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 Some of the information contained within may be outdated and links may not function.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 Sept. 17, 2018

AIR FORCE

KIRA Training Services LLC, Boulder, Colorado, has been awarded a $221,379,030 firm-fixed-price contract for civil engineering services. This contract provides for engineering services, installation management services, facilities/infrastructure maintenance and repair services, emergency management services, and housing management services. Work will be performed at the U.S. Air Force Academy, Colorado, and is expected to be completed by Nov. 30, 2025. This award is the result of a competitive acquisition with 12 proposals received. Fiscal 2019 operations and maintenance funds in the amount of $100,134 will be obligated on Oct. 1, 2018. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-18-C-0018). 

Support Systems Associates Inc., Melbourne, Florida, has been awarded a $31,195,898 firm-fixed-price contract for RC-26 avionics upgrade. This contract provides for avionics upgrade to meet the Federal Aviation Administration mandates. Work is expected to be completed by Sept. 30, 2020. This award is the result of a competitive acquisition and 43 solicitations were mailed and one offer was received. Fiscal 2017 National Guard and Reserve equipment appropriation funds in the amount of $7,603,402 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8131-18-F-0003). 

NAVY 

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $104,260,102 cost-plus-fixed-fee modification to previously awarded contract N00024-15-C-2105 to exercise options for engineering, technical, design, configuration management, integrated logistics support, database management, research and development, modernization and industrial support for nuclear submarines. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2019. Fiscal 2018 other procurement (Navy) funding in the amount of $981,700 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.

Mancon LLC, Virginia Beach, Virginia, is awarded a $92,000,000 indefinite-delivery/indefinite-quantity, fixed-price contract that includes provisions for economic price adjustment to acquire supplies for authorized resale to include office supplies/equipment, janitorial and sanitation items, industrial hardware, galley supplies/equipment, safety supplies/equipment, and tactical supplies/equipment, along with store operation services at the Norfolk Super Servmart in support of Naval Supply Systems Command Fleet Logistics Center Norfolk. The contract includes a one and a half-year base ordering period with no options.  Work will be performed in Norfolk, Virginia. The ordering period is expected to be completed by April 2021. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $50,000 will be obligated at time of award to fund the contract’s minimum amount and funds will expire at the end of that fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with three offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-18-D-0048).

VT Halter Marine Inc., Pascagoula, Mississippi, is awarded a $77,898,158 firm-fixed-price contract for the detail design and construction of the Auxiliary Personnel Lighter – Small (APL(S)). As these craft are similar to accommodation barges used in the commercial oil and gas industry, APL(S) was determined to be a commercial item and is being acquired under the procedures in Federal Acquisition Regulations Part 12 “Acquisition of Commercial Items”. The initial contract is for the detail design and construction of the lead and second craft in the APL(S) 67 class.  This contract includes options for four additional craft and associated crew familiarization and packaging and delivery, which, if exercised, would bring the cumulative value of this contract to $244,065,420. Work will be performed in Pascagoula, Mississippi (58 percent); the remaining 42 percent will be performed in the following areas: Mandeville, Louisiana; Metairie, Louisiana; Gautier, Mississippi; Billerica, Massachusetts; Boca Raton, Florida; and is expected to be completed by July 2020. Fiscal 2018 and 2017 shipbuilding and conversion (Navy) funding in the amounts of $38,957,903, and $38,940,255, respectively, will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was a limited competition between VT Halter Marine Inc. and Bollinger Shipyards Inc. under 10 U.S. Code 2304 (c)(3) implemented at Federal Acquisition Regulation 6.302-3. Industrial Mobilization; Engineering, Developmental, or Research Capability; or Expert Services. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2230).

RQ Construction LLC, Carlsbad, California, is awarded a $64,705,500 firm-fixed-price contract for the design and construction of an academic and applied instruction facility for ship repair training at Norfolk Naval Shipyard.  The project will provide a four- to six-story building with a structural steel frame with columns and joists.  The building exterior walls will consist of brick veneer cavity wall construction with reinforced concrete masonry unit back-up with a sloped standing-seam metal roof over structural steel framing.  The facility will be constructed to meet the acoustical performance criteria design for schools.  Additional features include a raised loading dock, mechanical/electrical equipment rooms, fire protection room, micro-exchange for student support, telecom rooms, passenger elevators, freight elevator, security and fire detection alarms, mass notification systems, and all necessary components for the intruder detection system.  Work will be performed in Portsmouth, Virginia, and is expected to be completed by June 2021.  Fiscal 2018 military construction (Navy) contract funds in the amount of $64,705,500 are obligated on this award; of which $8,965,346 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-C-1107).

