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 Some of the information contained within may be outdated and links may not function.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 Sept. 15, 2016

CONTRACTS

 

NAVY

 

Austal USA, Mobile, Alabama, is being awarded a $248,898,142 fixed-price, incentive firm target modification to previously awarded contract N00024-16-C-2217 to definitize the long lead time material of the undefinitized contract action, and to award the procurement of the detail design and construction of the 11th and 12th Expeditionary Fast Transport (EPF) vessels (formerly Joint High Speed Vessel).  The EPF vessels will provide high-speed, shallow-draft transportation capability to support the intra-theater maneuver of personnel, supplies, and equipment for the Navy, Marine Corps and Army.  Work will be performed in Mobile, Alabama (59 percent); Novi, Michigan (8 percent); Fairfax, Virginia (7 percent); Houston, Texas (3 percent); Warminster, Pennsylvania (3 percent); Chesapeake, Virginia (2 percent); Gulfport, Mississippi (2 percent); Milwaukee, Wisconsin (2 percent); overseas (4 percent); and various places below one percent (10 percent), and is expected to complete by March 2020.  Fiscal 2015 and 2016 shipbuilding and conversion (Navy) funding in the amount of $268,418,939 (which includes the definitized long lead time material of the undefinitized contract action) 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.

 

Raytheon Co., Dulles, Virginia, is being awarded a $98,090,785 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide cyberspace science, research, engineering, and technology integration. Support includes technology assessment, development and transition; requirements analysis; systems engineering; operational and technical support; experimentation support; hardware and software development and prototyping; modeling and simulation; training; and security engineering/cybersecurity. This is one of seven multiple award contracts; all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option ordering period which, if exercised, would bring the potential value of this contract to $165,924,878. Work will be performed in San Diego (90 percent); and other continental U.S. and outside continental U.S. locations (10 percent).  Work is expected to be completed Sept. 14, 2019.  No funds will be obligated at the time of award.  Funding will be obligated via task orders. The types of funding to be obligated include research, development test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via request for proposal N66001-15-R-0096 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website; 13 offers were received and seven were selected for award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0442).

 

Leidos Inc., Reston, Virginia, is being awarded an $89,067,852 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide cyberspace science, research, engineering, and technology integration. Support includes technology assessment, development and transition; requirements analysis; systems engineering; operational and technical support; experimentation support; hardware and software development and prototyping; modeling and simulation; training; and security engineering/cybersecurity. This is one of seven multiple award contracts; all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option ordering period which, if exercised, would bring the potential value of this contract to $149,988,709. Work will be performed in San Diego (90 percent); and other Continental U.S. and outside Continental U.S. locations (10 percent).  Work is expected to be completed Sept. 14, 2019.  No funds will be obligated at the time of award.  Funding will be obligated via task orders. The types of funding to be obligated include research, development test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via request for proposal N66001-15-R-0096 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website; 13 offers were received and seven were selected for award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0440).

 

Booz Allen Hamilton Inc., McLean, Virginia, is being awarded an $88,611,546 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide cyberspace science, research, engineering, and technology integration. Support includes technology assessment, development and transition; requirements analysis; systems engineering; operational and technical support; experimentation support; hardware and software development and prototyping; modeling and simulation; training; and security engineering/cybersecurity. This is one of seven multiple award contracts; all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option ordering period which, if exercised, would bring the potential value of this contract to $149,850,092. Work will be performed in San Diego, California (90 percent); and other continental U.S. and outside continental U.S. locations (10 percent). Work is expected to be completed Sept. 14, 2019.  No funds will be obligated at the time of award.  Funding will be obligated via task orders. The types of funding to be obligated include research, development test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via request for proposal N66001-15-R-0096 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website; 13 offers were received and seven were selected for award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0439).

