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 Some of the information contained within may be outdated and links may not function.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 June 13, 2018

ARMY

American International Contractors Inc., Arlington, Virginia (W912ER-18-D-0004); Black and Veatch, Arlington, Virginia (W912ER-18-D-0005); and Contrack Watts International, McLean, Virginia (W912ER-18-D-0006), will compete for each order of the $50,000,000 firm-fixed-price contract for design-build, construction, or site adapt construction or renovations and repairs projects. Bids were solicited via the Internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of June 12, 2023. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY 

M&M Manufacturing LLC,* Lajas, Puerto Rico, has been awarded a maximum $25,552,591 modification (P00140) exercising the fourth one-year option period of a one-year base contract (SPE1C1-14-D-1048) with four one-year option periods for various types of Navy working uniform blouses and trousers. The modification brings the maximum dollar value of the contract to $82,243,090 from $56,690,499. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a June 15, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

DEFENSE INFORMATION SYSTEMS AGENCY 

Truestone LLC, Herndon, Virginia, was awarded a non-competitive firm-fixed-price follow-on contract for the continued operation and maintenance of a multiyear capital lease for a 25-year indefeasible right of use for a dedicated fiber pair between Guam and Kwajalein Atoll.  The face value of this action is $23,607,174 funded by fiscal 2018 research, development, test and evaluation appropriations. Primary performance will be on land and in waters between Kwajalein Atoll and Guam. The period of performance is 10 years from June 11, 2018, through June 10, 2028. The Defense Information Technology Contracting Organization - Pearl Harbor, Hawaii, is the contracting activity (HC1013‐07‐H‐0617). 

NAVY

Q.E.D. Systems Inc.,* Virginia Beach, Virginia, is awarded a $15,115,583 cost-plus-incentive fee, cost-plus-fixed fee, cost-only contract for the execution planning efforts to support West Coast, East Coast, and outside the contiguous U.S. maintenance and sustainment execution contracts for Littoral Combat Ship (LCS) class ships.   The contract also allows for the procurement of long lead time material in support of the LCS class ships’ maintenance and sustainment availabilities.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $237,602,950.  Work will be performed in San Diego, California (80 percent); and Virginia Beach, Virginia (20 percent), and is expected to be completed by June 2019. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $25,000 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 one offer received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-4312).

Teradyne Inc., North Reading, Massachusetts, is awarded an $8,472,733 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for automated test system hardware and software to test circuit card assemblies (CCA) for the Mark 41 Vertical Launch System.  The objective of the contract is to purchase a test system that can utilize legacy test program sets to read the CCAs for the MK41 VLS, producing timely and compatible test results without the need for costly redevelopment. Other deliverables include products of subscriptions to maintenance (software downloads and replacement boards), training, nominal hardware and software services to ensure that new test fixtures and test program sets will interface seamlessly with the automated test system.  Work will be performed in North Reading, Massachusetts, and is expected to be completed by June 2023.  Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $7,852 will be obligated on the first delivery order at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-18-D-4000). 

*Small Business