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 Some of the information contained within may be outdated and links may not function.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. 23, 2016

CONTRACTS

 

ARMY

 

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $378,137,998 modification (P0009) to foreign military sales contract W56HZV-09-0159 (Cameroon, Iraq, Somalia) for procurement of 1,543 Family of Medium Tactical Vehicles; and three 78-gallon armor B-Kit corrosion prevention compound for vehicles to ship outside the continental U.S.  Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of July 31, 2018.  Fiscal 2010, 2015 and 1016 other procurement, Army; and other funds in the amount of $378,137,998 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, was awarded a $64,739,298 modification (P00005) to contract W56KGY-14-D-0004 for vehicle and dismount exploitation radar ground moving target indicator and dismount exploitation radar system support services.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2017.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

 

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $42,175,135 modification (P00018) to contract W56HZV-15-C-0095 to exercise available options on the contract for vehicles, installed kits, and packaged kits in accordance with Federal Acquisition Regulation 17.207.  Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Nov. 30, 2017.  Fiscal 2015 and 2016 other procurement, Army; and 2016 research, development, test and evaluation funds in the total amount of $42,175,135 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Kubricky Construction Corp., Gansevoort, New York, was awarded a $39,800,000 firm-fixed-price contract to repair and replace airfield pavements at the 158th Fighter Wing, Vermont Air National Guard Base.  Bids were solicited via the Internet with four received. Work will be performed in South Burlington, Vermont, with an estimated completion date of Oct. 31, 2018.  Fiscal 2016 other funds in the amount of $39,800,000 were obligated at the time of the award.  Army National Guard Bureau, Colchester, Vermont, is the contracting activity (W912LN-16-C-0007).

 

Caterpiller Inc., Mossville, Illinois, was awarded a $37,500,000 modification (P00003) to contract W56HZV-16-D-0003 for a ceiling increase to the existing service life extension program to add the compaction family of vehicles on the base contract.  There are 270 vehicles made up of dual steel wheel roller; high speed compactor; and vibe roller I, II and III.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2020.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Zachry Federal Construction Corp., San Antonio, Texas, was awarded a $29,427,251 firm-fixed-price contract for a Border Patrol station checkpoint.  Bids were solicited via the Internet with five received. Work will be performed in Falfurrais, Texas, with an estimated completion date of June 9, 2018.  Fiscal 2014 operations and maintenance, Army funds in the amount of $29,427,251 were obligated at the time of the award.  Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-16-C-0054).

 

Data Sciences International,* St. Paul, Minnesota, was awarded a $29,000,000 firm-fixed-price contract for telemetry supplies and services.  Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2021.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-16-A-0013).

 

Allison Transmission Inc., Indianapolis, Indiana, was awarded a $24,275,808 modification (P00043) to contract W56HZV-08-D-0159 for transmissions for Abrams family of vehicles.  Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2017.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Donald L. Mooney Enterprises, San Antonio, Texas, was awarded a $22,469,319 firm-fixed-price contract for licensed vocational nursing services and certified nurse assistant services.  One bid was solicited with one received.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 30, 2017.  Army Medical Command, Ft. Sam Houston, Texas, is the contracting activity (W81K04-16-D-0038).

 

Moss Cape LLC,* Anchorage, Alaska, was awarded a $19,979,571 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electronic security control equipment and installation.  One bid was solicited with one received with an estimated completion date of Sept. 22, 2021.  Funding and work location will be determined with each order.  Army Contracting Command, Adelphi, Maryland, is the contracting activity (W911QX-16-D-0025).

 

BAE Systems Land & Armaments LP, San Jose, California, was awarded an $18,614,117 modification (P00023) to contract W56HZV-15-C-0099 for system technical support and sustainment system technical support for the Bradley vehicles.  Work will be performed in San Jose, California, with an estimated completion date of July 8, 2020.  Fiscal 2015 and 2016 other procurement (Army) funds in the amount of $18,614,117 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Socitor Corp., Reston, Virginia, was awarded an $18,000,067 modification (P00015) to contract W911NF-14-C-0123 for High Altitude Light Detection and Ranging (LiDAR) Off-NADIR Experimentation (HALOE).  Work will be performed in Italy, with an estimated completion date of March 31, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $18,000,067 were obligated at the time of the award.  Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity.