 

Northrop Grumman Systems Corp., San Diego, California, is being awarded an $88,018,945 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide cyberspace science, research, engineering, and technology integration. Support includes technology assessment, development and transition; requirements analysis; systems engineering; operational and technical support; experimentation support; hardware and software development and prototyping; modeling and simulation; training; and security engineering/cybersecurity. This is one of seven multiple award contracts; all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option ordering period which, if exercised, would bring the potential value of this contract to $148,333,971. Work will be performed in San Diego (90 percent); and other Continental U.S. and outside Continental U.S. locations (10 percent). Work is expected to be completed Sept. 14, 2019. No funds will be obligated at the time of award.  Funding will be obligated via task orders. The types of funding to be obligated include research, development test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via request for proposal N66001-15-R-0096 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website; 13 offers were received and seven were selected for award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0441).

 

Science Applications International Corp., McLean, Virginia, is being awarded an $84,621,509 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide cyberspace science, research, engineering, and technology integration. Support includes technology assessment, development and transition; requirements analysis; systems engineering; operational and technical support; experimentation support; hardware and software development and prototyping; modeling and simulation; training; and security engineering/cybersecurity. This is one of seven multiple award contracts; all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option ordering period which, if exercised, would bring the potential value of this contract to $142,252,578. Work will be performed in San Diego, California (90 percent); and other continental U.S. and outside continental U.S. locations (10 percent).  Work is expected to be completed Sept. 14, 2019.  No funds will be obligated at the time of award.  Funding will be obligated via task orders. The types of funding to be obligated include research, development test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy).  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via request for proposal N66001-15-R-0096 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website; 13 offers were received and seven were selected for award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0443).

 

Scientific Research Corp., Atlanta, Georgia, is being awarded an $81,035,479 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide cyberspace science, research, engineering, and technology integration. Support includes technology assessment, development and transition; requirements analysis; systems engineering; operational and technical support; experimentation support; hardware and software development and prototyping; modeling and simulation; training; and security engineering/cybersecurity. This is one of seven multiple award contracts; all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option ordering period which, if exercised, would bring the potential value of this contract to $137,516,316. Work will be performed in San Diego, California (90 percent); and other continental U.S. and outside continental U.S. locations (10 percent).  Work is expected to be completed Sept. 14, 2019.  No funds will be obligated at the time of award.  Funding will be obligated via task orders.  The types of funding to be obligated include research, development test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via request for proposal N66001-15-R-0096 published on the Federal Business Opportunities web site, and the Space and Naval Warfare Systems Command e-Commerce Central website; 12 offers were received and seven were selected for award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0444).

 

Vencore Inc., Chantilly, Virginia, is being awarded an $80,114,995 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide cyberspace science, research, engineering, and technology integration. Support includes technology assessment, development and transition; requirements analysis; systems engineering; operational and technical support; experimentation support; hardware and software development and prototyping; modeling and simulation; training; and security engineering/cybersecurity. This is one of seven multiple award contracts; all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option ordering period which, if exercised, would bring the potential value of this contract to $134,925,210. Work will be performed in San Diego, California (90 percent); and other continental U.S. and outside continental U.S. locations (10 percent). Work is expected to be completed Sept. 14, 2019.  No funds will be obligated at the time of award.  Funding will be obligated via task orders. The types of funding to be obligated include research, development test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via request for proposal N66001-15-R-0096 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website; 13 offers received and seven were selected for award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0445).

 

CACI National Security Solutions Inc., Reston, Virginia, is being awarded a $77,038,543 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based contract (N65236-16-D-8011) for Special Operations communications systems (SOCS) satellite communications (SATCOM) and network support services (NSS).  Space and Naval Warfare Systems Center Atlantic has been tasked to provide SOCS SATCOM NSS in support of U.S. Special Operations Command and other joint warfighting commands.  The scope of work includes worldwide technical and logistics support for approximately 2,500 deployable SATCOM systems, and supporting wide area network infrastructure distributed over approximately 90 sites. The contract includes a single four-year ordering period.  Work will be performed in Fayetteville, North Carolina (80 percent); Tampa, Florida (18 percent); and Charleston, South Carolina (2 percent), and is expected to be completed by September 2020.  Fiscal 2015 procurement (defense agencies) funding in the amount of $10,000 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured by full and open competition via the Space and Naval Warfare Systems Center E-Commerce Central website and the Federal Business Opportunities website, with three timely offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

