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 Some of the information contained within may be outdated and links may not function.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 April 27, 2017

CONTRACTS

 

NAVY

 

International Marine & Industrial Applicators LLC,* Spanish Fort, Alabama (N4523A-17-D-0003); and QED Systems Inc.,* Virginia Beach, Virginia (N4523A-17-D-0004), are being awarded a $260,100,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for the accomplishment of preservation of critical and non-critical surfaces and installation of new coatings on Naval ships/vessels.  Typical work under the scope of the program include: single and multiple coat systems, ultra-high solids, epoxy, solvent based, anti-fouling, and associated structural repair requirements necessary to support the preservation process for aircraft carriers, submarines and other vessels.  Under the terms of the contracts, multiple award contract holders will compete for individual delivery orders over a five-year period.  Work will be performed in Bremerton, Washington (85 percent); Banger, Washington (10 percent); and Everett, Washington (5 percent), and is expected to be completed by May 2022.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $2,000 will be obligated 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 website, with two offers received.  The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

 

Canadian Commercial Corp., Ottawa, Ontario, Canada, is being awarded a $49,551,053 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Military Sealift Command Situational Awareness System program Electro-Optics Sensor system (MSC-EOS).  The MSC-EOS Systems will be operated on Military Sealift Command and other Navy or Coast Guard maritime platforms. The MSC-EOS System’s primary mission is to provide enhanced visual imagery to augment existing electronic sensors. Ancillary uses of the MSC-EOS system will include enhancing the following, low-visibility and night navigation; coastal observation and surveillance; identification friend or foe; real-time situational awareness and threat warning; reconnaissance and surveillance; and documenting navigational hazards.  Work will be performed in Burlington, Ontario, Canada. The work is expected to be complete by April 2022.  Fiscal 2017 working capital funding in the amount of $281,000 will be obligated 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 website, with two offers received. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N0016417DJQ94).

 

General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a $47,102,597 indefinite-delivery/indefinite-quantity contract, resulting from solicitation N00189-17-R-0007, that will include terms and conditions for the placement of firm-fixed-price and firm-fixed-price level-of-effort task orders to provide program management, information technology architecture and engineering, meteorology and oceanography information technology subject matter expertise, geospatial information system subject matter expertise, cybersecurity, and information technology portfolio management for the Naval Information Forces Command, Naval Meteorology and Oceanography Command, and other subordinate commands.  The contract will include a five-year base ordering period and six-month option period which if exercised, the total value of this contract will be $52,000,000.  Work will be performed in Fairfax, Virginia (61 percent); Stennis Space Center, Mississippi (22 percent); and Monterey, California (17 percent), and is expected to be completed by April 2022.  If the option is exercised, work will continue through October 2022. Fiscal 2017 operations and maintenance (Navy) funds in the amount of $5,000 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 three offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-17-D-0008).

 

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded a $37,698,655 firm-fixed-price contract for the design and construction of an Embassy Security Guard Bachelor Enlisted Quarters and operations facility at the Marine Corps Base, Quantico.  This facility will provide 126 rooms with semi-private bathrooms and walk-in closets, operations offices, an armory, and an administrative facility.  The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $44,008,465.  Work will be performed in Quantico, Virginia, and is expected to be completed by November 2019.  Fiscal 2016 military construction (Navy) contract funds in the amount of $37,698,655 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with 18 proposals received.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-17-C-4421).

 

Electric Boat Corp., Groton, Connecticut, is being awarded a $23,140,752 cost-plus-fixed-fee modification to a previously-awarded contract (N00024-13-C-2128) for the procurement of the diesel generator set prototype unit manufacture and test in support of the Columbia Class Submarine program (formerly Ohio Replacement program).  Also included are development and manufacture of a test support trailer and technical manual development support.  Work will be performed in Groton, Connecticut, and is scheduled to be completed by September 2021.  Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $23,140,752 will be obligated at time of award and will not expire at the end of the current fiscal year.  Supervisor of Shipbuilding, Conversion and Repair, Groton, Connecticut, is the contracting activity.

