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 Some of the information contained within may be outdated and links may not function.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 Oct. 26, 2017

CONTRACTS

 

DEFENSE LOGISTICS AGENCY

 

Brad Hall & Associates, Idaho Falls, Idaho (SPE605-18-D-4004, $168,766,790); Carrol Independent Fuel LLC,* Baltimore, Maryland (SPE605-18-D-4005, $25,150,003); Dime Oil Co.,* Waterbury, Connecticut (SPE605-18-D-4007, $21,108,178); Mansfield Oil Co.,* Gainesville, Georgia (SPE605-18-D-4015, $10,856,619); Mid-Atlantic Cooperative Solutions Inc., doing business as Aero Energy,* New Oxford, Pennsylvania (SPE605-18-D-4017, $9,527,776); Troy Co.,* Seattle, Washington (SPE605-18-D-4028, $8,700,091); and APEX Petroleum Corp.,* Largo, Maryland (SPE605-18-D-4001, $7,702,775), have each been awarded a fixed-price with economic-price-adjustment, requirements type contract under solicitation SPE600-17-R-0210 for various types of fuel. These were competitive acquisitions with 38 offers received. These are five-year contracts with a 31-day carryover. Locations of performance are Idaho, Connecticut, Georgia, Pennsylvania, Washington, Indiana, Kentucky, Maryland, Ohio, Tennessee, Virginia, West Virginia, and Washington, District of Columbia, with an Aug. 31, 2022, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.  (Awarded Oct. 13, 2017)

 

Fannon Petroleum Services,* Gainesville, Virginia, (SPE605-18-D-4009), $75,613,980 and PAPCO, Inc.,* Virginia Beach, Virginia, (SPE605-18-D-4018), $60,260,048 have each been awarded a fixed-price with economic-price-adjustment, requirements type contract under solicitation SPE600-17-R-0210 for various types of fuel. These were competitive acquisitions with 38 offers received. These are five-year contracts with a 31-day carryover. Locations of performance are Indiana, Kentucky, Maryland, Ohio, Tennessee, Virginia, West Virginia, and Washington, D.C., with an Aug. 31, 2022, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.  (Awarded Oct. 14, 2017)

 

DES Wholesale, doing business as Diversified Energy,* Milton, Georgia (SPE605-18-D-4006, $54,367,383); and Petroleum Traders Corp.,* Fort Wayne, Indiana (SPE605-18-D-4019, $38,243,936), have each been awarded a fixed-price with economic-price-adjustment, requirements type contract under solicitation SPE600-17-R-0210 for various types of fuel. These were competitive acquisitions with 38 offers received. These are five-year contracts with a 31-day carryover. Locations of performance are Georgia, Indiana, Kentucky, Maryland, Ohio, Tennessee, Virginia, West Virginia, and Washington, District of Columbia, with an Aug. 31, 2022, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.  (Awarded Oct. 18, 2017)

 

Lykins Oil Co., Milford, Ohio (SPE605-18-D-4014, $24,577,533); and Tri-gas & Oil Co.,* Federalsburg, Maryland (SPE605-18-D-4027, $18,361,080), have each been awarded a fixed-price with economic-price-adjustment, requirements type contract under solicitation SPE600-17-R-0210 for various types of fuel. These were competitive acquisitions with 38 offers received. These are five-year contracts with a 31-day carryover. Locations of performance are Indiana, Kentucky, Maryland, Ohio, Tennessee, Virginia, West Virginia, and Washington, District of Columbia, with an Aug. 31, 2022, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded Oct. 16, 2017)

 

ARMY

 

Great Lakes Dredge and Dock Co. LLC, Oak Brook, Illinois, was awarded a $213,295,500 firm-fixed-price contract for Charleston entrance channel maintenance and dredging. Bids were solicited via the Internet with two received. Work will be performed in North Charleston, South Carolina, with an estimated completion date of March 31, 2021. Fiscal 2018 federal operations and maintenance; federal construction general; and non-federal funds in the combined amount of $213,295,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-18-C-0001).

 

PowerSecure Inc., Wake Forest, North Carolina, was awarded a $38,619,610 modification (00001P) to contract W912EP-18-C-0003 to repair and restore the electric power grid in Puerto Rico. Work will be performed in San Juan, Puerto Rico, with an estimated completion date of Dec. 31, 2017. Fiscal 2018 civil works funds in the amount of $38,619,610 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity.