 

Physical Optics Corp.,* Torrance, California, is being awarded a $75,953,328 fixed-price, cost-plus-fixed-fee, cost indefinite-delivery/indefinite-quantity contract for the procurement of Advanced Data Transfer System components for UH-1Y, AH-1Z, MH-60R, MH-60S, and H-53K aircraft for the Navy.  In addition, this contract provides for the procurement of these components for the governments of Australia, Denmark, and Saudi Arabia under the Foreign Military Sales program.   This contract also provides for test and evaluation, repair of repairables, and engineering support services.  Work will be performed in Torrance, California, and is expected to be complete by September 2021.  Fiscal 2016 aircraft procurement (Navy); and foreign military sales funds in the amount of $18,093,547 are being obligated at the time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchase for the Navy ($66,759,907; 87.9 percent); the government of Australia ($5,262,958, 6.93 percent); the government of Denmark ($2,775,614, 3.65 percent); and the government of Saudi Arabia ($1,154, 849, 1.52 percent) under the Foreign Military Sales program.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(5) and Federal Acquisition Regulation 6.302-5.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-D-0027).

 

Raytheon Co., El Segundo, California, is being awarded $63,027,735 for fixed-price incentive fee order 0005 against a previously issued basic ordering agreement (N00019-15-G-0003) for the manufacture and delivery of 18 AN/APG-79 Active Electronically Scanned Array (AESA) radars for Navy F/A-18E/F and EA-18G aircraft.  In addition, this order provides for the procurement of two AN/APG-79 AESA radars in support of testing associated with the AESA configuration D upgrade, and one AN/APG-79 radar for the government of Australia.  Work will be performed in Forest, Mississippi (48 percent); Dallas, Texas (31 percent); El Segundo, California (13 percent); and Andover, Massachusetts (8 percent), and is expected to be completed in July 2018.  Fiscal 2016 aircraft procurement (Navy); and foreign military sales funds in the amount of $63,027,735 will be obligated on this award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($60,026,415; 95 percent); and the government of Australia ($3,001,320; 5 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Maritime Helicopter Support Co., Trevose, Pennsylvania, is being awarded a $28,111,373 firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract for Through Life Support Phase III efforts for 24 Royal Australian Navy MH-60R aircraft for the government of Australia under the Foreign Military Sales program.  This effort includes coincidental maintenance activities (inclusive of carried forward unserviceability, over and above maintenance discrepancy corrections, technical directives incorporation, and surge maintenance support), phased maintenance for Phases A, B, C and D, spindle repair, and program management tasking.  Work will be performed in Australia (95 percent); Owego, New York (2 percent); Stratford, Connecticut (2 percent); and Philadelphia, Pennsylvania (1 percent), and is expected to be completed in December 2019.  Foreign military sales funds in the amount of $28,111,373 will be 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 Federal Acquisition Regulation 6.302-4 .  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-D-0062).

 

BAE Systems Information and Electronic Systems, Greenlawn, New York, is being awarded a $15,154,822 modification to a previously awarded, indefinite-delivery/indefinite-quantity contract (N00019-14-D-0025) for the procurement of 82 APX-111(V) Mode 5 Combined Interrogator Transponders (CIT) and 154 Mode 5 CIT upgrade kits for the Navy.  Work will be performed in Greenlawn, New York (79 percent); and Austin, Texas (21 percent), and is expected to be completed in August 2018.  Fiscal 2014, 2015, and 2016 aircraft procurement (Navy) funds in the amount of $15,154,822 will be obligated at time of award, $716,425 of which will expire at the end of the current fiscal year.   The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

L-3 Kollmorgen Electro-Optical (KEO), North Hampton, Massachusetts, is being awarded an $8,850,792 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for spare parts and cylinders for Universal Modular Mast Systems for a 36-month period.  Work will be performed in North Hampton, Massachusetts (51 percent); and Bologna, Italy (49 percent), and is expected to be completed by September 2019.  Fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $312,474 will be obligated at time of award and no funds will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements.  L-3 KEO is the only contractor with access to the detailed, proprietary drawings which are required to manufacture these items.  The supplies under this contract cover Universal Modular Mast System parts utilized onboard Virginia class and SSGN class submarines.  The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-16-D-0011). 

