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 Some of the information contained within may be outdated and links may not function.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 Dec. 29, 2014


CONTRACTS

NAVY

Raytheon Technical Services Co., LLC, Indianapolis, Indiana, is being awarded a $270,512,968 indefinite-delivery/indefinite-quantity contract for the procurement of V-22 software support activity (SSA) systems and software engineering, avionics integration and testing, software testing, avionics acquisition support, and SSA operations.  The SSA operations will include classified and unclassified laboratories, configuration and data management, and release of avionics software products and related systems.  Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2019.  No funding will be obligated at time of award, funding will be obligated on individual delivery orders. This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-15-D-0001).

Whitney, Bradley & Brown, Inc., Reston, Virginia (N00189-15-D-Z015); SAIC, McLean, Virginia (N00189-15-D-Z016); and Metron, Inc., Reston, Virginia (N00189-15-D-Z017), are being awarded an indefinite-delivery/indefinite-quantity, multiple award, cost-plus-fixed-fee contract for warfare and warfare support analyses and assessments, campaign analyses, mission-level analyses, modeling and simulation, and management and documentation support.  The total estimated value of the program for the three contracts combined is $180,465,022.  The multiple award provides for the continued completion among the contract holders as task order requirements are processed.  Work is anticipated to be performed in Arlington, Virginia; Reston, Virginia; and McLean, Virginia.  Due to the fact that the work under task order requirements will be competed among the three contractors, breakdown of the work by geographic location cannot be reasonably estimated.  The work is expected to be completed by December 2019.  Each contractor will be awarded $50,000 to fund the contracts’ minimum amounts.  Fiscal 2015 operations and maintenance (Navy) funds in the amount of $150,000 will be obligated at the time of award, and will expire at the end of the current fiscal year.  The contract was a full and open competitive solicitation via the Federal Business Opportunities website, with three offers received.  NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, Is the contracting activity. 

Bay City Marine, Inc.,* National City, California (N62387-15-D-7501); Delphinus Engineering, Inc.,* Eddystone, Pennsylvania (N62387-15-D-7502); Epsilon Systems Solutions, Inc.,* San Diego, California (N62387-15-D-7503); Integrated Marine Services, Inc.,* Chula Vista, California (N62387-15-D-7504); Marine Group Boat Works,* Chula Vista, California (N62387-15-D-7505); Marisco, Ltd.,* Kapolei, Hawaii (N62387-15-D-7506); Pacific Ship Repair & Fabrication Inc., San Diego, California (N62387-15-D-7507); Pacific Shipyards International,* Honolulu, Hawaii (N62387-15-D-7508); Propulsion Controls Engineering,* San Diego, California (N62387-15-D-7509); Platypus Marine, Inc.,* Port Angeles, Washington (N62387-15-D-7510); Q.E.D. Systems, Inc.,* Virginia Beach, Virginia (N62387-15-D-7511); Shaka Engineering, Inc.,* Honolulu, Hawaii (N62387-15-D-7512); and Southcoast Welding & Manufacturing,* Chula Vista, California (N62387-15-D-7013), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award delivery order contract for general ship repair that includes providing all labor, materials, and a marine repair facility for ship repair on Military Sealift Command vessels.  Ship repair includes, but is not limited to: pipefitting, welding, aluminum welding, mechanical work, electrical work, boiler making and repairing, and diesel mechanical work.  The aggregate not-to-exceed amount for these multiple award contracts combined is $61,000,000.  These 13 companies will have the opportunity to bid on individual delivery orders as they are issued.  Work will be performed in the San Diego, California (Lot A); Bremerton, Washington (Lot B); and Oahu, Hawaii (Lot C) areas, and is expected to be completed by January 2016.  If all options are exercised, work will continue through Jan. 30, 2020.  Fiscal 2015 operations and maintenance (Navy) funds in the amount of $39,000 (the minimum guarantee of $3,000 per contract) are obligated under each contract’s initial delivery order.  This contract was competitively procured as a 100 percent small business set-aside with proposals solicited via the Federal Business Opportunities website, with13 proposals received.  The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity.

BAE Systems Information and Electronics, Nashua, New Hampshire, is being awarded a $45,098,569 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0044) for the procurement of 1,601 advanced precision kill weapon systems  II WGU-59/B guidance sections, the Navy shipping and storage containers, and supporting programmatic documentation.   Work will be performed in Nashua, New Hampshire (70 percent); and Austin, Texas (30 percent), and is expected to be completed in September 2016.  Fiscal 2015 procurement ammunition (Navy and Marine Corps), and fiscal 2015 overseas contingency operations funds in the amount of $45,098,569 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.

Jacobs Technology, Inc., Fort Walton Beach, Florida, is being awarded a $42,383,852 cost-plus-fixed-fee contract for the development of a launch test set complex for prototype testing and qualification of a launcher subsystem for the U.S. Navy and the government of the United Kingdom.  Work will be performed in China Lake, California, and is expected to be completed in December 2019.  Navy working capital funds in the amount of $200,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($38,145,467; 90 percent), and the government of the United Kingdom ($4,238,385; 10 percent) under the foreign military sales program.  This contract was not competitively procured pursuant to FAR.6.302-1.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-15-C-0026).

