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 Some of the information contained within may be outdated and links may not function.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 Oct. 3, 2016

CONTRACTS

 

NAVY

 

Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, is being awarded a $120,000,000 fixed-price-incentive modification to previously awarded contract N00024-16-C-2427 for additional long lead time material in support of Landing Helicopter Assault (LHA) Replacement (LHA(R)) Flight 1 Amphibious Assault Ship (LHA 8).  Work procurement includes machinery control system components and software, cargo and aircraft elevators, gas turbines and refrigeration units.  Work will be performed in Cincinnati, Ohio (17 percent); and in other locations throughout the U.S. that are to be determined (83 percent), and is expected to be completed by June 2020.  Fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $120,000,000 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.

 

General Dynamics National Steel and Shipbuilding Co., San Diego, California, is being awarded a $106,175,548 modification on a not-to-exceed basis to previously awarded, undefinitized contract action (N00024-16-C-2227) for the procurement of additional long lead time material, engineering, and non-production support for the Expeditionary Mobile Base 5 (formerly Mobile Landing Platform Afloat Forward Staging Base).  This action allows the procurement of whole ship sets of interior outfittings; steel plates; hull and piping, ventilation and machinery insulation; heating, ventilation and air conditioning; emergency switchboards; piping; valves; steel shapes; ballast water treatment system; Aqueous Film Forming Foam system; and knuckle-boom crane.  Work will be performed in Crozet, Virginia (32.28 percent); San Diego, California (16.53 percent); Iron Mountain, Michigan (10.19 percent); Belle Chasse, Louisiana (7.52 percent); Busan, Korea (5.57 percent); Chula Vista, California (4.31 percent); Appleton, Wisconsin (3.02 percent); Mobile, Alabama, (2.94 percent); Houston, Texas (1.81 percent); Youngsville, Louisiana (1.47 percent); Deerfield Beach, Florida (1.43 percent); Chicago, Illinois (1.21 percent); Reston, Virginia (1.18 percent); and various other locations, each accounting for less than one percent (10.54 percent); and is expected to be completed by March 2017.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $82,503,411 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington District of Columbia, is the contracting activity.

 

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is being awarded a $56,566,975 cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide systems engineering and integration services in support of Trident II (D5) strategic weapons system, the SSGN attack weapon system, and nuclear weapon surety.  This contract contains options, which if exercised, will bring the contract value to a maximum dollar value of $368,716,147.  Work will be performed at Rockville, Maryland (70.6 percent); Washington, District of Columbia (14.7 percent); Kings Bay, Georgia (5.1 percent); Silverdale, Washington (2.7 percent); Norfolk, Virginia (1.5 percent);  San Diego, California (1.1 percent); Barrow, United Kingdom (1.1 Percent); Alexandria, Virginia (1.0 percent); Buffalo, New York (0.3 percent); Downington, Pennsylvania (0.3 percent); Ocala, Florida (0.2 percent); Pittsfield, Massachusetts (0.2 percent); Montgomery Village, Maryland (0.2 percent); New Lebanon, New York (0.2 percent); New Paris, Ohio (0.2 percent); Wexford, Pennsylvania (0.2 percent); Alton, Virginia (0.2 percent); Springfield, Virginia (0.2 percent), Vienna, Virginia (0.2 percent); and St. Mary’s, Georgia (0.2 percent), with an expected completion date of Sept. 30, 2017.  If all options are exercised, work will continue through Sept. 30, 2021.  Subject to availability of funds, fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $34,850,718; fiscal 2017 research development test and evaluation (Navy) contract funds in the amount of $10,080,290; and United Kingdom funds in the amount of $11,635,967 will be obligated on this award.  Contract funds in the amount of $34,850,718 will expire Sept. 30, 2017.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-17-C-0001).

 

General Atomics Aeronautical Systems, Inc., Poway, California, is being awarded a $43,736,111 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 Poway, California (90 percent); Cedar Rapids, Iowa (5 percent); and Rancho Bernardo, California (5 percent), and is expected to be completed in October 2017.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $43,736,111 are being obligated at time of award; all 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-0085).

