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 Some of the information contained within may be outdated and links may not function.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 July 21, 2016

CONTRACTS

 

DEFENSE HEALTH AGENCY

 

Humana Government Business Inc., Louisville, Kentucky, has been selected to provide managed care support (MCS) to the Department of Defense TRICARE program in the East Region.  The MCS contractor will assist the Military Health System in operating an integrated health care delivery system combining the resources of the contractor and the military’s direct medical care system to provide health, medical and administrative support services to eligible beneficiaries. The newly formed East Region includes the District of Columbia, and the states of Alabama, Arkansas, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Iowa (Rock Island Arsenal area only), Kentucky, Louisiana, Maine, Maryland, Massachusetts, Michigan, Mississippi, Missouri (St. Louis area only); New Hampshire, New Jersey, New York, North Carolina, Ohio, Oklahoma, Pennsylvania, Rhode Island, South Carolina, Tennessee, Texas (excluding areas of Western Texas), Vermont, Virginia, West Virginia, and Wisconsin.  HT9402-16-C-0001 will be a cost-plus-fixed-fee contract with a nine-month base period (transition-in) and five one-year option periods for health care delivery, plus a transition-out period. The total potential contract value, including all option periods, is estimated at $40,517,947,263. The instant award, which comprises the nine-month base period (transition-in), is valued at $67,429,642. This contract was procured utilizing full and open competition via request for proposal (RFP) HT9402-15-R-0002 through the Federal Business Opportunities website. Four offers were received for the East Region in response to the RFP.  The Defense Health Agency’s Contracting Operations Division – Aurora, Colorado, will administer the contract.

 

Health Net Federal Services LLC, Rancho Cordova, California , has been selected to provide managed care support (MCS) to the Department of Defense TRICARE program in the West Region.  The MCS contractor will assist the Military Health System in operating an integrated health care delivery system, combining the resources of the contractor and the military’s direct medical care system to provide health, medical and administrative support services to eligible beneficiaries.  The West Region includes the states of Alaska, Arizona, California, Colorado, Hawaii, Idaho, Iowa (except the Rock Island Arsenal area), Kansas, Minnesota, Missouri (except the St. Louis area), Montana, Nebraska, Nevada, New Mexico, North Dakota, Oregon, South Dakota, Texas (areas of Western Texas only), Utah, Washington, and Wyoming. HT9402-16-C-0002 will be a cost-plus-fixed-fee contract with a nine-month base period (transition-in) and five one-year option periods for health care delivery, plus a transition-out period. The total potential contract value, including all option periods, is estimated at $17,723,452,440. The instant award, which comprises the nine month base period (transition-in), is valued at $49,295,489.This contract was procured utilizing full and open competition via request for proposal (RFP) HT9402-15-R-0002 through the Federal Business Opportunities (FBO) website.  Three offers were received for the West Region in response to the RFP. The Defense Health Agency’s Contracting Operations Division – Aurora, Colorado, will administer the contract.

 

DEFENSE LOGISTICS AGENCY

 

Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $53,500,000 modification (P00084) to a five-year base contract (SPM4AR-07-D-0001) with one five-year option period extending the contract for three months for logistics support for chemical and petroleum products.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey, with an Oct. 14, 2017, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2007 through fiscal 2018 defense working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

 

Tryco Inc.,* McLean, Virginia, has been awarded a maximum $12,000,000 fixed-price with economic-price-adjustment contract for hospital and medical items and accessories.  This was a competitive acquisition with 93 responses received.  This is a five-year contract with no option periods.  Location of performance is Virginia, with a July 20, 2021, performance completion date.  Using services are Army, Air Force, Navy, 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-0017).

AIR FORCE

 

Lockheed Martin, Owego, New York, has been awarded a $27,334,121 firm-fixed-price-delivery order under contract FA8119-13-D-0001 for B-2 sustainment.  This contract provides for the repair and overhaul of the Defense Management System.  Work will be performed at Owego, New York, and is expected to be completed by July 14, 2018.  This award is the result of a sole-source acquisition.  Fiscal 2016 Department of Defense working capital funds in the amount of $27,334,121 is being obligated at time of award.  Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

 

NAVY

 

ProSol Associates LLC,* Alexandria, Virginia, is being awarded a maximum ceiling $23,000,000 five-year, firm-fixed-priced, indefinite-delivery/indefinite-quantity, professional services contract to provide Communication Training Centers curriculum services in support of the Marine Corps Communication Electronic School.  Services include course instruction for approximately 57 information technology software programs; associated certification testing conducted by test administrators; curricula development for new courses as needed for communication systems; and curricula management to maintain and modify existing courses to ensure material is current with systems software and hardware configurations.Work will be performed at Camp Pendleton, California (30 percent); Jacksonville, North Carolina (30 percent); Okinawa, Japan (30 percent); and Alexandria, Virginia (10 percent), and is expected to be completed by June 2021.  Fiscal 2016 operations and maintenance (Marine Corps) funds in the amount of $2,900,000 will be obligated under task order 0001 immediately following contract award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with four offers received.  Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-D-7904).

 

PC Mechanical Inc., Santa Maria, California, is being awarded a $19,000,000 firm-fixed-price modification under an indefinite-delivery/indefinite-quantity contract to exercise option year two for Reconstitute the Force; and manage and provide oversight of overhaul, repair and logistics management of Civil Engineer Support Equipment (CESE) and Civil Engineer End Items (CEEI) under the CESE/CEEI Life Extension Program in support of Naval Facilities Engineering Expeditionary Warfare Center, Naval Base Ventura County.  The total contract amount after exercise of this option will be $38,000,000.  No task orders are being issued at this time.  Work will be performed in Port Hueneme, California (90 percent); and Gulfport, Mississippi (10 percent), and work for this option period is expected to be completed July 2017.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by fiscal 2016 operations and maintenance (Navy).  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-15-D-1604).

