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 Some of the information contained within may be outdated and links may not function.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 July 30, 2015

CONTRACTS
 

NAVY
 

DynCorp International LLC, Fort Worth, Texas, is being awarded a $104,085,696 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0033) to exercise an option for organizational level maintenance and logistics support for all aircraft and support equipment for which the Naval Test Wing Atlantic has maintenance responsibility. This includes all rotary, fixed, lighter-than-air, and unmanned aircraft on-site for project testing, transient aircraft, loaner aircraft, leased aircraft, and tested civilian aircraft assigned to the Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland. In addition, this option provides supportability/safety studies and off-site aircraft safety/spill containment patrols and aircraft recovery services. Work will be performed in Patuxent River, Maryland, and is expected to be completed in July 2016. Fiscal 2015 working capital, Navy funds in the amount of $15,534,900 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
 

Exelis Inc., Clifton, New Jersey, a wholly owned subsidiary of Harris Corp., is being awarded a $97,303,380 cost-plus-fixed-fee, fixed-price-incentive-firm contract for the manufacture and delivery of 46 full-rate production Lot XII integrated defensive electronic countermeasures AN/ALQ-214(V)4/5 onboard jammer systems. This effort also includes the repair of test assets and field support for the AN/ALQ-214(V)4/5. Work will be performed in Clifton, New Jersey (31 percent); San Jose, California (26 percent); San Diego, California (11 percent); Rancho Cordova, California (5 percent); Mountain View, California (4 percent); Hudson, New Hampshire (2 percent); and various locations within the U.S. (21 percent), and is expected to be completed in December 2017. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $97,303,380 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0104).


Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $93,034,622 modification to previously awarded contract (N00024-12-C-4323) to provide incremental level of effort, long lead-time material procurement, and management services for CG-47-class cruisers. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2016. Fiscal 2015 operation and maintenance Navy funding in the amount of $11,399,088 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.


Honeywell Technology Solutions Inc., Jacksonville, Florida, is being awarded a $78,637,476 modification to previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (M67004-09-D-0020, P00036) to exercise Option Year Seven for prepositioning and Marine Corps logistics support services for Blount Island Commandlogistics support services for the Marine Corps’ Prepositioning Program. Work will be performed at the Blount Island Command in Jacksonville, Florida (85 percent); aboard 12 maritime prepositioning ships (12 percent); six locations in Norway (2 percent); and one location in Kuwait (1 percent), and is expected to be completed by September 2016. No funding will be obligated at time of award. U. S. Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity.


Hensel Phelps Construction Co., Irvine, California, is being awarded a $66,737,000 firm-fixed-price contract for the design and construction of a bachelor enlisted quarters at Naval Base Coronado. The work to be performed provides for the design and construction of a multi-story, bachelor enlisted quarters of market style modules at Naval Base Coronado. The project will house single sailors on shore rather than on board ships. This project includes pile foundations, wall-to-wall carpeting, lounge and game room, vending areas, a sports court, and parking lot. The planned modifications, if issued, provide for furniture, fixtures, and equipment, and audio-visual equipment. The contract also contains two planned modifications, which if issued, would increase cumulative contract value to $76,708,505. Work will be performed in San Diego, and is expected to be completed by July 2017. Fiscal 2011 and 2013 military construction (Navy) contract funds in the amount of $66,737,000 are being obligated at time of this 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 13 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-C-1614).


Electric Boat Corp., Groton, Connecticut, is being awarded a $42,492,474 modification to previously awarded contract N00024-10-C-2118 for additional lead yard services and development studies and design efforts related to Virginia-class submarines. Work will be performed in Groton, Connecticut (98.4 percent), Newport, Rhode Island (0.9 percent); and Quonset, Rhode Island (0.65 percent), and is expected to be completed by October 2015. fiscal 2008 shipbuilding and conversion, Navy contact funds in the amount of $2,312,262; fiscal 2009 shipbuilding and conversion, Navy contract funds in the amount of 60,000; fiscal 2010 shipbuilding and conversion, Navy contract funds in the amount of $9,337,738; fiscal 2011 shipbuilding and conversion, Navy in the amount of $2,000,000; fiscal 2012 shipbuilding and conversion, Navy contract funds in the amount of $400,000; fiscal 2013 shipbuilding and conversion, Navy contract funds in the amount of $6,465,000; fiscal 2014 research, development, test and evaluation funding in the amount of $1,685,186, and shipbuilding and conversion, Navy contract funds in the amount of $6,147,386; fiscal 2015 research, development, test and evaluation funding in the amount of $9,092,162, and shipbuilding and conversion, Navy contract funds in the amount of $1,150,000, will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured. The statutory authority for this sole source award is in accordance with FAR 6.302-1(a)(2)(iii). 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.