 

Barnhart –Reese Construction Inc., San Diego, California, was awarded a $10,920,027 firm-fixed-price contract for construction of a 22,000-square foot building for the Air and Marine Operations Center on March Air Force Base. Bids were solicited via the Internet with three received. Work will be performed in March Air Force Base, California, with an estimated completion date of Oct. 30, 2017. Fiscal 2015 and 2016 operations and maintenance, Army funds in the amount of $10,920,027 were obligated at the time of the award. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-16-C-0056).

 

Welch Construction Inc.,* Marcellus, New York, was awarded a $9,175,192 firm-fixed-price, multi-year contract for roofing requirements at Ft. Drum, New York.  Bids were solicited via the Internet with three received, with an estimated completion date of Sept. 22, 2021.  Funding will be determined with each order. Army Contracting Command, Ft. Drum, New York, is the contracting activity (W911NF-14-C-0123).

 

AAI Corporation, doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $14,199,156 modification (P00089) to contract W58RGZ-13-C-0108 for Shadow v2 Release 6 system baseline update for the engineering services memorandum program. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of March 22, 2018. Fiscal 2014 research, development, testing, and evaluation funds in the amount of $14,199,156 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. (Awarded on Sept. 22, 2016)

 

NAVY

 

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded $232,075,337 for modification P00214 to a previously awarded cost-plus-incentive-fee contract (N00019-06-C-0081) for the procurement of two CH-53K system demonstration test article aircraft.  Work will be performed in Stratford, Connecticut (24 percent); Wichita, Kansas (20 percent); West Palm Beach, Florida (12 percent); Salt Lake City, Utah (9 percent); St. Louis, Missouri (7 percent); Rochester, United Kingdom (3 percent); Bridgeport, West Virginia (2 percent); Casa Grande, Arizona (2 percent); Windsor Locks, Connecticut (2 percent); Rome, New York (2 percent); Ft. Walton Beach, Florida (1 percent); San Diego, California (1 percent); San Jose, California (1 percent); Chesterfield, Missouri (1 percent); Twinsburg, Ohio (1 percent); Springfield, New Jersey (1 percent); Redmond, Washington (1 percent); Jackson, Mississippi (1 percent); Los Angeles, California (0.5 percent); St. Clair, Pennsylvania (0.5 percent); Forest, Ohio (0.5 percent); Phoenix, Arizona (0.5 percent); Tucson, Arizona (0.5 percent); Miami, Florida (0.5 percent); Stratford, Ontario, Canada (0.5 percent); Boylston, Massachusetts (0.5 percent); Enfield, Connecticut (0.5 percent); Minden, Nebraska (0.5 percent); Irvine, California (0.5 percent); Westbury, New York (0.5 percent); and various locations with the U.S. (3 percent).  The work is expected to be completed in February 2020.  Fiscal 2016 research, development, test and evaluation funds in the amount of $11,250,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is being awarded a $149,663,654 firm-fixed-price, cost-plus-fixed-fee contract to procure the necessary hardware, production test stations, and technical support to integrate the Department of the Navy Large Aircraft Infrared Countermeasures (DoN LAIRCM) on combat aircraft for the Navy, Army, Marine Corps, and U.S. Special Operations Command as well as the government of Australia. Hardware for this procurement includes weapon replaceable assemblies and support equipment: 492 advanced threat warning (ATW) sensors; 14 LAIRCM signal processor replacements; 27 control indicator units; 49 2103 signal processors; 12 infrared missile warning system sensors; 77 Guardian laser transmitter assemblies (GLTAs); 51 GLTA shipping containers; 20 multi-role electro-optical end-to-end test sets; 10 smart connector assemblies; and one ATW acceptance test station to meet necessary fielding requirements.  Work will be performed in Rolling Meadows, Illinois (34 percent); Goleta, California (30 percent); Longmont, Colorado (11 percent); Columbia, Maryland (3 percent); various locations within the U.S. (19 percent); and various locations outside the continental U.S. (3 percent), and is expected to be completed in September 2018.  Fiscal 2014, 2015 and 2016 aircraft procurement (Navy, Army);  fiscal 2015 research, development, test and evaluation (Army); and International Partner funds (Australia) in the amount of $143,165,455 are being obligated at time of award; $16,469,553 of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0026).

