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 Some of the information contained within may be outdated and links may not function.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 18, 2018

ARMY

Harris Corp., Lynchburg, Virginia (W52P2J-18-D-0008); Motorola Solutions Inc., Linthicum Heights, Maryland (W52P1J-18-D-0009); Icom America Inc., Kirkland, Washington (W52P1J-18-D-0010); E.F. Johnson Co., Irving, Texas (W52P1J-18-D-0011); and Relm Communications Inc.,* Melbourne, Florida (W52P1J-18-D-0012), will compete for each order of the $495,000,000 firm-fixed-price contract for land mobile radio supplies and services. Bids were solicited via the Internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of June 17, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

NAVY

Orion Construction Corp., Vista, California (N62473-18-D-5860); Bilbro Construction Co., Inc.,* Escondido, California (N62473-18-D-5861); Reyes Construction Inc., Pomona, California (N62473-18-D-5862); M.A. Mortenson Co. doing business as Mortenson Construction, Minneapolis, Minnesota (N62473-18-D-5863); Baldi Bros., Inc.,* Beaumont, California (N62473-18-D-5864); Granite Construction Co., Watsonville, California (N62473-18-D-5865); and Hal Hays Construction Inc., Riverside, California (N62473-18-D-5866), are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, renovation, and repair of various heavy horizontal and civil engineering construction projects at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico.  The maximum dollar value including the base period and four option years for all seven contracts combined is $249,000,000.  Types of projects may include, but are not limited to outdoor shooting and combat training ranges and terrains; canals, channels, dams, and embankments; erosion control and stormwater management; earthwork and grading; landfills; ammunition magazines; irrigation and landscaping; recreational fields and parks; and tunneling and horizontal directional drilling.  Work will be performed at various government installations within the Naval Facilities Engineering Command, Southwest area of responsibility including, but not limited to California (90 percent), Arizona (6 percent), Nevada (1 percent), Utah (1 percent), Colorado (1 percent), and New Mexico (1 percent).  The terms of the contracts are not to exceed 60 months, with an expected completion date of June 2023.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $35,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and working capital funds (Navy).  This contract was competitively procured as a full and open unrestricted procurement with two or more reserves for highly qualified small businesses via the Navy Electronic Commerce Online website, with 18 proposals received.  The two reserves were met by award to Bilbro Construction Co. Inc.; and Baldi Bros. Inc.  These seven contractors may compete for task orders under the terms and conditions of the awarded contracts.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

General Dynamics Electric Boat, Groton, Connecticut, is awarded a $225,000,000 cost-plus-fixed-fee modification to a previously awarded contract (N00024-17-C-2100) for economic ordering quantity material associated with the fiscal 2019 through fiscal 2023 Virginia class submarines (SSNs 802 – 811).  Work will be performed in Spring Grove, Illinois (21 percent); Bethlehem, Pennsylvania (11 percent); Jacksonville, Florida (4 percent); Tacoma, Washington (4 percent); York, Pennsylvania (3 percent); Warren, Massachusetts (3 percent); Florence, New Jersey (3 percent); Sunnyvale, California (3 percent); Metamora, Ohio (3 percent); Philadelphia, Pennsylvania (2 percent); Newport News, Virginia (2 percent); Tampa, Florida (2 percent); San Diego, California (2 percent); Cleveland, Ohio (2 percent); Orrville Ohio, (2 percent); Braintree, Massachusetts (1 percent); Milwaukee, Wisconsin (1 percent); Long Beach, California (1 percent); Groton, Connecticut (1 percent); Monroe, North Carolina (1 percent); Montville, New Jersey (1 percent); Portsmouth, New Hampshire (1 percent); Westfield, Massachusetts (1 percent); Long Beach, California (1 percent); North Hampton, Massachusetts (1 percent); North Branford, Connecticut (1 percent); Salem, Ohio (1 percent), and other efforts performed at various sites throughout the U.S. (21 percent).  Work is expected to be completed January 2019.  Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $225,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The statutory authority for this sole-source award is 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity.

