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 Some of the information contained within may be outdated and links may not function.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 Sept. 8, 2017

CONTRACTS

 

NAVY

 

Cherry Creek Recycling LLC,* Parker, Colorado (N62473-17-D-4651); Valor Constructors and Orion,* Vista, California (N62473-17-D-4652); C.I. Contractors Inc.,* Anchorage, Alaska (N62473-17-D-4653); Heffler Contracting Group,* El Cajon, California (N62473-17-D-4654); Hal Hays Construction Inc., Riverside, California (N62473-17-D-4655); and Sea Pac Engineering, Inc.,* Los Angeles, California (N62473-17-D-4656), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for demolition projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000.  Cherry Creek Recycling LLC, is being awarded task order 0001 at $180,000 to demolish buildings 129 and 163 at Marine Corps Logistics Base Barstow, California.  Work for this task order is expected to be completed by September 2018.  All work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (80 percent); Arizona (16 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent); and New Mexico (1 percent).  The terms of the contracts are not to exceed 60 months, with an expected completion date of September 2022.  Fiscal 2017 operations and maintenance (Marine Corps) contract funds in the amount of $205,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operations and maintenance (Navy and Marine Corps); and working capital funds (Navy).  This contract was competitively procured as a full and open unrestricted procurement with a historically underutilized business zone price evaluation preference in accordance with Federal Acquisition Regulation 52.219-4 and one reserve for small business via the Navy Electronic Commerce Online website with 23 proposals received.  The reserve was met by award to Cherry Creek Recycling LLC.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

 

Lockheed Martin Rotary and Mission Systems, Owego, New York, is being awarded a $26,991,426 for modification P00002 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-16-D-0051). The modification provides for the procurement of 11 standard and five SEED retrofit kits to support the H-60 Automatic Radar Periscope Detect and Discrimination program.  Work will be performed in Farmingdale, New York (82.77 percent); Owego, New York (17.10 percent); Oldsmar, Florida (0.11 percent); and Syracuse, New York (0.02 percent), and is expected to be completed in October 2020.  Fiscal 2015 and 2017 aircraft procurement (Navy) funds in the amount of $26,991,426 are being obligated at time of award, $9,992,822 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $24,448,647 cost-plus-award-fee modification to a previously awarded contract (N00024-16-C-2309) to exercise options for post-shakedown availabilities (PSA) for USS Gabrielle Giffords (LCS 10) and USS Omaha (LCS 12).  PSA are accomplished within a period of approximately 10 to 16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy) obligation work limiting date.  The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA.  The work to be performed will include correction of government-responsible trial card deficiencies, new work identified between custody transfer and the time of PSA and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract.  Work will be performed in San Diego, California, and is expected to be completed by October 2018.  Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $13,786,204; fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $5,999,684; and fiscal 2017 other procurement (Navy) funding in the amount of $1,445,382 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.

 

Lockheed Martin Rotary and Mission Systems, Owego, New York, is being awarded a $23,141,340 firm-fixed-price delivery order (4018) against a previously issued basic ordering agreement (N00019-14-G-0019) in support of the Navy and the governments of Australia and Denmark.  This order provides for the procurement of non-recurring and recurring efforts required to manufacture, test and deliver 69 Generation VI Mission Computers, 87 Moving Map Integration Retrofit Wiring Kits ( Navy, Australia, and Denmark), and 24 Audio Management Lite Computers in support of the MH-60R/S platform.  Work will be performed in Owego, New York (80 percent); Farmingdale, New York (11 percent); and Clearwater, Florida (9 percent).  All work in support of this effort is expected to be completed in February 2020.  Fiscal 2015, 2016 and 2017 aircraft procurement (Navy); Navy working capital funds; and foreign military sales funds in the amount of $23,141,340 are being obligated on this award; $2,082,280 of which will expire at the end of the current fiscal year.  This order combines purchases for the Navy ($21,216,546; 92 percent); the government of Australia ($1,445,544; 6 percent); and the government of Denmark ($479,250; 2 percent), under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $13,766,956 cost-only modification to a previously awarded contract (N00024-09-C-6247) to exercise an option for material, travel and subsistence and support of the Integrated Submarine Imaging Systems program. Work will be performed in Manassas, Virginia (50 percent); Syracuse, New York (25 percent); Virginia Beach, Virginia (15 percent); Northampton, Massachusetts (5 percent); Arlington, Virginia (2 percent); Fairfax, Virginia (2 percent); and Newport, Rhode Island (1 percent), and is expected to be completed by September 2018. Fiscal 2016 other procurement (Navy) funding in the amount of $320,669 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.