 

Earthtek Builders,* Torrance, California, is being awarded a maximum amount $7,935,154 for an indefinite-delivery/indefinite-quantity contract for painting projects at Marine Corps Base and Marine Corps Air Station, Camp Pendleton, Naval Weapons Station (NWS) Seal Beach, NWS Seal Beach Detachment Fallbrook, and Norco.  The work to be performed provides for all labor, materials, equipment, testing, supervision, quality control, site safety, and management and other incidental work necessary for sustainment, restoration, and modernization of various types of facilities to include painting of interior and exterior facility surfaces, painting of utilities, elastomeric metal roof restoration, and lead-based paint abatement, and other incidental work.  Work will be performed primarily within California which includes Oceanside (85 percent); Orange County (7.5 percent); and Riverside County (7.5 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2021.  Fiscal 2016 operation and maintenance (Navy) funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operation and maintenance (Navy); and military construction (Navy).  No task orders are being issued at this time.  This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-16-D-1408).

 

AIR FORCE

 

Boeing Co., Seattle, Washington, has been awarded a $99,049,562 modification (P00053) to previously awarded contract FA8625-11-C-6600 for the acquisition of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 hardware as contractor furnished equipment. The contractor will provide LAIRCM Block 30 hardware for low-rate initial production Lot 1 and Lot 2 aircraft, to include the non-recurring engineering required to account for known and future diminishing manufacturing sources and material shortages issues and Block 30 common configuration for entire aircraft fleet. Work will be performed at Seattle, Washington, and is expected to be complete by Aug. 24, 2018.  Fiscal 2015 and 2016 aircraft procurement funds in the amount of $99,049,562 are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

Africa Automotive Distribution Service Ltd., Gibraltar, has been awarded a $77,000,000 single-award, indefinite-delivery/indefinite-quantity contract for J8 Jeep tactical vehicles. This contract satisfies recurring requirements for Jeep J8 tactical vehicles and related equipment, spares kits, special tools, ancillary equipment including recurring, and related training and services. This equipment will fulfill the requirements for tactical transportation of counter narcotics forces in support of selected partner nations teaming with the U.S. in counter narcotics activities. The location of performance is the U.S. Southern Command area of responsibility which includes Central America, South America and the Caribbean nations. The work is expected to be complete by Sept. 14, 2021. This award is the result of a competitive acquisition with one offer received. Fiscal 2016 operation and maintenance funds in the amount of $50,000 are being obligated at the time of award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity (FA4890-16-D-0026).

 

Infinite Technologies Inc., Folsom, California, has been awarded a $49,679,200 follow-on contract for information technology and process support services in support of Centralized Access for Data Exchange (CAFDEx). This contract provides for sustainment of the overall business processes by maintaining the Air Force wide web enhanced application that is currently utilized. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by June 15, 2021. This award is the result of a sole-source acquisition. Fiscal 2016 operation and maintenance funds in the amount of $7,344,276 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.  

 

Chugach Federal Solutions Inc., Anchorage, Alaska, has been awarded a $29,908,440 modification (P00093) to previously awarded contract FA5000-13-C-0005 for installation support services of geographically separate locations. Work will be performed at Eareckson Air Station, Alaska; King Salmon Air Port, Alaska; and Wake Island Air Field, Alaska, and is expected to be complete by Sept. 30, 2017. Fiscal 2017 operation and maintenance funds in the amount of $29,908,440 are being obligated at the time of award. The 766th Specialized Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity (FA5000-13-C-0005).