 

The Boeing Co., St. Louis, Missouri, is being awarded $81,271,024 for firm-fixed-price modification P00009 to a previously awarded firm-fixed-price contract (N00019-16-C-0006) to exercise an option for the procurement of 22 Lot 89 Harpoon missiles and associated containers and components for the government of India under the Foreign Military Sales program.  Work will be performed in St. Charles, Missouri (55.87 percent); Burnley, United Kingdom (13.68 percent); McKinney, Texas (10.16 percent); Elkton, Maryland (3.29 percent); St. Louis, Missouri (3.27 percent); Toledo, Ohio (2.62 percent); Grove, Oklahoma (1.47 percent); Ridgecrest, California (1.39 percent); Lititz, Pennsylvania (1.16 percent); Middletown, Connecticut (1.09 percent); and various locations with the U.S. (6 percent), and is expected to be completed in June 2018.  Foreign military sales funds in the amount of $81,271,024 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Manu Kai LLC,* Honolulu, Hawaii, is being awarded $77,985,254 for modification P00058 under a previously awarded fixed-price-award-fee, indefinite-quantity provision, cost-plus-award-fee contract (N00604-09-D-0001) to exercises the eighth option period for range operations support and base operations support services.  Work will be performed at the Pacific Missile Range Facility, Island of Kauai, Hawaii, and is expected to be completed by September 2017.  If all options on the contract are exercised, work will be completed by September 2018.  Subject to availability of funds, fiscal 2017 operations and maintenance (Navy) funds in the amount of $43,618,345 will be obligated at the time of award. Funds will not expire at the end of this current fiscal year.  Funds in the amount of $34,366,909 will be obligated as individual task orders are issued.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website as a 100 percent 8(a) set-aside requirement, with four offers received.  Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Palmdale, California, is being awarded a $43,606,518 cost-plus-fixed-fee contract to conduct risk reduction activities in support of the MQ-25 unmanned carrier aviation air system, including refinement of concepts and development of trade space for requirements generation in advance of the engineering and manufacturing development phase of the program.  Work will be performed in Palmdale, California (98 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in October 2017.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $43,606,518 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 Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0086).

 

The Boeing Co., St. Louis, Missouri, is being awarded a $43,354,421 cost-plus-fixed-fee contract to conduct risk reduction activities in support of the MQ-25 unmanned carrier aviation air system, including refinement of concepts and development of trade space for requirements generation in advance of the engineering and manufacturing development phase of the program.  Work will be performed in St. Louis, Missouri (99 percent); and Puget Sound, Washington (1 percent), and is expected to be completed in October 2017.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $43,354,421 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 Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0084).

 

Federal Construction Group Inc.,* San Diego, California (N40085-16-D-2819); Harrell Contracting Inc.,* Worthington, Indiana (N40085-16-D-2820); Infinite Energy Construction Inc.,* Kansas City, Missouri (N40085-16-D-2821); Industrial Maintenance and Contract Services LP,* Munster, Indiana (N40085-16-D-2822); and Maven Construction and Environmental LLC,* Odon, Indiana (N40085-16-D-2823), are each being awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for minor construction projects at the Naval Support Activity, Crane; and the Glendora Test Facility, Sullivan.  The maximum dollar value including the base period and four option years for all five contracts combined is $30,000,000.  The work to be performed provides for all labor, equipment, tools, supplies, transportation, supervision, quality control, professional design services, and management necessary to perform general construction, alteration, repair, demolition, and work performed by special trades.  Lead or asbestos abatement may be required.  Work in explosive facilities will be required.  Larger projects will be issued as either fully designed or design-build projects.  Harrell Contracting Inc. is being awarded task order 0001 at $44,900 for Building 2721 restroom renovations at the Naval Support Activity, Crane, Indiana.  Work for this task order is expected to be completed by November 2016.  All work on this contract will be performed in Crane, Indiana (95 percent); and Sullivan, Indiana (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); fiscal 2016 Navy working capital funds; and fiscal 2016 Army working capital funds in the amount of $64,900 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by Navy and Army working capital funds.  This contract was competitively procured via the Federal Business Opportunities website, with nine proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

