An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

You have accessed part of a historical collection on defense.gov. Some of the information contained within may be outdated and links may not function. Please contact the DOD Webmaster with any questions.

Contracts For May 25, 2017

CONTRACTS

 

ARMY

 

American Systems Corp., Chantilly, Virginia (W91247-17-D-0005); Mag DS Corp., Woodbridge, Virginia (W91247-17-D-0004); Resicum International LLC,* Amissville, Virginia (W91247-17-D-0002); Special Applications Group LLC,* Tampa, Florida (W91247-17-D-0001); and Integration Innovation Inc., Huntsville, Alabama (W91247-17-D-0006), will share in a $249,000,000 firm-fixed-price foreign military sales (Afghanistan, Greece, Iraq, Indonesia, Turkey, Tunisia, and Croatia) contract for security assistance training in support of the Army Security Assistance Training Management Organization. Bids were solicited via the Internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of May 13, 2022. U.S. Army Contracting Command, Fort Bragg, North Carolina, is the contracting activity.

 

Seiler Instrument and Manufacturing Co. Inc.,* St. Louis, Missouri, was awarded a $15,499,466 firm-fixed-price foreign military sales (India) contract for procurement of 145 optical fire control kits, and associated spare parts, in support of M777A2 howitzers. One bid was solicited and one bid received. Work will be performed in St. Louis, Missouri, with an estimated completion date of May 24, 2022. Fiscal 2017 other funds in the amount of $15,499,466 were obligated at the time of the award. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-17-C-0055).

 

TLD America Corp., Windsor, Connecticut, was awarded a $12,000,000 firm-fixed-price contract for the purchase of K loaders for the Army Sustainment Command. 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 May 24, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-17-D-0050).

 

AECOM Technical Services Inc., Los Angeles, California, was awarded a $9,800,000 firm-fixed-price contract for architect-engineer services for geotechnical and environmental services. Bids were solicited via the Internet with seven received. Work locations and funding to be determined with each order, with an estimated completion date of May 24, 2020. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-17-D-0003).

 

NAVY

 

Control Engineering Maintenance Corp.,* San Diego, California (55236-17-D-0013); East Coast Repair and Fabrication,* Norfolk, Virginia (55236-17-D-0018); Epsilon Systems Solutions Inc.,* National City, California (55236-17-D-0017); Marine Group Boat Works,* Chula Vista, California (55236-17-D-0015); Pacific Ship Repair and Fabrication Inc.,* San Diego California (55236-17-D-0014); Propulsion Controls Engineering,* San Diego, California (55236-17-D-0016); and South Coast Welding and Manufacturing Inc.,* Chula Vista, California (55236-17-D-0012), are being awarded a combined $93,000,697 in firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts to provide non-complex emergent and continuous maintenance on surface combatant ships (DDG and CG) and amphibious (LSD, LPD, LHA, and LHD) ships homeported in or visiting  San Diego, California.  These contracts include options which, if exercised, would bring the cumulative ceiling value to $541,672,364.  These seven small businesses will have the opportunity to provide offers for individual delivery orders.  Work will be performed at Naval Base San Diego, California, and is expected to be completed in May 2018; if all options are exercised work will continue through April 2022;. Fiscal 2017 operations and maintenance (Navy) funding in the amount of $21,000 ($3,000 minimum guarantee per contract) was obligated under each contract’s initial delivery order and expires at the end of the current fiscal year. These contracts were competitively procured with nine timely offers received via the Federal Business Opportunities website. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

 

The Oak Group Inc.,* Camden, New Jersey (N40085-17-D-5038); Pontiac Drywall Systems Inc.,* Pontiac, Michigan (N40085-17-D-5039); Q.B.S. Inc.,* Alliance, Ohio (N40085-17-D-5040); and Smart ATI-KMK JV,* Rochester, New Hampshire (N40085-17-D-5041), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build, design-bid-build construction contract for construction projects located within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic North Integrated Product Team (IPT) area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all five contracts combined is $95,000,000.  The work to be performed provides for, but is not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, fire protection, and communication systems.  Types of facilities include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges and roads.  Q.B.S. Inc. is being awarded task order 0001 at $1,727,277 for the repair of a wastewater treatment plant at Naval Weapons Station Earle, Colts Neck, New Jersey.  Work for this task order is expected to be completed by February 2018.  All work on this contract will be performed primarily within the NAVFAC Mid-Atlantic North IPT AOR which includes Connecticut, Delaware, Illinois, Indiana, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhodes Island and Vermont with an expected completion date of May 2022.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $1,742,277 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operations and maintenance (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received.  These four 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.

 

The Boeing Co., St. Louis, Missouri, is being awarded an $89,000,000 cost-plus-incentive-fee contract for incorporation of the Block II Infrared Search and Track System (IRST) in the F/A-18 E/F aircraft.  This contract includes the initial design and development, procurement of prototyping hardware, technical risk reduction efforts, integrated product support, and technical reviews of IRST Block II with the F/A-18E/F aircraft to support the system through the preliminary design review.  Work will be performed in Orlando, Florida (86 percent); and St. Louis, Missouri (14 percent), and is expected to be completed in April 2020.  Fiscal 2017 research, development, test, and evaluation (Navy) funds in the amount of $21,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was noncompetitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-17-C-0024).

