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 Some of the information contained within may be outdated and links may not function.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 3, 2017

CONTRACTS


ARMY

ABM Government Services LLC, Hopkinsville, Kentucky (W911W4-17-D-0001); CALNET Inc., Reston, Virginia (W911W4-17-D-0002); CWU Inc., Clearwater , Florida (W911W4-17-D-0003); Global Linguist Solutions LLC, Herndon, Virginia (W911W4-17-D-0004); Mid Atlantic Professionals Inc., doing business as SSI, Germantown, Maryland (W911W4-17-D-0005); Mission Essential Personnel LLC, New Albany, Ohio (W911W4-17-D-0006); SOS International LLC, Reston, Virginia (W911W4-17-D-0007); Valbin Corp., Bethesda, Maryland (W911W4-17-D-0008); and WorldWide Language Resources LLC, Fayetteville, North Carolina (W911W4-17-D-0009), will share $9,864,000,000 multiple types of contracts to procure foreign language services in support of the Defense Language Interpretation Translation Enterprise program. Bids were solicited via the Internet with 20 received. Work locations and funding will be determined with each order; with an estimated completion date of March 16, 2027. U.S. Army Intelligence and Security Command, Fort Belvoir, Virginia, is the contracting activity.

Trident Technologies LLC,* Huntsville, Alabama, was awarded a $48,000,000 firm-fixed-price contract for building, staffing, and maintaining the computer communications network in support of the research and development activities of the Engineer Research and Development Center. Bids were solicited via the Internet with three received. Work locations and funding will be determined with each order; with an estimated completion date of Feb. 28, 2022. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-17-D-0004).

S.B. Ballard, Virginia Beach, Virginia, was awarded a $28,180,683 firm-fixed-price contract for the construction of a training support facility. Bids were solicited via the Internet with five received. Work will be performed in Fort Lee, Virginia, with an estimated completion date of Aug. 27, 2018. Fiscal 2016 military construction funds in the amount of $28,180,683 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-17-C-0003).

Jacobs Government Services Co., Fort Worth, Texas, was awarded a $15,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the Internet with 19 received. Work locations and funding will be determined with each order; with an estimated completion date of March 7, 2022. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-17-D-0007).

Science Applications International Corp., McLean, Virginia, was awarded an $8,864,000 modification (000253) to contract W31P4Q-15-A-0024 for engineering and software support services. Work will be performed in McLean, Virginia, with an estimated completion date of Feb. 18, 2018. Fiscal 2017 research, development, test and evaluation funds in the amount of $8,864,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

BAE Systems Land and Armaments LP, Sterling Heights, Michigan, was awarded a $8,170,271 modification (P00024) to contract W56HZV-15-C-A001 for the armored multi-purpose vehicle prototype vehicle configuration retrofit. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Jan. 31, 2019. Fiscal 2016 research, development, test and evaluation funds in the amount of $4,120,926 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Lockheed Martin Inc., Baltimore, Maryland, has been awarded an estimated $750,000,000 fixed-price with economic-price-adjustment contract for flight line spare parts. This was a competitive acquisition with three offers received. This is a five-year base contract with a three-year and a two-year option period. Locations of performance are Georgia, Oklahoma and Utah, with a March 31, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-17-D-9006).