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $34,037,115 cost-plus-fixed-fee modification to previously awarded contract N00024-13-C-2112 for a temporary storage period and preparations for towing of the aircraft carrier ex-USS Enterprise.  The carrier will be held for a temporary storage period while the government evaluates disposal alternatives, conducts an environmental impact statement, and plans for towing of the vessel.  Work will be performed in Newport News, Virginia, and is expected to be completed by September 2021.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $34,037,115 will be obligated at time of award and will expire at the end of the current fiscal year.  The Supervisor of Shipbuilding--Newport News, Newport News, Virginia, is the contracting activity. 

URS Group Inc., Morrisville, North Carolina, is awarded $31,786,932 for firm-fixed-price task order N6945018F0081 under a previously awarded, multiple award construction contract (N62470-13-D-6022) for construction of Phase 2 of Hurricane Irma repairs at Naval Station Mayport and Naval Air Station Jacksonville.  The work to be performed provides for a modified/hybrid design build where the contractor is required to provide a designer of record for design development and design, construction submittal approval and oversight of all repairs such as building interiors/exteriors, roofs, docks, and shoreline as a result of Hurricane Irma.  Work also includes any and all ancillary and incidental mechanical and electrical support services needed to accomplish required work including, but not limited to, disconnects, temporary reconnects, removals, extensions, modifications, alterations, reinstalls, new components, and permanent reconnects necessary for functional operation.  Work will be performed in Jacksonville, Florida, and is expected to be completed by September 2020.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $31,786,932 are obligated on this award and will expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

McLaughlin Research Corp., New London, Connecticut, is awarded a $16,273,571 cost-plus-fixed-fee, firm-fixed-price, cost only indefinite-delivery/indefinite-quantity contract for environmental services. Work will be performed in Newport, Rhode Island, and is expected to be completed by September 2023.  Naval Undersea Warfare Center, Division Newport overhead funding in the amount of $1,000 will be obligated at the time of award and will not expire at the end of the fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Naval Undersea Warfare Center, Division Newport, Rhode Island, is the contracting activity (N66604-18-D-0466).

Northrup Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $9,000,000 cost-only modification to previously awarded contract N00024-15-C-5319 for long lead material for Surface Electronic Warfare Improvement Program (SEWIP) Block 3 low-rate initial production. The SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP Block 3 will provide select Navy surface ships a scalable electronic warfare enterprise suite with improved electronic attack capabilities. Work will be performed in Linthicum, Maryland (98 percent); and Los Angeles, California (2 percent), and is expected to be completed by November 2020. Fiscal 2017 other procurement (Navy) funds in the amount of $9,000,000 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.

Aerokool Aviation Corp., Hialeah, Florida, is awarded an $8,221,363 firm-fixed-priced contract for the repair of turbines in support of the F/A-18 aircraft. The contract does not contain a provision for an option quantity. Work will be performed in Hialeah, Florida, and is expected to be completed by May 2020. Fiscal 2018 working capital funds (Navy) in the full amount of $8,221,363 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. Two companies were solicited for this competitive requirement and two offers were received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-18-C-D035). 

U.S. SPECIAL OPERATIONS COMMAND 

Harris Corp., Clifton, New Jersey, has been awarded a $93,500,000 modification (P00012) for an existing non-competitive single award, indefinite-delivery/indefinite-quantity contract (H92241-14-D-0006) to provide a suite of integrated radio frequency countermeasure components and related services for the technology applications and CV-22 program offices.  This modification increases the ceiling amount to $383,500,000.  At the time of obligation, each task order is funded with current fiscal year operations and maintenance, or procurement, appropriations.  Ordering periods will end July 30, 2019.  The majority of the work is being performed in Clifton, New Jersey.   This contract was a non-competitive award in accordance with Federal Acquisition Regulation 6.302-1.  U.S. Special Operations Command, Tampa, Florida, is the contracting activity. 

DEFENSE LOGISTICS AGENCY 

Nova Global Supply and Services LLC, Herndon, Virginia, has been awarded a maximum $92,000,000 firm-fixed-price with economic-price-adjustment contract for full-line food distribution. This is an eight-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) as stated in the Federal Acquisition Regulation 6.302-1.  Locations of performance are Virginia, and other areas inside and outside the continental U.S., with a May 29, 2019, performance completion date. Using military services are Army, Air Force and Navy. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-18-D-4042). 

Kforce Government Solutions Inc., Fairfax, Virginia, has been awarded a maximum $48,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories. This is a five-year contract with no option periods. This was a competitive acquisition with 52 responses received. This is the 14th contract awarded from standing solicitation SPE2DH-16-R-0002. Location of performance is Virginia, with a Sept. 16, 2023, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-18-D-0008).

