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 Some of the information contained within may be outdated and links may not function.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 Feb. 16, 2016

CONTRACTS

 

NAVY

 

BAE Systems, Norfolk Ship Repair, Norfolk, Virginia (N00024-16-D-4406 and N00024-16-D-4411); Marine Hydraulics International, Norfolk, Virginia (N00024-16-D-4407 and N00024-16-D-4412); and General Dynamics, NASSCO – Norfolk, Norfolk, Virginia (N00024-16-D-4408 and N00024-16-D-4413), are being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts to provide complex emergent and continuous maintenance and Chief of Naval Operations (CNO) availabilities on surface ships; Norfolk, Virginia, homeport, including surface combatants (DDG and CG) class ships and amphibious (LSD, LPD, LHA, and LHD) class ships.  These contracts contain options which if exercised, would bring the cumulative value to $2,552,049,258.  Each contractor shall furnish the facilities and human resources capable of completing complex emergent and continuous maintenance, repair, modernization, and CNO availabilities on surface ships assigned to or visiting the port of Norfolk, Virginia. Each contractor will be awarded one contract for DDG and CG class ships and one contract for LSD, LPD, LHA, and LHD class ships.  Work will be performed in Norfolk, Virginia, and is expected to be complete by February 2021.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $60,000 ($10,000 minimum guarantee per contract) was obligated under each contract’s initial delivery order and expires at the end of this fiscal year.  These contracts were competitively procured via the Federal Business Opportunities website with three offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $117,748,728 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0007) to exercise an option to procure 50 AE1107C engines and associated spares in support of the MV-22 aircraft for the Marine Corps (38) and the government of Japan (12).  Work will be performed in Indianapolis, Indiana, and is expected to be completed in November 2017.  Fiscal 2016 aircraft procurement (Navy); and foreign military sales funds in the amount of $117,748,728 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This order combines purchases for the Navy ($89,642,076; 76 percent) and the government of Japan ($28,106,652; 24 percent) under the Foreign Military Sales program.   The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

 

American Overseas Marine Corp., Quincy, Massachusetts, is being awarded a $16,803,169 modification to previously awarded firm-fixed-price contract N0003-10-C-5300. This modification exercises the third of five potential six-month award term option periods of this contract for the operation and maintenance of seven large, medium-speed roll-on/roll-off ships. These seven ships support the deployed military forces worldwide.  Work for this option period is expected to be completed by Oct. 14, 2016.  Working capital funds (Transportation) in the amount of $7,845,292; and working capital fund (Navy) in the amount of $8,957,877, are being obligated at the time of award.  No contract funds will expire at the end of the current fiscal year.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N00033-10-C-5300).

 

IDSC Holdings LLC, doing business as Snap-On Industrial, Kenosha, Wisconsin, is being awarded a $10,248,745 firm-fixed-price contract to procure 1,821 tool box kits in support of low-rate initial production lots 8 and 9 for F-35 Joint Strike Fighter aircraft for the Navy, Air Force, and governments of Israel and Japan under the Foreign Military Sales program.  Work will be performed in Kenosha, Wisconsin, and is expected to be completed in April 2017.  Fiscal 2014 aircraft procurement (Navy and Air Force); fiscal 2015 aircraft procurement (Navy); 2016 operations and maintenance (Air Force); and foreign military sales funds in the amount of $10,248,745 will be obligated at time of award, $6,257,628 of which will expire at the end of the current fiscal year.  This contract was competitively procured via electronic request for proposals; one offer was received. This contract combines purchases for the Navy ($4,875,595; 47.6 percent); Air Force ($3,503,883; 34.2 percent); government of Japan ($899,879; 8.7 percent); and government of Israel ($969,388; 9.5 percent under the Foreign Military Sales Program. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0102).

 

Coburn Contractors LLC,* Montgomery, Alabama (N62478-13-D-4001); Halbert Construction Co. Inc.,* El Cajon, California (N62478-13-D-4002); Hawk Niking LLC,* Wahiawa, Hawaii (N62478-13-D-4003); Starlight-Shintani-Greenwave JV,* Honolulu, Hawaii (N62478-13-D-4005); Talion Construction LLC,* Honolulu, Hawaii (N62478-13-D-4007); and Tokunaga Elite JV LLC,* Honolulu, Hawaii (N62478-10-D-4008), are each being awarded a $9,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR).  The work includes new construction, repair, alteration, and related demolition of existing infrastructure based on design build or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii.  After award of this modification, the total cumulative contract value will be $104,000,000.  No task orders are being issued at this time.  Work will be performed at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii AOR, and is expected to be completed by March 2016.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by fiscal 2016 operation and maintenance (Navy), and Navy working capital funds.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

 

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $8,332,880 for cost-plus- fixed-fee, firm-fixed-price delivery order 0113 against a previously issued basic ordering agreement (N00019-12-G-0006) in support of the MV-22.  This order is for the non-recurring engineering efforts to retrofit the MV-22 with the Traffic Collision Avoidance System.  Work will be performed at Ridley Park, Pennsylvania (54 percent); Fort Worth, Texas (30 percent); Phoenix, Arizona (9 percent); St. Louis, Missouri (5 percent); and Seattle, Washington (2 percent), and is expected to be completed in December 2018.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $8,332,880 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.

