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 Some of the information contained within may be outdated and links may not function.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 June 14, 2019

AIR FORCE

The Boeing Co., doing business as Boeing Defense Space and Security, St. Louis, Missouri, has been awarded a firm-fixed-price modification (P00027) to previously awarded indefinite-delivery/indefinite-quantity contract FA8213-15-D-0002 for Joint Direct Attack Munition (JDAM) tail kits, spares, repairs and technical services. This modification provides for the extension of the contract for an additional five years, and increases the contract ceiling by $6,534,283,787. Work will be performed in St. Louis, Missouri, and is expected to be complete by Feb. 28, 2025. This modification involves foreign military sales to currently unknown countries. Fiscal 2017, 2018 and 2019 ammunition funds; fiscal 2019 operations and maintenance funds; and Foreign Military Sales funds in the amount of $904,849,700 are being obligated for the Lot 23 delivery order at the time of award. This modification brings the ceiling of the contract to $10,044,715,284. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

Battelle Memorial Institute, Columbus, Ohio, has been awarded a $36,457,729 cost-plus-fixed-fee contract, for airfield protection, blast resiliency and protection (APIRB) research and development. This contract provides for technical and professional expertise in support of APIRB research, development, test and evaluation. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by June 16, 2024. This award is the result of a competitive acquisition and three offers were received. Fiscal 2018 research and development funds in the amount of $3,274,000 are being obligated at the time of award. The 772 Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA8051-19-F-A020).

Microsoft Corp., Redmond, Washington, has been awarded a $25,395,860 modification (P0002) to previously awarded Other Transaction Agreement FA8726-18-9-0002 for Network as a Service (NaaS). This agreement modification provides for additional Phase I work, as well as Phase II work, which includes experimentation of a secure, reliable, measured, commercial data and voice network in order to enable access to Department of Defense (DoD) of the effort which provides for data and applications from DoD facilities, as well as enable access for mobile and remotely located users. Work will be performed at Cannon Air Force Base, New Mexico; Hurlburt AFB, Florida; and Maxwell AFB, Alabama, and is expected to be complete by Sept. 30, 2021. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. This modification brings the total cumulative face value of the agreement to $59,746,332.90. Enterprise IT and Cyber Infrastructure Division, Hanscom AFB, Massachusetts, is the contracting activity.

NAVY

Point Blank Enterprises, Pompano Beach, Florida, is awarded a $215,978,567 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 680,706 Lightweight Plates. Work will be performed in Pompano Beach, Florida, and is expected to be complete by June 2024. Fiscal 2019 research and development (Marine Corps) funds in the amount of $357,000 will be obligated on the first delivery order immediately following contract award and funds will not expire the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1500).

Michael Baker International Inc., San Diego, California, is awarded a maximum amount $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineer contract for civil engineering services located in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for the preparation of design-build and design-bid-build construction contract packages; site investigations, studies, surveys, and reports; cost estimates; construction contract support services or post construction award services; technical reviews of government-prepared request for proposal for design-build projects and/or full plans and specifications for design-bid-build projects; preparation of DD Form 1391 or similar planning and programming related documents; incidental architectural, structural, geotechnical, mechanical, electrical, and environmental work; identification and abatement methods for existing asbestos-containing materials, lead-based paint, and other hazardous materials. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to, California (87 percent); Arizona (5 percent); Nevada (5 percent); Colorado (1 percent); New Mexico (1 percent); and Utah (1 percent), and is expected to be completed by June 2024. Fiscal 2019 operation and maintenance (Navy) contract 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 military construction (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-1212).

Manson Construction Co., Seattle, Washington, is awarded an $89,100,000 firm-fixed-price construction contract for the design and construction replacement of Pier 8, Naval Base San Diego. The work to be performed provides for the design and construction of a new single-deck pile supported reinforced concrete pier to replace existing Pier 8. Utilities include potable water, sanitary sewer, compressed air, oily waste and compensating ballast water collection systems. Electrical utilities include underground distribution lines from shore side to pier including switching station, primary and secondary distribution systems, telephone, coaxial and fiber optic communications, supervisory control and data acquisitions systems for energy monitoring and control, and fire alarm system. The pier includes primary and secondary fenders, and new load out ramp cradles on the quaywall on each side. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $93,250,000. Work will be performed in San Diego, California, and is expected to be completed by October 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $43,000,000 are obligated on this award and will not expire at the end of the current fiscal year. 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 (N62473-19-C-1208).