 

The Boeing Co., Huntington Beach, California, is being awarded a $32,751,030 cost-plus-fixed-fee, cost-plus-incentive-fee contract for labor, services, and materials for the Trident II (D-5) strategic weapon system’s inertial navigation equipment.  This contract contains options, which if exercised, will bring the contract value to a maximum dollar value of $88,915,274.  Work will be performed at Huntington Beach, California (67 percent); Heath, Ohio (24 percent); Carson, California (7 percent); Valhalla, New York (1 percent); and Blacksburg, Virginia (1 percent), with an expected completion date of Sept. 30, 2019.  If all options are exercised, work will continue through Sept. 30, 2020.  Subject to availability of funds, fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $26,922,730; United Kingdom funds in the amount of $3,020,308; and fiscal 2017 research development test and evaluation (Navy)  contract funds in the amount of  $2,807,992 will be obligated on this award.  Contract funds in the amount of $26,922,730 will expire Sept. 30, 2017.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-17-C-0002).

 

Quantum Imaging Inc.,* Colorado Springs, Colorado, is being awarded a $8,195,366 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for short-wave infrared camera assemblies; visible-near infrared camera, low-light scientific complementary metal-oxide semiconductor camera; repairs; and provisioning item order spare parts for the Multi-spectral Targeting System.  The short-wave infrared camera assemblies and visible-near infrared camera, low-light scientific complementary metal-oxide semiconductor cameras are part of the supplies required for the replacement and sustainment of the Multi-spectral Targeting System configurations that supports Navy, Army and Air Force aircraft.  These systems provide intelligence surveillance and reconnaissance, detection, identification and targeting capability in both day and night operations for both manned and unmanned platforms.  Work will be performed in Colorado Springs, Colorado, and is expected be complete by September 2021.  Fiscal 2016 aircraft procurement (Navy) funding in the amount of $101,315 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This contract is being issued on a sole-source basis in accordance with the statutory authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1- only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-17-D-JQ65).

 

AIR FORCE

 

McCrone Associate Inc., Westmont, Illinois, has been awarded a $90,875,000 cost-plus-fixed-fee contract for non-personal services. Contractor will provide 24 hours per day, 365 days per year services for processing and analyzing particle samples for the Air Force Technical Application Center's nuclear treaty monitoring mission. Work will be performed at Westmont, Illinois, and is expected to be complete by Sept. 30, 2024. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance funds in the amount of $8,328,091 are being obligated at the time of award. Headquarters Air Combat Command Acquisition Management and Integration Center, Patrick Air Force Base, Florida, is the contracting activity (FA7022-17-D-0006).

 

Schafer Vallecitos Laboratories Inc., Sunol, California, has been awarded a $90,080,000 indefinite-delivery/indefinite-quantity contract for non-personal services. Contractor will provide 24 hours per day, 365 days per year services for processing and analyzing particle samples for the Air Force Technical Application Center’s nuclear treaty monitoring mission. Work will be performed at Sunol, California, and is expected to be complete by Sept. 30, 2024. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance funds in the amount of $8,348,910 are being obligated at the time of award. Headquarters Air Combat Command Acquisition Management and Integration Center, Patrick Air Force Base, Florida, is the contracting activity (FA7022-17-D-0007).

 

Avosys Technology Inc., San Antonio, Texas,* has been awarded a $48,000,000 firm-fixed-price task order (0014) to previously awarded contract FA4877-15-D-B001 for clinical healthcare services. Contractor will provide health care workers, who will perform a full range of clinical support services. Work will be performed at Davis-Monthan Air Force Base, Arizona, and is expected to be complete by July 8, 2020. This award is the result of a competitive acquisition and 15 offers were received. Fiscal 2017 operations and maintenance funds in the amount of $5,625,300 are being obligated at the time of award. The 355th Contracting Squadron, Davis-Monthan Air Force Base, Arizona, is the contracting activity.

 

The COLSA Corp., Huntsville, Alabama, has been awarded a $44,888,533 modification (P00005) to exercise the option on previously awarded contract FA2486-16-F-0031for technical and management advisory services including command, control, communications, computer, intelligence, surveillance and reconnaissance (C4ISR); and cyber support. Contractor will provide additional research, development, test and evaluation; and acquisition support services being provided under the basic task order. Work will be performed at Eglin Air Force Base, Florida; Hanscom AFB, Massachusetts; Gunter Annex, Alabama; Patrick AFB, Florida; Edwards AFB, California: and San Antonio, Texas, and is expected to be complete by Sept. 30, 2017. This contract involves a small amount of foreign military sales. Fiscal 2017 research, development, test and evaluation; production; and operations and maintenance funds in the amount of $9,165,373 are being obligated at the time of award. Air Force Test Center, Eglin AFB, Florida, is the contracting activity.