MACRO Industries,* Huntsville, Alabama, is awarded a $20,475,867 fixed-price indefinite-delivery/indefinite-quantity contract for the procurement of up to 200 Ballistic Protection System panel sets, as well as single floor spares for the V-22 aircraft.  Work will be performed in Huntsville, Alabama, and is expected to be completed in June 2023.  Fiscal 2016 and 2017 aircraft procurement (Navy) funds in the amount of $7,143,632 will be obligated at time of award; $4,247,565 of which will expire at the end of the current fiscal year.  This contract was competitively procured via a 100 percent small business set-aside; five offers were received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-D-0040).

R.A. Burch Construction Co. Inc.,* Ramona, California, is awarded $15,850,060 for firm-fixed-price task order N6247318F4690 under a previously awarded multiple award construction contract (N62473-17-D-4626) for the renovation of buildings at Travis Air Force Base.  The work to be performed provides for renovation and modernization of buildings 250 and 241.  The second floor of building 250, bays A and B will be renovated and modernized.  Complete all site improvements, pavements, communications support and all other supporting facilities.  The task order also contains one unexercised option and two planned modifications, which if exercised would increase cumulative task order value to $17,989,537.  Work will be performed in Fairfield, California, and is expected to be completed by December 2019.  Fiscal 2018 operations and maintenance (Air Force) contract funds in the amount of $15,850,060 are obligated on this award and will 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.

Advanced Acoustic Concepts LLC, Hauppauge, New York, is awarded a $12,193,940 cost-plus-fixed-fee and cost-reimbursement modification to a previously awarded contract (N00024-12-C-6311) for software engineering services to support the Littoral Combat Ship (LCS) Mission Modules program.  Software engineering services will be provided to support the existing software for the LCS Mission Modules program. Incidental other direct cost items are also provided in support of said software engineering services.  Work will be performed in Hauppauge, New York (55 percent); Columbia, Maryland (25 percent); and Lemont Furnace, Pennsylvania (20 percent), and is expected to be completed by June 2019.  Fiscal 2018 operations and maintenance (Navy); fiscal 2018 other procurement (Navy); and fiscal 2018 research, development, test, and evaluation funding in the amount of $3,161,933 will be obligated at time of award and funds in the amount of 2,169,874 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $10,674,120 cost-plus-award-fee order against the previously awarded basic ordering agreement (N00024-16-G-2301) to provide planning, management and emergent availability support for USS Thomas Hudner (DDG 116).  Work will be performed in Bath, Maine (75 percent); and Mayport, Florida (25 percent), and is expected to be completed by July 2019.  Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $10,674,120 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion, and Repair, USN, Bath, Maine, is the contracting activity.

Allied Pacific Builders Inc.,* Waipahu, Hawaii, is awarded $8,157,000 for firm-fixed-price task order N6247818F4165 under a previously awarded multiple award construction contract (N62478-16-D-4006) for major repairs to Marine Operations Training Support Facility, Building 700, at Marine Corps Training Area Bellows, Hawaii.  The work to be performed provides for corrections to life safety deficiencies.  Scope of work includes providing an adequate fire suppression system which will allow the facility to be used for troop billeting during forward operating base training; hazardous material remediation; repairs to sanitary sewer system, not limited to replacing injection wells with leach field; spall and crack repairs and infilling of trenches within building footprint; demolition of abandoned built in equipment; repairs to floor, wall, and ceiling finishes; repairs to piping as needed and replacement of all toilet fixtures, sinks, etc.; demolition of existing air conditioning and ventilation systems and replacement as needed, balancing, controls, and commissioning; replacing panels, light fixtures, switches, receptacles, and wiring; replace fire alarm system with new system to include mass notification.  Work will be performed in Kaneohe, Hawaii, and is expected to be completed by January 2020.  Fiscal 2018 operations and maintenance (Marine Corps) contract funds in the amount of $8,157,000 are obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. 

AIR FORCE

DynCorp International LLC, Fort Worth, Texas is being awarded a $21,744,426 modification (P00085) on an existing firm-fixed-price contract (FA7014-11-C-0018) for the Very Important Person Special Air Mission contract.  This contract provides the following services aircraft maintenance, base supply and fuels in support of aircraft assigned to the 11th Wing and 89th Wing at Joint Base Andrews-Naval Air Facility Washington. This modification exercises the last option period 7, Sept. 1, 2018, to Dec. 31, 2018.  Total cumulative value is estimated at $455,092,644.  The 11th Contracting Squadron, Services Flight, Joint Base Andrews, Maryland, is the contracting activity.

*Small Business