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 Some of the information contained within may be outdated and links may not function.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 Aug. 19, 2016

CONTRACTS

 

AIR FORCE

 

Lockheed Martin Aeronautics Co. - Lockheed Martin Corp., Marietta, Georgia, has been awarded an indefinite-delivery/indefinite-quantity contract with a not-to-exceed ceiling of $10,020,000,000. This is a cumulative ceiling to cover all future delivery orders within scope of this contract.  Contractor will support the C-130J production program.  Work will be performed at Marietta, Georgia, and is expected to be complete by Aug. 18, 2026. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2014, 2015 and 2016 aircraft procurement funds in the amount of $14,231,322 are being obligated on the first delivery order at the time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-16-D-6458).

 

UPDATE: BTA/ONYX Group JV LLC, has been awarded a contract to a previously awarded indefinite-delivery/ indefinite-quantity contract with a combined program ceiling of $950,000,000 for design and construction services. Contractor will provide Architect-Engineering 2013 (A-E13) design and construction service, including A-E services to support sustainment, restoration and modernization (SRM) programs.  The work includes efforts to perform Title I, Title II, and other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer's SRM program areas. Work will be performed at government locations within the following states: Alabama, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Kentucky, Maine, Maryland, Massachusetts, Michigan, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Tennessee, Vermont, Virginia, West Virginia, and Wisconsin, and is expected to be complete by Aug. 18, 2023. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2016 operation and maintenance funds in the amount of $3,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-16-D-0002).

 

ARMY

 

M.A. Mortenson Co., Federal Construction Group, Ashburn, Virginia, was awarded a $103,000,000 firm-fixed-price contract for major and minor repair, modification, rehabilitation, alterations, design-build, design-bid-build, and new construction projects in support of the Department of Defense organizations and other agencies and branches of the U.S. government throughout the continental U.S. and Hawaii.  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 Aug. 20, 2021.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-16-D-0017).

 

AECOM Technical Services Inc., Los Angeles, California, was awarded a $79,400,038 firm-fixed-price contract for Parcel 3 closure and corrective action for environmental restoration activates for Fort Wingate depot activity, McKinley County, New Mexico.  Bids were solicited via the Internet with six received. Work will be performed in Fort Wingate, New Mexico, with an estimated completion date of Aug. 18, 2024.  Fiscal 2015 operations and maintenance, Army funds in the amount of $79,400,038 were obligated at the time of the award.  Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-16-C-0033).

 

Harry Pepper & Associates, Jacksonville, Florida, was awarded a $16,868,765 firm-fixed-price contract for Herbert Hoover dike rehabilitation, structure replacement, and S-291 reconstruction in Glades County, Florida.  Bids were solicited via the Internet with five received. Work will be performed in Miami, Dade County, Florida, with an estimated completion date of Oct. 31, 2018.  Fiscal 2016 operations and maintenance, Army funds in the amount of $16,868,765 were obligated at the time of the award.  Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-16-C-0013).

 

Tetra Tech Inc., Pittsburgh, Pennsylvania, was awarded a $9,000,000 firm-fixed-price contract for design, studies, surveys, sampling, testing, permit procurement, cost estimates, sustainable and innovative technologies, and other similar activities related to environmental matters.  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 Aug. 18, 2021.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-D-0029).

 

Glacier Technologies, El Paso, Texas, was awarded an $8,836,509 cost-plus-fixed-fee contract for administrative support, data management, data collection, information technology services, and logistics support for test and evaluation support 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 Dec. 20, 2016.  Army Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-16-D-0018). (Awarded on Aug. 18, 2016)

 

NAVY

 

Raytheon Co., Integrated Defense Systems (IDS), Sudbury, Massachusetts, is being awarded a $92,069,954 cost-plus-incentive-fee contract for the engineering and manufacturing development of the Enterprise Air Surveillance Radar (EASR).  EASR will consist of two configuration variants: Variant 1, a rotating phased array; and Variant 2, a three-face fixed-phased array.  Raytheon, IDS will build, integrate and test an EASR engineering development model (EDM).  The base contract begins with design work leading to preliminary design review, and culminating with system acceptance of the EDM at the end of testing.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $723,063,945.  Work will be performed in Sudbury, Massachusetts (63.6 percent); Fairfax, Virginia (9.5 percent); Andover, Massachusetts (7.2 percent); Stafford Springs, Connecticut (4.2 percent); East Syracuse, New York (4.0 percent); High Ridge, Missouri (2.6 percent); Flemington, New Jersey (2.0  percent); Indianapolis, Indiana (1.9 percent); Lawrenceville, Georgia (1.8  percent); Eau Claire, Wisconsin (1.7 percent); and Big Lake, Minnesota (1.5 percent), and is expected to be completed by February 2020.  Fiscal 2016 research, development, test and evaluation funding in the amount of $11,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with one offer received.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-16-C-5370).