 

Northrop Grumman Systems Corp., Warner Robins, Georgia, has been awarded a $40,502,888 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for APN 241 Low Power Color Radar (LPCR). Contractor will provide depot level repair of the APN-241 LPCR used across multiple C-130 platforms. Work will be performed at Warner Robins, Georgia, and is expected to be complete by Sept. 29, 2026. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8538-16-D-0014). (Awarded on Sept. 30, 2016)

 

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $32,000,000 firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, and time and materials contract for KC-10/KDC-10 engineering sustainment support. Contractor will provide engineering support services for sustainment of the operational, safety, suitability, and effectiveness of the structural and functional systems, subsystems and their components. Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by Dec. 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance funds in the amount of $9,099,895 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8105-17-D-0001).

 

DynCorp International LLC, Fort Worth, Texas, has been awarded a $27,472,250 modification (P00299) to previously awarded contract FA4890-08-C-0004 for maintenance and repair of government furnished facilities and property while meeting environmental compliance requirements. When requested, the contractor shall provide exercise and contingency logistics support by performing all aspects of serviceability check, deployment out-load, in transit visibility, receipt, set-up, inventory, sustainment, condition sampling, redeployment or onward movement of assets and systems, assist in tear-down and subsequent reconstitution, refurbishment, and storage of war reserve materials assets and system. Work will be performed in Kuwait, Qatar, Oman, United Arab Emirates, and Shaw Air Force Base, South Carolina, and is expected to be complete by Jan. 31, 2017. Fiscal 2017 Overseas Contingency Operations funds in the amount of $27,066,636 are being obligated at the time of award. Air Combat Command, Acquisitions Management and Integration Center, Langley AFB, Virginia, is the contracting activity.

 

Bevilacqua Research Corp., Huntsville, Alabama, has been awarded a $25,876,919 modification (P00006) to exercise an option on previously awarded contract FA2486-16-F-0033 for technical and management advisory services. Contractor will provide additional diverse research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Hurlburt Field, Florida; Nellis AFB, Nevada; Joint Base Lewis McChord, Washington; and Edwards AFB, California, and is expected to be complete by Sept. 30, 2017. Fiscal 2015, 2016 and 2017 research, development, test and evaluation; and procurement funds in the amount of $4,459,341 are being obligated at the time of award. Air Force Test Center, Eglin AFB, Florida, is the contracting activity.

 

QuantiTech Inc., Huntsville, Alabama, has been awarded a $25,716,024 modification (P00008) to exercise an option on previously awarded contract FA2486-16-F-0034 for technical and management advisory services for range support. Contractor will provide additional research, development, test and evaluation, and acquisition support services being provided under the basic task order. Work will be performed at Eglin Air Force Base, Florida; Arnold AFB, Tennessee, Hickam AFB, Hawaii, Holloman AFB, New Mexico, and Wright-Patterson AFB, Ohio, and is expected to be complete by Sept. 30, 2017. Fiscal 2016 and 2017 research, development, test and evaluation; production; and operations and maintenance funds in the amount of $8,860,209 are being obligated at the time of award. Air Force Test Center, Eglin AFB, Florida, is the contracting activity.

 

The Torch Technologies Inc., Huntsville, Alabama, has been awarded a $24,323,545 modification (P00006) to exercise an option on previously awarded contract FA2486-16-F-0030 for technical and management advisory services for armament support. Contractor will provide diverse research, development, technical, test and evaluation, and acquisition support services being provided under the basic contract. Work will be performed at Eglin Air Force Base, Florida; and Kirkland AFB, New Mexico, and is expected to be complete by Sept. 30, 2017. Fiscal 2016 and 2017 production; and research and development funds in the amount of $6,145,397 are being obligated at the time of award. Air Force Test Center, Eglin AFB, Florida, is the contracting activity (FA2486-16-F-0030).

