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 Some of the information contained within may be outdated and links may not function.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 Sept. 11, 2017

 

CONTRACTS

 

NAVY

 

DynCorp International LLC, Fort Worth, Texas, is being awarded $103,165,374 for modification 00032 to a previously awarded firm-fixed-price, cost-reimbursable contract (N00019-15-D-0003) for organizational, intermediate, and depot-level maintenance and logistics support for 16 T-34 Mentor, 54 T-44 Pegasus, and 287 T-6 Texan aircraft.  Work will be performed at Naval Air Station Corpus Christi, Texas (50 percent); Naval Air Station Whiting Field, Florida (39 percent); Naval Air Station Pensacola, Florida (8 percent); and various locations throughout the U.S. (3 percent), and is expected to be completed in September 2018.  No funds are being obligated at time of award, funds will be obligated on individual task orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

American Purchasing Services LLC doing business as American Medical Depot,* Miramar, Florida (N6264517D5033); and Califon Systems LLC,* Dallas, Georgia (N6264517D5034), are being awarded an aggregate not-to-exceed combined $33,912,971 60-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award delivery order contract for medical and dental kitting in support of ship outfitting and replenishing inventory levels on in-service Navy ships.  Both vendors will have the opportunity to bid on each individual delivery order.  Work will be performed in Miramar, Florida; or Dallas, Georgia, as determined by delivery order awards, and is expected to be completed Oct. 15, 2023.  No funds will be obligated at the time of award.  When available, fiscal 2018 operations and maintenance (Navy) funds in the amount of $192,635 will be obligated under the initial delivery orders, and the funds will expire at the end of fiscal 2018.  These contracts were solicited via a multiple award electronic request for proposals as a 100 percent small business set-aside.  In addition, these contracts are being executed in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation.  The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

 

Colby Co. LLC,* Portland, Maine, is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multi-discipline structural architect-engineering services in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR).  The work to be performed provides for comprehensive architect-engineering services required for the new construction, repair, replacement, demolition, alteration, and/or improvement of industrial facilities.  Projects may involve single or multiple disciplines, including, but not limited to, structural, civil, mechanical, plumbing, electrical, architectural, environmental, planning, fire protection, cost estimating, geotechnical, landscape architecture, and/or interior design.  The types of projects may include: office buildings; manufacturing facilities; industrial storage facilities; security/entry-control facilities; modular steel structures; lifting and handling fixtures; bridge crane rail systems; automatic transport systems; material transport systems; industrial processes/systems; historic structures; and building and waterfront related utilities.  Task order 0001 is being awarded at $991,825 for inspection and/or observation of construction operations for the reactor servicing complex at dry dock #1 at Portsmouth Naval Shipyard in Kittery, Maine.  Work for this task order is expected to be completed by September 2018.  All work on this contract will be performed at various Navy facilities and other government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to, Maine (70 percent); New Hampshire (5 percent); Massachusetts (5 percent); Connecticut (5 percent); Rhode Island (5 percent); New York (5 percent); Vermont (3 percent); and other areas within the AOR (2 percent).  The term of the contract is not to exceed 60 months with an expected completion date of September 2022.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $991,825 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 six proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-D-5006).

 

Homeland Security Solutions Inc., Hampton, Virginia, is being awarded a $17,100,000 cost- plus-fixed–fee, undefinitized contract for program management support, training, human resources services and non-guard security support services to the Marine Corps. Work will be performed at the following locations Camp Lejeune/New River, North Carolina (11 Percent); Camp Pendleton, California (10 percent); District of Columbia (9 percent); Cherry Point, North Carolina (8 percent); Miramar, California (8 percent); Quantico, Virginia (8 percent); Camp Smith and Kaneohe Bay, Hawaii (7 percent); Beaufort/Parris Island, South Carolina (6 percent); Yuma, Arizona (5 percent); Barstow, California (5 percent); San Diego, California (5 percent); Albany, Georgia (5 percent); Okinawa, Japan (5 percent); Bridgeport, California (2 percent); Blount Island, Florida (2 percent); New Orleans, Louisiana (2 percent); and Iwakuni, Japan (2 percent).  Work is expected to be completed March 10, 2018.  Fiscal 2017 operations and maintenance (Marine Corps) funds in the amount of $5,762,000 will be obligated at the time of award.  Contract funds will expire at the end of the current fiscal year.  The contract was sole-sourced under Federal Acquisition Regulation 6.302-1(a)(2)(iii)(B), as being the only responsible source.  The Marine Corps Installations National Capitol Region - Regional Contracting Office, Marine Corps Base Quantico, Virginia, is the contracting activity (M00264-17-C-0014).

 

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $12,782,253 cost-plus-award-fee contract modification to a previously awarded contract (N00024-12-C-4323), to provide long lead-time material procurement, and management services.  The contract is for planning yard services for CG-47-class cruisers and DD 963-class destroyers.  Huntington Ingalls provides necessary engineering, technical, planning, ship configuration, data, and logistics efforts for CG-47-class cruisers and DD 963-class destroyers for lifetime support of both maintenance and modernization.  Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2018.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $12,782,253 will be obligated at time of award and will expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi is the contracting activity.