NAVY

BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4419); Continental Maritime of San Diego, San Diego, California (N00024-16-D-4420); and General Dynamics, National Steel and Shipbuilding Co., San Diego, California (N00024-16-D-4421), are being awarded a combined $383,058,661 firm-fixed-price modifications to previously awarded indefinite-delivery/indefinite-quantity, multiple-award contracts to exercise an option for complex, emergent and continuous maintenance, repair, modernization and Chief of Naval Operations availabilities on amphibious ships homeported in San Diego, California. Work will be performed in San Diego, California, at contractor facilities or Naval Base San Diego, and is expected to be completed by March 2018. No funding is being obligated at the time of award.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $100,443,937 cost-plus-incentive-fee and cost reimbursement modification to a previously awarded contract (N00024-15-C-6222) for procurement of Technical Insertion-16 Acoustic - Rapid-Commercial-Off-The-Shelf Insertion (A-RCI) systems, spares, and pre-cable kits.  The A-RCI Technical Insertion 16 program provides significant improvements in acoustic performance by upgrading ship sensor processing.  A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of commercial-off-the-shelf-based hardware and software.  Work will be performed in Manassas, Virginia (95 percent); and Clearwater, Florida (5 percent), and is expected to be completed by December 2022.  Fiscal 2017 shipbuilding conversion (Navy); fiscal 2017 and 2016 other procurement (Navy); and fiscal 2017 operations and maintenance (Navy) funding in the amount of $100,443,937 will be obligated at the time of award and $40,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $20,639,536 for modification P00016 to the previously awarded low-rate initial production Lot 10 F-35 Lightning II advance acquisition contract (N00019-15-C-0003).  This modification provides for airworthiness requirements, technical reviews, deficiency corrections, and chase maintenance for the Air Force, Marine Corps, Navy, non-U.S. Department of Defense (Non-U.S. DoD) participants, and foreign military sales (FMS) customers.  Work will be performed in Fort Worth, Texas (30 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); Nagoya, Japan (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in March 2020.  Fiscal 2016 aircraft procurement (Navy, Marine Corps and Air Force); non-DoD participants; and FMS funding in the amount of $20,639,536 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the Air Force ($8,462,813; 41 percent); Navy/Marine Corps ($2,115,703; 10.25 percent); non-U.S. DoD participants ($5,204,209; 25.22 percent); and FMS customers ($4,856,811; 23.53 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Vigor Marine LLC, Portland, Oregon, is being awarded a $10,268,877 firm-fixed-price contract for a 45-calendar day shipyard availability for the regular overhaul and dry docking of USNS Matthew Perry (T-AKE 9).  Work will include clean and gas-free tanks, voids, cofferdams and spaces, deckhouse preservation, main generator maintenance and cleaning, high voltage switchboard and emergency switchboard cleaning, shell and deck steel replacement, dry-docking and undocking, propeller shaft and stern tube inspect, forward and aft stern tube seal inspection and overhaul, underwater hull cleaning and painting, freeboard cleaning and painting,  sea valve replacements, renew flight deck nonskid, and reverse osmosis unit sea-chest installation.  The contract includes options which, if exercised, would bring the total contract value to $10,416,432.  Work will be performed in Portland, Oregon, and is expected to be completed by June 1, 2017.  Fiscal 2017 operations and maintenance (Navy) funds in the amount of $10,268,877 are being obligated at the time of award and funds will not expire at the end of the current fiscal year.  This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with three offers received.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-17-C-4203).

Cabrillo Enterprises, doing business as R.W. Little,* National City, California (N55236-16-D-0005); South Bay Sand Blasting and Tank Cleaning Inc.,* San Diego, California (N55236-16-D-0006); and Surface Technologies Corp.,* Atlantic Beach, Florida (N55236-16-D-0007), are each being awarded $10,000,000 for modifications of under a previously awarded indefinite-delivery/indefinite-quantity, multiple award contracts to exercise option year one for deck covering removal and non-skid installation services on board Navy ships.  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/support to accomplish deck covering removal and non-skid installation on board Navy ships within a 50-mile radius of San Diego, which may include Oceanside, California.  Work will be performed in San Diego, California, which may include Oceanside, California, and is expected to be completed by April 2018.  No funding is being obligated at the time of award.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

General Electric Aviation, Lynn, Massachusetts, is being awarded $9,228,947 for cost-plus-fixed-fee delivery order 0015 against a previously issued basic ordering agreement (N00421-14-G-0001) for the F414 Engine Component Improvement program, including engineering and engine system improvement support for the Navy.  Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2017.  Fiscal 2017 research, development, test and evaluation; and fiscal 2017 aircraft procurement (Navy) funds in the amount of $2,197,432 will be obligated at time of award, none 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.

