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 Some of the information contained within may be outdated and links may not function.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 Aug. 30, 2016

CONTRACTS

 

ARMY

 

Sikorsky Aircraft Corporation, Stratford, Connecticut, was awarded a $158,431,341 modification (P00370) to contract W58RGZ-12-C-0008 to exercise an option for 14 UH-60 aircraft.  Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2017.  Fiscal 2016, 2015 and 2010 other funds in the amount of $158,431,341 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

National Conferencing Inc.*, Dumfries, Virginia, was awarded an $81,120,421 type one order dependent contract for strong bonds logistical conference and training support services.  Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of February 28, 2020.  Army Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-16-D-0002).

General Dynamics – Ordnance and Tactical Systems, Garland, Texas, was awarded a $39,258,206 modification (P0004) to foreign military sales contract (Saudi Arabia, United Arab Emirates, France and Iraq) W52P1J-13-D-0050 for MK82-1 bomb bodies (162); MK82-6 bomb bodies (7,245); and MK84-10 bomb bodies (9,664), being bought in support of Air Force and Navy requirements.  Work will be performed in Garland, Texas, with an estimated completion date of December 31, 2017.  Fiscal 2014, 2015 and 2016 other funds in the amount of $39,258,206 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Ceradyne, Inc., Costa Mesa, California, was awarded a $36,610,608 modification (P00016) to contract W91CRB-13-C-0046 for the vital torso protection program which consists of the procurement of four hard armor protective inserts inclusive of the enhanced small arms protective insert, the enhanced side ballistic insert, the x-small arms protective insert, and the x-side ballistic insert.  The government is issuing this modification to procure 30,831 additional enhanced small arms protective inserts.  Work will be performed in Costa Mesa, California, with an estimated completion date of August 26, 2017.  Fiscal 2016 operations and maintenance funds in the amount of $36,610,608 were obligated at the time of the award.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Leidos, Inc., Reston, Virginia, was awarded a $35,872,229 modification (PBA0161) to contract HHM402-10-D-0017 for information technology repair, maintenance, operations, logistics and engineering services to ensure secure, reliable and uninterrupted availability of 13 organizations’ worldwide information technology systems.  Work will be performed in multiple locations with an estimated completion date of August 31, 2017.  Fiscal 2016 operations and maintenance funds in the amount of $35,872,229 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Week Marine, Inc., Covington, Louisiana, was awarded a $25,125,001 firm-fixed-price contract for construction contract for Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper dredge disposal area project.  Bids were solicited via the internet with two received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of March 15, 2017.  Fiscal 2016 operations and maintenance funds in the amount of $25,125,001 were obligated at the time of the award.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-16-C-0054).

DRS Training and Control Systems, LLC, Fort Walton Beach, Florida, was awarded a $9,757,139 firm-fixed-price contract to procure overhaul/upgrade of the AH-64 digital captive boresight harmonization kit for a minimum quantity of 25, maximum of 200.  Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of August 29, 2021.    Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-16-D-0038).

Quantum Spatial, Inc., Norcross, Georgia (W91278-16-D-0112); and Fugro Pelagos, Inc., San Diego, California (W91278-16-D-0117); will share in a $9,500,000 firm-fixed-price contract for an indefinite delivery contract for architect and engineering survey and mapping support services for military, civil, and federal agencies of the Mobile district, U.S. Army Corps of Engineers.  Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of August 29, 2021.  Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

 

AIR FORCE

 

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $41,730,533 modification (P00226) to previously awarded contract FA8625-12-C-6598 for Large Aircraft Infrared Counter Measures Line Replaceable Unit acquisition. Work will be performed at Rolling Meadows, Illinois, and is expected to be complete by Aug. 31, 2018. This contract involves a 1.9-percent foreign military sales to Australia and Canada. Fiscal 2014, 2015 and 2016 procurement and 2014 and 2015 Overseas Contingency Operations funds in the combined amount of $41,730,533 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8625-12-C-6598)

Sea Box, Inc., East Riverton, New Jersey, has been awarded a $32,035,000 Firm-Fixed Price contract for Basic Expeditionary Airfield Resources (BEAR) Expandable Bicon Shelter Hygiene Systems. Contractor will provide 86 commercial BEAR Hygiene systems. Work will be performed at East Riverton, New Jersey and is expected to be complete by Dec. 31, 2018. This contract involves foreign military sales to Oman, Arab Emirates, South Korea and Qatar. This award is the result of a sole source acquisition. Fiscal 2015 and 2016 other procurement funds in the amount of $32,035,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (FA8532-16-F-0049)