 

Orbital Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $7,519,608 firm-fixed-price contract for M830A1 high explosive anti-tank multi-purpose with tracer cartridge recapitalization. Bids were solicited via the Internet with two received. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Aug. 30, 2019. Fiscal 2017 other procurement (Army) funds in the amount of $7,519,608 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W52P1J-18-C-0005).

 

City of Aberdeen, Aberdeen, Maryland, was awarded a $7,161,596 modification (P00091) to contract DAAD05-99-C-0008 for water and wastewater utility cost of service for Aberdeen Proving Ground, Maryland. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 30, 2018. Fiscal 2018 operations and maintenance (Army) funds in the amount of $902,887 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

 

NAVY

 

Burns & McDonnell Engineering Co., Kansas City, Missouri, is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for multi-discipline architect-engineering services in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR).  The work to be performed provides for comprehensive architect-engineering services required for planning, design, and construction services in support of new construction, repair, replacement, demolition, alteration, and/or improvement of Navy and other governmental facilities.  Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection, and interior design.  Task order 0001 is being awarded at $487,972 for design services in support of the flightline utility modernization project at Cherry Point, North Carolina.  Work for this task order is expected to be completed by January 2018.  All work on this contract will be performed at various Navy facilities and other government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to, North Carolina (75 percent); South Carolina (25 percent); Georgia (20 percent); and other areas within the AOR (5 percent).  The term of the contract is not to exceed 60 months with an expected completion date of September 2022.  Fiscal 2017 military construction (Navy) contract funds in the amount of $487,972 are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 15 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-0060).

 

CFM International, Chester, Ohio, is being awarded $12,466,506 for modification P00002 to a previously awarded firm-fixed price contract (N00019-17-C-0064) to exercise an option for the procurement one CFM56-7B27AE engine for the P-8 Poseidon aircraft.  Work will be performed in Villaroche, France (55 percent); and Durham, North Carolina (45 percent) and is expected to be completed in September 2018.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,466,506 will be obligated at time of 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

 

Cubic Global Defense, San Diego, California, is being awarded an $11,563,871 firm-fixed price contract for Marine Air-Ground Task Force (MAGTF) Training Systems Support (MTSS), managed by Program Manager Training Systems, Orlando, Florida.  MTSS provides pre-deployment training to Marine Corps operating forces within a joint and combined environment to improve Marine Corps warfighting skills. Realistic computer-based simulation training; command, control, computers, communications, intelligence, surveillance, and reconnaissance training; combined arms staff trainer training; MAGTF tactical warfare simulation; and deployable virtual training environment for individual Marines through senior Marine Corps commanders and their battle staffs is provided at multiple continental U.S. and outside continental U.S. sites.  The work will be performed at Quantico, Virginia (55 percent); Camp Pendleton, California (10 percent); Camp Lejeune, North Carolina (15 percent); Twentynine Palms, California (10 percent); and Okinawa, Japan (10 percent), and work is expected to be completed April 2018.  Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $11,563,871 will be obligated at the time of award and funds will expire at the end of the current fiscal year.  This contract was procured on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1(a) (2)(iii)(B).  The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-18-C-7801). 

 

Wolf Creek Federal Services Inc.,* Anchorage, Alaska, is being awarded a $9,834,297 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40192-14-D-9000) to exercise option four for base operations support services at various installations in the Naval Facilities Engineering Command Marianas area of responsibility.  The work to be performed provides for management and housing operations to maintain and repair family housing units, unaccompanied housing units, and provide any services, maintenance and change of occupancy maintenance in both vacant and occupied family housing units and unaccompanied housing units to include management, supervision, quality control, labor, tools, equipment, material, supplies, incidental engineering, and transportation necessary.  After award of this option, the total cumulative contract value will be $131,015,929.  Work will be performed in Santa Rita, Guam (60 percent); and Yigo, Guam (40 percent), and is expected to be completed by October 2018.  No funds will be obligated at the time of award.  Fiscal 2018 family housing operation and maintenance (Navy); fiscal 2018 quarter operations (Navy); and fiscal 2018 sustainment (Navy) contract funds in the amount of $9,834,297 will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

 

AIR FORCE

 

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $21,097,084 modification (P00043) for advanced extremely high frequency satellite vehicle 5 and 6 implementing satellite vehicle 6 operational resiliency and satellite vehicle 5/6 atlas 551 capability.  Work will be performed in Sunnyvale, California, and is expected to be completed by June 30, 2021.  Fiscal 2017 missile procurement funds in the amount of $21,097,084 is being obligated at the time of award.  Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8808-12-C-0010).

 

*Small Business