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 Some of the information contained within may be outdated and links may not function.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 29, 2016

CONTRACTS

 

AIR FORCE

 

Raytheon Co. - Missile Systems, Tucson, Arizona, has been awarded an $118,526,926 firm-fixed-price contract for Lot 9 Miniature Air Launched Decoy Jammer vehicles and support equipment. Work will be performed in Tucson, Arizona, and is expected to be complete by June 30, 2020. This award is the result of a sole-source acquisition. Fiscal 2016 procurement; and operations and maintenance funds in the amount of $118,526,926 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin AFB, Florida, is the contracting activity (FA8682-16-C-0004).

 

Lockheed Martin Corp., Lockheed Martin Space Systems Company, King of Prussia, Pennsylvania, has been awarded a $50,247,984, firm-fixed-priced, contract for the production and delivery of reentry field support equipment. The contractor will provide for production produce and delivery of seven Reentry Field Support Equipment sets and four sets of support equipment, provide interim contractor support, and if necessary, perform design requalification and/or recertification. Work will be performed in King of Prussia, Pennsylvania, and is expected to be complete by March 31, 2020. This award is the result of a competitive acquisition, and two offers were received. Fiscal 2015 and 2016 missile procurement funds in the amount of $48,372,614 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-16-C-0009).

 

Infinite Energy Construction Inc., - doing business as Progress Electric; Kansas City, Missouri, has been awarded a not-to-exceed $45,000,000 indefinite-delivery/ indefinite-quantity for simplified acquisition of base engineering requirements. Contractor will provide all management, labor, material, equipment, transportation, supervision and minor designs to accomplish simultaneous projects for a broad range of maintenance, repair and minor construction work on real property. The government requires expeditious response and efficient management of the heavy volume of task orders placed against the Simplified Acquisition of Base Engineering Requirements contract.  Facilities include, but are not limited to, airfield support, research and development, waterfront, medical, academic, secure areas, infrastructure, administrative, institutional, pavements, industrial, etc. Work will be performed at Joint Base Charleston, South Carolina, and is expected to be complete by June 28, 2021. This award is the result of a competitive acquisition with 10 offers received. Fiscal 2016 operations and maintenance funds in the amount of $1,000 are being obligated at the time of award. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-16-D-0002).

 

Lockheed Martin Corp., Lockheed Martin Mission Systems and Training, Orlando, Florida, has been awarded a $7,027,343 modification (P00005) to exercise an option on previously awarded contract FA8519-13-D-0003 for sustainment of the Common Organizational Level Tester. Work will be performed at Orlando, Florida, and is expected to be complete by Sept. 29, 2017.  No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

 

ARMY

 

Torch Technologies Inc.,* Huntsville, Alabama, was awarded a $85,339,100 modification (P00018) to contract W31P4Q-14-D-0017 for continued support for missile modeling simulation, hardware-in-the-loop and prototype development facilities with an estimated completion date of March 3, 2019. Funding and work location will be determined with each order. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Thalle Construction Co. Inc., N. Hillsborough, North Carolina, was awarded a $42,972,545 contract for a roller compacted concrete reinforcing berm, downstream of the Center Hill Auxiliary Dam, to reduce the risk of a catastrophic failure of the auxiliary dam.  Bids were solicited via the Internet with six received. Work will be performed in Lancaster, Tennessee with an estimated completion date of Jan. 25, 2019.  Fiscal 2016 other procurement funds in the amount of $8,000,000 were obligated at the time of the award.  Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-16-C-0001).

 

D Square & Au Authum Ki JV, Tucson, Arizona was awarded a $14,757,314 firm-fixed-price contract with options for construction of the Guardian Angel Squadron operations facility at Davis-Monthan Air Force Base, Arizona, with an estimated completion date of Feb. 28, 2018.  Bids were solicited via the Internet with two received.  Fiscal 2016 military construction funds in the amount of $14,757,314 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0014).

 

Booze Allen Hamilton Inc., McLean, Virginia, was awarded a $11,562,841 modification (P00019) to contract W15QKN-14-C-0032 for systems engineering and technical assistance to the Program Executive Office Enterprise Information Systems Project Management Office Integrated Personnel and Pay System-Army.  Work will be performed in McLean, Virginia, with an estimated completion date of Dec. 31, 2016.  Fiscal 2016 research, development, testing, and evaluation funds in the amount of $ 11,552,841 were obligated at the time of the award.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

 

Raytheon, Andover, Massachusetts, was awarded an $11,140,001 modification (P00020) to contract W31P4Q-12-C-0238 for depot level diagnostics and repair of major PATRIOT missile system items. Work will be performed in Andover, Massachusetts; Ft. Sill, Oklahoma; Ft. Bragg, North Carolina; Ft.  Hood, Texas; Ft. Bliss/El Paso, Texas; Korea; Japan; United Arab Emirates; Bahrain; Qatar; Kuwait; Germany, and Turkey with an estimated completion date of Jan. 31, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $11,140,001 were obligated at the time of the award.  Army Redstone Arsenal, Alabama, is the contracting activity.

