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 Some of the information contained within may be outdated and links may not function.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 May 9, 2016

CONTRACTS

 

AIR FORCE

 

Lockheed Martin Missiles and Fire Control, Archibald, Pennsylvania (FA8213-11-D-0007); and Raytheon Missile System, Tucson, Arizona (FA8213-11-D-0008), have been awarded a combined not-to-exceed $649,730,000 modification (P00005/ P00008) for Paveway II production. This modification provided a five-year contract extension. Work will be performed at locations identified in specific task orders, and is expected to be complete by July 27, 2023. Funds will be obligated on individual task orders. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

 

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $104,575,981 cost-plus-incentive-fee contract for the Advanced Medium-Range Air-to-Air Missile (AMRAAM) program. Contractor will provide form, fit, function, and refresh of the AMRAAM Guidance Section. Work will be performed at Tucson, Arizona, and is expected to be complete by Feb. 28, 2017. This contract involves foreign military sales to Korea, Saudi Arabia, Australia and Romania. This award is the result of a sole-source acquisition. Fiscal 2015 Air Force production and 2016 Navy production funds in the amount of $69,689,350 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-16-C-0044).

 

North American Surveillance Systems, Titusville, Florida, has been awarded a $39,983,647 firm-fixed-price, undefinitized contract action. Contractor will provide modification and integration of intelligence, surveillance and reconnaissance capabilities into Cessna 208B aircraft, training, and field service representative support. Work will be performed at Titusville, Florida, and is expected to be complete by Sept. 30, 2019. This contract involves pseudo foreign military sales to Chad, Cameroon, Niger and Philippines. This award is the result of a sole-source acquisition. Fiscal 2016 Section 2282 and counter-terrorism partnership funds in the amount of $19,751,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-16-C-4015).

 

L-3 Communications Corp., doing business as Communication Systems West, Salt Lake City, Utah, has been awarded a $14,185,927 firm-fixed-price, undefinitized contract action for Cessna 208B intelligence, surveillance and reconnaissance (ISR) program production of ISR capabilities and spares. Work will be performed at Salt Lake City, Utah, and is expected to be complete by Sept. 30, 2017. This contract involves foreign military sales to Chad, Cameroon, Niger and Philippines. This award is the result of a sole-source acquisition. Fiscal 2016 Section 2282 and counter-terrorism partnership funds in the amount of $7,000,673 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-16-C-4014).

 

NAVY

 

General Dynamics Information Technology Inc., Fairfax, Virginia (N00189-16-D-Z026); Science Applications International Corp., McLean, Virginia (N00189-16-D-Z027); Camber Corp., Huntsville, Alabama (N00189-16-D-Z028); Carley Corp., Orlando, Florida (N00189-16-D-Z029); and Sonalysts Inc., Waterford, Connecticut (N00189-16-D-Z030), are being awarded an estimated $166,319,793 multiple award, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price task order contracts to provide reengineering, development, and personal computer simulation services in support of Naval Education Training Command’s Naval Training Products and Services program.  Each contract will run concurrently and includes a 36-month base ordering period and 36-month option period.  If all options are exercised, the total estimated value of the contracts combined will be $342,755,579.  Work will be performed in contractor facilities in response to awarded task orders and cannot be reasonably estimated at the time of contract award.  Work is expected to be completed by May 2019; if all options are exercised, work will be completed by May 2022.  Fiscal 2016 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated on each of the five contracts to fund the contract's minimum amount and will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with nine offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.

 

BAE Systems Norfolk Ship Repair Inc., Norfolk, Virginia, is being awarded a $52,492,821 undefinitized contract action as a modification to previously awarded contract N00024-11-C-4407 for USS Kearsarge (LHD-3) fiscal 2016 planned maintenance availability.  A planned maintenance availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities.  Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2017.  Fiscal 2016 operation and maintenance (Navy); and fiscal 2016 other procurement (Navy) funding in the amount of $18,372,298 will be obligated at time of award.  Contract funds in the amount of $17,929,778 will expire at the end of the current fiscal year.  Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the administrative contracting activity.

 

Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $36,356,139 fixed-price incentive firm target modification to a previously awarded contract (N00024-10-C-5126) to exercise the long lead material portion of an option for DDG 1002 Zumwalt class destroyer mission system equipment MK 57 vertical launch system.  Work will be performed in Minneapolis, Minnesota (90 percent); and Portsmouth, Rhode Island (10 percent), and is expected to be completed by September 2018.  Fiscal 2016 ship conversion (Navy) funding in the amount of $36,356,139 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.