 

The Pacific Architects & Engineers Inc., Marlton, New Jersey, has been awarded a $20,611,445 modification (A00109) to previously awarded contract FA3002-09-C-003 for civil engineering services. Contractor will provide all labor, supplies, materials, parts, supervision, and other items or services necessary to perform the management and operation of the base operating support services, and civil engineering. Work will be performed at Sheppard Air Force Base, Texas; Frederick Airfield, Oklahoma; and Lake Texoma, Texas, and is expected to be complete by Sept. 30, 2017. Fiscal 2017 operations and maintenance funds in the amount of $5,186,784 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity (FA3002-09-C-003).

 

TRI-COR Industries Inc., Lanham, Maryland,* has been awarded a $17,819,945 task order (0009) to previously awarded contract FA4452-13-D-0002 for Applications, Infrastructure and Systems Support, Increment 2 (AISS II) services. Contractor will conduct technical and support tasks associated with the infrastructure and applications support, information assurance, testing, configuration management, and training in support of the Mobility Air Force Command and Control and In-Transit Visibility/Business Systems. Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by April 30, 2017. Fiscal 2017 transportation working capital; and operations and maintenance funds in the amount of $17,819,945 are being obligated at the time of award. The 763rd Specialized Contracting Squadron, Scott AFB, Illinois, is the contracting activity.

 

Force 3 LLC, Crofton, Maryland, has been awarded an $11,373,470 modification (02) to exercise an option on previously awarded contract FA8732-14-D-0005-Q50101 for Land Mobile Radio hardware and accessories. Contractor will provide additional quantity of 4,888 items being produced under the basic contract. Work will be performed at Ramstein Air Base, Germany; Lajes Field, Portugal; Moron AB, Spain; Royal Air Force Lakenheath AB, United Kingdom; Aviano AB, Italy; Spangdahlem AB, Germany; RAF Mildenhall, United Kingdom; RAF Alconbury, United Kingdom; and RAF Croughton, United Kingdom. Work is expected to be complete by Nov. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $11,373,470 are being obligated at the time of award. The 764 Specialized Contracting Squadron, Kapuan Air Station, Germany, is the contracting activity (FA8732-14-D-0005-Q50101). (Awarded on Sept. 30, 2016)

 

M1 Support Services, Denton, Texas, has been awarded a $10,498,529 modification (A00015) to exercise an option on previously awarded contract FA3002-15-C-0006 for ground instructional training aircraft, historical static display aircraft, trainers, support equipment, aerospace ground equipment, and munitions trainer maintenance services. Work will be performed at Sheppard Air Force Base, Texas; and Naval Air Station Pensacola, Florida, and is expected to be complete by Sept. 30, 2017. Fiscal 2017 operations and maintenance funds in the amount of $2,624,632 are being obligated at the time of award for October-December. The 82d Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

 

Force 3 LLC, Crofton, Maryland, has been awarded a $9,999,999 modification (01) to exercise an option on previously awarded contract FA8732-14-D-0005-Q50101 for Land Mobile Radio hardware and accessories. Contractor will provide an additional quantity of 7,172 items being produced under the basic contract. Work will be performed at Ramstein Air Base, Germany; Lajes Field, Portugal; Moron AB, Spain; Royal Air Force Lakenheath, United Kingdom; Aviano AB, Italy; Spangdahlem AB, Germany; RAF Mildenhall, UK; RAF Alconbury, UK and RAF Croughton, UK, and is expected to be complete by Nov. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $9,999,999 are being obligated at the time of award. The 764 Specialized Contracting Squadron, Kapuan Air Station, Germany, is the contracting activity. (Awarded on Sept. 30, 2016)

 

BGI LLC, Akron, Ohio, has been awarded a $7,424,343 modification (P00035) to exercise an option on previously awarded contract FA4890-13-C-0008 for the EC-130H and A-10 contract aircrew training and courseware development. This modification adds the first increment of funds for fiscal 2016. Work will be performed at Davis-Monthan Air Force Base, Arizona; and Moody AFB, Georgia, and is expected to be completed by Sept. 30, 2017. Fiscal 2017 operations and maintenance funds in the amount of $775,611 are being obligated at the time of award. Air Combat Command - Acquisition Management and Integration Center, Langley AFB, Virginia, is the contracting activity.

 

DEFENSE HEALTH AGENCY

 

CORRECTION: The contract awarded to CareFusion, San Diego, California, on Sept. 30, 2016, was incorrectly identified as HT0011-16-A-0001. The announcement should have listed the contract as HT0011-16-A-0002. All other information in the announcement was correct.

 

*Small business