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, is being awarded $7,800,000 for modification to a delivery order 0006 placed against a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0024) in support of the Joint Helmet Mounted Cuing System Night Vision Cueing and Display systems.  This modification definitizes the efforts associated with the inspection and repair of existing 16mm inverted image intensifier (I2) tube assemblies and the non-recurring engineering (NRE) to replace the existing tube’s power supply with a suitable form, fit, and function replacement due to a known obsolescence issue with the power supply to the I2 tubes.  Work will be performed in Merrimack, New Hampshire, and is expected to be completed in August 2018.  Fiscal 2015 and 2016 other procurement (Navy) funds in the amount of $4,581,769 are being obligated at time of award, $3,792,418 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $46,399,274 modification (PZ0001) to previously awarded contract FA8505-14-C-0004 to definitize a foreign military sales requirement providing interim contractor support for the F-15SA aircraft for the Royal Saudi Air Force. Work will be performed at King Khalid Air Base, Saudi Arabia, and is expected to be complete by March 31, 2017. This contract is 100 percent foreign military sales to Saudi Arabia. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

ECSC LLC,* Panama City, Florida, has been awarded a not-to-exceed $40,000,000 indefinite-delivery/indefinite-quantity contract for paving requirements at Nellis and Creech Air Force Bases. Contractor will provide broad range of maintenance, repair, and minor construction work on real property. Projects will consist of general paving tasks such as asphalt and Portland Concrete Cement paving, grading, drainage, curbing, sidewalks and associated tasks as ordered from a schedule of pre-priced line items on individual task orders. Work will be performed at Nellis Air Force Base, Nevada; and Creech Air Force Base, Nevada, and is expected to be complete by March 2, 2022.  This award is the result of a competitive acquisition with nine offers received. Fiscal 2017 operations and maintenance funds in the amount of $55,000 are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity (FA4861‐17‐D‐A300). 

Harris Corp., Colorado Springs, Colorado, has been awarded a $27,972,060 modification (P00763) to exercise an option on previously awarded contract F19628-02-C-0010 for System Engineering and Sustainment Integrator for Ballistic Missile Early Warning System Pave Phased Array Warning system sustainment support. Contractor will provide the sustainment posture of the systems which include field service team, mission assurance, system program agency operations, weapon system management and engineering. Work will be performed at Beale Air Force Base, California; Cape Cod Air Force Station, Massachusetts; Clear Air Force Station, Alaska; Colorado Springs, Colorado; Thule Air Force Station, Greenland; and Fylingdales Air Force Station, United Kingdom, and is expected to be complete by April 30, 2018. Fiscal 2017 operations and maintenance funds in the amount of $27,972,060 are being obligated at the time of award. Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity.

Greenland Contractors I/S, Copenhagen, Denmark, has been awarded a $25,560,000 modification (P00039) to previously awarded contract FA2523-15-C-0002 to operate and maintain Thule Air Base. Contractor support includes civil engineering; airfield and water port operations; fuels management; transportation; non-secure communications; environmental management; food services; medical and public health; supply; recreation and community services. Work will be performed at Thule Air Base, Greenland, and is expected to be complete by Sept .30, 2017. No funds are being obligated at the time of award. The 21st Contracting Squadron, Detachment 1, Copenhagen, Denmark, is the contracting activity (FA2523-15-C-0002).

Harris Corp., Colorado Springs, Colorado, has been awarded a $7,772,781 modification (P00765) to exercise an option on previously awarded contract F19628-02-C-0010 for System Engineering and Sustainment Integrator, Perimeter Acquisition Radar Attack Characterization System (PARCS) sustainment support. Contractor will maintain the sustainment posture of the PARCS systems, which includes weapon system management and engineering; systems engineering; hardware repairs and spares; and licenses and subscriptions. Work will be performed at Colorado Springs, Colorado; and Cavalier Air Force Station, North Dakota, and is expected to be complete by April 30, 2018. Fiscal 2017 operations and maintenance funds in the amount of $7,772,781 are being obligated at the time of award. Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity.

DEFENSE COMMISSARY AGENCY

Lakeside Foods, Anniston, Alabama, is being awarded an indefinite-delivery, requirements-type contract to provide fresh shell egg products for resale at 60 commissary store locations throughout the Defense Commissary Agency’s commissaries within the continental U.S..  The estimated award amount is $8,579,484.  The contractor will deliver fresh shell egg products to the store locations as needed.  The contract is for a 24 month base period beginning April 30, 2017, through April 27, 2019.  Three one-year option periods are available.  If all three option periods are exercised, the contract will be completed April 23, 2022.  Contract funds will not expire at the end of the current fiscal year.  Six firms were solicited and two offers were received.  The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch, Fort Lee, Virginia (HDEC02-17-D-0006).  

*Small business