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 Some of the information contained within may be outdated and links may not function.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 23, 2016

CONTRACTS

 

ARMY

 

Raytheon IDS, Andover, Maine, was awarded a $523,386,294 fixed-price-incentive, foreign military sales (Kuwait) contract for modernization of six PATRIOT fire units. One bid was solicited with one received.  Work will be performed in Jasper, Alabama; Huntsville, Alabama; Waltham, Massachusetts; Andover, Massachusetts; Fremont, California; Los Osos, California; Chatsworth, California; Norway; Italy; Greece; United Kingdom; and Canada, with an estimated completion date of March 28, 2022.  Fiscal 2010 other procurement funds in the amount of $256,459,284 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-C-0003).

 

Applied Research Associates Inc., Albuquerque, New Mexico (W911QX-16-D-0002); Booz Allen Hamilton Inc., McLean, Virginia (W911QX-16-D-0003); Concurrent Technologies Corp. Johnstown, Pennsylvania (W911QX-16-D-0004); Eoir Technologies Inc.,* Aberdeen Proving Ground, Maryland (W911QX-16-D-0005); Leidos Inc., Reston, Virginia (W911QX-16-D-0007); Logos Technologies Inc.,* Fairfax, Virginia (W911QX-16-D-0008); Neany Inc.,* Hollywood, Maryland (W911QX-16-D-0009); Radiance Technologies Inc.,* Huntsville, Alabama (W911QX-16-D-0010); and Sierra Nevada Corp., Sparks, Nevada (W911QX-12-D-0011), were awarded a $248,613,655 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award task order contract for Department of Defense technology requirements.  Bids were solicited via the Internet with 10 received, with an estimated completion date of June 22, 2021.  Funding and work location will be determined with each order. Army Contracting Command, Adelphi, Maryland, is the contracting activity.

 

Tower Industries Inc.,* Greenville, Wisconsin, was awarded an $87,149,390 modification (P00001) to contract W52P1J-16-C-0025 for cast iron practice bombs for the Air Force.  Work will be performed in Greenville and Shawano, Wisconsin, with an estimated completion date of July 31, 2019.  Fiscal 2016 other procurement (Army) funds in the amount of $87,149,390 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

CGI Federal Inc., Fairfax, Virginia, was awarded a $34,240,357 modification (P00011) to contract W911S0-15-C-0004 for Army Training and Doctrine Command G-2 operational and environmental support services.  Work will be performed at Ft. Eustis, Virginia, with an estimated completion date of Sept. 9, 2017.  Fiscal 2016 operations and maintenance (Army); and research, development, testing, and evaluation funds in the amount of $21,083,299 were obligated at the time of the award.  Army Contracting Command, Ft. Eustis, Virginia, is the contracting activity.

 

American Construction Co. Inc.,* Tacoma, Washington, was awarded a $25,662,750 firm-fixed-price, incrementally funded contract with options for inner harbor operations and maintenance, and deepening dredging of Grays Harbor, Washington, with an estimated completion date of Sept. 30, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 and 2016 other procurement funds in the amount of $22,005,299 were obligated at the time of the award.  Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-16-C-0010).

 

AC First LLC, Germantown, Maryland, was awarded a $24,117,967 cost-plus-fixed-fee, incrementally funded contract with options for logistics support. One bid was solicited with one received.  Work will be performed in Afghanistan, with an estimated completion date of Sept. 22, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $4,000,000 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-16-C-0033).

 

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $18,500,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for systems technical support for heavy tactical vehicles.  Bids were solicited via the Internet with one received with an estimated completion date of May 22, 2022. Funding and work location will be determined with each order.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0041).

 

URS Federal Services, Germantown, Maryland, was awarded a $17,792,619 modification (0002) to contractW52P1J-12-G-0028 for Enhanced Army Global Logistics Enterprise (EAGLE) Army Prepositioned Stock (APS)-2 European Activity Set (EAS).  Work will be performed in Germany, with an estimated completion date of July 16, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,321,999 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Conti Federal Services Inc., Edison, New Jersey, was awarded a $7,395,937 modification (0005) to foreign military sales (Israel) contract W012GB-15-D-0020 for construction at Site 13558.  Work will be performed in Israel, with an estimated completion date of July 22, 2017.  Fiscal 2016 other procurement funds in the amount of $7,395,937 were obligated at the time of the award.  Army Corps of Engineers, Europe District APO AE, is the contracting activity.

 

NAVY

 

Multi-Media Environmental Compliance Group JV,* National City, California, is being awarded a maximum amount $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for A-E services for multi-media environmental compliance services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The work to be performed includes a full range of A-E environmental engineering and scientific or technical management services necessary for the implementation of pollution prevention, environmental compliance, conservation, and similar media requirements.  No task orders are being issued at this time.  Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (94 percent); Arizona (1 percent); Nevada (1 percent);  Colorado (1 percent); New Mexico (1 percent); Utah (1 percent); and other locations in the U.S. (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of June 2021.  Fiscal 2016 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by O&M,N.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-16-D-2405).

