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 Some of the information contained within may be outdated and links may not function.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 July 1, 2014

CONTRACTS

NAVY

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, is being awarded a $151,365,660 indefinite-delivery requirements contract to provide organizational, intermediate, and depot level maintenance and logistics services in support of approximately 200 T-45 aircraft based at Naval Air Station Meridian, Mississippi; NAS Kingsville, Texas; NAS Pensacola, Florida; and NAS Patuxent River, Maryland. Logistics services to be provided include sustaining engineering, supply and government property management, and procurement of associated parts and materials. Work will be performed in Kingsville, Texas (48 percent); Meridian, Mississippi (44 percent); Pensacola, Florida (7 percent); and Patuxent River, Maryland (1 percent), and is expected to be completed in September 2015. Contract funds will not 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; four offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-D-0011).

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded a $19,990,000 unpriced-letter contract for long-lead material and the labor, planning and scheduling necessary to support the fiscal 2015 Trident II D-5 missile production schedule. Work will be performed at Sunnyvale, California, with an expected completion date of Sept. 30, 2019. Fiscal 2014 weapons procurement (Navy) contract funds in the amount of $19,990,000 are being obligated at time of award. The contract funds will not expire at the end of the current fiscal year. This contract was a sole source acquisition pursuant to 10 U.S.C. 2304(c)(1). Strategic Systems Program, Washington, District of Columbia, is the contracting activity (N00030-14-C-0100).

Booz Allen Hamilton Inc., McLean, Virginia, is being awarded a $12,481,100 cost-plus-fixed-fee contract to provide support services to the Royal Saudi Naval Forces (RSNF) in the areas of training and education; engineering; program and financial management; plans and programs; communications, command, control, computers and intelligence (C4I); naval operations; manpower and personnel management; technical support; logistics and supply; English language training; special studies and management. This contract contains options, which if exercised will bring the contract value to $37,264,370. Work will be performed in Saudi Arabia (90 percent), Washington, District of Columbia (5 percent), and Pensacola, Florida area (5 percent), and work is expected to be completed by July 31, 2015. If all options are exercised, work will continue through July 31, 2017. Foreign Military Sales funds in the amount of $4,800,000 will be obligated at the time of award and these funds will not expire before the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with three offers received in response to the solicitation. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-14-C-Z039).

Pacific Ship Repair and Fabrication, Inc., San Diego, California, is being awarded a $9,093,866 modification to previously awarded contract N00024-12-C-4400 for repair and modernization of USS Shoup (DDG 86). For modernization, typical work performed may include ship alterations, blasting, painting, and surface preparation for complete or touch preservation of the underwater hull, freeboard, struts, rudders, running gear, ground tackle and sea chest, as well as various interior tanks. Work will be performed in Everett, Washington, and is expected to be completed by December 2014. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $9,093,866 will be obligated at time of award and will expire at the end of the current fiscal year. Puget Sound Naval Shipyard and Intermediate Maintenance Center Facility, Northwest Regional Maintenance Center, Bremerton, Washington, is the contracting activity.

AIR FORCE

Universal Technology Corp., Dayton, Ohio, has been awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract for research and development. The goal of this contract is to provide the Aerospace Systems Directorate, Air Force Research Laboratory/RQ, with research in three core technology areas of propulsion research which are aircraft gas turbine engines; energy, aerospace power and thermal management; and advanced propulsion. The effort will include research in internal combustion engines, propulsion safety and affordable readiness, advanced instrumentation, improved materials, power management and distribution, fuels research, innovative high speed propulsion concepts and integration of high speed aerospace engines with air vehicles, weapons, and launch vehicles. Work will be performed in Dayton, Ohio, and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by June 26, 2021. This award is the result of a competitive Broad Agency Announcement, BAA-12-06-PKP, in which two offers were received. Fiscal 2014 research and development funds in the amount of $25,000 are being obligated at time of award to the first task order (0001). Fiscal 2014 research and development funds in the amount of $277,750 are being obligated at time of award to the second task order (0002). Fiscal 2014 research and development funds in the amount of $10,000 are being obligated at time of award to the third task order (0003). AFRL/RQKPA, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-2411).