Harpers & Co. Inc., Hillsboro, Tennessee (FA9101-16-D-0002); Bacik Group LLC, Pelham, Alabama (FA9101-16-D-0003) and  Willis Mechanical Inc., Norcross, Georgia (FA9101-16-D-0004);  have been awarded a combined not-to-exceed $24,800,000 indefinite-delivery/ indefinite-quantity construction contract for the Civil Engineering Building and Utilities Mechanical program. The contract is for execution of mechanical projects in the utilities and building systems sustainment, restoration, and modernization to support the research development test and evaluation mission at Arnold Engineering Development Complex. The location of performance is Arnold Air Force Base, Tennessee. The work is expected to be completed by June 23, 2021. This award is a result of a competitive, multiple-award acquisition with 11 offers received.  Fiscal 2013 and 2015 research, development, test, and evaluation funds in the amount of $372,123 to Harpers & Co. Inc.; $246,698 to Bacik Group LLC; and $257,121 to Willis Mechanical Inc. were obligated at the time of award on initial task orders. The Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity. The contracts were awarded on June 24th.

 L-3 Communications Corp. -Systems Field Support, Madison, Mississippi, has been awarded a $19,579,865 modification (P00044) to exercise the option on previously awarded contract FA8106-11-D-0002 for C-12 contractor logistics support. Work will be performed at Accra, Ghana; Andrews Air Force Base, Maryland; Ankara, Turkey; Bangkok, Thailand; Bogota, Columbia; Brasilia, Brazil; Budapest, Hungary; Buenos Aires, Argentina; Cairo, Egypt; Edwards AFB, California; Elmendorf AFB, Alaska; Gaborone, Botswana; Holloman AFB, New Mexico; Islamabad, Pakistan; Manila, Philippines; Nairobi, Kenya; Rabat, Morocco; Riyadh, Saudi Arabia; San Angelo, Texas; Tegucigalpa, Honduras; Yokota AB, Japan, and is expected to be complete by Aug. 31, 2017. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity. 

General Atomics - Aeronautical Systems, Inc., Poway, California, has been awarded a $12,326,321 order (0025) off of basic ordering agreement FA8620-15-G-4040 for the MQ-9 Block 1 Extended Range/ Electrical Safety Improvement Program depot activation Logistics Support Analysis. Contractor will provide comprehensive integrated analyses in order to establish organic depot maintenance and repair capability for MQ-9 Extended Range, Block 1 unique parts, and Electrical Safety Improvement Program reparable components. Work will be performed at Poway, California, and is expected to be complete by Aug. 31, 2018. Fiscal 2014 aircraft procurement funds in the amount of $12,326,321 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. 

Tribalco, LLC, Bethesda, Maryland, has been awarded an $8,964,022 firm-fixed-price letter contract for Counter-Unmanned Aerial System. Contractor will provide procurement, installation, training, non-developmental C-UAS systems and sparing kits. Work will be performed at Bethesda, Maryland, and is expected to be complete by Nov. 30, 2016. This award is the result of a sole source acquisition. Fiscal 2016 2093 funds (Army) in the amount of $4,392,371.20 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. (FA8730-16-C-0050)

 

NAVY

 

Vigor Marine, LLC, Portland, Oregon, is being awarded a $36,592,389 firm-fixed price contract to perform repair and modernization work to support a Chief of Naval Operations Availability as well as fiscal 2016 Dry-docking Selected Restricted Availability for USS Gridley.  Work includes modernization ship alterations, blasting, painting, and surface preparation for complete or touch-up preservation of the underwater hull, freeboard, struts, rudders, running gear, ground tackle, and sea-chest, as well as various interior tanks, various ship alterations and repairs.  Work will be performed at Vigor Shipyard, Inc. in Seattle, Washington  (80 percent) and at Naval Station Everett in Everett, Washington (20 percent), and is expected to be completed by March 2017.  Fiscal 2016 operation and maintenance (Navy), fiscal 2016 other procurement (Navy) and fiscal 2016 working capital (Navy) funding in the amount of $36,592,389 will be obligated at the time of award and funds will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Puget Sound Naval Shipyard & Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-16-C-5014).