 

Oneida Total Integrated Enterprises LLC,* Milwaukee, Wisconsin, was awarded a $8,482,805 firm-fixed-price contract for Pentolite Road red water ponds, remedial action, remediation of contaminated soil, Plum Brook Ordnance Works.  One bid was solicited with one received. Work will be performed in Sandusky, Ohio, with an estimated completion date of May 31, 2019.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $8,482,805 were obligated at the time of the award.  Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-16-C-0003).

 

Mission Essential Personnel LLC, New Albany, Ohio, was awarded a $8,788,091 firm-fixed-price-level of effort undefinitized contract for the coordination, planning, and execution of intelligence collection operations U.S. Forces - Afghanistan.  One bid was solicited with one received. Work will be performed in Afghanistan, with an estimated completion date of Dec. 28, 2016.  Fiscal 2016 other procurement funds in the amount of $4,394,045 were obligated at the time of the award.  Army Intelligence and Security Command, Ft. Belvoir, Virginia, is the contracting activity (W911W4-16-C-0007).

 

U.S. SPECIAL OPERATIONS COMMAND

 

AAI Corporation, Hunt Valley, Maryland, has been awarded a one-year indefinite-delivery/indefinite-quantity contract ( H92222-16-D-0032) for mid-endurance unmanned aircraft systems, intelligence, surveillance, and reconnaissance services. The services will be provided worldwide, as specified in individual task orders. The period of performance is 12-months (six-month base period with two, three-month options).  This is a sole source requirement and was issued under the authority 10 U.S.Code 2304(c) (1), only one responsible source and no other supplies or services will satisfy agency requirements, as implemented by Federal Acquisition Regulation (FAR) 6.302-1. Justification and Approval (J&A) Number 16-880 was signed on March 16, 2016. Fiscal 2016 operations and maintenance funds in the amount of $35,000,000 are being obligated at time of award.  This contract is necessary to prevent interruption of ongoing services at multiple locations worldwide until a follow-on contract can be competitively awarded. This award action includes both firm-fixed-price and cost reimbursable line items. The redacted J&A will be posted to Federal Business Opportunities in accordance with FAR 6.305. Special Operations Command, Tampa, Florida, is the contracting activity.

 

WASHINGTON HEADQUARTERS SERVICES

 

The Boston Consulting Group, Bethesda, Maryland, is being awarded a firm-fixed-price contract for $8,147,343 in order to provide for subject matter expertise and analysis which will assist the Department of Defense (DoD) with the implementation of policies, procedures, and systems that will increase the effectiveness of DoD's cost management across all business lines.  Work performance will take place at the Pentagon in Arlington, Virginia. The expected completion date is April 25, 2017. Operations and maintenance funds in the amount of $8,147,343 are being obligated at time of the award. Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-16-A-0003).

 

NAVY

 

4 Star Technologies Inc.,* Virginia Beach, Virginia (N65236-16-D-4800); Atlantic Diving Supply Inc.,* Virginia Beach, Virginia (N65236-16-D-4801); Advanced Computer Concepts,* McLean, Virginia (N65236-16-D-4802); Blue Tech Inc.,* San Diego, California (N65236-16-D-4803); CDW Government LLC, Vernon Hills, Illinois (N65236-16-D-4804); CounterTrade Products Inc.,* Arvada, Colorado (N65236-16-D-4805); FCN Inc.,* Rockville, Maryland (N65236-16-D-4806); Global Technology Resources Inc.,* Denver, Colorado (N65236-16-D-4807); iGov Technologies Inc.,* Reston, Virginia (N65236-16-D-4808); M2 Technology Inc.,* San Antonio, Texas (N65236-16-D-4809); Marshall Communications Inc,.* Ashburn, Virginia (N65236-16-D-4810); MicroTechnologies LLC.,* Vienna, Virginia (N65236-16-D-4811); NCS Technologies Inc.,* Gainesville, Virginia (N65236-16-D-4812); New Tech Solutions Inc.,* Fremont, California (N65236-16-D-4813); Presidio Networked Solutions Inc., Fulton, Maryland (N65236-16-D-4814); Red River Computer Co. Inc.,* Claremont, New Hampshire (N65236-16-D-4815); Science Applications International Corp., McLean, Virginia (N65236-16-D-4816); Scientific Research Corp., Atlanta, Georgia (N65236-16-D-4817); Sterling Computers Corp.,* Dakota Dunes, South Dakota (N65236-16-D-4818); Unistar-Sparco Computers Inc.,* Millington, Tennessee (N65236-16-D-4819); and Walker & Associates Inc.,* Welcome, North Carolina (N65236-16-D-4820), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, supply multiple award contract.  Each contractor will be awarded $1,190 at the time of award.  The maximum dollar value including the base and option years for all 21 contracts combined is an estimated $750,000,000.  The work to be performed provides for the procurement of commercial-off-the-shelf, Command and Control (C2) equipment and related support services primarily for the Department of the Navy; although nominal support of other Department of Defense and civilian federal agencies will be accomplished as the mission allows. C2 equipment consists of items such as video systems, imagery systems, global positioning system equipment, intelligence support systems, intercom systems, tactical displays, tactical processors, tactical workstations, etc.  Work will be worldwide, and is expected to be completed by June 2017.  If all options are exercised, work could continue until June 2021.  Fiscal 2016 working capital funds (Navy) in the amount of $25,000 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 28 offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

