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 Some of the information contained within may be outdated and links may not function.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 14, 2016

CONTRACTS

 

NAVY

 

Orocon-Carothers JV2,* Oxford, Mississippi (N69450-16-D-1108); Whitesell-Green Inc.,* Pensacola, Florida (N69450-16-D-1109); ARTEC Group,* Sarasota, Florida (N69450-16-D-1110); Desbuild Inc.,* Hyattsville, Maryland (N69450-16-D-1111); Southeast Cherokee Construction Inc.,* Montgomery, Alabama (N69450-16-D-1112);  Leebcor Services LLC,* Williamsburg, Virginia (N69450-16-D-1113); and Howard W. Pence Inc.,* Elizabethtown, Kentucky (N69450-16-D-1114), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all seven contracts combined is $99,000,000.  The work to be performed provides for primarily general building type projects; new construction, renovation, alteration, demolition and repair work in support of Department of Defense activities in the NAVFAC Southeast AOR.  Projects issued under this contract will require either single-discipline or multi-discipline design services or may include 100 percent performance specifications.  These seven contractors may compete for task orders under the terms and conditions of the awarded contract.  The ARTEC Group is being awarded task order 0001 at $12,228,057 for the design and construction of the Littoral Combat Ship Mission Module Readiness Center at Naval Station Mayport, Jacksonville, Florida.  Work for this task order is expected to be completed by February 2018.  All work on this contract will be performed primarily within the NAVFAC Southeast AOR.  The term of the contract is not to exceed 60 months with an expected completion date of July 2021.  Fiscal 2016 military construction (Navy); and fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $12,234,057 are being obligated on this award, of which $6,000 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 26 proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

 

QED Systems Inc., Virginia Beach, Virginia, is being awarded a $22,149,559 cost-type modification to a previously awarded contract (N00024-15-C-4400) for third party advanced planning services in support of Chief of Naval Operations availabilities, continuous maintenance availabilities (CMAVs), inactivation CMAVs, sustainment availabilities, phased modernization availabilities, re-commissioning availabilities, and continuous maintenance and emergent maintenance window of opportunity for Navy surface combatant ship classes (CG 47 and DDG 51).  Work will be performed in Virginia Beach, Virginia (60 percent); and San Diego, California (40 percent), and is expected to be completed by July 2017.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $863,734 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded a $21,750,000 unpriced-letter contract for long lead material and the labor, planning and scheduling necessary to support the fiscal 2017 Trident II D5 missile production schedule.  Work will be performed at Sunnyvale, California, with an expected completion date of Sept. 30, 2021.  Fiscal 2016 weapons procurement (Navy) contract funds in the amount of $21,750,000 are being obligated at time of award.  The contract funds will not expire at the end of the current fiscal year.   This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1).  Strategic Systems Program, Washington, District of Columbia, is the contracting activity (N00030-16-C-0100).

 

The Boeing Co., Seattle, Washington, is being awarded a $16,332,383 modification to a previously awarded firm-price-incentive-firm-target contract (N00019-14-C-0067).  This modification provides for the procurement and installation of additional fiber optic wiring and fiber connector savers in support of 35 P-8A aircraft for the Navy (27); and Royal Australian Air Force (8).  Work will be performed at Seattle, Washington (62 percent); Glendale, California (32 percent); and other various location within the U.S. (6.0 percent), and is expected to be complete by February 2019.  Fiscal 2014, 2015 and 2016 aircraft procurement (Navy); and international partner funds are being obligated in the amount of $13,329,927, of which $417,483 will expire at the end of the current fiscal year.  This contract combines the purchase of Navy ($11,999,927; 73.47 percent), and the Government of Australia ($4,332,456; 26.53 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

CORRECTION:  Contracts awarded on July 12, 2016, to Cowan & Associates Inc.,* Arlington, Virginia (N00189-16-D-Z031); Cydecor Inc.,* Arlington, Virginia (N00189-16-D-Z032); Innovative Aviation Services*, Newnan, Georgia (N00189-16-D-Z033); and Synchron LLC,* Fairfax Station, Virginia (N00189-16-D-Z034), should have stated the contract was awarded as small business set-aside, not an 8(a) set-aside requirement.

 

DEFENSE HEALTH AGENCY

 

EHR Total Solutions LLC, Arlington, Virginia, was awarded a potential $70,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, single award contract (HT0011-16-D-0001) to provide Next Generation Tri-Services workflow services for current Military Treatment Facilities with Tri-Service workflow products, including legacy and modern electronic health record systems.  Support includes the Army, Navy, and Air Force. The period of performance is for a 12-month base period with four one-year option periods, and has an estimated completion date of July 13, 2021.  Work location is task order dependent but primarily will occur in Falls Church, Virginia. Task orders will be funded with operations and maintenance funds. This contract was competitively solicited via Federal Business Opportunity website, with six proposals received. The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

 

ARMY

 

Northrup Grumman Systems Corp., Herndon, Virginia, was awarded a $14,293,010 cost-plus-fixed-fee, incrementally funded contract with options for information technology support for the Army Planning, Programming, and Budgeting Business Operating System.  Bids were solicited via the Internet with one received.  Work will be performed in Washington, District of Colombia, with an estimated completion date of July 28, 2021.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,544,183 were obligated at the time of the award.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-16-F-0012).

 

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $10,511,518 cost-plus-fixed-fee contract for system technical support and system sustainment technical support the for mine protected clearance vehicle M1272 Buffalo.  One bid was solicited with one received. Funding and work location will be determined with each order with an estimated completion date of July 14, 2019.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0091).

 

Tetra Tech-Maytag Aircraft Corp. JV, Pasadena, California, was awarded a $7,344,401 modification (000409) to contract W912DY-13-G-0010 for inspections, recurring preventive maintenance, minor repair, and minor construction on the Defense Logistics Agency Energy capitalized petroleum facilities at various military sites across the U.S.  The contract has an estimated completion date of July 27, 2017.  Bids were solicited via the Internet with two received.  Fiscal 2016 military construction funds in the amount of $7,344,401 were obligated at the time of the award.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

UPDATE: Terex Corp., Fredericksburg, Virginia (SPE8EC-16-D-0010), has been added as an awardee to the multiple award contract issued against solicitation SPM8EC-11-R-0001 announced Aug. 1, 2011. 

 

*Small business