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 Some of the information contained within may be outdated and links may not function.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 Feb. 15, 2018

 

CONTRACTS

 

DEFENSE INFORMATION SYSTEMS AGENCY

 

Knight Point Systems, Reston, Virginia, was awarded a competitive, single award indefinite-delivery/indefinite-quantity contract for Communications Capacity Services II (CSCII). The CSCII acquisition is to provide reliable, responsive, and cost-effective communication infrastructure services from a single contractor. The CSCII contractor will be responsible for a solution that provides hardware and software equipment, including routers, switches, appliances, monitoring equipment, monitoring and reporting software and other supporting devices for use by the Department of Defense (DOD) and DOD partners. The face value of this action is $902,000,000 funded by fiscal 2018 defense working capital funds.  Primary performance will be at 12 locations across the U.S., with incidental performance worldwide. The period of performance for the base period is Feb. 16, 2018, through Feb. 15, 2023 with five, one-year option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-18-D-0041).

 

NAVY

 

Kentucky Defense Services LLC, Covington, Kentucky (N00189-18-D-0020); and Waypoint LLC, Key West, Florida (N00189-18-D-0021), are two additional firms being awarded an estimated $144,000,000 under previously awarded request for proposals N00189-17-R-0040 multiple award firm-fixed price, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of firm-fixed-price task orders to provide non-commercial husbanding support services on a port-by-port basis for U.S. ships and U.S. naval ships as well as Coast Guard ships visiting non-U.S. Navy ports.  The contracts will run concurrently and will include a 60-month base ordering period with an option for an additional six-month ordering period pursuant to Federal Acquisition Regulation 52.217-8.  If the option period is exercised, the total estimated value of the contracts combined will be $235,000,000.  The ordering period of the contract is expected to be completed by February 2023; if all options are exercised, the ordering period will be completed by August 2023.  Work will be performed in West Coast continental U.S. (34.2 percent); Caribbean (21.1 percent); South America (16.5 percent); Commonwealth of the Northern Mariana Islands (8.8 percent); Mexico (6.7 percent); Canada (4.9 percent); Central America (2.8 percent); Bermuda (2.7 percent); and Panama (2.3 percent).  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $4,000 will be obligated ($2,000 on each of the two contracts to fund the contracts’ minimum amounts) and funds will expire at the end of the current fiscal year.  This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504.  The requirement was posted to the Federal Business Opportunities website, with nine offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity. 

 

Serco Inc., Reston, Virginia, is being awarded $48,378,712 under a previously awarded fixed-price contract (N39430-16-C-1811) to exercise the second option period for lifecycle sustainment of physical security/access control and command, control, communications, computers, and intelligence systems in support of the Naval Facilities Engineering Command Anti-Terrorism/Force Protection Ashore program at various Navy installations worldwide.  The work to be performed provides for preventive maintenance of hardware, associated firmware, and software; response and resolution of service calls for corrective maintenance to include equipment repair, overhaul, or replacement; information assurance vulnerability alert to include version control, patch management, and vulnerability scanning; asset management to track, maintain, upgrade, and dispose of systems; configuration management to establish and maintain consistency of the system attributes with operational requirements and evolving technical baseline; technical refreshments, upgrades and installation of new systems; and programmatic trend analysis to identify systemic sustainment issues such as technology obsolescence.  After award of this option, the total cumulative contract value will be $113,767,246.  Work will be performed at various installations worldwide, and this option period is from March 2018 to March 2019.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $43,641,957 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

 

General Dynamics Electric Boat, Groton, Connecticut, is being awarded a $25,460,466 cost-plus-fixed-fee contract for engineering and technical design effort to support research and development concept formulation for current and future submarine platforms.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $137,948,757.  This contract involves foreign military sales (1 percent).  Work will be performed in Groton, Connecticut (98 percent); Quonset Point, Rhode Island (0.9 percent); Bremerton, Washington (0.4 percent); Kings Bay, Georgia (0.4 percent); and Honolulu, Hawaii (0.3 percent), and is expected to be completed by October 2018.  Fiscal 2018 research, development, test and engineering (Navy) funding in the amount of $100,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) -  only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2101).

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $13,993,000 for not-to-exceed modification P00006 to previously issued delivery order 0132 placed against basic ordering agreement N00019-14-G-0020.  This modification provides for the procurement of initial air vehicle spares to include endurance spares packages to coincide with F-35 air vehicle deliveries in support of the government of Israel.  Work will be performed in Fort Worth, Texas (24.4 percent); El Segundo, California (9.1 percent); Owego, New York (8.6 percent); Samlesbury, United Kingdom (7.2 percent); Cheltenham, United Kingdom (6.2 percent); Nashua, New Hampshire (5.8 percent); Torrance, California (5.5 percent); Orlando, Florida (4.9 percent); Cedar Rapids, Iowa (3.7 percent); San Diego, California (3.6 percent); Phoenix, Arizona (3.1 percent); Melbourne, Florida (3.1 percent); Irvine, California (2.5 percent); N. Amityville, New York (2.4 percent); Windsor Locks, Connecticut (2.2 percent); Baltimore, Maryland (2.2 percent); Papendrect, Netherlands (1.9 percent); Rolling Meadows, Illinois (1.8 percent); and Alpharetta, Georgia (1.8 percent), and is expected to be completed in December 2021.   Foreign military sales funds in the amount of $13,993,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

General Dynamics Mission Systems, Fairfax, Virginia, is being awarded an $11,979,050 firm-fixed-price modification to previously awarded contract (N00024-16-C-5352) to exercise options for Surface Electronic Warfare Improvement program (SEWIP) Block 1B3 full-rate production.  SEWIP provides enhanced shipboard electronic warfare for early detection, analysis, threat warning and protection from anti-ship missiles. Work will be performed in Pittsfield, Massachusetts (55 percent); Thousand Oaks, California (25 percent); Mountain View, California (15 percent); and Fairfax, Virginia (5 percent), and is expected to be completed by October 2019.  Fiscal 2017 other procurement (Navy); and fiscal 2015 and 2017 shipbuilding and conversion (Navy) funding in the amount of $11,979,050 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.

