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 Some of the information contained within may be outdated and links may not function.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 15, 2016

 CONTRACTS

 

AIR FORCE

 

The Boeing Co., Seattle, Washington, has been awarded a $127,300,000 modification to previously awarded contract FA8625-16-C-6599 for Presidential Aircraft Recapitalization (PAR) program, phase 2 pre-milestone B activities. This modification is another step in a deliberate process to control program risk and life-cycle costs. The contractor will conduct risk reduction activities needed to address PAR sustainment requirements and costs that are additional to those initially awarded on Jan. 29, 2016. These activities will most notably focus on the system specification, the environmental control system, the aircraft interior, the electrical and power system and sustainment and maintenance approaches. They will aid in further defining detailed requirements and design trade-offs required to support informed decisions that will lead to a lower risk engineering and manufacturing development program and lower life-cycle costs. Work will be performed at Seattle, Washington; and Everett, Washington, and is expected to be complete by Jan. 31, 2018. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $56,239,977 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

Technica Corp., Dulles, Virginia,* has been awarded a $40,825,603 task order (FA8732-14-D-0015-X001) using the NETCENTS-2 NetOps and Infrastructure Solutions indefinite delivery/indefinite-quantity contract for information technology services.  The award, supporting the Air Force National Capital Region, includes four one-year options that if exercised would bring the total contract value to $224,402,153. Work will be performed at Joint Base Andrews, Maryland; Joint Base Anacostia-Bolling, Washington, District of Colombia, the Pentagon, Washington, District of Colombia; National Military Command Center, Washington, District of Columbia; and other Air Force organizations within the National Capital Region. Services for the base year will last between Aug. 1, 2016 and July 31, 2017. This award is the result of a competitive acquisition in which 11 offers were received. Fiscal 2016 operations and maintenance funds in the amount of $40,825,603 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity.

 

BAE Systems Information and Electronic Systems Integration, Technology Solutions-Advanced Information Technologies, Burlington, Massachusetts, has been awarded a $9,402,650 cost-plus-fixed-fee contract for software and reports. The contractor will provide development and integration of latest advancements in machine learning that prove beneficial for the objectives of this effort; architectural enhancements that increase the flexibility and agility of applying analytics to solve space situational awareness problems, and take full advantage of high performance computing capabilities and multiple forms of visualization of the reasoning performed by the analytics involved in this effort. This includes demonstration of new capabilities over three year-long spirals which progressively demonstrate detection of increasingly complex scenarios and improved detection and prediction capabilities. Work will be performed at Burlington, Massachusetts; and Arlington, Virginia, and is expected to be complete by July 15, 2019. This award is the result of a competitive acquisition with two offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $868,750 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0095).

 

ARMY

 

Longbow LLC, Orlando, Florida, was awarded a $20,790,247 modification (P00006) to contract W58RGZ-15-C-0078 for version six software integration effort; radar electronic unit full-rate production lots 5-6b awarded as an unpriced change order.  Work will be performed in Orlando, Florida, with an estimated completion date of Oct. 31, 2017.  Fiscal 2014 other funds in the amount of $10,395,124 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

 

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $15,630,000 modification (P00005) to contract W56HZV-16-D-0035 to refurbish 107 Stryker vehicles with an estimated completion date of July 17, 2017.  Funding and work location will be determined with each order.  Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Logistics and Technology Services*, Huntsville, Alabama, was awarded an $8,822,756 firm-fixed-price contract for municipal services for region one Arkansas and Oklahoma, to include, but not limited to, janitorial services, such as space cleaning, floor care, restroom services, pest control services, ground maintenance services, and environmental services.  Bids were solicited via the Internet with five received.  Work will be performed at locations to be determined with an estimated completion date of July 14, 2019.  Funding will be determined with each order.  Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-16-D-0018).

 

Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded an $8,022,000 firm-fixed-price contract for beach fill nourishment, Rehoboth Beach and Dewey Beach, Delaware.  Bids were solicited via the Internet with two received.  Work will be performed in Rehoboth, Delaware, with an estimated completion date of Feb. 26, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,203,426; and fiscal 2016 other funds in the amount of $818,574 were obligated at the time of the award.  Army Corp of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-16-C-0033).

 

World Wide Technology Inc., Maryland Heights, Maryland, was awarded a $7,980,851 firm-fixed-price contract for purchase of data storage hardware, software, maintenance, and professional implementation services to replace the obsolete data storage items at all affected Army Corps of Engineer locations.  Bids were solicited via the Internet with six received.  Work will be performed in Maryland Heights, Maryland, with an estimated completion date of March 31, 2017.  Fiscal 2016 other funds in the amount of $7,980,851 were obligated at the time of the award.  . Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W52P1J-16-D-0016).

 

NAVY

 

Electric Boat Corp., Groton, Connecticut, is being awarded an $18,952,000 not-to-exceed, undefinitized contract action against a previously awarded contract (N00024-10-C-2118) for procuring Virginia Payload Module (VPM) payload tube supplier preproduction effort.  The contractor will be procuring two vendor payload tube preproduction setups to support the manufacturing start of the VPM payload tubes. The work will be performed in Groton, Connecticut, and is scheduled to be completed by July 2018.  Fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $6,758,000 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.

 

FLIR Surveillance Inc., Wilsonville, Oregon, is being awarded a $13,346,312 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electro-optics sensor (EOS) systems for both Sea Star Safire III and Brite Star II systems.  The services under this contract cover provision item ordering spares, repairs, field repair, technical assists, travel, training, and data. The Sea Star Safire III EOS system is a rugged and ship mountable system to provide surface ships with a day/night, high-resolution, infrared and visible band imaging capability, as well as rangefinding capability, to augment existing optical and radar sensors for the purpose of detecting and identifying asymmetric threats.  The Brite Star II EOS system functions as the fire control system for the Patrol Coastal Griffin Missile System.  It uses infrared and charged coupler device cameras to detect, identify, and track targets.  Brite Star II uses a laser range finder to determine the distance and position of the target and provides terminal guidance to the launched Griffin Missile seeker head with a laser designator.  Work will be performed in Wilsonville, Oregon, and is expected to be completed by July 2021.  Fiscal 2016 working capital fund (Navy) in the amount of $900 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-16-D-JQ96). 

 

*Small business