 

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $8,995,854 delivery order modification (0053-17) to previously awarded contract FA8106-10-D-0001 to obligate additional funding for contractor logistics support of the KC-10 program. Work will be performed worldwide to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; Hickam Air Force Base, Hawaii; Yakota Air Base, Japan; and Tinker Air Force Base, Oklahoma, and is expected to be completed by Sept. 28, 2018.  Fiscal 2016 operations and maintenance funds in the amount of $8,995,854 are being obligated at time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

 

Mississippi Department of Rehabilitation Services, Madison, Mississippi, has been awarded a $7,140,090 modification (P00050) to exercise an option on previously awarded contract FA3010-13-C-0005 for full food services. The location of performance is Keesler Air Force Base, Mississippi, and the work is expected to complete by Sept. 30, 2017. Fiscal 2017 operations and maintenance funds in the amount of $7,140,090 will be obligated when they become available. The 81st Contracting Squadron, Keesler Air Force Base, Mississippi, is the contracting activity.

 

ARMY

 

Purcell Construction Corp., Watertown, New York, was awarded a $58,913,000 firm-fixed-price contract with options for Advanced Individual Training Barracks Complex, Phase III, at Fort Lee, Virginia.  Bids were solicited via the Internet with four received, with an estimated completion date of Sept. 15, 2018.  Fiscal 2012 military construction funds in the amount of $58,913,000 were obligated at the time of the award.  Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-16-C-0018).

 

L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $31,984,015 modification (P00038) to foreign military sales (Afghanistan, Iraq, Niger) contract W15QKN-10-C-0015 for point detonating delay fuses.  Work will be performed in Cincinnati, Ohio, with an estimated completion date of Feb. 28, 2018.  Fiscal 2016 other procurement funds in the amount of $31,984,015 were obligated at the time of the award.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

 

Mantech Advanced Systems International Inc., Fairfax, Virginia, was awarded a $28,000,000 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for developing and maintaining the Product J product line.  One bid was solicited with one received. Funding and work location will be determined with each order. The estimated completion date is Sept. 15, 2019. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-16-D-0041).

 

De Moya Continental JV, Miami, Florida, was awarded a $21,315,575 firm-fixed-price, multi-year contract for Savannah Harbor, Georgia; and South Carolina Sediment Basin Tide Gate removal.  Bids were solicited via the Internet with five received, with an estimated completion date of Jan. 2, 2018.  Fiscal 2016 other procurement funds in the amount of $21,315,575 were obligated at the time of the award.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-16-C-0015).

 

Conti Federal Services, Edison, New Jersey, was awarded a $17,271,723 firm-fixed-price, foreign military sales (Israel) contract with options to construct an unmanned aerial vehicle facility.  Bids were solicited via the Internet with four received. Work will be performed in Israel, with an estimated completion date of April 15, 2018.  Fiscal 2016 other procurement funds in the amount of $17,271,723 were obligated at the time of the award.  Army Corps of Engineers, Europe APO AE, is the contracting activity (W912GB-16-C-0036).

 

LECON Inc.,* Houston, Texas, was awarded a $15,448,340 firm-fixed-price contract with options for drainage structures and channel improvements, flood damage prevention, south detention basin, Greens Bayou, Houston, Texas.  Bids were solicited via the Internet with one received. The estimated completion date is July 5, 2018.  Fiscal 2016 operations and maintenance (Army); and other procurement funds in the amount of $15,448,340 were obligated at the time of the award.  Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-16-C-0055).

 

Boeing, St. Louis, Missouri, was awarded a $13,059,747 modification (P00014) to contract W58RGZ-13-C-0086 for one additional Longbow crew trainer.  Work will be performed in St. Louis, Missouri, with an estimated completion date of Jan. 31, 2019.  Fiscal 2016 other procurement funds in the amount of $13,059,747 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Mission 1st Group Inc.,* Princeton, New Jersey, was awarded a $10,750,000 modification (P00003) to contract W52P1J-15-F-0039 for network and communication, engineering and installation support services for U.S. Army Central and the 335th Signal Command.  Work will be performed in Kuwait and Afghanistan, with an estimated completion date of March 23, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $10,750,000 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $10,020,925 modification (P00601) to contract DAAA09-98-E-0006 for the modification and installation of the combined heat and power cogeneration system, de-aerator system, and natural gas boilers in support of the relocation of Area A functions to Area B Site at Holston Army Ammunition Plant, Mount Carmel, Tennessee.  Work will be performed in Kingsport, Tennessee, with an estimated completion date of April 30, 2018.  Fiscal 2011 funds in the amount of $10,020,925 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Health Facility Solutions,* San Antonio, Texas, was awarded a $10,000,000 firm-fixed-price, multi-year, indefinite-delivery contract with options for architectural and engineering services.  Bids were solicited via the Internet with 15 received. Funding and work location will be determined with each order, with an estimated completion date of Sept. 14, 2021.  Army Corps of Engineers, Ft. Worth, Texas, is the contracting activity (W9126G-16-D-0003).