 

Huntington Ingalls Industries-Newport News Shipbuilding, Newport News, Virginia, is being awarded a $52,366,419 cost-plus-fixed-fee contract for nuclear propulsion and complex modernization work on USS Harry S. Truman (CVN 75) for its fiscal 2016 planned incremental availability.   This effort will include planning, material procurement, prefabrication, manpower, support services, design integration, engineering and management support, and technical data required to prepare for and accomplish this work during the availability.  The work to be accomplished will include repair or replacement of shipboard nuclear support and propulsion systems; work within nuclear-controlled spaces; and work on specialized systems (e.g., catapults, arresting gear, aircraft elevators, etc.), and only the original shipbuilder has displayed the unique certifications, capabilities, and expertise required.  Work will be performed in Portsmouth, Virginia, and is expected to be completed by September 2017.  Fiscal 2016 operation and maintenance (Navy); and fiscal 2016 other procurement (Navy) funding in the amount of $49,150,000 will be obligated at time of award, and $39,350,000 will 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-4327).

 

Lockheed Martin Corp., Manassas, Virginia, is being awarded a $38,608,779 indefinite-delivery/indefinite-quantity contract for the design and production of the Technical Insertion 2016 Ship Self Defense System upgrades to be installed in various carrier and amphibious ship classes.  Technical Insertion 2016 (TI-16) is a planned technical insertion and refresh to the Ship Self Defense System hardware which improves the performance and sustainability of the equipment.  TI-16 also introduces a high degree of electronics component commonality with the Aegis Combat System, and capitalizes on improved computer processing, networking, and data storage. TI-16 also introduces the potential of reducing and/or consolidating the number of computers required to meet certain Integrated Combat System requirements. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by August 2020.  Fiscal 2016 other procurement (Navy) in the amount of $969,095 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured and received three offers via the Federal Business Opportunities.  The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-16-D-3001).

 

Tactical Engineering & Analysis Inc., San Diego, California, is being awarded a potential $37,099,684 option to a previously awarded, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-13-D-0093) for command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) test and evaluation, system engineering and integration, operational support, and configuration management supporting the Space and Naval Warfare Systems Center Pacific (SSC Pacific) Enterprise Engineering and Certification Laboratory and Combined Test Bed. This is one of three multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This contract includes no additional options. All work will be performed in San Diego, California, and is expected to be completed by Aug. 18, 2018.  No funds will be obligated at the time of award. Funding will be obligated via task orders as they are issued. The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy). This contract was competitively procured via request for proposal N66001-13-R-0093 published on the Federal Business Opportunities and Space and Naval Warfare Systems eCommerce Central websites. Four offers were received and three were selected for award. SSC Pacific, San Diego, California, is the contracting activity.

 

Assured Space Access Technology Inc., Gilbert, Arizona, is being awarded a potential $36,723,851 option to a previously awarded, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-13-D-0091) for command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) test and evaluation, system engineering and integration, operational support, and configuration management supporting the Space and Naval Warfare Systems Center Pacific (SSC Pacific) Enterprise Engineering and Certification Laboratory and Combined Test Bed. This is one of three multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period.  This contract includes no additional options. All work will be performed in San Diego, California, and is expected to be completed by Aug. 18, 2018. No funds are being obligated at the time of award. Funding will be obligated via task orders as they are issued.  The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured via request for proposal N66001-13-R-0091 published on the Federal Business Opportunities and Space and Naval Warfare Systems eCommerce Central websites. Four offers were received and three were selected for award.  SSC Pacific, San Diego, California, is the contracting activity.