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $13,430,765 modification to a previously awarded cost-plus-incentive-fee contract (N00019-15-C-0031).  This modification provides for the delivery, installation, configuration, and initial sustainment for the Autonomic Logistics Information Systems Operational Representative Environment in support of the F-35 Lightening II.  Work will be performed in Orlando, Florida (56 percent); Edwards Air Force Base, California (30 percent); Fort Worth, Texas (10 percent); and Hill Air Force Base, Utah (4 percent), and is expected to be completed in September 2017.  Fiscal 2014 aircraft procurement (Navy, Air Force); and fiscal 2016 aircraft procurement (Marine Corps) funds in the amount of $13,430,765 will be obligated at the time of award, $10,101,915 of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($6,773,065; 50 percent); the Marine Corps ($3,328,850; 25 percent) and the Navy ($3,328,850; 25 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

The Boeing Co., St. Louis, Missouri, is being awarded a $7,997,277 modification to exercise an option to delivery order 1512, which was previously issued against basic ordering agreement N00019-11-G-0001. This option procures two validation and verification kits, and two sets of associated support equipment/special tooling kits, as well as the non-recurring engineering effort to modify the T-45 airframe engine inlet to correct chronic engine surges and stalls issues. Work will be performed in St. Louis, Missouri, and is expected to be completed in August 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $7,997,277 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.  

 

CORRECTION:  The contract awarded June 21, 2016, to Arête Associates,* Tucson, Arizona (N61331-11-C-0007), was for $7,116,398, not$7,645,708.  The completion date should have read June 2017, not May 2017. 

 

DEFENSE LOGISTICS AGENCY

 

KCR Manufacturing LLC,** Wood Village, Oregon (SPE8EG-16-D-0045); S&H Products,* Arvada, Colorado (SPE8EG-16-D-0046); and Kochek Co. Inc.,* Putnam, Connecticut (SPE8EG-16-D-0047), are sharing a maximum $49,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EG-16-R-0014 for water handling accessories in support of the Wildlands Fire Protection program. This was a competitive acquisition with four responses received. These are two-year base contracts with three one-year option periods. The maximum dollar amount is for the life of the contracts. Locations of performance are Oregon, Colorado, and Connecticut, with a June 21, 2021, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and the U.S. Department of Agriculture Forest Service. 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.

 

VWR International LLC, Swedesboro, New Jersey, has been awarded a maximum $8,250,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory equipment. This was a competitive acquisition with 16 responses received. This is a one-year base contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is New Jersey, with a June 22, 2021, performance completion date. Using 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 (SPE2DE-16-D-0018).

 

Sysco Seattle, Kent, Washington, has been awarded a maximum $7,600,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity prime vendor contract for food and beverage support in Alaska. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a four-month bridge contract. Locations of performance are Washington and Alaska, with an Aug. 13, 2016, performance completion date. Using services are Army, Navy, and Air Force. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-3165). (Awarded on April 8, 2016)

 

AIR FORCE

 

UPDATE: KZF Design Inc. Cincinnati, Ohio (FA8903-16-D-0014); and MOCA Systems Inc., San Antonio, Texas (FA8903-16-D-0015), have each been awarded contracts to a previously announced indefinite-delivery/indefinite-quantity contract with a combined program ceiling of $950,000,000 for design and construction services. Contractors will provide Architect-Engineering 2013 (A-E13) design and construction service including A-E services to support Sustainment, Restoration and Modernization (SRM) programs. The work includes efforts to perform Title I, Title II, and other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer's SRM program areas. Work will be performed at government locations in Alaska, Arizona, California, Hawaii, Idaho, Nevada, Oregon, Utah, and Washington, and is expected to be complete by June 22, 2023. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2016 operation and maintenance funds in the amount of $6,000 are being obligated to each company at the time of award. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

 

UPDATE: Blair Remy Architects, Oklahoma City, Oklahoma (FA8903-16-D-0018); and KZF Design Inc. Cincinnati, Ohio (FA8903-16-D-0020), have been awarded contracts to a previously announced indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for design and construction services. Contractors will provide Architect-Engineering 2013 (A-E13) design and construction service including A-E services to support Sustainment, Restoration and Modernization (SRM) programs. The work includes efforts to perform Title I, Title II, and other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer's SRM program areas. Work will be performed at government locations in Arkansas, Colorado, Iowa, Kansas, Louisiana, Minnesota, Missouri, Montana, Nebraska, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, and Wyoming, and is expected to be complete by June 22, 2023. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2016 operation and maintenance funds in the amount of $6,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

 

*Small business

**Small disadvantaged business