Manson Construction Co., Seattle, Washington, is being awarded a maximum amount of $19,228,000 to increase the dollar value under a previously awarded firm-fixed-priced contract (N62473-11-C-2850) for the screening of dredge spoils for discarded munitions and radiological debris from Pier 12 demolition, replacement and dredging project at Naval Base San Diego.  The work to be performed provides for screening of dredge materials generated from Pier 12 replacement project for discarded military munitions and radiological debris.  Project requires dredging around Pier 12 to accommodate the Navy’s deeper draft vessels.  Completion of this pier will meet the current as well as the future operational requirements of the U. S. Navy.  After award of this modification, the total cumulative contract value will be $105,497,695.  Work will be performed in San Diego, California, and is expected to be completed by May 2016.  Fiscal 2011, 2012 and 2013 military construction (Navy) contract funds in the amount of $19,228,000 are being obligated on this award; $10,674,000 will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $15,077,365 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0023) for systems engineering and program management support for the production and delivery of AH-1Z and UH-1Y aircraft.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2015.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $15,077,365 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.

PentaCon, LLC,* Catoosa, Oklahoma, is being awarded $14,909,900 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N44255-14-D-9018) for the construction of a waterfront operations facility at Naval Base Kitsap Bangor.  The work to be performed provides for construction of a new waterfront operations facility and the demolition of two buildings.  The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $14,924,450.  Work will be performed in Silverdale, Washington, and is expected to be completed by February 2016.  Fiscal 2013 military construction (Navy) contract funds in the amount of $14,909,900 are being obligated on this award and will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

Sierra Nevada Corp., Sparks, Nevada, is being awarded $9,170,185 for cost-plus-fixed-fee order 0018 against a previously issued Basic Ordering Agreement (N00421-10-G-0001) for technical and engineering services in support of the precision approach and landing system program.  This order includes procurement of two 2400 antenna control input/output circuit card assembly prototype replacement boards, two 2800 single board computer processor replacement boards, and two AN/SPN-46(V) transmitter modulator and power supply replacement prototypes for the precision approach and landing system.  Work will be performed in Sparks, Nevada (80 percent), and St. Inigoes, Maryland (20 percent), and is expected to be completed in December 2016.  Fiscal 2015 working capital funds (Navy) in the amount of $490,000 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.

AIR FORCE

Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $67,840,245 modification (P00564) to previously awarded contract FA8611-08-C-2897 to procure depot throughput, touch labor, and installs services for F-22 aircraft inducting into the depots for maintenance and repair. Work will be performed at Palmdale Depot, California, and Ogden Depot, Utah, and is expected to be completed by Dec. 31, 2015.  Fiscal 2015 aircraft procurement funds in the amount of $30,316,672 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Orlando, Florida, has been awarded a $20,556,142.28 modification (P00057) to the previously awarded contract FA8621-11-C-0001 for C1130 aircrew training system operations and maintenance. Contractor will produce and deliver services to include labor and materials to manage site operations, simulator maintenance, logistics support, configuration management, technical/engineering data/publications, and operational checks, among other requirements. Work will be performed at Little Rock Air Force Base, Arkansas; McChord Air Force Base, New Jersey; Dobbins Air Reserve Base, Georgia, and Minneapolis Air National Guard Base, Minnesota, which is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount $20,556,140 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity.

Kratos Technology & Training Solutions, San Diego, California, has been awarded an $18,475,579.00 modification (P00038) to contract FA8808-13-C-0002 for a command and control system, production and sustainment contract.  The contractor will upgrade and implement a data link interface between Schriever space operations centers and the Vandenberg back-up space operations center to ensure data synchronization with the capability to manage Wideband Global SATCOM telemetry processing and reporting for all on-orbit satellite data to include archiving and storage of collected information.  In addition, the contractor will also execute software enhancements to improve overall system information assurance and cybersecurity protection protocols as well as establish a server virtualization environment streamlining and improving resource usage and information sharing.  The work will be performed in Colorado Springs, Colorado, and is expected to be completed by July 31, 2018.  Fiscal 2014 research, development, test and evaluation funds in the amount of $4,855,708 are being obligated at the time of award.  Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Cubic Defense Applications, Inc, San Diego, California, has been awarded a $15,200,000 firm-fixed-price contract. Contractor will design, develop, integrate, and test hardware and weapons simulations source code software solely for the Royal Saudi Air Force P5 combat training system (P5 CTS). They will also provide contractor logistics support of on-site advice and informal training in operation and maintenance of Saudi P5 CTS equipment at King Abulaziz, King Faisal, King Khalid and King Fahad Air Bases in Saudi Arabia. Work will primarily be performed at San Diego, California, and Fort Walton Beach, Florida, and is expected to be completed by Oct. 17, 2017. This contract is 100-percent foreign military sales and is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8678-15-C-0067).