University of Dayton Research Institute, Dayton, Ohio, has been awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract for research and development. The goal of this contract is to provide the Aerospace Systems Directorate, Air Force Research Laboratory/RQ, with research in three core technology areas of propulsion research which are aircraft gas turbine engines; energy, aerospace power and thermal management; and advanced propulsion. The effort will include research in internal combustion engines, propulsion safety and affordable readiness, advanced instrumentation, improved materials, power management and distribution, fuels research, innovative high speed propulsion concepts and integration of high speed aerospace engines with air vehicles, weapons, and launch vehicles. Work will be performed in Dayton, Ohio and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by June 26, 2021. This award is the result of a competitive Broad Agency Announcement, BAA-12-06-PKP, in which two offers were received. Fiscal 2014 research and development funds in the amount of $10,000 are being obligated at time of award to the first task order (0001).The contracting activity is AFRL/RQKPA, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-2412).

Honeywell Technology Solutions Inc., Colorado Springs, Colorado, has been awarded a $12,932,500 firm-fixed-price modification (P00004) to contract FA8806-13-C-0001 for the Hybrid site upgrade at Vandenberg Tracking Station B-Side. The Core Hybrid contract is an approach the government is taking in order to upgrade the remaining sides of the eight Air Force Satellite Control Network sites. The Core Hybrid will modernize the electronics with each of the sites and integrate those electronics with the existing Antenna. The work will be performed at Vandenberg Air Force Base, California, and is expected to be completed by June 30, 2017. Fiscal 2013 other procurement funds in the amount of $12,932,500 are being obligated at time of award. The cumulative face value of this contract is $38,932,500. Space and Missile Systems Center/Range and Network Systems Directorate, Los Angeles AFB, El Segundo, California, is the contracting activity.

Northrop Grumman Information Technology Inc. Defense Group, McLean, Virginia, has been awarded a $9,240,820 modification (Q615-04) for FA8771-04-D-0004 for services in support of the Product Data Systems Data Management and Migration Support Program. The contractor will continue data system support for the Joint Engineering Data Management Information and Control System, Parts Configuration Management System, and Technical Data-Product Data Management System systems. The total cumulative face value of the contract is $37,866,840.00. The contract modification provides for the exercise of an option for the continuation of services for six months. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by Dec. 31, 2014. Fiscal 2014 operations and maintenance and materiel support division funds in the amount of $9,240,820 are being obligated at time of award. This option is multiyear. Air Force Sustainment Center/PZIOA-R, Robins Air Force Base, Georgia, is the contracting activity.

ARMY

Ageiss, Inc,* Evergreen, Colorado (W9126G-14-D-0007); Labat Environmental, Inc.,* Bellevue, Nebraska (W9126G-14-D-0008); Potomac-Hudson Engineering,* Gaithersburg, Maryland (W9126G-14-D-0009); and Stell Environmental Enterprise, Inc.,* Elverson, Pennsylvania (W9126G-14-D-0010), were awarded a $22,000,000 firm- fixed- price indefinite- delivery/indefinite- quantity contract for environmental consulting services for the U.S. Army Corps of Engineers Southwest, Fort Worth District, with an estimated completion date of June 30, 2017. Bids were solicited via the Internet with 12 received. Funding and exact work location will be determined with each order. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

