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 Some of the information contained within may be outdated and links may not function.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 March 23, 2016

CONTRACTS

 

ARMY

 

General Dynamics Ordnance & Tactical Systems Inc., St. Petersburg, Florida, was awarded a $35,788,624 modification (P00022) to contract W52P1J-12-C-0026 for 120mm M1002 new production cartridges, and 120mm M865 recapitalized cartridges, for 120mm tank training ammunition.  Work will be performed in St. Petersburg, Florida, with an estimated completion date of Nov. 30, 2017.  Fiscal 2014 and 2016, other procurement funds in the amount of $35,788,624 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Orbital Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $30,884,661 modification (P00033) to contract W52P1J-12-C-0027 for 120mm M1002 new production cartridges, and 120mm M865 recapitalized cartridges, for 120mm tank training ammunition.  Work will be performed in Plymouth, Minnesota, with an estimated completion date of Feb. 22, 2018.  Fiscal 2014 and 2016 other procurement funds in the amount of $30,884,661 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Georgia Tech Applied Research Corp., Atlanta, Georgia, was awarded a $22,306,013 modification (P0004) to contract W9113M-15-D-0002 for requirements pertaining to the design, development, modification, assessment, and testing of integrated electronics systems, sensors, weapon systems, communications and information infrastructure, with an estimated completion date of Aug. 23, 2017.  Funding and work location will be determined with each order.  Army Space & Missile Defense Command, Huntsville, Alabama, is the contracting activity.

 

Oklahoma Department of Rehabilitations Services, Oklahoma City, Oklahoma, was awarded a $16,531,980 firm-fixed-price contract with options for full food service.  Bids were solicited via the Internet with three received, with an estimated completion date of March 31, 2021. Funding and work location will be determined with each order.  Army Contracting Command, Ft. Sill, Oklahoma, is the contracting activity (W9124L-16-D-0001).

 

Katami Technical Services,* Anchorage, Alaska, was awarded a $9,900,000 firm-fixed-price contract for professional business services for the Engineer Research and Development Center Executive Office and Command Staff Division.  One bid was solicited with one received, with an estimated completion date of March 22, 2021.  Funding and work location will be determined with each order.  Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-16-D-0003).

 

CH2M Hill Inc., Englewood, Colorado, was awarded a $9,000,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for architectural and engineering services within the Corps of Engineers Great Lakes and Ohio River mission boundaries.  Bids were solicited via the Internet with one received, with an estimated completion date of March 20, 2021.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-D-0007).

 

NAVY

 

URS Federal Services Inc., Germantown, Maryland, is being awarded a $21,713,648 modification (P00003) against a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0020) for program management services in support of the Broad Area Maritime Surveillance-Demonstrator Program Office.  Work will be performed in Patuxent River, Maryland (68 percent); and Germantown, Maryland (32 percent), and is expected to be completed in March 2018.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $4,000,000 are being obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity

 

Coastal Marine Services Inc.,* San Diego, California (N55236-16-D-0003); and Thermcor Inc., Chula Vista, California (N55236-16-D-0004), are each being awarded $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contracts to provide hullboard lagging and insulation services onboard Navy ships and vessels within a 50-mile radius of San Diego. Each contractor shall provide all management, administrative services, materials, tools, equipment, labor, rigging, scaffolding, utilities (i.e. air, water and electricity, etc.), and required services and support to accomplish hullboard lagging and insulation services onboard Navy ships within a 50-mile radius of San Diego, which may include Oceanside, California. Both contracts are being awarded with four option years and a maximum ceiling of $15,000,000 for the five-year term. Small business as defined under North American Industry Classification System code 336611 - Ship Building and Repairing. Work will be performed in San Diego, or contractor's facilities along the West Coast, and is expected to be completed by April 2021. Fiscal 2016 operation and maintenance (Navy) funds in the amount of $6,000 will be obligated ($3,000 per contract) at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities web site and three offers were received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

 

Lockheed Martin Corp., Baltimore, Maryland, is being awarded a $11,130,902 modification to a previously awarded contract (N00024-11-C-2300) to exercise an option for post-delivery support for USS Sioux City (LCS 11) of the Littoral Combat Ship program.  Lockheed Martin will perform the planning and implementation of deferred design changes that have been identified during the construction period. The corrections and upgrades are necessary to support Sioux City’s sail-away and follow-on post-delivery test and trials period. Work will be performed in Marinette, Wisconsin (57 percent); Hampton, Virginia (14 percent); Moorestown, New Jersey (11 percent); San Diego, California (11 percent); and Washington, District of Columbia (7 percent), and is expected to be complete by November 2017.  Fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $3,000,000 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.

