia, Maryland, has been awarded a $47,391,270 modification (000226) to contract W52P1J-12-G-0061 for maintenance, supply, transportation and other logistics functions for the Army Prepositioned Stocks-3 Charleston Afloat Program. Work will be performed in Goose Creek, South Carolina, with an estimated completion date of Aug. 14, 2020. Fiscal 2017 operations and maintenance (Army) funds in the amount of $45,599,767 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, has been awarded a $14,264,820 modification (P00003) to contract W81XWH-15-D-0046 for the purchase of oxygen generator, field portable systems. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 27, 2019. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity.

 

Lockheed Martin Corp., Grand Prairie, Texas, has been awarded a $12,933,908 cost-plus-fixed-fee contract for the Squad X Experimentation program to design, develop, and validate system prototypes for a combined-arms squad. Bids were solicited via the Internet with one received. Work will be performed in Grand Prairie, Texas; Rome, New York; Menlo Park, California; Woburn, Massachusetts; Ann Arbor, Michigan; and Cherry Hill, New Jersey, with an estimated completion date of Aug. 14, 2019. Fiscal 2016 and 2017 research, development, test and evaluation funds in the amount of $7,506,796 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-17-C-0011).

 

University of Southern California, Los Angeles, California, has been awarded a $ 9,000,000 modification (P00001) to contract W911NF-17-C-0050 for basic research in quantum computing. Work will be performed in Los Angeles, California, with an estimated completion date of June 8, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $8,777,000 were obligated at the time of the award. U.S. Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity.

 

BWSC Emersion Design JV, Nashville, Tennessee, has been awarded a $9,000,000 firm-fixed-price contract for architect and engineer services for Army, Air Force, other military, and civil works projects. Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2022. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-D-0038).

 

Max Gray Construction Inc.,* Hibbing, Minnesota, has been awarded a $7,200,373 firm-fixed-price contract for constructing load crew training and weapons release shops. Bids were solicited via the Internet with three received. Work will be performed in Duluth, Minnesota, with an estimated completion date of January 17, 2019. Fiscal 2017 military construction funds in the amount of $7,200,373 were obligated at the time of the award. The U.S. Property and Fiscal Office is the contracting activity (W912LM-17-C-0002).

 

NAVY

 

Data Link Solutions LLC, Cedar Rapids, Iowa (N00039-15-D-0007), is being awarded a $123,446,064 ceiling increase modification to its current indefinite-delivery/indefinite-quantity contract. The modification will increase the original contract value from $478,600,000 to $602,046,064.  The contract covers the production, development and sustainment of the Multifunctional Information Distribution System (MIDS) Joint Tactical Radio Systems (JTRS) terminals. The MIDS JTRS terminal is a four-channel software defined radio that delivers existing Link 16 with concurrent multi-netting-4 and tactical air navigation functionality, as well as three channels for future growth, including JTRS advanced networking waveforms such as tactical targeting network technology, multifunction advanced data link, intra-flight data link and other advanced networking waveforms. The MIDS JTRS terminal is a line-of-sight radio system for collecting and transmitting broadband, jam-resistant, secure data and voice across a variety of air, sea and ground platforms.  This contract combines purchases for the Navy, and potentially other U.S. armed services (99 percent), and various other foreign governments, and NATO nations (1 percent) under the Foreign Military Sales program.  Work will be performed in Cedar Rapids, Iowa (50 percent); and Wayne, New Jersey (50 percent), and work is expected to be completed June 2020.  No funds are obligated at the time of award.  Future contract actions will be issued and funds obligated as individual delivery orders are issued. Contract funds will not expire at the end of the current fiscal year.  This contract modification was not competitively procured because it is a follow-on sole-source, multiple-award procurement.  Noncompetitive procedures were approved for this modification under class justification and authority 18,012.  On behalf of the Multifunctional Information Distribution System Program Office, the Space and Naval Warfare System Command, San Diego, California, is the contracting activity. 

 

ViaSat Inc., Carlsbad, California (N00039-15-D-0008), is being awarded a $123,448,640 ceiling increase modification to its current indefinite-delivery/indefinite quantity contract. The modification will increase the original contract value from $478,600,000 to $602,048,640. The contract covers the production, development and sustainment of the Multifunctional Information Distribution System (MIDS) Joint Tactical Radio Systems (JTRS) terminals. The MIDS JTRS terminal is a four-channel software defined radio that delivers existing Link 16 with concurrent multi-netting-4 and tactical air navigation functionality, as well as three channels for future growth, including JTRS advanced networking waveforms such as tactical targeting network technology, multifunction advanced data link, intra-flight data link and other advanced networking waveforms. The MIDS JTRS terminal is a line-of-sight radio system for collecting and transmitting broadband, jam-resistant, secure data and voice across a variety of air, sea and ground platforms.  This contract combines purchases for the Navy, and potentially other U.S. armed services (99 percent), and various other foreign governments, and NATO nations (1 percent) under the Foreign Military Sales program.  Work will be performed in Carlsbad, California, and work is expected to be June 2020.  No funds will be obligated at the time of award.  Future contract actions will be issued and funds obligated as individual delivery orders are issued.  Contract funds will not expire at the end of the current fiscal year. This contract modification was not competitively procured because it is a follow-on sole-source, multiple-award procurement. Noncompetitive procedures were approved for this modification under class justification and authority 18,012.  On behalf of the Multifunctional Information Distribution System Program Office, Space and Naval Warfare System Command, San Diego, California, is the contracting activity. 