 

Reyes Construction Inc., Pomona, California, is being awarded $18,147,000 for firm-fixed-price task order 0010 under a previously awarded multiple award construction contract (N62473-14-D-0068) for construction and demolition of missile magazines at Naval Weapon Station Seal Beach and Detachment Fallbrook.  The project includes construction services for the demolition of existing magazines at Naval Weapons Station Seal Beach and Detachment Fallbrook and construction of three new missile magazines at Naval Weapon Station Seal Beach.  The new magazines are needed to provide adequate storage for vertical missile systems.  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 three unexercised options, which if exercised would increase cumulative task order value to $18,374,000.  Work will be performed in Seal Beach, California (96.5 percent); and Fallbrook, California (3.5 percent), and is expected to be completed by October 2019.  Fiscal 2017 military construction (Navy) contract funds in the amount of $18,147,000 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.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

 

John C. Grimberg Co. Inc., Rockville, Maryland, is being awarded a $17,885,000 firm-fixed-price contract for construction of the advanced energetics research laboratory complex at Naval Support Facility, Indian Head for Naval Surface Warfare Center, Indian Head Division.  The work to be performed provides for construction of a low-rise building to accommodate research, development, and conduction of explosive materials.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $18,567,500.  Work will be performed in Indian Head, Maryland, and is expected to be completed by August 2019.  Fiscal 2015 military construction (Navy) contract funds in the amount of $17,885,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received.  The Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-17-C-0030).

 

Lockheed Martin Corp., Rotary and Mission Systems, Orlando, Florida, is being awarded a $17,781,059 modification to a previously awarded firm-fixed-price contract (N68335-17-C-0253) for the full-rate production of seven electronic Consolidated Automated Support System (eCASS) core stations in various configurations for the Navy; and the governments of Australia and Japan.  This modification also provides for mission equipment kits, self-maintenance and test calibration operational test program sets, calibration equipment suites, shore installation kits, genie lifts and rack rail kits. Work will be performed in Orlando, Florida (34.7 percent); Hunt Valley, Maryland (21 percent); North Reading, Massachusetts (10.6 percent); Irvine, California (9.2 percent); San Diego, California (7.3 percent); Austin, Texas (3 percent), and various locations within the continental U.S. (14.2 percent), and is expected to be completed in November 2019.  Fiscal 2017 aircraft procurement (Navy); and foreign military sales funds in the amount of $17,781,059 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Navy ($5,899,325; 33 percent); and the governments of Australia ($9,977,028; 56 percent); and Japan ($1,904,706; 11 percent) under the Foreign Military Sales program.   The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

 

McKean Defense Group LLC, Philadelphia, Pennsylvania, is being awarded a $15,295,418 two-year option under an indefinite-delivery/indefinite-quantity, cost reimbursement multiple award contract (N66001-16-D-0203) for technical support services for afloat, ashore and airborne networks and information systems.  Support includes assessing network requirements; designing system architecture; network modeling, simulation, and testing; network technology and prototype development; network security; information assurance and certification of networks; and network management. This is one of six multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. The original three-year base contract included this two-year option.  Work will be performed in San Diego, California, and is expected to be complete July 10, 2021, which includes the remaining performance period of the base award.  Funding will be obligated via task orders as they are issued using operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy) funds.  This contract was competitively procured with full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Six offers were received and six were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

 

Scientific Research Corp., Atlanta, Georgia, is being awarded a $14,473,155 two-year option under an indefinite-delivery/indefinite-quantity, cost reimbursement multiple award contract (N66001-16-D-0205) for technical support services for afloat, ashore and airborne networks and information systems. Support includes assessing network requirements; designing system architecture; network modeling, simulation, and testing; network technology and prototype development; network security; information assurance and certification of networks; and network management. This is one of six multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. The original three-year base contract included this two-year option. Work will be performed in San Diego, California, and is expected to be complete July 10, 2021, which includes the remaining performance period of the base award. Funding will be obligated via task orders as they are issued using operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy) funds.  This contract was competitively procured with full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Six offers were received and six were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

 

Science Applications International Corp. (SAIC), McLean, Virginia, is being awarded a $14,198,631 two-year option under an indefinite-delivery/indefinite-quantity, cost reimbursement multiple award contract (N66001-16-D-0204) for technical support services for afloat, ashore and airborne networks and information systems. Support includes assessing network requirements; designing system architecture; network modeling, simulation, and testing; network technology and prototype development; network security; information assurance and certification of networks; and network management. This is one of six multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. The original three-year base contract included this two-year option. Work will be performed in San Diego, California, and is expected to be complete July 10, 2021, which includes the remaining performance period of the base award.  Funding will be obligated via task orders as they are issued using operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy) funds.  This contract was competitively procured with full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Six offers were received and six were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