 

Raytheon Co., Tucson, Arizona, is being awarded a $24,966,449 firm-fixed-price modification to a previously awarded contract (N00024-15-C-5406) for Land-Based Phalanx Weapon System (LPWS) spares.  The MK 15 Close-In Weapon System (CIWS) Phalanx is an autonomous, self-defense weapon system that integrates a fire-control system, search and track radars, an infra-red tracker, and a six-barrel Gatling gun (firing 20mm tungsten alloy projectiles at 4,500 rounds per minute) into a single mount configuration utilized to defeat incoming anti-ship missiles that have penetrated other defensive envelopes.  LPWS is a variant of the CIWS system mounted onto a lowboy trailer that is used by the Army.  Work will be performed in Louisville, Kentucky (36 percent); Williston, Vermont (18 percent); Andover, Massachusetts (6 percent); Pittsburgh, Pennsylvania (3 percent); East Syracuse, New York (2 percent); Grand Rapids, Michigan (2 percent); Minneapolis, Minnesota (2 percent); Palo Alto, California (2 percent); Corona, California, (2 percent); Sharon, Massachusetts (2 percent); Industry, California (1 percent); Radford, Virginia (1 percent); Murray, Utah (1 percent); Petaluma, California (1 percent);  Dallas, Texas (1 percent); and various locations with less than one percent each (20 percent).  Work is expected to be completed by January 2019.  Fiscal 2016 operation and maintenance (Army); and fiscal 2016 other procurement (Army) funding in the amount of $24,966,449 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.

 

The Boeing Co., St. Louis, Missouri, is being awarded $21,564,212 for cost-plus-fixed-fee task order 0025 against a previously issued basic ordering agreement (N00019-16-G-0001) for engineering and logistics support services to improve readiness, expand the interactive electronic technical manual/structural repair manual work packages, and maintenance planning in support of the F/A-18 and E/A-18G aircraft.  Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2017.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $11,000,000 will be obligated at time of award, all of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a $19,792,359 cost-plus-incentive-fee modification to a previously awarded contract (N00024-16-C-6230) to exercise the first option for engineering and technical services for the integration of combat systems on new construction and in-service submarines.  Work will provide systems engineering and integration of the Submarine Warfare Federated Tactical Systems (SWFTS) system-level interfaces, associated architectures, and command, control, communications and information combat system design elements, in addition to the integration and testing across the SWFTS system-of-systems.  The contract also includes other direct costs on a cost-only basis to support the effort.  Work will be performed in Manassas, Virginia (72 percent); Groton, Connecticut (9 percent); Waterford, Connecticut (8 percent); Middletown, Rhode Island (6 percent); Virginia Beach, Virginia (4 percent); and Cape Canaveral, Florida (1 percent), and is expected to be completed by September 2017.  Fiscal 2015 shipbuilding and conversion (Navy); fiscal 2015 and 2016 research, development, testing and evaluation (Navy); and fiscal 2016 other procurement (Navy) funds in the amount of $15,530,169 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

BAE Systems Southeast Shipyards Alabama LLC, Mobile, Alabama, is being awarded a $16,045,915 firm-fixed-price contract for a102-calendar day shipyard availability for the regular overhaul and dry docking of USNS Sacagawea (T-AKE 2).  Work will include underwater hull inspection and propeller polishing, osprey hangar door modifications, conversion of ballast tank to greywater holding tank, oily water tank conversation and machinery upgrades, low-temperature fresh water coolers cleaning and gasket material change out, high-temperature fresh water coolers cleaning and gasket material change out, air conditioning plant overhaul, air handling unit heaters replacement sliding block drive hoist chain replacement and propeller shaft and stern tub inspection.   The contract includes options which, if exercised, would bring the total contract value to $17,235,922.  Work will be performed in Mobile, Alabama, and is expected to be completed by Feb. 9, 2017.  Fiscal 2017 operation and maintenance (Navy) funds in the amount of $16,045,915 are obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with three offers received.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4311).