 

Mare Island Dry-Dock LLC, Vallejo, California, is being awarded an $8,861,826 firm-fixed-price contract for a 42-calendar day shipyard availability for the mid-term availability of USNS Yukon (T-AO 202).  Work will include JP-5 contaminated tank steel repairs, chain locker repairs, flight deck non-skid renewal, deck preservation, tank deck overhead preservation, water and central fresh water deck repairs, port main engine 12k overhaul, port main engine turbos overhaul, main switch board circuit breaker repair, thermograph and switch board repair, motor overhauls, Number 3 gaylord hot water tank install, new life boat installation, rescue boat inspection and testing, annual firefighting recertification, and rescue boat davit inspection and testing.  The contract includes options which, if exercised, would bring the total contract value to $9,857,828.  Work will be performed in Vallejo, California, and is expected to begin on April 2, 2018, and to be completed by May 13, 2018.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $8,861,826 are being obligated at the time of award.  Funds will expire at the end of the current fiscal year.  This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with two offers received.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220518C4011).

 

SyQwest Inc.,* Cranston, Rhode Island, is being awarded a $9,999,999 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for the manufacture of TR-343 transducer ceramic stack assemblies for the TR-343 transducer in support of the TR-343 Transducer program.  This contract combines purchases for the Navy (87 percent); and the government of the Japan (13 percent), under the Foreign Military Sales program.  Work will be performed in Cranston, Rhode Island, and is expected to be completed by February 2023.  Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $1,372,980 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana is the contracting activity (N00164-18-D-GP34).

 

EPS Corp., Tinton Falls, New Jersey, is being awarded an $8,510,089 modification to a previously awarded hybrid cost-plus-fixed-fee, firm-fixed price, indefinite-delivery/indefinite-quantity contract (N00174-17-D-0026) to exercise an option for technical expertise in the development and testing of underwater weapons and underwater weapons systems components.  Work will be performed in Tinton Falls, New Jersey (95 percent); Montenegro (2 percent); Bulgaria (2 percent); and Italy (1 percent), and is expected to be completed by February 2019.  No additional funds are being obligated at the time of award.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

 

ARMY

 

Cashman/Dutra JV, Quincy, Massachusetts, was awarded a $122,223,000 firm-fixed-price contract for improvement dredging in the Boston Harbor. Bids were solicited via the Internet with three received. Work will be performed in Boston, Massachusetts, with an estimated completion date of July 29, 2021. Fiscal 2018 operations and maintenance (Army) funds in the amount of $84,999,982 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-18-C-0010).

 

Micro Systems Inc., Fort Walton Beach, Florida, was awarded an $81,077,002 firm-fixed-price contract to acquire and/or repair essential part-numbered components to support the operation and maintenance of all versions of the Army Ground Aerial Target Control System, target interface control units, and associated ancillary equipment. 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 Feb. 15, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-18-D-0021).

 

Haskell Corp./Davis Constructors JV, Anchorage, Alaska, was awarded a $44,363,106 firm-fixed-price contract for provide all the utilities to support the F-35A Fighter Jet program. Bids were solicited via the Internet with two received. Work will be performed in Eielson Air Force Base, Alaska, with an estimated completion date of June 12, 2020. Fiscal 2018 military construction funds in the amount of $44,363,106 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-18-C-0014).

 

GranCor Enterprises Inc., Albuquerque, New Mexico, was awarded a $17,434,055 firm-fixed-price contract for construction of a Chemical Metallurgy Research Replacement TA-46 warehouse at Los Alamos National Laboratory, New Mexico. Bids were solicited via the Internet with two received. Work will be performed in Los Alamos, New Mexico, with an estimated completion date of Feb. 14, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $17,434,055 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-18-C-0002).

 

Mathy Construction Co., Onalaska, Wisconsin, was awarded a $7,990,347 modification (P00003) to contract W911SA-16-D-0002 for asphalt paving and delivery services for Fort McCoy, Wisconsin. Work locations and funding will be determined with each order, with an estimated completion date of March 14, 2019. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Kimball & Thompson Produce,* Lowell, Arkansas (SPE300-18-D-S721), $38,250,000; and Tulsa Fruit Co., doing business as Go Fresh,* Tulsa, Oklahoma (SPE300-18-D-P319), $11,250,000 have each been awarded a firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract behind solicitation SPE300-17-R-0019 for fresh fruits and vegetables. These were competitive acquisitions with five responses received. These are 54-month contracts with no option periods. Locations of performance are Arkansas and Oklahoma, with an Aug. 14, 2022, performance completion date. Using customers are U.S. Department of Agriculture school programs, Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2018 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

Northrup Grumman Systems Corp., Apopka, Florida, has been awarded a $12,483,349 modification (P00001) exercising the 14-month option period of a 14-month base contract (SPRDL1-17-C-0200) with one 14-month option period for laser range finders. This is a firm-fixed-price contract. Location of performance is Florida, with a May 5, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

 

CORRECTION: The contract announced on Feb. 9, 2018, for VWR International, Radnor, Pennsylvania (SPE2DE-18-D-0005) for $48,000,000 was announced with an incorrect award date. The correct award date is Feb. 15, 2018.  All other contract information is correct.

 

*Small business