WR Systems Ltd., Fairfax, Virginia, is being awarded a $25,194,253 ceiling increase modification to a previously awarded cost-plus-fixed-fee, competitive award contract (N65236-10-D-2839) to provide the U.S. fleet and U.S.-supported foreign military fleets with comprehensive programmatic and technical support for navigation and geospatial information systems. This contract is currently in its fourth and final option period. With this ceiling increase modification, it would bring the cumulative value of this contract from $140,601,392 to $165,795,645. Work will be performed in Norfolk, Virginia, and is expected to continue via award of the follow-on contract in September 2015. This contract was previously procured on a competitive basis with only one offer received from WR Systems Ltd. via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.


Lockheed Martin Mission Systems & Training, Moorestown, New Jersey, is being awarded a $24,928,445 modification to previously awarded contract N00024-10-C-5125 for AEGIS combat systems engineering, computer program development, in-country support, technical manuals, integrated logistics support, and staging for the Australian air warfare destroyer (AWD) shipbuilding program in support of AEGIS foreign military sales (FMS). The government of Australia selected the Navy/Lockheed Martin Aegis combat system for its Australian AWD program (Ship 1 shipbuilding program in support of AEGIS FMS case AT-P-LCQ Amendment 6). These requirements include the necessary combat systems engineering, computer program development, ship integration and test, logistics technical services, technical manuals and staging support to design and build an Aegis weapon system baseline to support the AWD Program. Work will be performed in Moorestown, New Jersey (80.23 percent); Camden, New Jersey (8.18 percent); Pureland, New Jersey (6.18 percent); and Adelaide, Australia (5.41 percent), and is expected to be completed by July 2017. Foreign military sales funding in the amount of $24,594,814 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.


The Boeing Co., St. Louis, Missouri, is being awarded a $20,517,876 delivery order (0061) against a previously issued basic ordering agreement (N68335-10-G-0012) for peculiar support equipment for the initial outfitting of the Navy emerging squadron stand-ups of the EA-18G aircraft and intermediate level (I-Level) support for the Royal Australian Air Force. The Navy-related peculiar support equipment is required to perform both organizational level and I-level maintenance on the Navy aircraft. The Royal Australian Air Force-related peculiar support equipment (will support an additional 12 EA-18G aircraft). Work will be performed in St. Louis, Missouri, and is expected to be completed in July 2017. Fiscal 2014 aircraft procurement (Navy) and foreign military sales funds in the amount of $20,517,876 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($15,240,978; 75 percent); and the government of Australia ($5,276,898; 25 percent) under the Foreign Military Sales program. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.


LC Industries, Durham, North Carolina, is being awarded an estimated $19,000,000 fixed-price requirements contract for the consignment of office supplies for the Consolidated Material Service Center, Marine Corps Base, Camp Pendleton, California. The scope of this contract is to provide office supplies to the Consolidated Material Service Center "Serv-Mart" store. This contract includes a four-month base period and four three-month option periods which, if exercised, would bring the contract value to an estimated $19,000,000. Work will continue through November 2016. Work will be performed at Camp Pendleton, California, and is expected to be completed by November 2015. This contract was competitively procured via the Navy Electronic Commerce Online website, with one offer received. Navy working capital funds in the amount of $1,000,000 are obligated on this award. The contract will be funded through quarterly delivery orders that begin on Aug. 1, 2015. Navy working capital contract funds in an estimated amount of $1,000,000 will expire at the end of the current fiscal year. The Regional Contracting Office-Marine Corps Installation West, Marine Corps Base, Camp Pendleton, California, is the contracting activity (M00681-15-D-0005).


Science Applications International Corp., McLean, Virginia, is being awarded an $11,435,596 cost-plus incentive fee contract (N00039-15-C-0222) for development of the Global-Theater Security Cooperation Management Information System (G-TSCMIS) Release 3 (R3). The scope of this contract includes software development, design, integration, technical and engineering support, configuration management, testing, data management, program management, contract administration and logistics, leading to the delivery of G-TSCMIS R3.  This contract has options which, if exercised, would bring the cumulative value of this contract to an estimated $11,744,596. Work could continue until July 2017. Work will be performed in San Diego, and is expected to be completed in January 2017. Fiscal 2014 research, development, test and evaluation funding in the amount of $598,231 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This requirement was solicited using full and open competition via the Space and Naval Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with one offer received. Space and Naval Warfare System Command, San Diego, is the contracting activity.
 