 

iRobot Corp., Bedford, Massachusetts, is being awarded a $9,625,805 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00174-15-D-0001) to exercise option one for Man Transportable Robotic System (MTRS) MK 1 production units, spares, parts, approved accessories, consumables, engineering enhancements and configuration management services.  The MK1 MTRS systems are in support of the Joint Service Explosive Ordnance Division program.  The work will be performed in Bedford, Massachusetts, and is expected to be completed by September 2017.  No additional funds are being obligated at the time of award.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

 

Web LLC,* Springfield, Virginia, is being awarded $9,196,057 for firm-fixed-price task order 0005 under a previously awarded, multiple award, design-build construction contract (N69450-15-D-0613) for repairs to an aircraft simulator complex at Naval Air Station, Kingsville.  The work to be performed provides for upgrades that address energy efficiency, operational, and regulatory issues.  A large portion of the complex will see a general refurbishment.  Work related to the building exterior envelope, includes re-roofing buildings, adding insulation to the exterior walls, replacing windows, and weather-sealing doors.  Foundation, plumbing, heating, ventilation, and air conditioning, and fire alarm systems will be addressed, overhauled, refurbished or replaced.  Work will be performed in Kingsville, Texas, and is expected to be completed by September 2018.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $9,196,057 are obligated on this award and will expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

 

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is being awarded $8,926,539 for modification P00009 under a previously awarded firm-fixed-price contract (N00604-13-C-3000) to exercise the fourth option for a full range of ordnance handling and management services including labor, materials, equipment, inventory management, transportation, supervision and management to receive inspect, store, issue, transport, load, and manage all types of ammunition, explosives, expendable and technical ordnance material and weapons.  Additionally, the contractor shall perform all tasks related to peacetime and wartime munitions operations.  The contract included a base year and four one-year option periods which would bring the total estimated value of this contract to $43,164,304.  Work will be performed at Navy Munitions Command East Asia Division Detachment Pearl Harbor, Ewa Beach, Hawaii, and is expected to be completed September 2017.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $8,926,539 will be obligated at the time of award.  Funds will not expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with two offers received.  Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

 

KBE Building Corp., Columbia, Maryland, is being awarded an $8,435,910 firm-fixed-price contract for the expansion and renovation of the main Navy exchange store at the Naval Air Station Patuxent River.  The work to be performed provides for the construction of an addition to the existing Navy exchange store.  Project scope includes renovation to the existing store’s retail, services and administration areas. The contract also contains three unexercised options which if exercised would increase cumulative contract value to $8,858,931.  Work will be performed in Patuxent River, Maryland, and is expected to be completed by April 2018.  Non-appropriated funds (Navy) in the amount of $8,435,910 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured among a selected bidders list via the Navy Electronic Commerce Online website with two proposals received.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-0159).

 

Hawaii Pacific JV LLC,* Kaneohe, Hawaii, is being awarded $7,945,000 for firm-fixed-price task order 0003 under a previously awarded, multiple award construction contract (N62478-16-D-4017) for replacing the existing primary digester and draining, cleaning, and repairing the existing secondary digester at the waste water treatment plant at Marine Corps Base Hawaii.  The work to be performed provides for replacing the existing primary digester (Building 902) at the waste water treatment plant.  Work will include demolition of the existing digester and construction of a new concrete tank with system piping, valves, pumps and controls.  Project will drain, clean, and provide repairs to the existing secondary digester (Building 895).  Project will also install aeration and mixing equipment at the secondary digester.  Work will include installation of aeration and mixing equipment, hoists, and electrical work.  Areas affected by new construction and repair will be in compliance with applicable anti-terrorism force protection, fire suppression, seismic, accessibility, and leadership in energy and environmental design codes and standards (as required) upon completion of the project.  Work will be performed in Oahu, Hawaii, and is expected to be completed by March 2018.  Fiscal 2016 operation and maintenance (Marine Corps) contract funds in the amount of $7,945,000 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

 

CORRECTION:  The contract awarded on Sept. 21, 2016, to QualX Corp.,* Springfield, Virginia ($7,837,500, N00189-16-C-Z072), should have read that the contract was competitively procured as a small business set-aside, not an 8(a) set-aside.

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

The Lockheed Martin Corp., Palmdale, California, has been awarded a $171,191,252 cost-plus-fixed-fee contract for a research project under the Hypersonic Air-breathing Weapon Concept (HAWC) program. Fiscal 2015 ($12,163,224) and 2016 ($7,193,252) research and development funds totaling $19,356,476 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-16-C-0110).