 

BAE Systems Land & Armaments L.P., Armament Systems Division, Louisville, Kentucky, is being awarded a $7,395,774 cost-plus-fixed-fee task order to a previously awarded basic ordering agreement (N00174-12-G-0001) to provide labor, material and services required to deliver and preserve open, inspection and repair of Mk 38, mod 2/3 machine gun system components. Work will be performed in Louisville, Kentucky, and is expected to be completed by May 2020. Fiscal 2017 operations and maintenance (Navy) funding in the amount of $1,325,708 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1(a)(2). The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

 

CSRA LLC, Fairfax, Virginia, is being awarded a $7,357,125 blanket purchase agreement (BPA) to provide cloud computing services for the Department of Navy (DON) Research and Development Enterprise (NR&DE). The BPA will support a DON Cloud Services pilot program conducted by Space and Naval Warfare Systems Center Pacific (SSC Pacific) on behalf of 16 DON warfare centers to create a NR&DE Cloud Brokerage.  This one-year BPA includes two one-year options which, if exercised, would bring the cumulative potential value of this BPA to $34,698,390.  Work will be performed Fairfax, Virginia, and work is expected to be completed Sept. 7, 2018.  No funds will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  Funding will be obligated via task orders as they are issued.  This BPA was competitively procured via Request for Quotation N66001-17-Q-0193 in accordance with Federal Acquisition Regulation 8.405-6 via the General Services Administration (GSA) Federal Supply Schedule 70.  Five offers were received via the GSA E-Buy website and one was selected for award.  SSC Pacific, San Diego, California, is the contracting activity (N66001-17-A-0001).

 

ARMY

 

Fisher Scientific Co. LLC, Pittsburgh, Pennsylvania (W81XWH-17-A-0018); Government Scientific Source Inc.,* Reston, Virginia (W81XWH-17-A-0019); and VWR International LLC, Radnor, Pennsylvania (W81XWH-17-A-0020), will share in a $68,000,000 firm-fixed-price contract for general laboratory supplies, chemicals, scientific and laboratory equipment, and animal supplies. Bids were solicited via the Internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 7, 2022. U.S. Army Medical Command, U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity.

 

ManTech Advanced Systems International Inc., Herndon, Virginia, has been awarded a $44,915,177 modification (P00092) to domestic and foreign military sales (Iraq and Egypt) contract W56HZV-12-C-0127 for logistics sustainment and support for the Mine Resistant Ambush family of vehicles. Work will be performed in Afghanistan, Egypt, Horn of Africa, Iraq, Kuwait, and various other locations inside and outside the continental U.S., with an estimated completion date of March 15, 2018. Fiscal 2017 operations and maintenance (Army); other procurement (Army); research, development, test and evaluation; and foreign military sales funds in the combined amount of $44,915,177 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Professional Contract Services Inc., Austin, Texas, has been awarded a $26,359,648 cost contract for base operations support services. One bid was solicited, and one bid was received. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Sept. 30, 2018. Fiscal 2018 operations and maintenance (Army) funds in the amount of $1 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sill, Oklahoma, is the contracting activity (W9124L-17-F-0013).

 

Compotech Inc., Brewer, Maine, has been awarded a $35,000,000 firm-fixed-price contract for engineering and design of Expeditionary Shelter Protection System. Bids were solicited via the Internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 7, 2022. U.S. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-17-D-0021).

 

Great Lakes Dredge and Dock Co., Oak Brook, Illinois, has been awarded a $14,475,395 firm-fixed-price contract for Baltimore Harbor maintenance dredging, Cape Henry Channel, Virginia Beach, Virginia. Bids were solicited via the Internet with three received. Work will be performed in Virginia Beach, Virginia, with an estimated completion date of April 7, 2018. Fiscal 2016 and 2017 operations and maintenance, Army funds in the amount of $14,475,395 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-17-C-0030).