 

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $32,401,348 modification to previously issued cost-plus-fixed-fee delivery order 0026 placed against basic ordering agreement N00019-12-G-0006.  This modification provides for software and hardware upgrades for 28 V-22 flight simulators for the U.S. Marine Corps (19 MV-22) and the U.S. Air Force (9 CV-22).  Work will be performed in Chantilly, Virginia (26 percent); Broken Arrow, Oklahoma (21 percent); Fort Worth, Texas (18 percent); St. Louis, Missouri (10 percent); Philadelphia, Pennsylvania (5 percent); Mildenhall, United Kingdom (5 percent); Albuquerque, New Mexico (4 percent); Clovis, New Mexico (4 percent); Fort Walton Beach, Florida (4 percent); Clifton, New Jersey (2 percent); and Orlando, Florida (1 percent), and is expected to be completed in March 2020.  Fiscal 2015 research, development, test and evaluation (Navy); fiscal 2015 aircraft procurement (Navy and Air Force); fiscal 2016  aircraft procurement (Air Force) and fiscal 2015 and 2016 special operations command funds in the amount of $32,401,348 will be obligated at time of award, $667,417 of which will expire at the end of the current fiscal year.  This modification combines purchase for the U.S. Air Force/Special Operations ($22,874,274; 71 percent) and the U.S. Navy ($9,527,074; 29 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Lockheed Martin Corp., Mission Systems & Training, Manassas, Virginia, is being awarded a maximum ceiling $32,205,621 five year, firm-fixed-price, cost-plus fixed fee contract for Post Deployment Software Support for the AN/TPS-59A(V)3 Radar system.  Work will be performed in Liverpool, New York, and is expected to be completed in August 2021.  Fiscal 2016 operations and maintenance (Marine Corps) funds in the amount of $4,385,805 are being obligated at the time of award and will expire at the end of the current fiscal year. This contract is a sole source acquisition in accordance with Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements.  The Marine Corps System Command in Quantico, Virginia, is the contracting activity (M67854-16-C-6005). 

 

Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N32253-16-D-0001); Q.E.D. Systems, Inc.,* Virginia Beach, Virginia (N32253-16-D-0002); ORBIS SIBRO, Inc.,* Mount Pleasant, South Carolina (N32253-16-D-0003); Pacific Shipyards, Inc.,* Honolulu, Hawaii (N32253-16-D-0004); and Superior Marine Solutions, LLC,* Norfolk, Virginia (N32253-16-D-0005) are being awarded a $20,324,686 cost-plus-fixed-fee, multiple award indefinite-delivery/indefinite-quantity contract for non-nuclear and non-SUBSAFE Touch Labor work.  This contract consists of two contract line item numbers for 11 labor trades. The trades include non-nuclear sheet metal, pipefitting, firewatch/tankwatch, inside machinists, shipwrights, marine machinery, electrician, electronics, plastic fabricator/woodcrafting, fabric, and painting/blasting.  The contract includes options which, if exercised, would bring the cumulative value to $49,000,000.  Work will be performed at Pearl Harbor Naval Shipyard, Hawaii, and is expected to be completed by August 2017.  Fiscal 2016 operation and maintenance (Navy) funding in the amount of $300,880 will be obligated at the time of award and will expire at the end of the fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with five offers received.  Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Joint Base Pearl Harbor Hickam, Hawaii, is the administrative contracting activity. 

 

Watts-Orion Joint Venture, Gig Harbor, Washington, is being awarded a $25,592,000 firm-fixed-price contract for construction of the Transit Protection System Forward Operating Location at Ediz Hook.  The work to be performed provides for the construction of a pile-supported approach trestle and pier.  The trestle will provide vehicle and pedestrian access to the pier and will transfer utility services to the pier.  The fixed pier will have full hotel services at each of the six berths including power, potable water, fire protection, sewage connections, ship overboard drainage collection, fueling connections, and telephone and Local Area Network service.  The fixed pier will be equipped with lighting, mooring, fendering, brows, corrosion protection systems, access control, and storm water protection systems.  This project also constructs a single story alert force facility.  The basic layout provides a berthing wing and an administrative wing.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $25,791,402.  Work will be performed in Port Angeles, Washington, and is expected to be completed by February 2018. Fiscal 2015 military construction (Navy) contract funds in the amount of $25,592,000 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 six proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-16-C-7004).

 

NAVMAR Applied Sciences Corp.,* Warminster, Pennsylvania, is being awarded $12,420,108 for cost-plus-fixed-fee delivery order 0004 against a previously issued basic ordering agreement (N68335-14-G-0040) for work associated with Phase III Small Business Innovation Research efforts under Topics N08-023 Precision High Altitude Sonobuoy Emplacement, N92-170 LADAR Identification Demonstration, and AF083-006 Low-Cost Intelligence, Surveillance and Reconnaissance, Unmanned Aerial Vehicle.  This effort provides for the development, test, and evaluation of advanced intelligence, surveillance, and reconnaissance sensors, as well as enhanced surveillance capabilities to deployed Warfighter that can be integrated into existing naval platforms to support Pacific, Central, and Special Operation command activities.  Work will be performed in China Lake, California (66 percent); inside the continental United States (22 percent) and Patuxent River, Maryland (12 percent).  Work is expected to be completed in August 2018.  Fiscal 2016 working capital funds (Navy), and operations and maintenance (Defense Wide) funds in the amount of $250,624 will be obligated at time of award, $100,000 of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

