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 Some of the information contained within may be outdated and links may not function.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. 7, 2015

CONTRACTS

 

ARMY

 

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $354,156,879 modification (P00309) to contract W58RGZ-12-C-0008 for funding for the Navy’s fifth program year for 29 MH-60R helicopters, and to fund associated program and logistics support. Work will be performed in Stratford, Connecticut, with an estimated completion date of Dec. 31, 2017.  Fiscal 2016 other procurement funds in the amount of $ 354,156,879 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Lockheed Martin Corp., Orlando, Florida, was awarded a $318,339,617 modification (P00001) to foreign military sales (partial) contract W31P4Q-15-C-0151 for Hellfire II missile hardware/component production requirements for the Army, Air Force, and foreign military sales customers Korea, Egypt, Pakistan, Iraq, India, Saudi Arabia, Tunisia, and Indonesia.  Work will be performed in Orlando and Ocala, Florida; and Troy, Alabama, with an estimated completion date of Oct. 31, 2018.  Fiscal 2015 other procurement (Army) funds in the amount of $56,590,878 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

SIX3 Intelligence Solutions Inc., McLean, Virginia, was awarded a $25,094,968 firm-fixed-price contract with options for intelligence technical support for the U.S. Army Europe area of responsibility, with an estimated completion date of July 29, 2021.  Bids were solicited via the Internet with seven received.  Funding and work location will be determined with each order.  Army Contracting Command, 409th CSB, APO AE, is the contracting activity (W564KV-16-D-0002).

 

Schnabel-HDR JV, West Chester, Pennsylvania, was awarded a $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide architectural and engineering services to the Louisville District, Army Corps of Engineers Headquarters and Risk Management Center for dam and levee safety projects, with an estimated completion date of Dec. 6, 2020.  Bids were solicited via the Internet with nine received. Funding and work location will be determined with each order.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-D-0004).

 

AIR FORCE

 

Canadian Commercial Corp., Ottawa, Ontario, Canada, has been awarded a $147,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Landing Gear Remanufacture 3 (LGR3) program. Contractor will remanufacture landing gear required to return "F condition" assets to "A condition" in support of the KC-135, C-130, and E-3 platforms. Work will be performed at Longueuil, Canada, and is expected to be complete by Jan. 1, 2021. This award is the result of a competitive acquisition with one offer received. Fiscal 2016 working capital funds in the amount of $113,478 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8203-16-D-0001).

 

United Technologies Corp., Pratt and Whitney, East Hartford, Connecticut, has been awarded a $92,251,195 modification (P00157) to previously awarded contract FA8611-08-C-2896 for F119-PW-100 engine sustainment, labor, data, and combined test force operations and support. Work will be performed at East Hartford, Connecticut; Edwards Air Force Base, California; Elmendorf Air Force Base, Alaska; Hickam Air Force Base, Hawaii; Hill Air Force Base, Utah; Langley Air Force Base, Virginia; Nellis Air Force Base, Nevada; Sheppard Air Force Base, Texas; Tinker Air Force Base, Oklahoma; and Tyndall Air Force Base, Florida, and is expected to be complete by Dec. 31, 2016. Fiscal 2015 and 2016 research, development, test and evaluation; and fiscal 2016 operations and maintenance funds in the combined amount of $87,602,606 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

General Atomics - Aeronautical Systems Inc., Poway, California, has been awarded a $32,326,408 delivery order (0010) to previously awarded contract FA8620-15-G-4040 for Block 30 ground control station production undefinitized contract action effort. Work will be performed at Poway, California, and is expected to be complete by June 30, 2018. This award is the result of a sole-source acquisition. Fiscal 2015 aircraft procurement funds in the amount of $16,151,200 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

NAVY

 

Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is being awarded a $65,000,000 modification to a previously awarded fixed-price-incentive (firm target) contract (N00019-13-C-9999) for non-recurring engineering and incorporation of a value engineering change proposal which updates the advanced radar processor in support of 11 E-2D advanced Hawkeye aircraft.  Work will be performed in Syracuse, New York (52 percent); Melbourne, Florida (22 percent); Chelmsford, Massachusetts (19 percent); Baltimore, Maryland (3 percent); Saratoga Springs, New York (3 percent); and Minneapolis, Minnesota (1 percent), and is expected to be completed in October 2018.  Fiscal 2014 and 2015 aircraft procurement (Navy) in the amount of $65,000,000 are being obligated on this award, $30,000,000 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

