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 Some of the information contained within may be outdated and links may not function.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. 16, 2018

DEFENSE COMMISSARY AGENCY

 

Tyson Fresh Meats Inc., Dakota Dunes, South Dakota, is being awarded an indefinite-delivery, requirements type contract to provide fresh beef and frozen coarse ground beef products for commissaries located in the Central and East Areas of the continental U.S.  The award amount is estimated at $440,337,473 for the base year.  Actual obligations using resale stock activity group, defense working capital funds will occur upon issuance of delivery orders during the period of performance.  Contract funds will not expire at the end of the current fiscal year.  The contract is for a 24-month base period beginning Oct. 21, 2018, through Oct. 17, 2020. The contract includes three one-year option periods.  If all three option periods are exercised, the contract will be completed Oct. 17, 2023.  The Defense Commissary Agency, Fort Lee, Virginia, is the contracting activity  (HDEC02-18-D-0003).

 

Tyson Fresh Meats Inc., Dakota Dunes, South Dakota, is being awarded an indefinite-delivery, requirements type contract to provide fresh beef and frozen coarse ground beef products for commissaries located in the West and Pacific Areas of the continental U.S.  The award amount is estimated at $268,578,488 for the base year.  Actual obligations using resale stock activity group, defense working capital funds will occur upon issuance of delivery orders during the period of performance.  Contract funds will not expire at the end of the current fiscal year.  The contract is for a 24-month base period beginning Oct. 21, 2018, through Oct. 17, 2020.  The contract includes three one-year option periods.  If all three option periods are exercised, the contract will be completed Oct. 17, 2023.  Defense Commissary Agency, Fort Lee, Virginia is the contracting activity  (HDEC02-18-D-0004).

 

NAVY

 

The Pacific Yacht Refitters (PYR) Inc.,* San Diego, California (N4523A18D0801); Naval Coating Inc.,* San Diego, California  (N4523A18D0802); Y.Y.K. Enterprise Inc.,* National City, California  (N4523A18D0803); AMP United LLC,* New Durham, New Hampshire  (N4523A18D0804); and Global Coatings LLC,* Bremerton, Washington  (N4523A18D0805), are awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for the preservation of critical and non-critical surfaces and installation of new coatings on U.S. naval ships/vessels.  Typical work under the scope of the multiple award contract program includes: single and multiple coat systems, ultra-high solids, epoxy, solvent based, anti-fouling, and associated structural repair requirements necessary to support the preservation process for aircraft carriers, submarines and other vessels.  These contracts are in addition to the two existing contracts previously awarded under the indefinite-delivery/indefinite-quantity, multiple award contract depot level preservation program.  The maximum dollar amount that may be potentially awarded under these and pre-existing indefinite-delivery/indefinite-quantity contracts is a combined $260,100,000, the remaining maximum dollar amount balance of potential awards under these contracts is $163,178,105, and will be procured via individual delivery orders issued under the multiple award contracts. The award of these contracts is a result of the solicitation N4523A18R0826. Under the terms of the contracts, multiple award contract holders will compete for individual delivery orders over a four-year period. Work will be performed at the Puget Sound Naval Shipyard and Intermediate Maintenance Facility in Bremerton, Washington (85 percent); Naval Base Kitsap-Banger, Washington (10 percent); and Everett, Washington (5 percent), and is expected to be completed by May 2022. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $5,000 ($1,000 minimum guarantee per contract) will be obligated at time of award and will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with seven offers received.  The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

 

Hawaiian Rock Products Corp., Mangilao, Guam, is awarded a maximum amount $90,000,000 indefinite-delivery/indefinite-quantity contract for airfield paving construction services at various U.S. military locations in Guam.  The work to be performed provides for the construction, alteration, repair, and maintenance of various airfield asphalt and concrete pavements.  The projects will generally include all work, plant, labor, transportation, materials, equipment, tools, supplies, quality control, engineering, supervision, management, administration services, and other incidental work necessary to complete the scope of work. Work will be performed at various installations in Guam, including but not limited to, Naval Support Activity Andersen (90 percent) and Naval Base Guam (10 percent), and is expected to be completed by August 2023.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $10,000 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).  This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-D-2000).