 

Koam Engineering Systems Inc., San Diego, California, is being awarded a potential $33,496,128 option to a previously awarded, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-13-D-0092) for command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) test and evaluation, system engineering and integration, operational support, and configuration management supporting the Space and Naval Warfare Systems Center Pacific (SSC Pacific) Enterprise Engineering and Certification Laboratory and Combined Test Bed.  This is one of three multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This contract includes no additional options. All work will be performed in San Diego, California, and is expected to be completed by Aug. 18, 2018. No funds are being obligated at the time of award. Funding will be obligated via task orders as they are issued. The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy). This contract was competitively procured via request for proposal N66001-13-R-0092 published on the Federal Business Opportunities and Space and Naval Warfare Systems eCommerce Central websites. Four offers were received and three were selected for award.  SSC Pacific, San Diego, California, is the contracting activity.

 

Electric Boat Corp., Groton, Connecticut, is being awarded a $10,671,580 cost-plus-fixed-fee modification to previously awarded contract N00024-15-C-4300 to exercise an option for the accomplishment of new work onboard USS Montpelier (SSN 765) during its scheduled interim dry docking (IDD).  Additional new work items resulted from changes to the authorized work package onboard the USS Montpelier during its scheduled IDD.  Work will be performed in Groton, Connecticut, and is expected to be completed by March 2018.  Fiscal 2016 operation and maintenance (Navy) funds in the amount of $742,722 will be obligated at time of award and funds will expire at the end of the current fiscal year.  The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

 

Global Technical Systems Inc.,* Virginia Beach, Virginia, is being awarded a $9,744,046 firm-fixed-price delivery order under previously awarded contract N00024-14-D-5213 for 14 Technical Insertion 12 Hybrid (TI-12H) Common Processing System (CPS) water-cooled advanced production units (APUs) and eight commercial air-cooled APUs.  CPS is a computer processing system based on an open architecture design.  CPS consists of the CPS enclosure assembly and three subsystems: the processing subsystem, the storage/extraction subsystem, and the input/output subsystem.  It is intended to support the computer requirements of various Navy combat systems.  This contract will provide for production, testing and delivery of CPSs (both water cooled and air cooled), spares, and associated engineering services.  Work will be performed in Virginia Beach, Virginia, and is expected to be completed by March 2017.  Fiscal 2016 other procurement (Navy) funding in the amount of $9,744,046 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.

 

Ultra 3 Phoenix Inc., Chantilly, Virginia, is being awarded a $7,938,524 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-13-C-6264 to exercise options for continuing engineering services in support of Virginia-Class submarines and other submarine/surface ship systems. Specifically, these options will support software development, procurement of commercial off-the-shelf products and hardware/software integration required to improve technology for the Navy open architecture and network centric operations and warfare systems.  Work will be performed in Chantilly, Virginia (60 percent); Wake Forest, North Carolina (20 percent); and Hanover, Maryland (20 percent), and is expected to be completed by August 2017.  Fiscal 2015 and 2016 shipbuilding and conversion (Navy); and fiscal 2014 and 2015 other procurement (Navy) funding in the amount of $3,934,747 will be obligated at time of award, and funds in the amount of $250,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

 

MISSILE DEFENSE AGENCY

 

General Atomics Aeronautical Systems Inc. (GA-ASI) of San Diego, California, is being awarded a $9,609,911, competitive, cost-plus-fixed-fee contract. Under this new contract, the contractor will design, build, and test in the laboratory key laser subsystems required to demonstrate precision tracking. The contractor will perform systems level analyses and performance assessments based on design predictions and laboratory measurements. The contractor will develop and demonstrate, a MQ-9 flight representative laser system with the beam train optics required to upgrade a multi-spectral targeting system for use as an active tracking sensor. Under this contractual effort the contractor is to deliver a laser system sized to meet MQ-9 integration requirements.  The work will be performed in San Diego, California, with an estimated completion date of Sept. 30, 2017.  This contract was competitively procured via publication on the Federal Business Opportunities website under the Missile Defense Agency's broad agency announcement for Advanced Technology Innovation (ATI), HQ0147-15-ATI-BAA. Fiscal 2016 research, development, test and evaluation funds in the amount of $3,155,292 are being obligated on this award. In accordance with Federal Acquisition Regulation 35.006 (c), the use of a cost-plus-fixed-fee contract for this research and development effort is appropriate. This is not a Foreign Military Sales acquisition. The Missile Defense Agency, Kirtland Air Force Base, New Mexico, is the contracting activity (HQ0277-16-C-0001).

 

*Small business