Deutschmark Express,* Charlestown, Indiana (W912L9-14-D-0002); Sherrick Construction,* Tennessee (W912L9-14-D-0003); Synergid Commercial,* Fort Wayne, Indiana (W912L9-14-D-0004); Graves Plumbing,* Switz City, Indiana (W912L9-14-D-0005); Roederer Construction,* La Grange, Kentucky (W912L9-14-D-0006); Charpie Construction,* Chicago, Illinois (W912L9-14-D-0007); Dunlap and Co.,* Columbus, Indiana (W912L9-14-D-0008); Sycamore Engineering,* Terre Haute, Indiana (W912L9-14-D-0009); Strebig Construction,* Fort Wayne, Indiana (W912L9-14-D-0010); Patterson Horth,* Indianapolis, Indiana (W912L9-14-D-0011); Industrial Maintenance & Construction Services,* Munster, Indiana (W912L9-14-D-0012); LD Docsa,* Kalamazoo, Michigan (W912L9-14-D-0013); AML, Inc.,* Floyds Knobs, Indiana (W912L9-14-D-0014); Nuvo Construction,* Milwaukee, Wisconsin (W912L9-14-D-0015); Wycliffe Enterprises,* Louisville, Kentucky (W912L9-14-D-0016); Driftwood Builders,* Columbus, Indiana (W912L9-14-D-0017); Fetters Construction,* Auburn, Indiana (W912L9-14-D-0018); Veterans Construction Services,* Livonia, Michigan (W912L9-14-D-0019); Valiant Construction,* Louisville, Kentucky (W912L9-14-D-0020); Avantti Builders Group,* Milwaukee, Wisconsin (W912L9-14-D-0021); Krempp Construction,* Jasper, Indiana (W912L9-14-D-0022); Building Associates,* Bloomington, Indiana (W912L9-14-D-0023); R.E. Crosby,* Fort Wayne, Indiana (W912L9-14-D-0024); JDH Contracting,* Plainfield, Indiana (W912L9-14-D-0025); Davis & Associates,* Indianapolis, Indiana (W912L9-14-D-0026); CMS Corp.,* Bargersville, Indiana (W912L9-14-D-0027); Hannig Construction,* Terre Haute, Indiana (W912L9-14-D-0028); Koetter Construction,* Floyds Knobs, Indiana (W912L9-14-D-0029); Maven Construction,* Odon, Indiana (W912L9-14-D-0030); Bruns-Gutzwiller,* Batesville, Indiana (W912L9-14-D-0031); Sunco Construction,* Mooresville, Indiana (W912L9-14-D-0032); Kings Trucking,* Seymour, Indiana (W912L9-14-D-0033); CDI Inc.,* Terre Haute, Indiana (W912L9-14-D-0034); Hal-PE,* Covington, Kentucky (W912L9-14-D-0035); K&T Construction,* Franklin, Ohio (W912L9-14-D-0036); JDM LLC,* Rolling Meadows, Illinois (W912L9-14-D-0037); DC Design Construction,* St. Louis, Missouri (W912L9-14-D-0038); Integrated Environmental Solutions, Crestwood, Illinois (W912L9-14-D-0039); IMR Development Corp.,* Hollywood, Florida (W912L9-14-D-0040); TJB Air Conditioning,* Sebring, Florida (W912L9-14-D-0041); Ohio Paving & Construction Co.;* Willoughby, Ohio (W912L9-14-D-0042); Puente Construction Enterprises,* Woodbury, New Jersey (W912L9-14-D-0043); Timus Nasco,* Jacksonville, Florida (W912L9-14-D-0044); Northwind Engineering,* Shelocta, Pennsylvania (W912L9-14-D-0045); TMG Services,* Cleveland, Ohio (W912L9-14-D-0046); MKS Inc.,* Fort Wayne, Indiana (W912L9-14-D-0047); Hamilton Hunter Builders,* Fort Wayne, Indiana (W912L9-14-D-0048); J&B Builders,* St. Charles, Illinois (W912L9-14-D-0049); Coburn Contractors,* Montgomery, Alabama (W912L9-14-D-0050), were awarded a $30,000,000 firm- fixed- price multiple award indefinite- delivery/indefinite- quantity contract for sustainment/repair and maintenance, and military construction projects for the National Guard. Work will be performed in Indiana at Camp Atterbury, Mascatatuck Urban Training Center, Jefferson Proving Ground, Terre Haute and Fort Wayne, with an estimated completion date of June 30, 2019. Bids were solicited via the Internet with 59 received. Funding and work location will be determined with each order. National Guard Bureau, Indianapolis, Indiana, is the contracting activity.

Howard W. Pence*, Elizabethtown, Kentucky, was awarded a $16,301,000 firm-fixed-price contract for construction of one, two-story classroom facility and two, three-story dormitories on a reinforced concrete foundation and concrete floor slab consisting of approximately 46,871 square feet. Work will be performed in Louisville, Tennessee, with an estimated completion date of June 30, 2016. Bids were solicited via the internet with seven received. Fiscal-year 2010 ‘Military Construction’ funds in the amount of $815,357; and fiscal-year 2014 ‘Military Construction funds in the amount of $15,485,642 are being obligated at the time of the award. National Guard Bureau – Tennessee, Nashville, Tennessee, is the contracting activity (W912L7-14-C-0004).


WASHINGTON HEADQUARTERS SERVICES

Analytic Services Inc., Falls Church, Virginia, is being awarded a $6,490,089 modification to a previously awarded firm-fixed-price contract (HQ0034-12-A-0003) to provide the following support to the Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics: medical program support; physical program support; planning, programming, budgeting, and executing ,and financial support; international and interagency strategic relations support; science and technology support; and operations and administrative support. Work will be performed in Arlington, Virginia, with an expected completion date of Dec. 31, 2016. Fiscal 2014 research, development, test and evaluation funds in the amount of $6,490,089 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with three proposals received. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small business