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 Some of the information contained within may be outdated and links may not function.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. 22, 2019

NAVY

Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $90,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Naval Bases Coronado, Point Loma, and San Diego, and Marine Corps Air Station, Miramar.  Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings).  Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, and air conditioning, and fire suppression/protection system installation projects.  Work will be performed in San Diego, California.  The term of the contract is not to exceed 60 months, with an expected completion date of August 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 by operation and maintenance (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website with 18 proposals received.  Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2626).

General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $64,838,526 cost-plus-incentive-fee contract for the Strategic Weapon System Fire Control Subsystem hardware, associated deliverables, and spares for production efforts supporting the second hull of the United Kingdom (U.K.) Dreadnought Class ballistic missile submarines, nuclear, recently named as HMS Valiant, and the U.K. Software Facility.  Work will be performed in Pittsfield, Massachusetts, and is expected to be completed Aug. 22, 2025.  United Kingdom funds in the amount of $7,570,000 will be obligated on this award, none of which will expire at the end of the current fiscal year.  This contract is being awarded on a sole-source basis to General Dynamics Mission Systems in accordance with 10 U.S. Code 2304 (c)(4) and was previously synopsized on the Federal Business Opportunity website.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Butt Construction Co. Inc.,* Dayton, Ohio (N69450-19-D-0517); CORE Engineering & Construction Inc.,* Winter Park, Florida (N69450-19-D-0514); Healtheon Inc.,* New Orleans, Louisiana (N69450-19-D-0515); OAC Action Construction Corp.,* Miami, Florida (N69450-19-D-0518); Optimum Construction,* Lafayette, Louisiana (N69450-19-D-0516); and Signature Renovations LLC,* Loretto, Tennessee (N69450-19-D-0513), are each awarded an indefinite-delivery/indefinite-quantity multiple award design-bid-build construction contract for construction projects located within the Naval Support Activity (NSA) Mid-South area of responsibility.  The maximum dollar value for the five-year ordering period for all six contracts combined is $45,000,000.  The work to be performed provides for, but is not limited to, general building type projects (new construction, renovations, alterations, demolition, roofing, repair work), including industrial infrastructure, administrative, training, dormitory and community support facilities.  Signature Renovations LLC is awarded the initial task order at $234,859 for Building 789, chiller equipment upgrades, located at NSA Mid-South, Millington, Tennessee.  Work for this task order is expected to be completed by February 2020.  All work on this contract will be performed in Tennessee.  The term of the contract is not to exceed 60 months, with an expected completion date of August 2024.  Fiscal 2019 operation and maintenance Navy (O&M, N) contract funds in the amount of $239,859 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be funded by O&M, N.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded a $44,454,546 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for UHF/VHF standard rack mounted receiver/transmitter radios and accessories to replace out-of-date, non-upgradable radios currently deployed at tactical training ranges worldwide in support of the Systems Replacement and Modernization Program.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed by August 2024.  Fiscal 2019 working capital funds (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $2,689,585 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 Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-19-D-0006).

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $34,872,647 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract.  This contract provides for up to 505,560 man-hours of technical, engineering, operations and maintenance support for communication-electronic equipment/systems and subsystems.  These services are in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division.  Work will be performed at various locations outside the continental U.S. (90%); and California, Maryland (10%), and is expected to be completed in August 2024.  No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  This contract was competitively procured via an electronic request for proposals; two offers were received.  The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0077).

Raytheon Co., Intelligence, Information and Services, Indianapolis, Indiana, is awarded a $29,919,648 cost-plus-fixed-fee order (N00421-19-F-0531) against a previously issued basic ordering agreement (N00019-15-G-0003).  This order provides for the procurement of V-22 Software Support Activity (SSA) systems and software engineering, avionics integration and testing, software testing, avionics acquisition support, and SSA operations to include classified and unclassified laboratories, configuration and data management, and release of avionics software products and related systems.  Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2021.  Fiscal 2017 and 2019 aircraft procurement (Navy); fiscal 2019 aircraft procurement (Air Force); fiscal 2018 and 2019 research, development, test and evaluation (Navy); and fiscal 2019 operation and maintenance (Air Force and Defense Wide) funds in the amount of $29,919,648 will be obligated at time of award, $13,464,417 of which will expire at the end of the current fiscal year.  This order combines purchases for the Navy ($17,456,960; 58%); the Air Force ($10,847,531; 36%); and the Department of Defense ($1,615,157; 6%).  The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded $23,664,866 for modification P00017 to previously issued order 0025 placed against basic ordering agreement N00019-16-G-0001.  This modification exercises an option for engineering, logistics, and program management of F/A-18A-D, E/F, and EA-18G aircraft in support of reducing fleet out of reporting rates and maintenance planning.  Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2020.  Fiscal 2019 operation and maintenance (Navy) funds in the amount of $5,822,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