PPG Architectural Finishes Inc., Alexander, Arkansas, is awarded a $78,161,256 firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract to fulfill Military Sealift Command's Worldwide Paint Program. This requirement includes the availability and delivery of paint and related technical support services to Military Sealift Command (MSC) and other government-owned or government-chartered ships designated by MSC. This contract includes a one-year base period and four one-year ordering periods. Work will be performed at sea worldwide and is expected to be completed by June 18, 2024. Fiscal 2019 working capital funds in the amount of $200,000 are obligated at the time of award and will not expire at the end of the current fiscal year. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-D-7002).

Science Applications International Corp., Reston, Virginia, is awarded a maximum value $41,821,277 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for the overhaul and supplemental repair of MK-82 Directors and AN/SPG-62 antenna systems. The MK-82 Director and AN/SPG-62 Antenna Systems are mounted and operated in the ship's open spaces and are subsystems of the MK-99 Fire Control System, part of the AEGIS combat system suite. The subsystems, subassemblies and components are critical shipboard systems providing illumination of targets and defense against incoming enemy aircraft and/or missiles. Machined parts, parts kits, waveguide kits and components are included to meet system manufacturing and overhaul requirements for the AN/SPG-62 and MK-82. Technical services include supplemental repair, disassembly and reassembly support, engineering, test support, and obsolescence resolution services. Technical services in support of the subsystems and related subassemblies and components are also included. Work will be performed in Bedford, Indiana (45 percent); Crane, Indiana (35 percent); and Springville, Indiana (20 percent), and is expected to be completed by June 2024. Fiscal 2019 operations and maintenance (Navy); fiscal 2016 and 2017 shipbuilding and conversion (Navy); fiscal 2018 other procurement (Navy); and fiscal 2019 defense procurement funds totaling of $873,088 will be obligated at the time of award and $417,620 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP44).

Sauer Inc., Jacksonville, Florida, is awarded a $28,326,200 firm-fixed-price contract for construction of an outdoor infantry immersion trainer at Marine Corps Base Camp Lejeune, North Carolina. The project will construct a site for an outdoor infantry immersion trainer (IIT) at Marine Corps Base Camp Lejeune. The facility will provide small-unit rehearsal training and squad leader decision making assessment for Squad Capstone Training and Pre-deployment Training Program Phase III. The following equipment will be installed: mock village precast walls, floors and ceilings; container structures; modular after action review (AAR) building; faux culverts, dry stream bed (improvised explosive device training); Immersive Village Lighting System (centrally controlled light emitting diode system that replicates candlelight to bright maintenance lighting); Immersive Village Smell Generation System; Village Interior Reconfigurable Steel Walls; Village Interior Reconfigurable Steel Walls; Village Precast Stairways; village gates and Special Effects Sound System (village speakers and sensors). The site work will consist of clearing, grubbing and grading the five acre IIT mock village site; excavate and prepare compacted pads and paved surfaces for mock village precast concrete free standing walls, re-purposed shipping containers and temporary modular AAR building; construct unpaved access and village site trails, concrete sidewalks, storm water management, and environmental protection measures; install gravel parking/storage area, primary and secondary electrical distribution systems, a transformer, electric panels, fiber optics and telecommunications infrastructure; as well as installing fire distribution waterline and hydrant. Work will be performed in Camp Lejeune, North Carolina, and is expected to be completed by October 2020. Fiscal 2019 military construction (Navy) contract funds in the amount of $28,326,200 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9053).

Northrop Grumman Systems Corp, Linthicum Maryland, is awarded a $15,363,070 cost-plus-fixed-fee contract for Triton Electronic Protection Enhancements. Work will be performed in Linthicum, Maryland, and is expected to be completed May 30, 2023. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount $1,000,000 is being obligated at the time of award. No funds will expire at the end of the current year. This contract was competitively procured under N00014-18-S-B001 “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Proposal will be received throughout the year under the long range BAA, therefore, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-1032).