Lockheed Martin Corp., Manassas, Virginia, is being awarded an $8,426,711 modification to a previously awarded hybrid, cost-plus-fixed-fee, and firm-fixed price contract (N00039-14-C-0035) for the Integrated Common Processor program. The organization will be providing software and hardware development, production, installation, training, maintenance and provisioned items under the Maritime Surveillance Systems Program Office, PMS-485, Program Executive Office Submarines, Naval Sea Systems Command. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $97,843,498. Other procurement, Navy funding in the amount of $141,500 will be obligated at the time of award. This contract combines purchases for the Navy (90 percent) and the government of Japan (10 percent) under the Foreign Military Sales program. Work will be performed in Manassas, Virginia, and is expected to be completed by Dec. 19, 2015. If all options are exercised, work could continue until December 2017. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-14-C-0035).


ARMY
 

Lockheed Martin Corp., Orlando, Florida, was awarded a $50,941,902 fixed-price-incentive contract for a modernized laser range finder designator (M-LRFD) Lot 4 production contract, inclusive of M-LRFD kits and spares, with an estimated completion date of Dec. 31, 2017. One bid was solicited with one received. Work will be performed in Orlando, Florida. Fiscal 2015 other procurement funds in the amount of $21,778,761 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0057).
 

Point Blank Enterprises, Pompano Beach, Florida (W91CRB-15-D-0024); Short Bark Industries,* Vonore, Tennessee (W91CRB-15-D-0025); and Carter Enterprises,* Brooklyn, New York (W91CRB-15-D-0026), were awarded a shared $49,000,000 firm-fixed-price multiyear contract for the Soldier Protection System torso and extremity protection ballistic combat shirt with an estimated completion date of Jan. 29, 2019. Bids were solicited via the Internet with seven received. Funding and work location will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.


NCI Information Systems was awarded a $40,468,270 cost-plus-fixed-fee, multi-year, incrementally-funded contract with options for systems engineering and technical assistance and logistics support for Program Executive Officer (PEO) headquarters and subordinate PEO programs at Ft. Belvoir, Virginia, with an estimated completion date of Sept. 28, 2020. Bids were solicited via the Internet with six received. Fiscal year 2014 and 2015 other procurement (Army) and research, development, testing, and engineering funds in the amount of $13,580,926 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-15-C-0035).


Capco Inc.,* Grand Junction, Colorado, was awarded a $32,870,329 firm-fixed-price contract for 40mm M320/M320A1 grenade launchers and non-functional training displays with an estimated completion date of July 30, 2020. Bids were solicited via the Internet with five received. Funding and work location will be determined with each order. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0063).


Trax International Corp., Las Vegas, Nevada, was awarded a $23,022,014 modification (P00151) to contract W9124R-09-C-0003 for test support to the Yuma Proving Ground. Work will be performed in Yuma, Arizona; and Ft. Greely, Alaska, with an estimated completion date of Oct. 31, 2015. Fiscal 2016 research, development, testing, and evaluation funds in the amount of $23,022,014 were obligated at the time of the award. Army Contracting Command, Yuma Proving Ground, Arizona, is the contracting authority.


General Dynamics Information Technology, Herndon, Virginia, was awarded a $20,208,718 modification (F405549) to contract W91QUZ-06-D-0012 for command, control, communications and computer information operations and maintenance. Work will be performed in Korea with an estimated completion date of Sept. 29, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $17,000,000 were obligated at the time of the award. Army Contracting Command, Yongsan, Korea APO AP, is the contracting authority.


Pride Industries, Roseville, California, was awarded a $16,335,086 modification (P00060) to contract W9124J-09-C-0014 to support the Ft. Polk, Louisiana, directorate of public works, with an estimated completion date of April 30, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $16,335,086 were obligated at the time of the award. Army Contracting Command, Ft. Polk, Louisiana, is the contracting authority.