 

The Goodrich Corp., Jacksonville, Florida, has been awarded a $14,458,970 cost-plus-fixed-fee contract modification (P000012) to previously awarded HR0011-14-C-0054 for a research project under the HyDem Phase 3 program. Building on work that was performed under the Phase 1 and 2 program, the contractor will continue to ready multi-material propulsor technology for transition through risk reduction testing and analysis, design optimization, and investigations into more widespread uses of these technologies. Fiscal 2016 research and development funds in the amount of $7,458,970 are being obligated at the time of award. Work will be performed in Jacksonville, Florida (85 percent); and Groton, Connecticut (15 percent), with an estimated completion date of January 2019. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

 

U.S. TRANSPORTATION COMMAND

 

Twenty-four companies are being awarded 12 indefinite-delivery/indefinite-quantity, fixed-price with economic price adjustment contracts to provide international airlift services.  They are: FedEx Team, which includes American Airlines Inc., Fort Worth, Texas; Atlas Air Inc., Purchase, New York; FedEx Charters, Memphis, Tennessee; and Polar Air Cargo Worldwide Inc., Purchase, New York ($164,990,397, HTC711-17-D-CC11); Miami Team, which includes Miami Air International Inc., Miami, Florida;* and MN Airlines LLC, doing business as Sun Country Airlines,* Mendota Heights, Minnesota ($7,511,156, HTC711-17-D-CC12); Patriot Team, which includes ABX Air,* Wilmington, Ohio; Air Transportation International Inc.,* Wilmington, Ohio; JetBlue Airways Corp., Long Island City, New York; Kalitta Air LLC,* Ypsilanti, Michigan; Northern Air Cargo Inc., Anchorage, Alaska; Omni Air International Inc.,* Tulsa, Oklahoma; United Airlines Inc., Houston, Texas; United Parcel Service Co., Louisville, Kentucky; and Western Global Airlines, Estero, Florida ($214,702,528, HTC711-17-D-CC13); Allegiant Air LLC, Las Vegas, Nevada ($1,900, HTC711-17-D-CC14); Hawaiian Airlines Inc., Honolulu, Hawaii ($3,500, HTC711-17-D-CC15); National Air Cargo Group Inc., doing business as National Airlines,* Orlando, Florida ($4,429,993, HTC711-17-D-CC16); Southwest Airlines Co., Dallas, Texas ($2,000, HTC711-17-D-CC17); Alaska Airlines Inc., Seattle, Washington ($2,600, HTC711-17-D-CC18); Tatonduk Outfitters, doing business as Everts Air Cargo,* Fairbanks, Alaska ($3,000, HTC711-17-D-CC19); Delta Airlines, Atlanta, Georgia ($1,201,600, HTC711-17-D-CC20); Lynden Air Cargo, Anchorage, Alaska ($3,100, HTC711-17-D-CC21); and USA Jet Airlines Inc.,* Belleville, Michigan ($3,000, HTC711-17-D-CC22).  The total cumulative face value of the program is $392,854,774.  Work will be performed at worldwide locations as specified on each individual task order, with an expected completion date of Sept. 30, 2017.  Type of appropriation is fiscal 2017 transportation working capital funds to be obligated on individual task orders.  The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

 

DEFENSE LOGISTICS AGENCY

 

Teratech Corp., doing business as Terason Ultrasound,* Burlington, Massachusetts, has been awarded a maximum $100,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for ultrasound systems. This is a competitive acquisition with 27 offers received. This is a five-year base contract with one five-year option period. The maximum dollar amount is for the life of the contract, including option years. Location of performance is Massachusetts, with a Sept. 22, 2026, performance completion date. Using customers include the Departments of Defense (DoD) and Veterans Affairs, other federal civilian agencies, and foreign governments through the DoD Foreign Military Sales program. Types of appropriation are fiscal 2016 through fiscal 2026 defense working capital and foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-16-D-0018).

 

McRae Industries Inc.,** Mount Gilead, North Carolina, has been awarded a maximum $7,279,736 modification (P00110) exercising the third option of a one-year base contract (SPM1C1-13-D-1075) with four one-year option periods for hot-weather combat boots. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is North Carolina, with a Sept. 22, 2017, performance completion date. Using service is Marine Corps. 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.