 

Munilla Construction Management LLC, Miami, Florida, is being awarded a $63,028,574 firm-fixed-price contract for the consolidation and replacement of W.T. Sampson School which includes construction of a pre-kindergarten through 12th grade elementary-middle-high school at Naval Air Station Guantanamo Bay, Cuba.  The contract also contains one planned modification, which if issued would increase cumulative contract value to $66,178,574.  Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by November 2018.  Fiscal 2015 military construction (Defense-Wide, Department of Defense Education Activity) contract funds in the amount of $63,028,574 are obligated on this 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 two proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-16-C-1612).

 

Lockheed Martin Corp., Owego, New York, is being awarded a $40,382,466 cost-plus-incentive-fee delivery order 4019, against a previously issued basic ordering agreement (N00019-14-G-0019), for non-recurring engineering efforts in support of the MH-60R aircraft for the integration of software product improvement.  These services are in support of the U.S. Navy and the Government of Australia.  Work will be performed in Owego, New York, and is expected to be completed by June 2018.  Fiscal 2016 aircraft procurement (Navy) and foreign military sales funds in the amount of $40,382,466 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($35,382,466; 87.6 percent); and the Government of Australia ($5,000,000; 12.4 percent), under the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Exelis Inc., Van Nuys, California, is being awarded a $24,371,236 fixed-price-incentive modification to previously awarded contract (N00024-15-C-5346) to exercise an option to build, test, and deliver four fiscal 2016 AN/SPS-48G radar modification kits.  Work will be performed in Van Nuys, California (42 percent); Oxnard, California (21 percent); Johnstown, Pennsylvania (16 percent); Irvine, California (5 percent); Simi Valley, California (4 percent); Camarillo, California (2 percent); Manteca, California (2 percent); Huntsville, Alabama (1 percent); Beverly, Massachusetts (1 percent); Chandler, Arizona (1 percent); Phoenix, Arizona (1 percent); and other (4 percent) and is expected to be completed by May 2019.  Fiscal 2016 other procurement (Navy) and fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $24,371,236 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.

 

The Boeing Co., Seattle, Washington, is being awarded $18,116,915 for cost-plus-fixed-fee delivery order 2006 against a previously issued basic ordering agreement (N00019-11-G-0001).  This order provides for the supplies and services required to update the flight management computer system software and air data inertial reference magnetic variation tables for the P-8A aircraft.  The Automatic Dependent Surveillance – Broadcast Out functionality is a Communications, Navigation, Surveillance/Air Traffic Management requirement that is required for aircraft to access civil airspace and the U.S. National Airspace System beyond Jan. 1, 2020.  Work will be performed in Grand Rapids, Michigan (50 percent); Seattle, Washington (39 percent); and Morristown, New Jersey (11 percent), and is expected to be completed in March 2019.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $18,116,915 are being obligated on this 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.  