BAE Systems San Francisco Ship Repair, San Francisco, California, is being awarded a $16,501,090 firm-fixed-price contract for a 77-calendar-day shipyard availability for the regular overhaul and dry docking of the USNS Washington Chambers (T-AKE 11).  Work will include clean and gas free tanks, voids, cofferdams and spaces, deck non-skid renewal, ballast tank preservation, cylinder head and liner overhaul, main engine overhaul, heating, ventilating, and air conditioning support, degaussing system repairs, annual lifeboat certification, galley ventilation system cleaning, docking and undocking, propeller system maintenance and boss cap replacement, bow thruster maintenance, overhauling sea valves, and underwater hull cleaning and painting.  The contract includes options which, if exercised, would bring the total contract value to $16,566,073.  Work will be performed in San Francisco, California, and is expected to be completed by April 1, 2016. Fiscal 2016 maintenance and repair funds in the amount of $16,501,090 will be obligated in 2016. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website and two offers received.  The Navy’s Military Sealift Command is the contracting activity (N32205-16-C-4308).

 

Cortana Corp.,* Falls Church, Virginia, is being awarded a $9,690,321 cost-plus-fixed-fee contract for the development of hydrodynamic analysis tools in support of the creation of an end-to-end simulation suite for the Advanced Special Applications Program, including scientific studies, reports, simulation, modeling tools, and a fieldable software prediction tool workstation.  Work will be performed in Falls Church, Virginia, and is expected to be completed in December 2018.  Fiscal 2015 research, development, test and evaluation funds in the amount of $345,123 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to the 10 U.S. Code 2304(c)(1).  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0004).

 

Simmonds Precision Products Inc., Vergennes, Vermont, is being awarded an $8,730,439 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2015) to exercise an option for the procurement of 29 Integrated Mechanical Diagnostic System (IMDS) kits in support of the MH-60R Lot 14 aircraft, and 24 IMDS retrofit kits in support of the MH-60S aircraft.  Work will be performed in Vergennes, Vermont, and is expected to be completed in August 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $8,730,439 are being obligated on this 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.

 

Northrop Grumman Systems Corp., Charlottesville, Virginia, is being awarded an $8,478,559 firm-fixed-price and cost-plus-fixed-fee undefinitized contract action for procurement of AN/BPS-16(V)4/5 spares and upgrade kits for Virginia Class BLK I and II, and associated engineering services for obsolescence and field support. Work will be performed in Charlottesville, Virginia (95 percent); and Newport, Rhode Island (5 percent); and is expected to be completed by May 2017. Fiscal 2014 other procurement (Navy); fiscal 2012 shipbuilding and conversion (Navy); fiscal 2015 other procurement (Navy); and fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $3,537,413 will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was not competitively procured. Under the authority of 10 U.S. Code 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-G-6210).

 

DEFENSE LOGISTICS AGENCY

 

Allied 100 LLC, Woodruff, Wisconsin, has been awarded a maximum $20,000,000 fixed-price with economic-price-adjustment contract for external defibrillators and related accessories. This was a competitive acquisition with six response received. This is a five-year base contract with no option periods. Location of performance is Wisconsin, with a Dec. 6, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-16-D-0007).

 

WGL Energy Services Inc., Herndon, Virginia (SPE600-16-D-8005), $19,288,940; and Talen Energy Marketing LLC, Allentown, Pennsylvania (SPE600-16-D-8001), $9,911,634, have each been awarded a firm-fixed-price contract under solicitation SPE600-15-R-0418 for electricity and ancillary services. These contracts were competitive acquisitions with six offers received. They are one-year contracts with no option periods. Locations of performance are Virginia, Pennsylvania, Maryland, and Washington, District of Columbia, with a Dec. 31, 2016, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2016 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

Constellation NewEnergy Inc., Baltimore, Maryland, has been awarded a maximum $8,584,119 firm-fixed-price contract for electricity and ancillary services. This was a competitive acquisition with six offers received. This is a one-year contract with no option periods. Locations of performance are Maryland and Illinois, with a Jan. 31, 2017, performance completion date. Using customer is federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2017 Department of Energy funding. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-16-D-8000).

 

*Small Business