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 Some of the information contained within may be outdated and links may not function.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 April 16, 2015

CONTRACTS
 
 
AIR FORCE
 
 
S&K Aerospace LLC, Stockbridge, Georgia, has been awarded a $392,000,000 modification (P00006) to previously awarded contract FA8630-12-D-5018 for Parts and Repair Ordering System (PROS) IV. This modification increases the total cumulative face value of the contract because the increase in demand has led to the total contract value being approached more quickly than anticipated.  Additionally, a follow-on source selection is currently underway.  Work will be performed at Stockbridge, Georgia, and is expected to be complete by March 14, 2022. This contract involves foreign military sales to more than 107 countries. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base Dayton, Ohio, is the contracting activity.  
 
 
Raytheon Co., Tucson, Arizona, has been awarded a $9,938,568 modification (P00007) to previously awarded contract FA8675-15-C-0022 for Advanced Medium-Range Air-to-Air Missile (AMRAAM) production lots 28 and 29. This modification provides for the purchase of an additional 24 Captive Air Training Missile AIM-120D guidance section spares. Work will be performed at Tucson, Arizona, and is expected to be complete by March 31, 2017. Fiscal 2013 Air Force missile procurement funds in the amount of $8,282,140 and fiscal 2015 Navy weapons procurement funds in the amount of $1,656,428 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.
 
 
ARMY
 
 
Jacobs Engineering Group Inc., Arlington, Virginia, was awarded a $45,000,000 firm-fixed-price multi-year contract with options for architectural and engineering services for the Army and Air National Guard nationwide to include Puerto Rico, Guam, the Virgin Islands, and the District of Columbia, with an estimated completion date of April 15, 2020.  Bids were solicited via the Internet with 33 received.  Funding will be determined with each order.  National Guard Bureau, Arlington, Virginia, is the contracting activity (W9133L-15-D-0002).
 
 
National Center for Defense Manufacturing and Machining, Blairsville, Pennsylvania, was awarded a $42,093,000 cost-plus-fixed-fee contract for manufacturing technology development and implementation for the defense industrial base.  Funding and work location will be determined with each order with an estimated completion date of April 16, 2020.  Bids were solicited via the Internet with one received.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-D-0043).
 
 
Catapult Health Technology Group, Bethesda, Maryland, was awarded a $25,853,497 firm-fixed-price contract for information technology services and support for the Army Research Laboratory and the Adelphi Laboratory Center. Work will be performed in Adelphi, Maryland; Aberdeen, Maryland; White Sands Missile Range, New Mexico; and Raleigh, North Carolina, with an estimated completion date of April 27, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2014 research, development, testing, and evaluation funds in the amount of $876,365 were obligated at the time of the award.   Army Contracting Command, Adelphi Division, Maryland, is the contracting activity (W911QX-15-0014).
 
 
DEFENSE LOGISTICS AGENCY
 
 
Epic Aviation LLC,* Salem, Oregon, was awarded a $26,699,712 fixed-price with economic-price-adjustment contract under solicitation SP0600-14-R-0221 for jet fuel.  Locations of performance are Oregon and Alabama, with a March 31, 2019, performance completion date.  This contract was a competitive acquisition with three bids received. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0090).
 
 
Gaumard Scientific Company Inc.,* Miami, Florida, has been awarded a maximum $8,513,660 fixed-price with economic-price-adjustment contract for medical simulators and accessories. This contract was a competitive acquisition and 69offers were received. This is a five-year base contract. Location of performance is Florida, with an April 16, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-15-D-0009).
 
 
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
 
 
Raytheon Co., Tucson, Arizona, has been awarded a $20,489,714 cost-plus-fixed-fee modification (P00003) exercising the option period on previously awarded HR0011-14-C-0124 for the Tactical Boost Glide (TBG) program. This modification brings the total cumulative face value of the contract to $25,396,109 from $4,906,395. Fiscal 2014 research and development funds in the amount of $1,184,555 are being obligated at the time of award. The TBG program is for the development and demonstration of technologies to enable air-launched tactical range hypersonic boost glide systems. Location of performance is Sacramento, California (2 percent); Rocket Center, West Virginia (1 percent); and Tucson, Arizona (97 percent), with an estimated completion date of May 17, 2016. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.
 