 

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, is awarded $70,402,534 for firm-fixed-price delivery order N00104-18-F-MM04 under previously awarded basic ordering agreement (N00104-16-G-0726) for the new manufacture of T-1687/ALE-70(V) countermeasures in support of PMA272 Air Expendable Countermeasures Program.  Work will be performed in Nashua, New Hampshire, and work is expected to be completed by March 2021. Fiscal 2018 procurement of ammunition (Navy and Marine Corps) funds (42.53 percent); fiscal 2018 procurement of aircraft (Air Force) funds (31.66 percent); fiscal 2017 procurement of ammunition (Navy and Marine Corps) funds (0.15 percent); fiscal 2017 procurement of aircraft (Air Force) funds (11.48 percent); and fiscal 2016 procurement of aircraft (Air Force) funds (14.18 percent) in the full amount of $70,402,534 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1)-  only one source was solicited for this non-competitive requirement with one offer received.  Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

 

Metson Marine Services Inc.,* Ventura, California, is awarded a $31,706,304 indefinite-delivery/indefinite-quantity contract to provide technical services in support of the Naval Air Warfare Center Aircraft Division Threat/Target Systems Department’s, Atlantic Targets and Marine Operations (NAWCAD ATMO) facility.  Services to be provided include research and development; maintenance; operation; support of facilities and systems; and equipment to meet the engineering development testing and fleet training mission.  Work will be performed at NAWCAD ATMO, Key West, Florida, and is expected to be completed in August 2023.  No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued.  This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; three offers were received.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-18-D-0058).

 

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded $9,830,913 for firm-fixed-price delivery order N0002418F5204 under previously awarded contract N00024-15-D-5201, for 21 technical insertion 16 common processing system water-cooled core computing system production cabinets and six technical insertion 16 common processing system water-cooled advanced storage area network production cabinets.  The common processing system provides the computer processing and memory, data storage and extraction, and input/output interfaces to support host software applications of Navy combat systems.  Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by August 2019. Fiscal 2018 other procurement (Navy) funding in the amount of $9,830,913 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $9,699,191 for cost-plus-fixed-fee delivery order 4042 against a previously issued basic ordering agreement (N00019-14-G-0004).  This delivery order procures non-recurring engineering necessary to conduct comprehensive fatigue life analysis to define the expected service life of the MH-60 Sierra Multi-Mission Helicopter in support of the Navy.  Work will be performed in Stratford, Connecticut, and is expected to be completed in January 2022.  Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $2,611,518 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.

 

ARMY

 

Walsh Construction Co., Chicago, Illinois, was awarded a $104,376,000 firm-fixed-price contract to construct mental health inpatient and outpatient facilities at the Long Beach Veterans Affairs Medical Center. Bids were solicited via the internet with two received. Work will be performed in Long Beach, California, with an estimated completion date of Sept. 27, 2018. Fiscal 2018 military construction funds in the amount of $104,376,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-18-C-0027).

 

Bethel Industries,* Jersey City, New Jersey (W91CRB-15-D-0019 modification P00013); and KDH Defense Systems,* Eden, North Carolina (W91CRB-15-D-0021 modification P00019), were awarded a $61,406,405 modification for Modular Scalable Vest Generation II. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 20, 2019. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

 

Leidos Innovations Corp., Gaithersburg, Maryland, was awarded a $55,645,987 modification (PZ0011) to foreign military sales (Afghanistan) contract WRGZ58-17-C-0058 for logistics support services for the Afghan Air Force and Special Mission Wing aircraft fleets. Work will be performed in Kabul, Afghanistan, with an estimated completion date of May 31, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $55,645,987 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Loc Performance Products Inc.,* Plymouth, Michigan, was awarded a $44,000,000 firm-fixed-price contract for the Improved Armored Cab modification kit. Bids were solicited via the internet with four received. Work will be performed in Plymouth, Michigan, with an estimated completion date of Aug. 15, 2023. Fiscal 2018 other procurement (Army) funds in the amount of $44,000,000 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-18-C-0073).