 

Hi-Q Engineering Inc.,* Poway, California, is being awarded a $34,909,347 indefinite-delivery/ indefinite-quantity, cost-plus-fixed-fee, performance based contract (N6523617D8006) to provide services at the Fixed Very Low Frequency/Low Frequency Broadcast Transmitter Stations worldwide to support the PMW 770 and Navy Information Forces mission.  The option period, if exercised, would bring the cumulative value of this contract to an estimated $38,656,749.  Work will be performed in Dallas, Texas (40.99 percent); Poway, California (33.51 percent); and Charleston, South Carolina (25.5 percent), and is expected to be completed by May 2022.  If all options are exercised, work would continue until November 2022.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $1,134,378 will be obligated at the time of award; funds in the amount of $1,134,378 will expire at the end of the current fiscal year.  This contract was competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S. Code 2304(b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with one offer received.  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

 

R.A. Burch Construction Co. Inc.,* Ramona, California, is being awarded $9,407,275 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N62473-17-D-4626) for construction of an operation training facility to house the Enlisted Aircrew Training System and KC-130J Crew Master Training Program at Marine Corps Air Station, Miramar.  The facility will provide an all-weather training environment for the KC-130J fuselage trainer, cockpit procedures trainer, and observer training aid.  The facility will include administrative and support spaces such as classrooms, brief/debrief room, instructor offices, computer server room, controlled spare storage, entry control point, men and women’s shower and head, unisex restroom, mechanical, electrical, and telecommunication support spaces.  Work will be performed in San Diego, California, and is expected to be completed by January 2019.  Fiscal 2017 military construction (Navy) contract funds in the amount of $9,407,275 are obligated on this award and will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. 

 

L3 Technologies Inc., Global Communications Solutions Division, Victor, New York, is being awarded a $7,663,138 indefinite-delivery/indefinite-quantity, firm-fixed-price, performance-based commercial contract for original equipment manufacturer (OEM) return merchandise authorization (RMA) repair for satellite communications (SATCOM) antenna systems.  Space and Naval Warfare Systems Center Atlantic has been tasked to provide Special Operations Communications Systems SATCOM repair services in support of U. S. Special Operations Command.  The scope of work includes RMA repair, which is a product return process whereby the government identifies equipment in need of maintenance and/or repair and sends those items to the OEM to be serviced.  The contract contains options which, if exercised, would bring the cumulative value of this contract to an estimated $7,841,810.  Work will be performed in Asheville, North Carolina, and is expected to be completed by May 2022.  If all options are exercised, work would continue until November 2022.  Fiscal 2017 operations and maintenance (Navy) funds in the amount of $266,125 will be obligated at the time of award and will expire at the end of the current fiscal year.  This contract was procured on a sole-source basis in accordance with 10 U.S. Code 2304 (c)(1).  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity (N6523617D1001).

 

Power Paragon Inc., Anaheim, California, is being awarded a $7,053,110 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for supplies and support services for the 400Hz and 60Hz combat systems equipment for the Naval Surface Warfare Center Port Hueneme Division Air Dominance Department.  This contract will provide ordnance alteration kits (ORDALT) and ORDALT engineering support and installation of ORDALT kits.  Support services are required at shore sites, land based test facilities, shipyards, and aboard ships in ports and at sea for the U.S., allied nations, and foreign military sales customers.  This contract combines purchases for the Navy (95 percent); and the governments of Japan and Spain (5 percent) under the Foreign Military Sales program.  This contract includes options which, if exercised, would bring the cumulative value of the ordering limit to $37,178,141.   Work will be performed at the contractor’s facility in Anaheim, California, and at various locations inside and outside of the U.S. as identified in the contract, and the base ordering period is expected to end by June 2018.  Fiscal 2017 other procurement (Navy) funds in the amount of $682,562 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 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-17-D-0001).  

 

AIR FORCE

 

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $45,999,901 fixed-price incentive (firm target) and cost-plus-fixed fee modification (P00010) to previously awarded contract FA8810-13-C-0001 for production of the fifth and sixth Space Based Infrared System geosynchronous missile-warning satellites. Contractor will provide integration of an additional subsystem and propulsion modifications. Work will be performed at Sunnyvale, California, and is expected to be complete by July 31, 2022. Fiscal 2017 space procurement funds in the amount of $12,190,000 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. 

 

IPSecure Inc., San Antonio, Texas, has been awarded a not-to-exceed $35,000,000 indefinite-delivery/indefinite-quantity contract for services. Contractor will provide Air Force cyber operational test, evaluation and range services. Work will be performed at San Antonio, Texas, and is expected to be complete by June 14, 2022. This award is the result of a competitive acquisition with eight offers received. Fiscal 2017 operations and maintenance funds in the amount of $2,684,009 are being obligated at the time of award. The 50th Contracting Squadron, Schriever Air Force Base, Colorado, is the contracting activity (FA2550-17-D-8000).

*Small business