 

American Water Operations and Maintenance Inc., Voorhees, New Jersey, has been awarded a $10,987,704 modification (P00048) to a 50-year contract (SP0600-07-C-8253) for utility privatization services. The modification brings the total cumulative face value of the contract to $94,051,009 from $83,063,305. This is a fixed-price with price redetermination contract. Locations of performance are New Jersey and Illinois, with a Feb. 7, 2058, performance completion date. Using service is Air Force. Type of appropriation is fiscal 2016 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded on Sept. 16, 2016)

 

AIR FORCE

 

Computer Sites Inc., Denver, Colorado (FA8217-16-D-0002); Eaton Corp., Raleigh, North Carolina (FA8217-16-D-0003); and ALLCOM Global Services Inc., Lake St. Louis, Missouri (FA8217-16-D-0004), have been awarded a combined $75,000,000, multiple award indefinite-delivery/indefinite-quantity contract for power conditioning continuation and interfacing equipment. This acquisition provides commercial static uninterruptible power systems to condition and back up the Air Force’s sensitive electronic mission equipment worldwide. The locations of performance will be at contractor facilities and worldwide locations. The work is expected to be completed by Sept. 30, 2022. This award is the result of a competitive acquisition with three offers received.  Fiscal 2016 procurement funds are being obligated to each contractor at time of award in the amount of $148,567 to Computer Sites, Inc.: $7,000 to Eaton Corp.; and $7,000 to ALLCOM Global Services Inc. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

 

UES Inc., Dayton, Ohio (FA8650-16-D-5851); and Universal Technology Corp., Dayton, Ohio (FA8650-16-D-5852), have been awarded a shared $43,750,000 multiple award, fair opportunity, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for research and development associated with the technical operations program.  The contractor will provide development in the areas of materials integrity, acquisition systems support, and logistics system support which could include synthesis, formulation and mechanics of new and improved materials; materials characterization and processing; interfacial chemistry, physics and transport properties; and analysis, evaluation and implementation of improvements to production processes. The location of performance is Wright-Patterson Air Force Base, Ohio, and work is expected to be completed by Sept. 30, 2024. This award is the result of a competitive acquisition with two offers received. Fiscal 2016 research, development, test, and evaluation funds in the amount of $25,000 are being obligated to each company at the time of award. Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity.

 

Northrop Grumman System Corp., McLean, Virginia, has been awarded a $36,652,495 contract order for the B-2 antenna coupler engineering services. Contractor will provide the engineering, prototype, construction and qualification testing of the B-2 antenna coupler. Work will be performed at various locations to include Edwards Air Force Base, California; Cedar Rapids, Iowa; McLean, Virginia; and Oklahoma City, Oklahoma, and is expected to be complete by Jan. 31, 2020. This award is the result of a sole-source acquisition. Fiscal 2016 Office of the Secretary of Defense and working capital funds in the amount of $36,652,495 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-16-F-0034).

 

ASRC Communications Ltd., Beltsville, Maryland,* has been awarded an estimated, not-to-exceed $43,565,332 modification to exercise the option on previously awarded contract FA3002-16-C-0004 for base operations support services. Work will be performed at Vance Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2017.  This award is the result of a competitive small business set-aside acquisition with six offers received. No funds are being obligated at the time of award. Air Force Installation Contracting Agency, Randolph Air Force Base, Texas, is the contracting activity.

 

DynCorp International, Fort Worth, Texas has been awarded a $21,779,259 modification (P00052) to previously awarded contract FA8617-12-C-6208 for T-6 A/B fleet air vehicle spares procurement. The purpose of this contract modification is to procure specific T-6 A/B spare parts for the Air Force and Navy. Spare parts are necessary to reduce the non-mission capable supply aircraft across the T-6 fleet, increase aircraft availability and pilot throughput. The location of performance is Naval Air Station Corpus Christi, Texas; and Randolph Air Force Base, Texas. The work is expected to be completed by Dec. 31, 2018. Fiscal 2016 Air Force operations and maintenance; and fiscal 2016 operations and maintenance, Navy funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