I.E.-Pacific Inc.,* Escondido, California, is awarded $13,231,000 for firm-fixed-price task order N62473-19-F-5136 under a previously awarded multiple award construction contract (N62473-17-D-4628) for construction of a supply warehouse and administrative facility at Marine Corps Base, Camp Pendleton.  The work to be performed provides for construction of a new supply warehouse facility with administrative spaces that will consolidate all supply and administrative support functions for the School of Infantry, West, into one building.  In addition, the project will construct an outdoor covered training structure to support and conduct training of personnel for assembly and equipment issuance.  The task order also contains one planned modification, which, if awarded, would increase cumulative task order value to $13,332,316.  Work will be performed in Oceanside, California, and is expected to be completed by August 2021.  Fiscal 2019 military construction (Navy) contract funds in the amount of $13,231,000 are obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Barnhart-Reese Construction Inc.,* San Diego, California, is awarded $11,456,209 for firm-fixed-price task order N62473-19-F-5115 under a previously awarded multiple award contract (N62473-17-D-4635) for construction of a satellite fire emergency response station in Area 27 of Marine Corps Base, Camp Pendleton.  The building square footage should not exceed 15,285 square feet.  The fire station is anticipated as a single-story building constructed with concrete masonry unit exterior bearing walls, concrete slabs, foundations and a steel frame supported standing seam metal roof.  The complex will include administrative spaces, living quarters, changing areas, showers, laundry rooms, training facilities, storage spaces, a fitness room, kitchen/dining/day room facilities, a covered patio, bathrooms, maintenance areas, storage areas and vehicle apparatus bays.  The task order also contains one planned modification, which, if awarded, would increase cumulative task order value to $11,490,362.  Work will be performed at Camp Pendleton, California, and is expected to be completed by June 2021.  Fiscal 2019 military construction (Navy) contract funds in the amount of $11,456,209 are obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Insight Pacific LLC,* Brea, California, is awarded $8,577,620 for firm-fixed-price task order N62478-19-F-4209 under a previously awarded multiple award construction contract (N62478-18-D-4026) for repair and maintenance of pumps at Joint Base Pearl Harbor-Hickam.  The work on Main Pumps 3 and 4 at Dry Dock 4 includes disassembly, removal, main pump overhaul, motor cleaning/repair rewind and reinstallation.  The work will also include the repair/replacement of the pump thrust bearings, shaft, shaft couplings and sleeves, bearing supports, piping, baffle plates, hydraulic blade angle systems and controls, oil head and the complete removal and reinstallation of the existing pump impellers.  Work will be performed in Oahu, Hawaii, and is expected to be completed by March 2021.  Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $8,577,620 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded $7,229,582 for cost-plus-fixed-fee delivery order N00019-19-F-4153 against a previously issued basic ordering agreement (N00019-15-G-0003) in support of the Maritime Strike Tomahawk (MST) Rapid Deployment Capability.  This delivery order provides for an updated technical data package of the guidance test set, upgrade of existing units to support the MST upgrades, including hardware, software.  Work will be performed in Tucson, Arizona (85.2%); Logan, Utah (14%); and various locations within the continental U.S. (0.8%), and is expected to be completed in July 2021.  Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $7,229,582 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.

DEFENSE LOGISTICS AGENCY

Phoenix Textile Corp., O’Fallon, Missouri, has been awarded a maximum $42,261,856 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products.  This was a competitive acquisition with one response received.  This is a one-year base contract with nine one-year option periods.  Location of performance is Missouri, with an Aug. 24, 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-0006).

CORRECTION:  The contract announced on Aug. 15, 2019, for Sysco Alabama, Calera, Alabama (SPE300-19-D-3234), for $37,893,960, was announced with an incorrect award date.  The correct award date is Aug. 20, 2019.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The University of Southern California, Marina del Rey, California, was awarded a $19,843,137 cost-no-fee contract for a Defense Advanced Research Projects Agency research project.  Work will be performed in Marina del Rey, California; Arlington, Virginia; and Columbia, Maryland, with an expected completion date of August 2023.  Fiscal 2019 research, development, test and evaluation funding in the amount of $2,905,000 are being obligated at time of award.  This contract was a competitive acquisition under a broad agency announcement and nine offers were received.  The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-19-C-0084).

ARMY

Weeks Marine Inc., Covington, Louisiana, was awarded an $8,385,050 firm-fixed-price contract for furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge.  One bid was solicited with one bid received.  Work will be performed in Lafourche, Louisiana, with an estimated completion date of Jan. 7, 2020.  Fiscal 2019 operations and maintenance, Recovery Act, civil funds in the amount of $8,385,050 were obligated at the time of the award.  U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0061).

*Small Business