 

Centerra-Parsons Pacific LLC, Palm Beach Gardens, Florida, is being awarded a $32,716,240 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-12-D-3601) to exercise the extension of services option for base operations support services at U.S. Navy Support Facility, Diego Garcia.  The work to be performed provides for general management and administration services; command and staff (information technology services, information technology support and management, telephone services, telecommunication services, antenna maintenance); public safety (fire protection and emergency services); air operations (ground electronics, airfield facilities, and passenger terminal and cargo handling); port operations; supply (supply services and petroleum, oil and lubricant management and operations, and ship’s store service activities); morale, welfare and recreation support; galley; bachelor quarters; facilities support (facility management, facility investment sustainment, restoration and modernization, custodial, pest control, integrated solid waste management, grounds maintenance, and pavement clearance); utilities (electrical, compressed gases, wastewater, steam, hot water and demineralized water, and potable water); base support vehicles and equipment; and environmental to provide integrated base operating services.  After award of this option, the total cumulative contract value will be $335,074,970.  Work will be performed in Diego Garcia, British Indian Ocean Territory, and work is expected to be completed February 2018.  No funds will be obligated at time of award.  Fiscal 2017 operations and maintenance (Navy and Air Force); and fiscal 2017 non-appropriated funds in the amount of $23,845,407 for recurring work will be obligated on individual task orders issued during the option period; of which $22,132,844 will expire at the end of the current fiscal year and $1,712,563 is subject to the availability of funds for the next fiscal year.  The Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii, is the contracting activity.

 

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, has been awarded $23,418,877 on an undefinitized contract action for a two-year performance based logistics requirements-type contract for maintaining requisition support in accordance with stringent availability and delivery metrics, inventory modeling, configuration management, obsolescence management, inventory warehousing, transportation and tracking, and furnishing both repairs and spares for 1,594 line items in response to fleet requirements all in support of the AEGIS SPY-1 Radar. Work will be performed in Moorestown, New Jersey, and work will be completed by August 2019.  Fiscal 2017 working capital funds (Navy) in the amount of $11,230,223 will be obligated at the time of award and funds will not expire at the end of the current fiscal year.  Foreign military sales will be issued by separate delivery orders on an as-needed basis.  One firm was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1) and Federal Acquisition Regulation 6.302-1.  The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received.  Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-17-D-BA01) (Awarded Aug. 9, 2017)

 

SOLPAC Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is being awarded $15,018,500 for firm-fixed-price task order N6247317F4305 under a previously awarded multiple award construction contract (N62473-17-D-0821) for the design and construction of Special Operations Forces Human Performance Training Center at Naval Base Coronado.  The work to be performed provides for the design and construction of a training center that will support special operator injury prevention, rehabilitation, testing and evaluation, strength and conditioning, nutrition, and research and development. Project includes all pertinent site improvements and site preparations, mechanical and electrical utilities, telecommunications, pile foundation, landscaping, irrigation, drainage, parking and exterior lighting. The options, if exercised provide for additional square footage of building area and physical security equipment. The task order contains four unexercised options, which if exercised would increase the cumulative contract value to $16,196,500.  The task order also contains two planned modifications, which if issued would increase cumulative task order value to $16,267,950.  Work will be performed in Coronado, California, and is expected to be completed by November 2019.  Fiscal 2017 military construction (Navy) contract funds in the amount of $15,018,500 are obligated on this award; of which $1,739,122 will expire at the end of the current fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. 

 

Sodexo Management Inc., Gaithersburg, Maryland, is being awarded $13,653,110 for fixed-price modification P00086 under previously awarded contract number M00027-11-C-0003 for an increase in quantity of meals needed for fiscal 2017 in support of the Marine Corps Regional Garrison Food Services program.  This modification increases the cumulative value of the contract to $747,901,910.  Work will be performed in Camp Lejeune, North Carolina (47.51 percent); Parris Island, South Carolina (35.5 percent); Quantico, Virginia (6.53 percent); Cherry Point, North Carolina (5.98 percent); Beaufort, South Carolina (2.41 percent); Washington, District of Columbia (1.09 percent); Norfolk, Virginia (0.78 percent); and Bogue, North Carolina (0.20 percent), and work is expected to be completed Sept. 30, 2017.  Fiscal 2017 1105 subsistence-in-kind funds in the amount of $13,653,110 will be obligated at the time of award and will expire at the end of the current fiscal year.  The Marine Corps Installation Command, Arlington, Virginia, is the contracting activity for contract M00027-11-C-0003.

 

*Small business

**Economically disadvantaged women-owned small business in a historically underutilized business zone