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 Some of the information contained within may be outdated and links may not function.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 Jan. 7, 2019

NAVY

General Dynamics National Steel and Shipbuilding Co., (NASSCO)-Norfolk, Norfolk, Virginia, is awarded a $91,477,172 undefinitized contract action as a modification to a previously awarded contract (N00024-16-C-4306) for USS George H.W. Bush (CVN 77) fiscal 2019 Dry-docking Planned Incremental Availability. A Dry-docking Planned Incremental Availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities.  Work will be performed in Portsmouth, Virginia, and is expected to be complete by February 2021. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $45,738,586 will be obligated at time of award and $45,738,586 will expire at the end of the current fiscal year. Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the administrative contracting activity.

Clark Nexsen Inc., Virginia Beach, Virginia, is awarded a maximum amount $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multi-discipline architect-engineering services in 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.  Facilities may include, but are not limited, personnel housing facilities, (bachelor enlisted quarters and bachelor officers quarters, hospitality); office facilities (medical, training, secure facilities); training facilities (operational, maintenance, and classroom), and industrial maintenance facilities (vehicle maintenance ships, shore intermediate maintenance activities, aircraft maintenance hangars, public works ships, and warehouses).  Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection, commissioning and interior design. Task Order 0001 is being awarded at $528,950 for preliminary design authority to validate planning requirements and develop preliminary design deliverables in support of P1035, corrosion control and paint facility.  Work for this task order is expected to be completed by March 2019.  All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to Norfolk, Virginia (27 percent); Portsmouth, Virginia (27 percent); Virginia Beach, Virginia (26 percent); Yorktown, Virginia (15 percent), and other facilities within the NAVFAC Mid-Atlantic AOR (5 percent).  The term of the contract is not to exceed 60 months with an expected completion date January 2024.  Fiscal 2019 military construction (Navy) contract funds in the amount of $528,950 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 (Navy); and operations and maintenance (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website, with 12 proposals received.  Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9041).

L-3 Technologies Inc., Salt Lake City, Utah, is awarded $12,556,242 for modification P00006 to a previously awarded, firm-fixed-price, cost-plus-fixed-fee contract (N00019-18-C-1030) to manufacture, test, deliver, manage, and support the common data link Hawklink AN/SRQ-4 systems for the MH-60R aircraft.  Work will be performed in Salt Lake City, Utah (60 percent); Atlanta, Georgia (14 percent); Mountain View, California (6 percent); Exeter, New Hampshire (2 percent); Derby, Kansas (1 percent); El Cajon, California (1 percent); Boise, Idaho (1 percent); Dover, New Hampshire (1 percent); Sunnyvale, California (1 percent); York Haven, Pennsylvania (1 percent); Bohemia, New York (1 percent); Oxnard, California (1 percent); Littleton, Massachusetts (1 percent); Providence, Rhode Island (1 percent); Cedar Park, Texas (1 percent); Minnetonka, Minnesota (1 percent); Phoenix, Arizona (1 percent); Stow, Massachusetts (1 percent); Salinas, California (1 percent); Fort Worth, Texas (1 percent); Skokie, Illinois (1 percent); and Toronto, Canada (1 percent), and is expected to be completed in December 2020.  Fiscal 2019 other procurement (Navy) funds in the amount of $12,556,242 will be obligated at time of award, none of which will expire at the end of the fiscal year.   The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY 

Southeastern Kentucky Rehabilitation Industries Inc., Corbin, Kentucky, has been awarded a maximum $7,229,250 modification (P00016) exercising the fourth one-year option of a one-year base contract (SPE1C1-15-D-N006) with four one-year option periods for various types of caps. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Kentucky, with a Jan. 9, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.