 

Construction Development Services Inc.,* Norfolk, Virginia, is being awarded $7,608,310 for firm-fixed-price task order 0014 under a previously awarded, multiple award construction contract (N40085-14-D-8153) for the renovation of Child Care Development Center, Buildings Supply Depot Annex (SDA) 332 and SDA 332A.  Work will be performed in Norfolk, Virginia, and is expected to be completed by November 2017.  Fiscal 2016 non-appropriated morale, welfare and recreation contract funds in the amount of $7,608,310 are obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. 

 

C & N Universe Inc.,* National City, California, is being awarded a $7,532,268 hybrid, firm-fixed-price, cost-plus-fixed fee, and cost reimbursement contract modification to a previously awarded contract (N55236-14-C-0006) to exercise an option for the accomplishment of the organizational level maintenance and repairs and operational support services for the commander, Pacific Fleet Berthing and Messing Barge Program.  Work will be performed in San Diego, California (31.4 percent); Puget Sound, Washington (28.84 percent); Pearl Harbor, Hawaii (22.2 percent); Yokosuka, Japan (7.11 percent); Sasebo, Japan (5.44 percent); and Guam (5.01 percent), and is expected to be completed by May 2017.  Fiscal 2016 operation and maintenance (Navy) funds in the amount of $7,532,268 are being obligated at the time of award and will expire at the end of the current fiscal year.  This requirement was a Small Business Administration Section 8(a) set-aside competitively procured via the Federal Business Opportunities website, with three offers received.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

 

ARMY

 

Global Technical Services, Anchorage, Alaska, was awarded a $22,000,000 firm-fixed-price contract with options for information technology for the Army Combat Readiness Center’s safety program.  One bid was solicited with one received, with an estimated completion date of May 9, 2018. Funding and work location will be determined with each order.  Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-16D-0028).

 

Louisiana Workforce Commission, Baton Rouge, Louisiana, was awarded a $9,580,960 modification (P00009) to contract W9124E-12-D-0002 for food services for the Logistics Reediness Center, Ft. Polk, Louisiana, with an estimated completion date of May 10, 2017.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Polk, Louisiana, is the contracting activity.

 

T&T Construction Enterprise LLC,* Leitchfield, Kentucky, was awarded an $8,677,811 firm-fixed-price contract for building renovation.  Bids were solicited via the Internet with six received. Work will be performed in Ft. Knox, Kentucky, with an estimated completion date of May 16, 2017.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Knox, Kentucky, is the contracting activity (W9124D-16-C-0006).

 

Rogers Group Inc., Nashville, Tennessee, was awarded a $7,923,661 modification (P00016) to contract W91248-12-D-0005 for paving and road building.  Work will be performed in Ft. Campbell, Kentucky, with an estimated completion date of June 30, 2017.  Funding will be determined with each order.  Army Contracting Command, Ft. Campbell, Kentucky, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Burlington Apparel, Greensboro, North Carolina, has been awarded a maximum $20,088,000 modification (P00112) exercising the third option period of a one-year base contract (SPM1C1-13-D-1052) with four one-year option periods for Army poly/wool cloth. This is a fixed-price with economic price adjustment contract. Location of performance is North Carolina, with a May 12, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal year 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

BAE Systems Land and Armaments LP, Anniston, Alabama, has been awarded a maximum $16,206,835 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for torsion bars. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Location of performance is Alabama, with a May 8, 2019, performance completion date. Using service is Army. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-16-D-0071).

 

Burlington Apparel, Greensboro, North Carolina, has been awarded a maximum $14,044,800 modification (P00113) exercising the third option period of a one-year base contract (SPM1C1-13-D-1051) with four one-year option periods for Army poly/wool cloth. This is a fixed-price with economic price adjustment contract. Location of performance is North Carolina, with a May 12, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

Parker Hannifin Corp., Irvine, California, has been awarded a maximum $8,537,278 modification (P00071) to a five-year base contract (SPE4AX-14-D-9413), with one five-year option period for V-22 aircraft heat stack assemblies. This is a firm-fixed-price, requirements contract. Location of performance is California, with a July 31, 2019, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

 

*Small business