 

CB&I Federal Services LLC, Baton Rouge, Louisiana, is being awarded $14,610,276 for firm-fixed-price task order FZN1 under a previously awarded multiple award construction contract (N39430-15-D-1632) for fuel tanks closure at Defense Fuel Support Point San Pedro.  The work to be performed under North American Industry Code System 237120, provides for the closure of 20 large cast in place concrete underground storage tanks (UST’s), six large steel UST’s (2,100,000 gallon capacity each), and one small steel UST (567,000 gallon capacity).  Each tank will have appurtenances removed, filled with a cellular concrete flowable fill, and abandoned in place.  The underground pipelines will be permanently disconnected, filled with the foamcrete mixture, flanged, and abandoned in place. The valve pits associated with the tanks and pipelines will have all contents removed, the piping flanged, and the pits filled with the foamcrete mixture.  The seven pumphouses will have contents removed, piping flanged, and facility demolished or filled with foamcrete mixture.  The multiproduct lines associated with the seven pumphouses will be emptied, cleaned, and filled with foamcrete.  A vegetative ground cover will be reestablished with in kind indigenous plants and grass in areas impacted by abandonment operations.  Work will be performed in San Pedro, California, and is expected to be completed by March 2019.  Fiscal 2016 Navy working capital contract funds in the amount of $14,610,276 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.

 

BAE Systems Spectral Solutions LLC, Honolulu, Hawaii, is being awarded a $9,515,068 cost reimbursement contract for the soil-penetrating airborne reconnaissance for threat assessment and neutralization.  BAE Systems Spectral Solutions LLC, shall design, build, and demonstrate an airborne prototype to detect buried mines/improvised explosive device from an altitude of up to 2000 feet.  The total cumulative value of this contract is $12,515,068 if all options are exercised.  Work will be the performed in Honolulu, Hawaii, and work is expected to be completed June 21, 2018.  If all options are exercised, work will continue through December 28, 2020.  Fiscal 2015 research development, test and evaluation funds in the amount of $500,000 will be obligated at the time of award and the funds will expire at end of current fiscal year.  This contract was competitively procured under N00014-16-R-BA01 entitled Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.  Since proposals will be received throughout the year under the Long Range BAA, the number of proposals received in response to the solicitation is unknown.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-16-C-3039).

 

Austal USA, Mobile, Alabama, is being awarded an $11,239,032 cost-plus-fixed-fee delivery order modification against the previously awarded basic ordering agreement (N00024-15-G-2304) to provide emergent availability planning and execution for full ship shock trials support (FSST) for the Littoral Combat Ship USS Jackson (LCS-6). Austal USA will provide advance planning and accomplishment in support of in-between shot repairs during the FSST event; and the FSST repair period including work specifications and execution to correct damage sustained during the FSST event and FSST instrumentation removal.  Work will be performed in Mayport, Florida (80 percent); San Diego, California (10 percent); and Mobile, Alabama (10 percent), and is expected to be completed by December 2016.  Fiscal 2015 and 2016 research, development, test and evaluation (Navy) in the amount of $11,180,045 will be obligated at time of award, with $6,095,381 expiring at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

 

Mechanical Enterprises Inc.,* Honolulu, Hawaii, is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for various mechanical, fire protection and other projects in the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR).  The work to be performed provides for design and engineering services for mechanical and fire protection projects which include, but are not limited to, maintenance, repair, alteration, design-build and design-bid-build construction, Leadership in Energy and Environmental Design certification, engineering investigation/study, building commissioning, building retro-commissioning, consultation, design charrette, functional analysis concept development, Department of Defense Form 1391 document preparation and post construction award services including Title II inspection services.  No task orders are being issued at this time.  Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AOR.  The term of the contract is not to exceed 60 months, with an expected completion date of June 2021.  Navy working capital contract funds in the amount of $10,000 are being obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by operations and maintenance, (Navy and Marine Corps) and Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (N62478-16-D-5023).

 

Centerra Group LLC, Palm Beach Gardens, Florida, is being awarded a $6,541,550 indefinite-delivery/indefinite-quantity contract for base operating support services at military and civilian installations in the Republic of Singapore.  The work to be performed provides for general management and administration services; air operations (airfield facilities and passenger terminal and cargo handling); operations support supply (material management); housing (family housing and unaccompanied housing); facilities support (facility management, facility investment, custodial, pest control, integrated solid waste management, other (swimming pool), and grounds maintenance and landscaping); utilities (water); base support vehicles and equipment; and environmental.  The maximum dollar value including the base period, seven option years and a six-month extension of services period is $72,185,337.  Work will be performed in the Republic of Singapore and is expected to be completed by September 2024.  No funds will be obligated at time of award.  Fiscal 2016 operations and maintenance (Navy and Air Force); and fiscal 2016 non-appropriated contract funds in the amount of $6,855,815 for recurring work will be obligated on individual task orders issued during the base period; of which $5,381,193 will expire at the end of the current fiscal year and $1,474,622 is subject to the availability of funds for the next fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-16-D-3600).

 

*Small business