 
NAVY
 
 
RQ-Berg Joint Venture, Carlsbad, California, was awarded $25,333,000 for firm-fixed-price task order 0009 under a previously awarded multiple award construction contract (N62473-10-D-5482) for design and construction of Camp Wilson infrastructure upgrades at the Marine Corps Air Ground Combat Center, Twentynine Palms.  The work to be performed provides for the extension of new and existing utilities to and within Camp Wilson.  Included are the camp communication infrastructure, overhead and underground electrical power distribution system from main base, mega volt amp electrical distribution substation, latrines, open secure storage and supporting facilities, a new gallon potable water tank and pump house, demolition of an existing potable water tank, and electrical distribution to the Aviation Combat Element compound, the Unmanned Aerial System compound, and the Marine Air Ground Task Force compound.  The task order also contains one planned modification, which if issued, would increase cumulative contract value to $26,083,000.  Work will be performed in Twentynine Palms, California, and is expected to be completed by April 2017.  Fiscal 2015 military construction (Navy) contract funds in the amount of $25,333,000 are being obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.  
 
 
ViaSat Inc., Carlsbad, California, is being awarded a $12,300,000 firm-fixed-price requirements contract for the repair of the Multifunctional Information Distribution Systems used on various aircraft platforms.  Work will be performed in Carlsbad, California, and is expected to be completed by April 2018.  No funds will be obligated at the time of award.  Navy working capital funds will be provided as individual delivery orders are issued.  Funds will not expire before the end of the current fiscal year.  The contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1), with one offer received in response to this solicitation.  The Naval Supply Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-15-D-064G).

 
Austal USA, Mobile, Alabama, is being awarded an $11,038,412 cost-plus-award-fee order against the previously awarded basic ordering agreement (N00024-15-G-2304) to provide engineering and management services for advance planning and design in support of the post shakedown availability for the littoral combat ship Pre-Commissioning Unit Jackson (LCS-6).  Austal will provide design, planning, and material support services for the vessel.  Efforts will include program management, advance planning, engineering, design, material kitting, liaison, and scheduling.  Work will be performed in Mobile, Alabama (77 percent); and Fairfax, Virginia (23 percent), and is expected to be completed by September 2016.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $10,363,723 will be obligated at time of award and will not expire at the end of this fiscal year.  The Supervisor of Shipbuilding, Conversion, and Repair-Gulf Coast, Pascagoula, Mississippi, is the contracting activity.  
 
 
Cognetic Technologies Inc.,* Vista, California, is being awarded a $10,754,055 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for software and systems engineering, development and support services to assist in the delivery and maintenance of business applications, systems, and enabling technologies.  This is one of three contracts awarded: each awardee will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes one two-year option period which, if exercised, would bring the potential value of this contract to $18,657,820.  Work will be performed in San Diego, California (90 percent); and Vista, California (10 percent), and work is expected to be completed in April 15, 2018.  No contract funds will be obligated at the time of award.  Funding will be obligated via task orders as they are issued.  Task orders will be obligated using research, development, test and evaluation; operations & management (Navy, Navy Reserve, and Air Force); other procurement (Navy); procurement (Defense agency); and working capital fund (Navy) funds.  This contract was competitively procured via 100 percent Small Business Set-Aside solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with five proposals received and three selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0141).
 