General Electric Co., doing business as GE Aviation, Lynn, Massachusetts, has been awarded a maximum $17,818,296 firm-fixed-price, definite-quantity contract for UH-60 pipe exhausts. This was a sole-source acquisition using justification 10 U.S. Code. 2304(c)(1) as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with four one-year option periods. Location of performance is Massachusetts, with a Feb. 5, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-18-F-082Q).

Rockwell Collins ESA Vision Systems LLC, Fort Worth, Texas, has been awarded a maximum $11,865,688 modification (P00004) against a three-year contract (SPRWA1-17-D-0004) with one three-year option period, adding two national stock numbers to support the Joint Helmet Mounting Cueing System for F-15 and F-16 aircraft. This is a fixed-price, requirements contract.  Locations of performance are Texas and Israel, with an Aug. 30, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 and 2018 Air Force procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia. 

MISSILE DEFENSE AGENCY

 

LSINC Corp.,** Huntsville, Alabama, is being awarded a $38,968,314 competitive cost-plus-fixed-fee contract with a 2-year base value of $13,207,721 for advisory and assistance services for Human Resources in support of technical, engineering, advisory and management support. This contract will support the development, implementation, sustainment and assessment of human resources processes, procedures, plans and policies to support the Missile Defense Agency workforce. The work will be performed in Huntsville, Alabama; Fort Belvoir, Virginia; and Colorado Springs, Colorado, with an estimated completion date of September 2023. This award is the result of a competitive acquisition and four proposals were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $582,000 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ014718C0038).

U.S. TRANSPORTATION COMMAND

Gannett Fleming Inc., Camp Hill, Pennsylvania, has been awarded an indefinite-delivery/indefinite-quantity, labor-hour, firm-fixed-price contract (HTC71118DD002) with an estimated contract ceiling of $18,899,300 for traffic engineering analysis. The contract provides engineering services and analysis, traffic engineering publications, training materials, tools and traffic studies to the Army’s Surface Deployment and Distribution Command. The period of performance is Oct. 1, 2018, through Sept. 30, 2023. Performance will be in Camp Hill, Pennsylvania. Transportation Working Capital Funds will be obligated at the task order level. The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

 

ARMY 

Leidos Innovations Corp., Gaithersburg, Maryland, was awarded a $17,800,000 modification (P00004) to contract W912DY-18-F-0153 for information technology services and support. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of April 25, 2019. Fiscal 2018 revolving funds in the amount of $17,800,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

STS Solutions and Training LLC, San Diego, California, was awarded a $12,705,123 firm-fixed-price contract for programming constructs for facilities, equipment, staffing and programs that serve to enhance the individual adaptation of healthy lifestyle behavior. One bid was solicited via the internet with one received. Work will be performed in Aberdeen, Maryland, with an estimated completion date of Sept. 16, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $12,705,123 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-18-C-0051).

Abhe and Svoboda Inc., Jordan, Minnesota, was awarded a $10,529,858 firm-fixed-price contract for dam service and bridge repairs. Bids were solicited via the internet with three received. Work will be performed in Rock Island, Illinois, with an estimated completion date of Nov. 22, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $10,529,858 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-18-C-0034).

Tidewater Inc.,* Elkridge, Maryland, was awarded a $9,000,000 firm-fixed-price contract for facility maintenance in northern California, including service calls, preventative maintenance, inspection, testing and certification, and repairs. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2021. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-D-0013).

Tidewater Inc.,* Elkridge, Maryland, was awarded a $9,000,000 firm-fixed-price contract for facility maintenance in southern California, including service calls, preventative maintenance, inspection, testing and certification, and repairs. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2021. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-D-0022).

Shearwater Mission Support LLC,* Anchorage, Alaska, was awarded a $7,264,819 firm-fixed-price contract for installation support services at Yuma Proving Ground, Arizona. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 12, 2023. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-18-D-0018). 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The University of Southern California - Information Sciences Institute, Los Angeles, California, has been awarded an $8,032,625 cost-reimbursement modification (P00013) to exercise Option 2 of previously awarded contract HR0011-16-C-0017 for Phase 3 of the Defense Advanced Research Projects Agency (DARPA) Circuit Realization at Faster Timescales (CRAFT) research program. The modification brings the total cumulative face value of the contract to $28,117,204 from $20,084,579. Work will be performed at Marina Del Ray, California, with an expected completion date of December 2019. Fiscal 2017 research, development, test and evaluation funds in the amount of $1,717,807 are being obligated at time of award. DARPA, Arlington, Virginia, is the contracting activity.

*Small Business

**Woman-owned Small Business