 

Shaka Inc.,* Jeannette, Pennsylvania, was awarded a $7,627,228 firm-fixed-price contract with options for installation of stabilization of the upper and lower concrete gravity guide walls, Dashields Lock and Dam, Ohio River, Coraopolis, Pennsylvania..  Bids were solicited via the Internet with six received. The estimated completion date is Oct. 15, 2018.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,627,228 were obligated at the time of the award.  Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-16-C-8002).

 

DEFENSE HEALTH AGENCY

 

ASM Research LLC, Fairfax, Virginia, was awarded a $7,799,934 fixed-price contract to provide for the development, testing, training, and deployment of a joint credentialing solution that supports the credentialing business requirements of the Department of Veterans Affairs (VA) and Department of Defense (DoD) - Joint DoD and VA Centralized Credentials Quality Assurance System (JCCQAS). The JCCQAS solution will also include the privileging, risk management, and adverse actions tracking needs of the DoD. The solution will be based on the existing DoD Credentials Quality Assurance System (CCQAS) solution, CCQAS 4.x, and will integrate the requirements of the VA into the joint credentialing solution. The contract meets the needs of both departments as established in the VA/DoD Health Executive Council to have a consolidated process for credentialing and privileging heath care providers between the DoD and VA. This will make cross-credentialing of providers between DoD and VA easier which will support quicker ability of either department to augment critical treatment needs in the other departments. The tool will have the potential for electronic management of malpractice and disability claims, and the tracking of adverse action investigations of heath care providers to include physicians, nurses, pharmacists, and other medical support personnel. This contract will build on the initial work done on a JCCQAS prototype funded by joint incentive funds. This contract was a sole-source acquisition utilizing joint incentive funds in the amount of $7,799,934 obligated at time of award because of available funds; the award will be for a 16-month period of performance. Should additional funds become available, the period of performance shall be extended to a total of 18 months.  The Defense Health Agency, Contract Operations Division, San Antonio, Texas, is the contracting activity (HT0015-16-F-0108). (Awarded on Sept. 10, 2016)

 

DEFENSE LOGISTICS AGENCY

 

Genentech USA Inc., South San Francisco, California, has been awarded a $36,344,700 firm-fixed-price requirements contract for Tamiflu. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c) (1). This is a one-year contract with no option periods. Locations of performance are California, North Carolina and Pennsylvania, with a Sept. 14, 2017, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2017 Defense Health Program operations and maintenance funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-16-D-0008).

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

The Boeing Co., Huntington Beach, California, has been awarded a $21,885,490 cost-plus-fixed-fee contract for a research project under the Hydra Phase 2 program. Work will be performed in Huntington Beach, California (74 percent); Los Angeles, California (5 percent); Santa Fe Springs, California (4 percent); El Cajon, California (2 percent); Long Beach, California (2 percent); Attleboro, Massachusetts (2 percent); Huntsville, Alabama (2 percent); Richardson, Texas (1 percent); Brea, California (1 percent); Orange, California (1 percent); and Mesa, Arizona (1 percent), with an estimated completion date of September 2018. Additionally, a total of 10 contractors will perform five percent of the effort at various locations (each location under one percent of the effort). Fiscal 2016 research and development funds in the amount of $8,500,000 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-16-C-0114).

 

*Small business