Cianbro Co., Pittsfield, Maine, is awarded a $12,240,900 firm-fixed-price contract for construction of a Defense Logistics Agency Consolidated Warehouse located at the Portsmouth Naval Shipyard. Project P-1901 will construct a 29,200 square foot addition to the existing Warehouse Building 170. The project will consist of constructing a one story, high-bay steel framed storage warehouse addition with an insulated pitched metal standing seam roof set on a reinforced concrete floor slab and foundation to match the existing warehouse. Work will be performed in Kittery, Maine, and is expected to be completed by January 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $12,240,900 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9002).

MISSILE DEFENSE AGENCY

deciBel Research Inc., Huntsville, Alabama, is being awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $172,576,570. Under this new contract, the contractor will support the development and sustainment of the Modeling and Simulation Contract for Truth Models and Element Representations (MASC-T). A task order in the amount of $29,153,220 is being issued immediately, with an effective date of 30 days after the award of this contract. The work will be performed in Huntsville, Alabama. The ordering period is 60 months from contract award. This contract was competitively procured via publication on the Federal Business Opportunities website with three proposals received. Fiscal 2019 research, development, test and evaluation funds in the amount of $5,000,000 are being obligated on the award of the first task order and will expire at the end of fiscal 2020. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-D-0003).

DEFENSE LOGISTICS AGENCY

Noble Sales Co. Inc., doing business as Noble Supply and Logistics, Rockland, Massachusetts, has been awarded a maximum $90,000,000 indefinite-delivery/indefinite-quantity bridge contract for maintenance, repair and operations. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 10-month contract with no option periods. Location of performance is Northern Europe with an April 20, 2020, performance completion date. Using customers are U.S. forces in U.S. European Command. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-19-D-0001).

Coggins International,** Alexandria, Virginia, has been awarded a maximum $19,625,627 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electronic point of sales and supporting services for mobile devices. This was a competitive acquisition with four responses received. This is a five-year base contract with 10 one-year option periods. Location of performance is worldwide, with a June 13, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Defense Logistics Agency, National Guard and Coast Guard. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-19-D-0006).

ARMY

Mason & Hanger – CDM Smith JV, Lexington, Kentucky, was awarded a $46,000,000 firm-fixed-price contract for architect and engineer services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of June 10, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0033).

AECOM – B&V USACE MED SATOC JC, Roanoke, Virginia, was awarded a $46,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of June 13, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0032).

Inverness Technologies Inc., Annandale, Virginia, was awarded a $45,045,282 firm-fixed-price contract for support of Soldier for Life Transition Assistance Program. One bid was solicited with one bid received. Work will be performed in Fort Knox, Kentucky, with an estimated completion date of July 3, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $23,278,839 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Knox, Kentucky, is the contracting activity (W9124D-19-C-0013).

Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded a $20,300,000 firm-fixed-price contract for Sandbridge Beach re-nourishment project construction. Bids were solicited via the internet with two received. Work will be performed in Virginia Beach, Virginia, with an estimated completion date of March 9, 2020. Fiscal 2019 civil construction funds in the amount of $20,300,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0017).

InuTeq LLC,* Beltsville, Maryland, was awarded a $14,749,738 modification (P00057) to contract W912DY-14-F-0095 for Department of Defense High Performance Computing Modernization Program Integrated Technical Services (Restricted). Work will be performed in Lorton, Virginia, with an estimated completion date of Dec. 16, 2019. Fiscal 2019 revolving; and research, development, test and evaluation funds in the amount of $2,871,085 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Lions Volunteer Blind Industries Inc., Morristown, New Jersey, was awarded an $11,307,000 firm-fixed-price contract for the procurement of Integrated Head Protection System helmet covers. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 6, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0020).

SAK Construction LLC, O'Fallon, Missouri, was awarded a $9,320,813 firm-fixed-price contract for sewer rehabilitation. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 13, 2021. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0009).

CORRECTION: A contract modification (0002 18) announced on June 13, 2019, for Avion Solutions Inc.,* Huntsville, Alabama (W31P4Q-15-A-0029), for $15,189,965, was actually awarded today, June 14, 2019. All other information in the announcement was correct.


*Small business
**Woman-owned small business