 

Unique-Ambica, Rochester Hills, Michigan (W912P9-17-D-0020); and D.W. Mertzke Excavation and Trucking,* East St. Louis, Illinois (W912P9-17-D-0021), will share in a $7,500,000 firm-fixed-price contract to support flood recovery and other civil works repair projects. Bids were solicited via the Internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 7, 2020. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity.

 

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a $7,128,234 modification (P00023) to contract W56HZV-17-C-0067 to design, integrate, and qualify all components necessary to use the advanced multi-purpose round on the M1A2 SEPv3 platform without diminishing the vehicles current capability. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2019. Fiscal 2017 research, development, test and evaluation funds in the amount of $7,128,234 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Norfolk Banana Distributors,* Norfolk, Virginia, has been awarded a maximum $49,200,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This is a three-year contract with no option periods. This was a competitive acquisition with three responses received. Location of performance is Virginia, with a Sept. 9, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2017 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-17-D-P309).

 

AIR FORCE

 

Engility Corporation, Andover, Massachusetts, has been awarded a $49,000,000 indefinite-delivery/indefinite-quantity contract to provide research and development for Kinetic Kill Hardware-in-the-Loop (HWIL) Simulation Technology for Advanced Research.  This contract provides for the development of multi-spectral and multi-modal phenomenology modeling capabilities, to advance the start-of-the-art of HWIL test technology and to perform a critical role in the research, development and transition of Air Force munitions through the use of integrated guidance simulation.  The location of performance is Eglin Air Force Base, Florida, with the ordering period expected to be complete by Aug. 31, 2022.  This is a competitive award under broad agency announcement FA8651-17-S-0064, and fiscal 2017 research, development, test and evaluation funds in the amount of $150,300 are being obligated at the time of award.  The Air Force Research Laboratory, Munitions Directorate, Eglin Air Force Base, Florida, is the contracting activity (FA8651-17-D-0096). 

 

ADS Inc., Virginia Beach, Virginia, has been awarded a $44,547,819 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Fire Emergency Services Personal Protective Equipment (FES PPE). This contract provides for FES PPE structural garment ensembles to Air Force firefighters, both inside and outside the contiguous U.S. The location of performance is Ricochet Mfg. Co. Inc., Philadelphia, Pennsylvania. The work is expected to be complete by March 30, 2023. Fiscal 2017 operations and maintenance funds in the amount of $1,056 are being obligated at the time of award. Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8056-17-D-0001).

 

ADS Inc., Virginia Beach, Virginia, has been awarded a $23,140,329 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Fire Emergency Services Personal Protective Equipment (FES PPE). This contract provides for FES PPE proximity garment ensembles to Air Force firefighters, both inside and outside the contiguous U.S. The location of performance is Ricochet Mfg. Co. Inc., Philadelphia, Pennsylvania. The work is expected to be complete by March 30, 2023. Fiscal 2017 operations and maintenance funds in the amount of $913 are being obligated at the time of award. Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8056-17-D-0002).

 

Boeing Defense, Space and Security, Oklahoma City, Oklahoma, has been awarded a $13,750,950 firm-fixed-price bilateral modification (P00018) to previously awarded contract for Integrated Battle Station diminishing manufacturing source life of type (DMS LoT) parts. The contract modification is for the purchase of additional DMS LoT parts in support of the B-1B aircraft. The location of performance is Oklahoma City, Oklahoma. The work is expected to be completed by March 31, 2019. Fiscal 2015 procurement funds are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8107-15-C-0001).

 

DEFENSE INTELLIGENCE AGENCY

 

Advantage SCI, Alexandria, Virginia, has been awarded a labor hour contract with a maximum ceiling value of $17,774,257 to provide security specialist support services to Defense Intellignece Agency. The contract will support security programs, classification management services, security education and training, industrial security programs, personnel security and police and threat management services. Work is to be performed in Washington, District of Columbia, Maryland, and Virginia, with an expected completion date of Mar. 29, 2021. Fiscal 2017 operations and maintenance funds in the amount of $3,639,180 are being obligated at time of award. This was a competitive small business (8a) acquisition, and 12 offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

 

*Small business