 

Boeing Co., Seattle, Washington, has been awarded a $12,109,244 modification (P00103) to previously awarded contract FA8625-11-C-6600 as part of a settlement agreement. The modification is to account for the impact of The Pension Protection Act of 200, Pub. L.109-280; Moving Ahead for Progress in the 21st Century Act, Pub. L.112-14; the Highway and Transportation Funding Act of 2014, Pub. L. 113-159; and the Bipartisan Budget Act of 2015, Pub. L. 114-74 as identified in accordance with the terms of the Settlement Agreement: The Boeing Company Request For Equitable Adjustment And Claim For Pension Protection Act Cost Impact, Amendment 01, dated July 5, 2016.  This modification fully funds the portion of the equitable adjustment for costs incurred related to KC-46 engineering and manufacturing development, and low-rate initial production Lot 1 and Lot 2.  Fiscal 2015 research, development, test and evaluation; and fiscal 2015 and 2016 aircraft production funds in the amount of $15,811,244 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

Tecolote Research Inc., Arlington, Virginia, has been awarded a $12,159,375 cost-plus-fixed-fee contract for cost estimating modeling research and development (CEM R&D) services. Contractor will provide services to address technical requirements that are beyond the scope of previous Department of Defense programs supported by the Office of the Secretary of Defense Cost Assessment and Program Evaluation. In order to address the remaining technical requirements for CEM R&D services, the Air Force Cost Analysis Agency needs to utilize contractor researchers, developers, and analysts to collect the missing data, perform directed research and develop improved data, methods and tools. Work will be performed at Arlington, Virginia, and is expected to be complete by Sept. 29, 2021. This award is the result of a competitive acquisition with four offers received. Fiscal 2016 research, development, test, and evaluation funds in the amount of $3,210,000 are being obligated at the time of award. The Air Force District of Washington, Joint Base Bolling-Anacostia, Washington District of Columbia, is the contracting activity (FA7014-16-C-5009).

 

United Technologies Corp. - Pratt and Whitney, East Hartford, Connecticut, has been awarded a $10,555,557 modification (P00172) to previously awarded contract FA8611-08-C-2896 for F119 engine sustainment. Work will be performed at East Hartford, Connecticut; Edwards Air Force Base (AFB), California; Elmendorf AFB, Alaska; Hickam AFB, Hawaii; Hill AFB, Utah; Holloman AFB, New Mexico; Langley AFB, Virginia; Nellis AFB, Nevada; Sheppard AFB, Texas; Tinker AFB, Oklahoma; and Tyndall AFB, Florida, and is expected to be complete by Dec. 31, 2016. Fiscal 2016 operations and maintenance; research and development; and procurement funds in the amount of $138,163,522 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-08-C-2896).

 

DEFENSE FINANCE AND ACCOUNTING SERVICE

 

Kearney & Company PC, Alexandria, Virginia, has been awarded a maximum $11,520,553 labor-hour contract for financial statement audit services. Work will be performed in Alexandria, Virginia, with an expected completion date of Dec. 31, 2017.  The contract has a 15-month base year with three one-year option periods. This contract is the result of a competitive acquisition for which four offers were received. Fiscal 2016 operations and maintenance (Navy) funds in the amount of $11,520,553 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-16-F-0114).

 

DEFENSE HEALTH AGENCY

 

Chenega Healthcare Services LLC, Anchorage, Alaska, was awarded a firm-fixed contract for an estimated $8,997,023. The services to be provided are for enclave transition support to perform data collection and inventory of assets on the service local area network that will migrate to the Medical Community of Interest (Med-COI) enclave.  The support required includes coordinating onsite and remotely with medical treatment facilities, its clinics, and its geographical separated units, to collect and document the network asset and communication information so a conclusive ports, protocol, and services document is created and can be used for migrating assets on the service network to the Med-COI enclave. This contract will be a direct award to an Alaska Native Corp. This is a 12-month base task order. Location of performance will be at the contractor's office, San Antonio, Texas. The requirement is funded with fiscal 2016 operations and maintenance funds. The Defense Health Agency, Contract Operations Division San Antonio, Texas, is the contracting activity.

 

*Small business

**Small business in historically underutilized business zones