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 Some of the information contained within may be outdated and links may not function.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. 8, 2019

AIR FORCE

Atlantic Diving Supply Inc., Virginia Beach, Virginia (FA8606-19-D-0029); Nightline Inc., Mountain City, Tennessee (FA8606-19-D-0036); Tactical & Survival Specialties Inc., Harrisonburg, Virginia (FA8606-19-D-0039); Federal Resources, Stevensville, Maryland (FA8606-19-D-0032); Sera Star LLC, Carrollton, Texas (FA8606-19-D-0038); Hurricane Aerospace Solutions, Pompano Beach, Florida (FA8606-19-D-0033); Baker and Associates Inc., Centerville, Ohio (FA8606-19-D-0030); Mountain Horse Solutions, Colorado Springs, Colorado (FA8606-19-D-0035); Rapid Response Defense Systems Inc., Irvine, California (FA8606-19-D-0037); Capewell Aerial Systems LLC, Meadows of Dan, Virginia (FA8606-19-D-0031); and Life Support International Inc., Langhorne, Pennsylvania (FA8606-19-D-0034), have been awarded a contract with a ceiling of $950,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for commercial aircrew items.  This contract is a commercial item contract vehicle, designed to rapidly equip aircrew with non-stock listed, commercial items including:  uniforms, cold weather clothing systems, visual augmentation equipment, personal protective equipment, helmets, body armor, tactical carriers, individual equipment, lighting, survival equipment, air crew support equipment, communication equipment, tactical equipment, load bearing equipment, lethality support items, boots, gloves, eye protection, egress equipment, aerial insertion equipment, search & rescue equipment, personnel recovery equipment, medical equipment, power management, hydration, electronics test equipment, ancillary services and testing.  Work will be performed, as indicated, by contractor in the list above and is expected to be completed by Aug. 8, 2029.  This award is the result of a competitive acquisition and 12 offers were received.  Fiscal 2018 and other procurement funds in the amount of $11,000 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $369,000,000 ceiling increase modification (P00013) to previously awarded contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems world-wide for both foreign and domestic government agencies to include radars, telemetry and optical instrumentation tracking systems.  This increase is to support range instrumentation sustainment and obsolescence management requirements.  Work will be completed at the program's 28 worldwide participating ranges and is expected to be completed by Dec. 31, 2020.  Fiscal 2019 operational and maintenance funds will be used, and no funds are being obligated at the time of award.  The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

ARMY

JE Dunn, Kansas City, Missouri, was awarded a $295,974,160 firm-fixed-price contract for design-build construction to replace the hospital at Fort Leonard Wood, Missouri.  Bids were solicited via the internet with four received.  Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Oct. 31, 2023.  Fiscal 2018 military construction funds in the amount of $79,235,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4011).

HydroGeoLogic Inc.,* Reston, Virginia, was awarded a $95,000,000 cost-plus-fixed-fee contract for hazardous, toxic and radioactive waste remediation activities at the Formerly Utilized Sites Remedial Action Program St. Louis sites.  Bids were solicited via the internet with two received.  Work locations and funding will be determined with each order, with an estimated completion date of Feb. 7, 2025.  U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0011).

Massman Construction, Leawood, Kansas, was awarded an $8,414,000 firm-fixed-price contract for lock and dam gate anchorage.  Bids were solicited via the internet with five received.  Work will be performed in Clarksville, Missouri, with an estimated completion date of Aug. 7, 2020.  Fiscal 2010 civil operations and maintenance funds in the amount of $8,414,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-C-0009).

U.S. TRANSPORTATION COMMAND

Columbia Helicopters Inc. Aurora, Oregon, has been awarded an option year modification to contract HTC711-17-D-R018 in the estimated amount of $224,394,412.  This modification, P00008, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo.  Work will be performed in Afghanistan.  The option period of performance is Sept. 1, 2019, to Aug. 31, 2020.  Type of appropriation is 2019 operations and maintenance funds.  The modification brings the total cumulative face value of the contract to an estimated $670,327,669 from an estimated $445,933,257.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

CHI Aviation Inc., Howell, Michigan, has been awarded an option year modification to contract HTC711-17-D-R017 in the estimated amount of $149,819,159.  This modification, P00009, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo.  Work will be performed in Afghanistan.  The option period of performance is Sept. 1, 2019, to Aug. 31, 2020.  Type of appropriation is 2019 operations and maintenance funds.  The modification brings the total cumulative face value of the contract to an estimated $460,456,492 from an estimated $310,637,333.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Berry Aviation Inc., San Marcos, Texas, has been awarded option year modification to contract HTC711-16-D-R021 in an estimated amount of $29,848,000.  This modification, P00006, provides fixed wing passenger, cargo, combined passenger and cargo, aeromedical evacuation, and short take-off and landing air transportation services within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo.  Work will be performed in Afghanistan.  The option period of performance is Sept. 1, 2019, to Aug. 31, 2020.  Type of appropriation is 2019 operations and maintenance funds.  The modification brings the total cumulative face value of the contract to an estimated $117,746,500 from an estimated $87,898,500.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