 

Calnet Inc., Reston, Virginia, is being awarded a $13,768,680 two-year option under an indefinite-delivery/indefinite-quantity, cost reimbursement multiple award contract (N66001-16-D-0206) for technical support services for afloat, ashore and airborne networks and information systems. Support includes assessing network requirements; designing system architecture; network modeling, simulation, and testing; network technology and prototype development; network security; information assurance and certification of networks; and network management. This is one of six multiple-award contracts.  All awardees will have the opportunity to compete for task orders during the ordering period.  The original three-year base contract included this two-year option. Work will be performed in San Diego, California, and is expected to be complete July 10, 2021, which includes the remaining performance period of the base award.  Funding will be obligated via task orders as they are issued using operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy) funds.  This contract was competitively procured with full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website.  Six offers were received and six were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

 

Solute, San Diego, California, is being awarded a $13,695,728 two-year option under an indefinite-delivery/indefinite-quantity, cost reimbursement multiple award contract (N66001-16-D-0208) for technical support services for afloat, ashore and airborne networks and information systems. Support includes assessing network requirements; designing system architecture; network modeling, simulation, and testing; network technology and prototype development; network security; information assurance and certification of networks; and network management.  This is one of six multiple-award contracts.  All awardees will have the opportunity to compete for task orders during the ordering period.  The original three-year base contract included this two-year option. Work will be performed in San Diego, California, and is expected to be complete July 10, 2021, which includes the remaining performance period of the base award.  Funding will be obligated via task orders as they are issued using operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy) funds.  This contract was competitively procured with full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Six offers were received and six were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

 

Electric Boat Corp., Groton, Connecticut, is being awarded a $13,230,000 cost-plus-fixed-fee modification to a previously awarded contract (N00024-13-C-2128) for detail design, prototyping, and technical manual development of the Columbia Common Weapon Launcher in support of the Columbia Class Submarine Program (formerly Ohio Replacement Program).  The work will be performed in Groton, Connecticut, and is expected to be completed by September 2021.  Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $13,230,000 will be obligated at time of award and will not expire at the end of this fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

 

Booz Allen Hamilton Inc., McLean, Virginia, is being awarded a $12,427,641 two-year option under an indefinite-delivery/indefinite-quantity, cost reimbursement multiple award contract (N66001-16-D-0207) for technical support services for afloat, ashore and airborne networks and information systems.  Support includes assessing network requirements; designing system architecture; network modeling, simulation, and testing; network technology and prototype development; network security; information assurance and certification of networks; and network management.  This is one of six multiple-award contracts.  All awardees will have the opportunity to compete for task orders during the ordering period.  The original three-year base contract included this two-year option.  Work will be performed in San Diego, California, and is expected to be complete July 10, 2021, which includes the remaining performance period of the base award.  Funding will be obligated via task orders as they are issued using operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy) funds.  This contract was competitively procured with full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Six offers were received and six were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

 

Didlake Inc., Manassas, Virginia, is being awarded an $11,598,138 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-15-D-0063) to exercise option two for annual custodial services at Naval Air Station Oceana, Naval Weapons Station Yorktown, and Norfolk Naval Shipyard.  The work to be performed provides for annual custodial services, including, but not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform custodial services for office space, restrooms, and other types of rooms.  After award of this option, the total cumulative contract value will be $30,414,269.  Work will be performed at various installations in Portsmouth, Virginia (44 percent); Virginia Beach, Virginia (42 percent); and Yorktown, Virginia (14 percent).  This option period is from May 2017 to April 2018.  No funds will be obligated at time of award.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $11,246,053 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

 

DY4 Inc., Ashburn, Virginia, is being awarded an $8,966,438 indefinite-delivery/indefinite-quantity contract for procurement of nine 128 end-of-life components, one year of component storage, and 142 single board computers in support of the AN/UPX-29(V) Interrogator set for the Navy (92); and the government of Korea (50).  Work will be performed in Ontario, Canada, and is expected to be completed in April 2022.  Fiscal 2012 and 2016 shipbuilding and conversion (Navy); fiscal 2016 and 2017 other procurement (Navy); and foreign military sales funds in the amount of $1,600,544 are being obligated at the time of award, $115,956 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-D-0019).