 
Geocent LLC,* Metairie, Louisiana, is being awarded a $10,131,795 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for software and systems engineering, development and support services to assist in the delivery and maintenance of business applications, systems, and enabling technologies.  This is one of three contracts awarded: each awardee will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes one two-year option period which, if exercised, would bring the potential value of this contract to $17,377,458.  Work will be performed in San Diego, California (90 percent); and Metairie, Louisiana (10 percent), and work is expected to be completed April 15, 2018.  No contract funds will be obligated at the time of award.  Funding will be obligated via task orders as they are issued.  Task orders will be obligated using research, development, test and evaluation; operations & management (Navy, Navy Reserve, and Air Force); other procurement (Navy); procurement (Defense agency); and working capital fund (Navy) funds.  This contract was competitively procured via 100 percent Small Business Set-Aside solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with five proposals received and three selected for award.  The Space and Naval Warfare Systems Center Pacific San Diego, California, is the contracting activity (N66001-15-D-0142).
 
 
3E Technologies International Inc.,* Rockville, Maryland, is being awarded a $9,995,697 modification to previously awarded contract (N00174-10-D-0021) for work on Navy-wide Critical Infrastructure Control and Monitoring System (CICMS) interface to Navy Virtual Perimeter Monitoring System for a Small Business Innovative Research (SBIR) Phase III project.  This increase provides for the implementation of the CICMS at Navy facilities beyond the originally identified Naval District Washington’s boundaries. This increase supports the Navy Region Southeast and Navy Region Hawaii for integration on shore-based facilities.  This contract modification is being issued under 10 U.S.C. 2304(b)(2), as implemented by FAR 6.302-5 Authorized or Required by Statute.  The statutory authority for this SBIR Phase III increase in ceiling is 15 U.S.C. 638(r).  Work will be performed in Hawaii (50 percent); Dahlgren, Virginia (8.34 percent); San Diego, California (8.34 percent); Indian Head, Maryland (8.33 percent); Annapolis, Maryland (8.33 percent); Patuxent River, Maryland (8.33 percent); and Washington, District of Columbia (8.33 percent).  The work is expected to be completed by September 2015.  Fiscal 2015 operations and maintenance (Navy) and fiscal 2015 research, development, test and evaluation funding in the amount of $2,900,746 will be obligated at the time of award.  Contract funds in the amount of $2,774,670 will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.  

 
Boston Ship Repair LLC, Boston, Massachusetts, is being awarded a $9,315,047 firm-fixed-price contract for 56-calendar day shipyard availability for the regular overhaul and dry docking of the USNS Kanawha (T-AO 196).  Work will include general ship services for ship clean and gas free tanks, voids, and cofferdams, hazardous waste disposal, non-destructive testing king post areas, ultrasonic thickness gauging, galley deck resurfacing, main engine governor overhaul, relief valves and pressure vessel testing, recertify ship’s elevator, cargo ballast pump overhaul, rudder and stern frame exam, propeller system maintenance, annual lifeboat recertification, rescue boat davit recertification, dry-docking and un-docking vessel, overhauling sea valves, inspection of bilge keels and underwater hull cleaning.  The contract includes options which, if exercised, would bring the total contract value to $10,737,050.  Work will be performed in Boston, Massachusetts, and is expected to be completed by June 25, 2015.  Fiscal 2015 maintenance and repair contract funds in the amount of $9,315,047 are being obligated at the time of award.  Contract 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 Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-15-C-1004).
 
 
VSolvit LLC,* Ventura, California, is being awarded a $7,421,128 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for software and systems engineering, development and support services to assist in the delivery and maintenance of business applications, systems, and enabling technologies.  This is one of three contracts awarded: each awardee will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes one two-year option period which, if exercised, would bring the potential value of this contract to $12,682,856.  Work will be performed in San Diego (90 percent); and Ventura, California (10 percent), and work is expected to be completed April 15, 2018.  No contract funds will be obligated at the time of award.  Funding will be obligated via task orders as they are issued.  Task orders will be obligated using research, development, test and evaluation; operations & management (Navy, Navy Reserve, and Air Force); other procurement (Navy); procurement (Defense agency); and working capital fund (Navy) funds.  This contract was competitively procured via 100 percent Small Business Set-Aside solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with five proposals received and three selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0143).

 
*Small business