NAVY

J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded a $108,987,777 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract to provide engineering and technical services in support of the Integrated Battlespace Simulation and Test Department, Naval Air Warfare Center, Aircraft Division 5.4.3 Simulation Division laboratories.  These laboratories support activities that include research and development of requirements for aviation systems, supporting system development, providing developmental and operational flight test support, and providing life-cycle operational support to include system enhancement, procedure refinement and accident investigations.  Work will be performed in Patuxent River, Maryland, (78%); and Lexington Park, Maryland (22%), and is expected to be completed in August 2024.  No funds will be obligated at the time of award.  Funds will be obligated on individual orders as they are issued.  This contract was competitively procured via an electronic request for proposal as a small business set-aside; one offer was received.  The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0074).

ZITEC Inc.,** Niceville, Florida, is awarded a $25,110,110 fixed-price, indefinite-delivery/indefinite-quantity contract.  This contract provides up to 672 alternate mission equipment mobility ready storage systems; two first article units, and 670 production systems for the Navy and Marine Corps.  Work will be performed in Niceville, Florida, and is expected to be completed in August 2025.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $71,969 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals as a Service-Disabled Veteran-Owned Small Business set-aside; three offers were received.  The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0242).

APTIM Federal Services LLC, Alexandria, Virginia, is awarded $15,248,090 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N39430-15-D-1632) to clean, inspect, repair and inspect repairs to mined-in-place military petroleum storage tanks (Red Hill Tanks 4 and 13).  After award of this modification, the total cumulative contract value will be $30,112,525.  Work will be performed in Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by December 2021.  Fiscal 2016 working capital funds (Navy) in the amount of $15,248,090 are obligated on this award and will not expire at the end of the current fiscal year.  Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

AECOM Technical Services Inc., Los Angeles, California, is awarded $14,749,825 for cost-plus-award-fee modification to task order N62742-18-F-0126 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-17-D-1800) for investigation and remediation of releases, and groundwater protection and evaluation for Red Hill Bulk Fuel Storage Facility, Joint Base Pearl Harbor-Hickam.  Work will be performed in Hawaii, and is expected to be completed by January 2021.  Working capital funds (Defense) in the amount of $14,749,825 are obligated on this award and will not expire at the end of the current fiscal year.  Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

DEFENSE LOGISTICS AGENCY

North American Rescue LLC, Greer, South Carolina, has been awarded a maximum $41,742,284 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products.  This is a one-year base contract with nine one-year option periods.  To date, this is the 13th contract awarded from standing solicitation SPM2D0-12-R-0004.  Location of performance is South Carolina, with an Aug. 10, 2020, performance completion date.  Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2019 through 2020 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0005).

Dominion Privatization South Carolina LLC, Richmond, Virginia, has been awarded a $24,946,260 modification (P00008) to a 50‐year contract (SP0600‐18‐C‐8325) with no option periods for the ownership, operation and maintenance of the electric utility systems at Fort Jackson, South Carolina.  This is a fixed‐price with economic‐price‐adjustment contract.  Locations of performance are South Carolina and Virginia, with a May 1, 2069, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2019 through 2069 Army operations and maintenance funds.  The contracting activity is the Defense Logistics Agency, Energy, Fort Jackson, South Carolina.

Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-19-D-7519; $15,881,084); Constellation New Energy-Gas Division LLC, Louisville, Kentucky (SPE604-19-D-7520; $10,742,319); and CenterPoint Energy Services Inc., Houston, Texas (SPE604-19-D-7521; $10,738,786), have each been awarded a fixed‐price with economic‐price-adjustment requirements contract under solicitation SPE604-19-R-0405 for pipeline quality direct supply natural gas.  This was a competitive acquisition with seven offers received.  They are two-year base contracts with a six‐month option period.  Locations of performance are Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri, Ohio, and New York, with a Sept. 30, 2021, performance completion date.  Using customers are Army, Navy, Air Force, and federal civilian agencies.  No money is obligated at the time of award; however, customers are solely responsible to fund these requirements contracts.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

*Small Business

**Service Disabled Veteran Owned Business