 

Insitu Inc., Bingen, Washington, is being awarded a $10,056,486 firm-fixed-price, cost-reimbursable contract for interim contractor services in support of the RQ-21A Blackjack unmanned aircraft system program.  Services include logistics, training, data reporting and field service representative support.  Work will be performed in Cherry Point, North Carolina (35 percent); Yuma, Arizona (35 percent);  Bingen, Washington (20 percent); and Kaneohe Bay, Hawaii (10 percent), and is expected to be completed in October 2018.  Fiscal 2016 procurement (Marine Corps) funds in the amount of $10,056,486 will be obligated at time of award, none 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0031).

 

MLSUSA Corp., Longmeadow, Massachusetts, is being awarded $10,000,000 for modification P00016 to extend the previously single-awarded, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract N00189-10-D-0051 for husbanding support services including trash removal, the provision of potable water, tug boat assistance, and wastewater removal to U.S. government vessels and associated units throughout the geographical area of the East Coast of the U.S.  This modification to the existing contract is to extend the period of performance for an additional six months, with two three-month options, as well as to increase the contract’s ceiling.  The government’s estimate for the modification period of performance, inclusive of all options, is $9,878,499.  Considering projections through the current period of performance and the extension period, the contract modification will increase the total contract ceiling by $10,000,000, if all option periods are exercised, from $34,688,229 to $44,688,229.  Work will be performed at non-Navy ports along the East Coast continental U.S., including all eastern U.S. territories from Maine through Texas.  Work is expected to be completed by September 2016; if all options are exercised, work will continue through March 2017.  No funding will be obligated at the time of award.  Fiscal year 2016 operations and maintenance (Navy) funds will be obligated as individual task orders are issued, and will expire at the end of the current fiscal year.  The modification is a non-competitive action in accordance with Federal Acquisition Regulation 6.302-1, using justification 10 U.S. Code 2304(c)(1).  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity.

 

Center for Disease Detection LLC, San Antonio, Texas, is being awarded a $9,523,915 indefinite-delivery/indefinite-quantity contract with firm-fixed-price task order provisions for Human Immunodeficiency Virus (HIV), Hepatitis B and C testing services in support of the Department of the Navy (DoN) and Marine Corps active-duty and reserve component military personnel as required by Navy Bloodborne Infection Management Center (NBIMC).  NBIMC, under the direction of the Navy Bureau of Medicine and Surgery, manages the DoN and Marine Corps HIV and hepatitis testing program.  This contract includes a 12-month base period and four 12-month optional periods, which if exercised, will bring the contract value to $49,045,895.  Work will be performed in San Antonio, Texas.  Work is expected to be completed by April 2017; if all options are exercised, work will be completed in March 2022.  Fiscal year 2016 Defense Health Program funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk Office, Virginia, is the contracting activity (N00189-16-D-0023).

 

DEFENSE LOGISTICS AGENCY

 

Aero Components Inc.,* Fort Worth, Texas (SPRWA1-16-D-0002); Honeycomb Co. of America,* Sarasota, Florida (SPRWA1-16-D-0004); and Top Flight Aerostructures,* Dallas, Georgia (SPRWA1-16-D-0007), have each been awarded an estimated maximum $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPRWA1-15-R-C5 panel for various honeycomb panels for the C-5 aircraft. These were competitive acquisitions with five offers received. They are three-year base contracts with one two-year option period. Locations of performance are Texas, Florida and Georgia, with a March 22, 2021, performance completion date. Using services are Air Force and Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2021 material support division Air Force funds, and defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia.

 

*Small business