 

DEFENSE LOGISTICS AGENCY

 

Johnson & Johnson Healthcare System, Piscataway, New Jersey, has been awarded a maximum $260,483,625 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for orthopedic products. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a one-year base contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is New Jersey, with an April 27, 2022, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-17-D-0007).

 

Physio-Control Inc., Redmond, Washington, has been awarded a maximum $28,336,500 firm-fixed-price with economic-price-adjustment contract for medical equipment, maintenance of medical equipment, and/or spare parts for medical equipment. This is a five-year contract with no option periods. This was a competitive acquisition with 126 responses received.  Location of performance is Washington, with an April 26, 2022, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-17-D-0012).

 

ARMY

 

AM General LLC, South Bend, Indiana, was awarded a $41,571,288 modification (P00027) to foreign military sales (Iraq) contract W56HZV-15-C-0155 to procure 134 M1151A1B1 and 72 M1152 High Mobility Multipurpose Wheeled Vehicles for the government of Iraq. Work will be performed in South Bend, Indiana, with an estimated completion date of Sept. 30, 2017.  Fiscal 2017 funds in the amount of $41,571,288 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Raytheon Co., Andover, Massachusetts, was awarded a $9,371,640 modification (P00002) to contract W31P4Q-17-C-0005 testing and service upgrades to the Patriot Missile Systems; this requirement includes new test equipment as well as upgrades to test equipment already existing at Letterkenny Army Depot. Work will be performed in Andover, Massachusetts, with an estimated completion date of Oct. 31, 2018. Fiscal 2017 other funds in the amount of $9,371,640 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

AIR FORCE

 

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $31,129,968 modification (P00024) to previously awarded contract FA8682-16-C-0005. Contract will provide support for Joint Air-to-Surface Standoff Missile production support, systems engineering, and tooling and test equipment. Work will be performed in Orlando, Florida, and is expected to be complete by Aug. 31, 2019. This contract consists of foreign military sales to Poland. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

 

Chromalloy Component Services Inc., San Antonio, Texas, has been awarded a $14,163,840 delivery order (FA8122-17-F-0051) to previously awarded contract FA8122-15-D-0001 for F-108 Module 13 and 15. Contractor will remanufacture F108 Low Pressure Turbine Assemblies. Work will be performed at San Antonio, Texas, and is expected to be complete by Oct. 31, 2017.  Fiscal 2017 Department of Defense working capital funds in the amount of $14,163,840 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

 

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $12,600,000 modification (P00003) to previously awarded contract FA3002-15-D-0002. Contractor will provide advanced F-16 pilot training in support of the Iraqi Air Force. Work will be performed in Tucson, Arizona, and is expected to be completed by June 27, 2019. This contract is 100 percent foreign military sales to Iraq. The Air Force Installation Contracting Agency, 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity.

 

Harris Corp., Colorado Springs, Colorado, has been awarded a $10,900,333 modification (P00738) on previously awarded contract F l 9628-02-C-0010 for system sustainment of the FPS-85 Phased Array Eglin radar which provides space situational awareness data for tracking space objects. Contractor will provide sustainment services which include weapon systems management and engineering, core sustainment for the field service teams, requirements development modeling and analysis, engineering support and technical orders support. Work will be performed at Eglin Air Force Base, Florida; and Peterson Air Force Base, Colorado, and is expected to be complete by March 31, 2018. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

 

Palo Alto Research Center Inc., Palo Alto, California, has been awarded a $7,331,193 cost share contract for common ground testing. Contractor will conduct research for explaining the learned performance capabilities of an autonomous system, the representations and processes underlying those capabilities, and the history that produced that learning. Work will be performed at Palo Alto, California, and is expected to be complete by March 30, 2021.  This award is the result of a competitive acquisition, with 62 offers received. Fiscal 2017 research, development, test, and evaluation funds in the amount of $800,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-17-C-7710).

 

*Small business