Sam O. Hirota Inc.,* Honolulu, Hawaii (W9128A-15-D-0006); and Pacific Geotechnical Engineers Inc.,* Waipahu, Hawaii (W9128A-15-D-0007), were awarded a $9,900,000 indefinite-delivery, firm-fixed-price contract with options for architectural and engineering services for Pacific region projects. Funding and work location will be determined with each order with an estimated completion date of July 29, 2020. Bids were solicited via the Internet with eight received. Army Corps of Engineers, Ft. Shafter, Hawaii, is the contracting activity.


Avox Systems, Lancaster, New York, was awarded a $7,585,922 fixed-price-incentive contract with options for joint service aircrew masks with an estimated completion date of July 31, 2017. Work will be performed in Lancaster, New York; and Abingdon, Maryland. One bid was solicited with one received. Fiscal 2015 other procurement (Army) funds in the amount of $7,585,922 were obligated at the time of the award. Army is the contracting activity (W911SR-15-C-0007).


AIR FORCE
 

Burns Dirt Construction Inc., Columbus, Mississippi, has been awarded a $35,000,000 indefinite-delivery/indefinite-quantity contract for Columbus Air Force Base Paving and Civil Works. Contractor will provide for repair and construction of asphalt and concrete pavements including sub-base and base course, installation of associated utilities, drainage structures, sidewalks, curb and gutters, rubber removal and painting of runways, taxiways, and aprons and turf. Work will be performed at Columbus Air Force Base, Mississippi; and Auxiliary Field, Shuqualak, Mississippi, and is expected to be complete by July 30, 2020. This award is the result of a competitive acquisition and five offers were received. Fiscal 2015 operations and maintenance funds in the amount of $300,000 are being obligated at the time of award. The 14th Contracting Squadron, Columbus Air Force Base, Mississippi, is the contracting activity. (FA3022-15-D-0002).
 

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded an $18,286,137 modification (04) to a firm-fixed-price and cost-reimbursable delivery order (0036) for the KC-10 contractor logistic support program. Contractor will provide for engine maintenance and overhauls for the KC-10 contractor logistic support program. Work will be performed worldwide to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds in the amount of $18,286,137 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-10-D-0001).


Avosys Technology Inc., San Antonio, Texas, has been awarded a not to exceed $48,000,000 firm-fixed-price contract for clinical healthcare services. Contractor will provide healthcare workers who will perform a full range of clinical support services. Work will be performed at Davis-Monthan Air Force Base, Arizona, and is expected to be complete by July 8, 2021. This award is the result of a competitive acquisition with 15 offers received. Fiscal 2015 operations and maintenance funds in the amount of $799,964 are being obligated at the time of award. The 355th Contracting Squadron, Davis-Monthan Air Force Base, Arizona, is the contracting activity (FA4877-15-D-B001). (Awarded July 16, 2015)


DEFENSE LOGISTICS AGENCY
 

IBM Corp., Reston, Virginia, has been awarded a maximum $23,068,058 firm-fixed-price, cost-plus-incentive-fee contract for technical and functional services in support of the Defense Agencies Initiatives program. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year, and one three-month option periods. The maximum dollar amount includes the base contract and all the option periods. The obligated amount in fiscal 2015 is $6,723,671. Location of performance is Virginia, with an Aug. 1, 2016, performance completion date. Using service is federal civilian agencies. Type of appropriation is fiscal 2015 operations and maintenance, and research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SP4701-15-C-0060).
 

Valley Apparel,* Knoxville, Tennessee, has been awarded a maximum $7,958,275 modification (P00005) exercising the first one-year option period of a one-year base contract (SPE1C1-14-D-1067) with three one-year option periods for summer and cold-weather jackets. This is a firm-fixed-price contract. Location of performance is Tennessee, with an Aug. 5, 2016, performance completion date. Using military services are Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.


MISSILE DEFENSE AGENCY
 

Fifth Gait Technologies Inc., is being awarded a Small Business Innovation Research (SBIR) Phase III contract with a ceiling of $9,975,755.38. Under this new indefinite-delivery/indefinite-quantity contract, the contractor will update existing or develop new test procedures for testing components for Missile Defense Agency or other Department of Defense systems. These procedures provide early input on component performance for the decision makers and support full-scale operational tests. The work will be performed in Santa Barbara, California. The ordering period is from July 27, 2015, through July 26, 2018. This contract was competitively procured in accordance with the SBIR program policy directive. Fiscal 2015 research, development, test and evaluation funds in the amount of $2,100,000 are being obligated on this award. This is not a Foreign Military Sales acquisition. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7006).
 

*Small business