 

AIR FORCE

 

The Boeing Co., El Segundo, California, has been awarded a $54,980,579 modification (P00066) to previously awarded contract FA8808-10-C-0001 for an X-Band anti-jam upgrade. Contractor will provide increased resilience to both unintentional and hostile electronic threats to Wideband Global SATCOM satellites. Work will be performed at El Segundo, California, and is expected to be complete by Aug. 16, 2019. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $13,250,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

 

Terma North America Inc., Warner Robins, Georgia, has been awarded a $20,025,286 firm-fixed-price supply contract. Contractor will provide the Taiwan Air Force with countermeasures signal processors, advanced threat displays, electrical/electronic equipment control panels, and EMI filters. Work will be performed at Warner Robins, Georgia, and is expected to be complete by March 31, 2019. This contract is 100 percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA854016C0017).

 

Spectrum Photonics Inc., Honolulu, Hawaii, has been awarded a $16,896,196 cost-plus-fixed-fee contract for research and development. Contractor will develop a portable system for real-time standoff detection and identification of trace chemical residues on surfaces using active infrared spectroscopy at a 30-meter range. Work will be performed at Honolulu, Hawaii, and is expected to be complete by Oct. 9, 2020. This award is the result of a competitive acquisition with 17 offers received. Fiscal 2015 research, development, test and evaluation funds in the amount of $3,344,277 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-16-C-9110).

 

Honeywell International, Tempe, Arizona, has been awarded an estimated $12,100,000 requirements contract for overhaul and repair of aircraft accessories and aircraft instrument items. Contractor will provide overhaul and repair of aircraft accessories and aircraft instrument items to support and sustain the A-10, B-52, C-130, C-135, C-5, E-3, F-15, and F-16 weapons systems aircraft components. Work will be performed at Tempe, Arizona; Tucson, Arizona; Phoenix, Arizona; Torrance, California; and Clearwater, Florida, and is expected to be complete by Feb. 15, 2021.  This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8109-16-D-0016).

 

Lockheed Martin Corp. Aeronautics Co., Fort Worth, Texas, has been awarded a $9,865,391 modification (P00612) on Feb. 8 to exercise the option on previously awarded contract FA8611-08-C-2897. Contractor will provide support to the F-22 Radar Cross Section Marietta Turntable and Aircraft Structural Integrity program. Work will be performed at Fort Worth, Texas, and is expected to be complete by Dec. 31, 2016. Fiscal 2016 operation and maintenance funds in the amount of $9,865,391 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

 

The Entwistle Co., Danville, Virginia, has been awarded a $9,822,413 delivery order (0003) to previously awarded contract FA8533-12-D-0005 for Fuels Operational Readiness Capability equipment. Work will be performed at Danville, Virginia, and is expected to be complete by Sept. 30, 2019. Fiscal 2016 other procurement funds in the amount of $9,822,413 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8533-12-D-0005).

 

ARMY

 

Barbaricum LLC,* Washington, District of Columbia (W911NF-16-D-0002); K2 Solutions Inc.,* Southern Pines, North Carolina (W911NF-16-D-0003); Red Gate Group LTD, Chantilly, Virginia (W911NF-16-D-0004); and Wintec Arrowmaker Inc.,* Fort Washington, Maryland (W911NF-16-D-0005), were awarded a $44,000,000 order dependent contract to assess relevant technology for the  Assistant Secretary of the Army Adaptive Red Team.  Bids were solicited via the Internet with four received with an estimated completion date of Feb. 15, 2018.  Funding and work location will be determined with each order. Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity.

 

SCITOR Corp., Reston, Virginia, was awarded a $25,786,500 cost-plus-fixed-fee, incrementally funded contract for the Integrated Signatures Program development of a signature-based counter improvised explosive device.  Bids were solicited via the Internet with one received. Work will be performed in Reston, Virginia, with an estimated completion date of Feb. 11, 2019.  Fiscal 2015 research, development, testing, and evaluation funds in the amount of $2,487,750 were obligated at the time of the award.  Army Contracting Command, Research Triangle Park, North Carolina is the contracting activity (W911NF-16-C-0053).

 

Smiths Detection, Edgewood, Maryland, was awarded a $17,117,886 modification (P00061) to contract W911SR-07-C-0080 to purchase 2,092 M4A1 joint chemical agent detectors; 2,088 communication adapter kits; and 10 platform interface kits.  Work will be performed in Edgewood, Maryland, with an estimated completion date of Sept. 30, 2016.  Fiscal 2106 other procurement (Army); and other procurement funds in the amount of $17,117,886 were obligated at the time of the award.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

The Wornick Co., Cincinnati, Ohio, has been awarded a maximum $8,513,700 modification (P00203) exercising the fourth one-year option period of a one-year base contract (SPM3S1-12-D-Z118) with four one-year option periods for wet pack fruit for meals ready to eat. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Ohio, with a Feb. 16, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. 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.

 

*Small business