 

Healy Tibbitts Builders Inc., Aiea, Hawaii, is being awarded a $16,530,997 firm-fixed-price contract for the replacement of a 24-inch underwater waterline crossing Ford Island to Landing C at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for replacement of approximately 3,500 linear feet of deteriorated 24-inch cast iron (CI) waterline, with new 24-inch fusible polyvinyl chloride pipe from Ford Island to Landing C and incidental related work by horizontal directional drilling (HDD) method.  Approximately 1,450 linear feet of this existing waterline is underwater.  The work also includes replacement by open-trench construction of approximately 350 linear feet of 24-inch CI waterline with new 24-inch ductile iron (DI) pipe to connect HDD pipe to the existing water system on both Ford Island and Landing C; replacement of 2,500 linear feet of 16-inch and 12-inch CI waterline with 12-inch DI pipe to maintain service to areas of Ford Island; and replacement of approximately 150 linear feet of 6-inch CI waterline with new 6-inch DI to maintain service to buildings.  Work will be performed in Oahu, Hawaii, and is expected to be completed by September 2018.  Navy working capital funds in the amount of $16,530,997 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-16-C-1303).

 

Nova Group Inc., Napa, California, is being awarded a $10,692,000 firm-fixed-price contract for repair of a dry dock saltwater distribution system at Naval Base Kitsap.  The work to be performed provides for replacement of the saltwater distribution main line piping that traverses a portion of the waterfront dry docks.  The existing piping will be removed and new piping installed.  Replacement includes piping supports, anchors, seismic bracing, distribution valves, connectors, manifold devices, and commissioning to recertify the saltwater system per design standards.  Site work includes in-water and upland trench excavation, traffic control, and repaving.  Hazardous abatement includes the identification, containment, removal and handling of asbestos containing materials debris along with lead paint and remaining contaminated soils from excavations.  Work will be performed in Bremerton, Washington, and is expected to be completed by March 2018.  Fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $10,692,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with seven proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-16-C-7000).

 

Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded $9,561,182 for modification P00010 to a previously awarded firm-fixed-price contract (N61340-12-C-0033) for the procurement of one MV-22 Tiltrotor Containerized Flight Training Device for the government of Japan under the Foreign Military Sales program.  Work will be performed in Chantilly, Virginia (90 percent); Fort Worth, Texas (8 percent); and Philadelphia, Pennsylvania (2 percent), and is expected to be completed in October 2017.  Foreign military sales funds in the amount of $9,561,182 are being obligated on this award, none of which expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

 

ARMY

 

Northrup Grumman Information Technology Inc., McLean, Virginia, was awarded a $21,228,494 modification (0001C1) to contract W91QUZ-07-D-0005 for services related to the development, sustainment, fielding, training, and maintenance of the Global Support System-Army enterprise resources planning program.  Work will be performed in Richmond, Virginia, with an estimated completion date of Sept. 30, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $100,000; fiscal 2015 research, development, test and evaluation funds in the amount of $32,000; and fiscal 2014 operations and procurement (Army) funds in the amount of $1,003,681 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

 

Walsh Construction Company II LLC, Chicago, Illinois, was awarded a $20,483,300 firm-fixed-price contract for construction of a middle school addition to the high school at Fort Knox, Kentucky.  At this time the government is awarding the base and options two and four.  Remaining options may be exercised at a later date.  Bids were solicited via the Internet with four received.  Work will be performed at Fort Knox, Kentucky, with an estimated completion date of April 28, 2018.  Fiscal 2016 military construction funds in the amount of $19,547,509; and fiscal 2013 military construction funds in the amount of $935,791 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0012).

 

Kyle Conti Construction LLC, Hillsborough, New Jersey, was awarded a $13,696,687 firm-fixed-price contract for hurricane storm damage reduction project, phase two, contract three, exercising options at time of the award.  Bids were solicited via the Internet with 16 received.  Work will be performed at Port Monmouth, New Jersey, with an estimated completion date of Jan. 19, 2018.  Fiscal 2016 other funds in the amount of $13,696,688 were obligated at the time of the award.  Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-16-0017).

 

Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $13,495,660 firm-fixed-price contract to procure repair of the UH-60 multi-function display unit for a minimum quantity of 350 each, maximum quantity of two,160 each.  Bids were solicited via the Internet with one received.  Performance location and funding will be determined with each order.  Estimated completion date is July 20, 2021.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-16-D-0058).

 

Woolpert-RS&H LLC, Beaver Creek, Ohio, was awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect/engineer services primarily for the design of Air Force Reserve and military construction projects within the Great Lakes and Ohio River division mission boundaries.  Bids were solicited via the Internet with one received.  Performance locations and funding will be determined with each order.  Estimated completion date is July 20, 2021.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-D-0024).

 

RDM Engineering,* Oak Ridge, New Jersey, was awarded a $7,183,354 modification (0012) to contract W15QKN-12-D-0097 for software engineering lifecycle support services including, but not limited to, common fire control system software design, development, coding, implementation, testing activities, systems integration and fielding support for the Army Research, Development, Engineering Command, Armament Research Development and Engineering Center.  Work will be performed at Picatinny Arsenal, New Jersey, with an estimated completion date of July 31, 2017.  Fiscal 2016 research, development, test, and evaluation funds in the amount of $7,183,354 were obligated at the time of the award.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity. 

 

*Small business