 

MK Engineers, Ltd.,* Honolulu, Hawaii, is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for various electrical, and other related projects in the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR).  The work to be performed provides for design and engineering services for electrical projects which include, but not limited to, maintenance, repair, alteration, design-build and design-bid-build construction, engineering studies, investigations, building commissioning and retro-commissioning, functional analysis concept development, economic analysis, as-built drawings, acceptance testing of critical systems, Department of Defense Form 1391 document preparation and post construction award services.  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 NAVFAC Hawaii AOR.  The term of the contract is not to exceed 60 months, with an expected completion date of August 2021.  Navy working capital funds in the amount of $10,000 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 eight proposals received.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor Hickam, Hawaii, is the contracting activity (N62478-16-D-5026).

 

Ocean Construction Services, Inc.,* Virginia Beach, Virginia, is being awarded $8,132,050 for firm-fixed-price task order 0007 under a previously awarded multiple award construction contract (N40085-15-D-0095) for Pier Cheatham Annex Depot (CAD) A structural repairs onboard Naval Weapons Station, Cheatham Annex.  The pier structure consists of timber braced square timber piles, reinforced concrete pile caps and a reinforced concrete deck with railroad beams.  Repairs associated with this project include but are not limited to repairing concrete that has become delaminated, spalled and cracked resulting in corrosion to rebar steel; repairs to pile cap and piles; and repairs to the fendering system.  The project will also consist of installing prestress concrete batter piles through the concrete deck, installing new fender piles and foam filled fenders.  Demolition of the existing fender system and of the concrete deck in way of the batter piles is also included as a portion of this project.  Work will be performed in Yorktown, Virginia, and is expected to be completed by September 2017.  Fiscal 2016 operation and maintenance, (Navy) contract funds in the amount of $8,132,050 are obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

 

Raytheon Co., Marlborough, Massachusetts, is being awarded $7,111,815 for cost-plus-fixed-fee, cost reimbursement order 5000 against a previously issued basic ordering agreement (N00019-15-G-0003) for programmatic, technical and engineering services for the Air Traffic, Navigation, Integrations, and Coordination System refurbishment and range extension efforts for the U.S. Marine Corps.  Work will be performed in Largo, Florida (66 percent), and Marlborough, Massachusetts (34 percent) and is expected to be completed in August 2017.  Fiscal 2016 operations and maintenance (Navy) and other procurement (Navy) funds in the amount of $6,075,690 will be obligated on this award, $3,549,104 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

DEFENSE INFORMATION SYSTEMS AGENCY

 

Sprint Federal Operations, LLC, Reston, Virginia was awarded a $34,190,235 for the DISN Optical Transport Network (OTN) upgrades.  The face value of this action is $34,190,235 funded by Defense Information Systems Agency (DISA) with FY16 Procurement funds.  The

estimated total cumulative face value of the contract is $215,700,000. Performance will be at various locations within Europe. The solicitation was issued on the basis of other than full and open competition pursuant to 10 U.S.C. 2304(c)(1), only one responsible source, and no other type of supplies or services would satisfy agency requirements. The period of performance is August 30, 2016 through August 29, 2017.  The Defense Information Technology Contracting Organization, Scott AFB, Illinois is the contracting

activity.  (HC1047-15-C-4000-P00007).

 

DEFENSE LOGISTICS AGENCY

 

L-3 Communications Corp., Sarasota, Florida, has been awarded a maximum $11,309,627 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a Chinook CH-47F flight data recorder and interconnecting box. This was a sole source acquisition using justification 10 U.S.C. 2304(c)(1). This is a five-year contract with no option years. Location of performance is Florida, with a completion date of Aug. 29, 2021. Using service is Army. Type of appropriation is fiscal 2016 through fiscal 2021 Army working capital funds, funded in the year of delivery order issuance. The contracting activity is Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-16-D-0038).

 

Northrop Grumman Systems Corp., El Segundo, California, has been awarded a maximum $10,594,198 firm-fixed-price delivery order (5025) against a five-year basic ordering agreement (SPRPA1-15-G-001Z) for F/A-18 aircraft rudders. This was a sole source acquisition using justification 10 U.S.C. 2304 (c)(1). Location of performance is California, with an April 30, 2020, performance completion date. Using customers are Navy and Royal Australian Navy. Types of appropriation are fiscal 2016 through fiscal 2020 Navy working capital and foreign military funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

 

 

*Small business