The Boeing Co., St. Louis, Missouri, has been awarded a $14,500,000 undefinitized modification (P00007) to previously undefinitized contract action (UCA) FA3002-13-D-0012 for courseware development, engineering, maintenance and aircrew academic and simulation training. Contractor will provide in-scope activities that have emerged since the last UCA modification, including services for aircrew courseware development as well as U.S. engineering training, U.S. and international maintenance training, and U.S. aircrew training. Work will be performed at St. Louis, Missouri, and King Khalid Air Base, Saudi Arabia, and is expected to be completed by Aug. 5, 2019. This contract involves foreign military sales. The 338th Specialized Contracting Squadron, Randolph Air Force Base, Texas, is the contracting activity.

Scitor Corp., El Segundo, California, has been awarded a $6,828,303 firm-fixed-price contract for advisory and assistance services. Contractor will provide acquisition and technical services to the remote sensing directorate in the areas of program management and execution, acquisition/program planning and other requirements. Work will be performed at El Segundo, California, and is expected to be completed by June 30, 2015.  This award is the result of a sole-source acquisition. Fiscal 2015 missile procurement funds in the amount of $6,828,303 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8810-15-F-0006).

ARMY

CACI-ISS, Inc., Chantilly, Virginia, was awarded a $32,176,357 incrementally funded, cost plus-incentive-fee contract, with options, to procure a system integrator to develop and implement Increment II of the Integrated Personnel and Pay System - Army.  Work will be performed in Alexandria, Virginia, with an estimated completion date of Jan. 4, 2020.  Bids were solicited via the Internet, with three received.  Fiscal 2014 research, development, test and evaluation funds in the amount of $16,213,181 are being obligated at the time of the award.  Army Contracting Command - Picatinny Arsenal, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0003).

Northrop Grumman Enterprise Management Services, Herndon, Virginia, was awarded a $23,800,000 modification (P00009) to firm-fixed-price contract W9124E-14-C-0003 for a contract extension to continue essential logistics service at the Joint Readiness Training Center and Fort Polk, Louisiana. The logistics support required consists of transportation, maintenance, and supply necessary to the operation of the installation.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $3,882,482 were obligated at the time of the award.  Estimated completion date is June 29, 2015.  Work will be performed at Fort Polk, Louisiana.  Army Contracting Command - Fort Polk, Fort Polk, Louisiana, is the contracting activity.

Raytheon, Co., Woburn, Massachusetts, was awarded a $13,000,000 modification (P00025) to cost-plus-fixed-fee contract W9113M-13-C-0009 to support the Product Management Electro-Optic/Infrared Payloads-Force Protection Office for surveillance system supply and support for the rapid aerostat initial deployment configurations.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $500,000 were obligated at the time of the award.  Estimated completion date is Dec. 30, 2015.  Work will be performed in Woburn, Massachusetts.  Army Space and Missile Defense Command, Huntsville, Alabama, is the contracting activity.

M7 Aerospace, LLC, San Antonio, Texas, was awarded a $9,842,453 modification (P00124) to firm-fixed-price contract W58RGZ-09-C-0207 for continued logistics support for C-26 fixed wing aircraft.  Fiscal 2015 operations and maintenance (Army) and other procurement (Army) funds in the amount of $2,952,736 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2015.  Work will be performed in Madison, Wisconsin; Columbus Ohio; Otis Air National Guard Base, Massachusetts; Clarksburg, West Virginia; Fort Belvoir, Virginia; Raleigh-Durham, North Carolina; Columbus, South Carolina; Dobbins Air Force Base, Georgia; Little Rock, Arkansas; Buckley Air National Guard Base, Colorado; Wheeler Air Force Base, Hawaii; and San Antonio, Texas.  Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

AM General, LLC, Mishawaka, Indiana, has been awarded a maximum $21,058,014 fixed-price with re-determination, indefinite-quantity, long-term contract for high mobility multi-purpose wheeled vehicle spare parts.  This contract was a sole-source acquisition.  This is a one-year base contract.  Location of performance is Indiana, with a Dec. 31, 2015, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-15-D-0055).

MTU America Inc., Novi, Michigan, has been awarded a maximum $20,704,870 fixed-price with re-determination, indefinite-quantity, long-term contract for two-cycle engine spare parts.  This contract was a sole-source acquisition.  This is a three-year base contract. Location of performance is Michigan, with a Dec. 29, 2017, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-15-D-0065).

MISSILE DEFENSE AGENCY

American Technical Coatings, Inc.,* has been awarded a $12,500,000 sole-source, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for insensitive munitions transportation protection systems. This is a one-year base contract, with two one-year options. The contract’s minimum guarantee will be met under the contract’s initial delivery order. Work will be performed in Westlake, Ohio. Funding will be provided with the issuance of each delivery order. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-15-D-0001).

*Small business