 

Lockheed Martin Corp., Orlando, Florida, was awarded a $26,436,939 modification (P00053) to contract W31P4Q-15-C-0102 for procurement of Joint-Air-to-Ground missiles. Work will be performed in Orlando, Florida, with an estimated completion date of Feb. 28, 2020. Fiscal 2017 other procurement (Army) funds in the amount of $26,436,939 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Foster-Miller Inc., doing business as QinetiQ North America, Waltham, Massachusetts, was awarded an $11,658,768 hybrid (cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-fee, and fixed-price-incentive) contract for the Route Clearance and Interrogation System Type I. Bids were solicited via the internet with five received. Work will be performed in Waltham, Massachusetts, with an estimated completion date of March 14, 2025. Fiscal 2017 research, development, test and evaluation funds in the amount of $1,031,049 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-C-0082).

 

Massman Construction Co., Leawood, Kansas, was awarded a $9,854,000 firm-fixed-price contract for Ouachita and Black rivers, Columbia Lock and Dam seepage repair. Four bids were solicited with one bid received. Work will be performed in Columbia, Louisiana, with an estimated completion date of Jan. 14, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $9,854,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-18-C-0012).

 

Semper Tek Inc.,* Lexington, Kentucky, was awarded an $8,755,436 firm-fixed-price contract for the design and construction of the Department of Veterans Affairs Community Based Outpatient Clinic at Fort Knox, Kentucky. Bids were solicited via the internet with four received. Work will be performed in Fort Knox, Kentucky, with an estimated completion date of Feb. 7, 2020. Fiscal 2015 military construction funds in the amount of $8,755,436 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0025).

 

DEFENSE LOGISTICS AGENCY

 

Get Fresh Sales Inc.,* Las Vegas, Nevada, has been awarded a maximum $37,500,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This is a 54-month contract with no option periods.  This was a competitive acquisition with one response received. Location of performance is Nevada, with an April 1, 2023, performance completion date. Using customers are Army, Air Force, Navy, Marine Corps, Department of Energy, and Department of Agriculture schools. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-18-D-P333).

 

Leading Technology Composites,* Wichita, Kansas, has been awarded a maximum $27,404,800 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for enhanced side ballistic inserts. This is a one-year base contract with three one-year option periods. This was a competitive acquisition with three responses received. Location of performance is Kansas, with an Aug. 15, 2019, performance completion date. Using military services are Army, Air Force and Navy. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1073).

 

Raytheon Co., McKinney, Texas, has been awarded a $12,391,215 firm-fixed-price contract for remote biocular displays. This is a one-year contract with a one-year option that is being exercised at time of award. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Texas, with a Feb. 28, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 Army working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-C-0184).

 

AIR FORCE

 

General Dynamics Mission Systems, Scottsdale, Arizona, has been awarded a $23,178,805, firm-fixed price, indefinite-delivery/indefinite-quantity contract for air traffic control radio replacement. This is a new, one-time requirement to provide CM-300/350 transceivers and the optional remote control units as a form, fit, and function replacement for the legacy GRC 171/211 ATC radio backups. The minimum order quantity is 110 each and the maximum quantity is 1,500 each. Work will be performed Scottsdale, Arizona, and is expected to be effective Aug. 1, 2018 through July 31, 2023. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8102-18-D-0001).

 

The Boeing Co., St. Louis, Missouri, has been awarded an $11,540,069 modification (P00022) to contract FA8621-16-C-6397 for F-15C and F-15E Mission Training Centers. The contract modification is for implementation of Mission Planning-18 (MP-18) into F-15C and F-15E MTCs to be compliant with Combat Air Force Distributed Mission Operations standards updates.  MP-18 updated changes will be installed into the F-15C and F-15E trainers. Work will be performed at Seymour Johnson Air Force Base, North Carolina; Mountain Home AFB, Idaho; Langley AFB, Virginia; Kadena AB, Japan; and RAF Lakenheath, England.  The work is expected to be completed by Sept. 30, 2020. Fiscal 2018 operations and maintenance funds in the amount of $11,540,069 will be obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio is the contracting activity.

 

*Small Business