 

American Scaffold, San Diego, California (N55236-16-D-0001); and W.V. Construction Co.,* Jamul, California (N55236-16-D-0002), are being awarded contract modifications of $10,869,649 and $18,892,889 respectively, to a previously awarded indefinite-delivery/indefinite-quantity, multiple award contract to exercise option year two to provide scaffolding services to the Southwest Regional Maintenance Center’s Commercial Industrial Services code in support of Navy ships and other government vessels within a 50-mile radius of San Diego, California, which may include Oceanside, California.  Each contractor shall provide management, administrative and production services, materials, tools, equipment, and required support.  Work will be performed at Naval Station San Diego, and is scheduled to be complete by October 2018.  No funding is being obligated at time of award.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

 

Lockheed Martin Corp., Owego, New York, is being awarded a $9,540,000 firm-fixed-price contract for the production and delivery of 18 Intermediate Level Operational Test Program Sets for the MH-60R/S Multimode Radar and Advanced Radar Periscope Detection and Discrimination work replaceable assemblies.  Work will be performed in Owego, New York, and is expected to be completed in December 2020.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $9,540,000 will be 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 Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-17-C-0692).

 

Lockheed Martin Corp., Liverpool, New York, is being awarded an $8,990,806 firm-fixed-price, long-term contract for the repair of 195 items used on the E2-C aircraft.  This contract includes a two-year base period and three one-year unpriced option years.  Work will be performed in Liverpool, New York, and will be completed by September 2022.  No contract funds will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. Working capital funds (Navy) will be obligated as individual orders are issued.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(1).  The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-17-D-A801).

 

Lockheed Martin Corp. Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $8,461,238 for modification to previously issued delivery order N0001917F0108 placed against basic ordering agreement N00019-14-G-0020 for the F-35 Joint Strike Fighter.  This modification procures additional verification and validation system support for country-specific mission data files for the foreign military sales customer’s operational aircraft.  Work will be performed in Point Mugu, California (75 percent); and Fort Worth, Texas (25 percent), and is expected to be completed in December 2018.  Foreign military sales funds in the amount of $8,461,238 are being obligated at time of award, none of which expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Barnhill Contracting Co., Jacksonville, North Carolina, is being awarded $8,073,749 for firm-fixed-price task order N4008517F4937 under a previously awarded multiple award construction contract (N40085-13-D-5243) for airfield pavement repairs at Marine Corps Air Station Cherry Point.  The work to be performed provides for milling and resurfacing asphalt concrete, asphalt concrete overlays, Portland cement concrete reconstruction, sealcoat applications, crack and joint repairs, pavement marking removal and application and other incidental related work to the identified airfield pavement areas at Marine Corps Air Station Cherry Point.  The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal.  The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $8,085,199.  Work will be performed in Havelock, North Carolina, and is expected to be completed by November 2018.  Fiscal 2017 operations and maintenance (Marine Corps) contract funds in the amount of $8,073,749 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

 

ARMY

 

Straub Construction Inc.,* Fallbrook, California, has been awarded a $61,936,000 firm-fixed-price contract for maintenance hangar construction, site work, pavement and demo. Bids were solicited via the Internet with five received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of May 7, 2019. Fiscal 2013 and 2015 military construction funds in the amount of $61,936,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-17-C-0032).

 

RRDS Inc.,* Irvine, California, has been awarded a $49,900,000 firm-fixed-price contract for Joint Recruiting Facilities Committee bullet-resisting panels for various military services located throughout the U.S. and its territories. One bid was solicited and one bid was received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 10, 2022. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-17-D-0058).

 

MISSILE DEFENSE AGENCY

 

Science Applications International Corporation (SAIC), McLean, Virginia, is being awarded a $34,636,585 cost-plus-fixed-fee contract.  Under this contract (HQ0147-17-C-0045), SAIC will work with Missile Defense Agency to evolve analysis capability to model the Ballistic Missile Defense System's (BMDS) expected performance in support of the director for engineering's Quick Reaction Team (QRT) support and analysis effort.  This effort supports research, development and testing of the BMDS.  The analytical support for the QRT will create products used by the Missile Defense Agency director; the National Command Authority; the combatant commands; and the U.S. Congress.  Deliverables include technical reports, trade studies, predictive analysis, concept exploration and data inputs to presentations.  This contract is a sole-source award and the work will be performed at one of the following locations, Amherst, New York; Orlando, Florida; McLean, Virginia; and Huntsville, Alabama, from September 2017 through September 2022.  Fiscal 2017 research, development, test and evaluation funds in the amount of $500,000 will be used to incrementally fund the basic contract under this effort.  The Missile Defense Agency, Redstone Arsenal, Alabama is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

TK&K Services LLC, Alpharetta, Georgia, has been awarded a maximum $10,083,696 firm-fixed-price contract for government-owned, contractor-operated fuels management services at Edwards Air Force Base, California. This is a four-year base contract with one five-year option period. This was a competitive acquisition with eleven offers received. Location of performance is California, with a Sep. 30, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-17-C-5030).

 

Mariano Construction Inc.,** Bloomsburg, Pennsylvania, has been awarded an $8,817,503 firm-fixed-price contract for mass notification system repairs and upgrades to various buildings. This is a one-year contract with no option periods. This was a small business set-aside acquisition with six offers received. Location of performance is Pennsylvania, with an Oct. 16, 2018, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300-17-C-0015).

 

AIR FORCE

 

Pratt & Whitney, East Hartford, Connecticut, has been awarded an $8,672,257 requirements contract for engineering and technical services for F-15/F-16 aircraft engines. Engineering and technical services will be provided by the original manufacturer to elevate the technical expertise of maintainers. Work will be performed in Tucson, Arizona; Toledo, Ohio; New Orleans, Louisiana; and in seven countries, Egypt, Iraq, Jordan, Morocco, Taiwan, South Korea, and Indonesia. Work is expected to be completed by Sept. 15, 2019. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance; and foreign military sales funds in the amount of $4,327,851 are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-17-D-8005).

 

*Small business

**Small disadvantaged business