DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

NAVY

Raytheon Co., Tucson, Arizona, is being awarded a $287,958,605 firm-fixed-price modification under previously awarded contract N00024-15-C-5406 to exercise options for MK 15 Close-In Weapon System (CIWS) upgrades and conversions, system overhauls, and associated hardware.  CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses.  The CIWS is an integral element of the Fleet Defense In-Depth concept and the Ship Self-Defense Program.  Operating either autonomously or integrated with a combat system, it is an automatic terminal defense weapon system designed to detect, track, engage, and destroy anti-ship missile threats penetrating outer defense envelopes.  CIWS consists of 2 variants:  Phalanx, which utilizes a six-barrel Gatlin gun; and SeaRAM, which replaces the gun with an 11-round Rolling Airframe Missile (RAM) guide.  Phalanx CIWS is currently installed on Navy and Coast Guard ships, and is also in use in foreign navies.  This contract combines purchases for the Navy (36.75 percent); and for the governments of Turkey (44.09 percent), and Australia (19.16 percent), under the Foreign Military Sales (FMS) program.  Work will be performed in Louisville, Kentucky (47.19 percent); Williston, Vermont (6.14 percent); Melbourne, Florida (4.82 percent); Andover, Massachusetts (3.72 percent); Pittsburgh, Pennsylvania (3 percent); Tewksbury, Massachusetts (2.50 percent); Hauppauge, New York (1.57 percent); Phoenix, Arizona (1.17 percent); Ashburn, Virginia (1.15 percent); Towcester, United Kingdom (1.06 percent); Grand Rapids, Michigan (1.03 percent); and various locations with less than 1percent each (26.65 percent).  Work is expected to be completed by December 2022.   Fiscal 2016 operations and maintenance (Navy); and fiscal 2014 weapons procurement (Navy) funding in the amount of $64,627,857 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $101,970,569 for cost-plus-incentive-fee delivery order 0026 against a previously issued basic ordering agreement (N00019-14-G-0020).  This order definitizes a previously awarded undefinitized contract action and provides for additional non-recurring effort and integration efforts required in support of the F-35 Reprogramming Center West.  Efforts will include the production of F-35 software data loads for laboratory testing, planning for verification and validation (V&V) test, conduct technical support of the test, design, build, and delivery of V&V modification kits and mission data file generation tools for the Foreign Military Sales customers.  Work will be performed in Fort Worth, Texas (53 percent); Orlando, Florida (25 percent); Nashua, New Hampshire (18 percent); El Segundo, California (2 percent); and San Diego, California (2 percent), and is expected to be completed in December 2018.  Foreign military sales funds in the amount of $74,121,831 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.

CB&I Federal Services LLC, Alexandria, Virginia, is being awarded $20,850,791 for firm-fixed-price task order 0024 under a previously awarded environmental multiple award contract (N62473-12-D-2005) for Parcel E remedial action at Hunters Point Naval Shipyard.  The work to be performed provides for a remedial action to clean up soil and groundwater for a variety of contaminants.  The remedy will be implemented in phases as detailed in the internal draft remedial design package (RDP).  The RDP consists of a design basis report, remedial action monitoring plan, land use control remedial design, operation and maintenance plan and construction quality assurance plan.  The primary scope components include the following: preparation of the remedial action work plan; conduct excavations; close steam and fuel lines; complete radiological survey and removal actions; construct a slurry wall; excavate and construct shoreline protection features; perform in-situ bioremediation of groundwater including pre-characterization and post-injection monitoring; construct, operate and monitor a soil vapor extraction system; implement and maintain radiological controls; perform waste characterization, storage and disposal; and install a durable cover.  Work will be performed in San Francisco, California, and is expected to be completed by August 2020.  Fiscal 2016 base realignment and closure environmental (Navy) contract funds in the amount of $20,850,791 are being obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Raytheon IDS Inc., Sudbury, Massachusetts, is being awarded a sole-source $9,997,558 contract for cost-plus-fixed-fee task order L602, under previously awarded contract N00024-14-G-5105.  The task order is for the Aegis SPY Radar and MK 99 fire control original equipment manufacturer engineering services for the Air Dominance Department.  Services will provide engineering, weapon systems field engineering, technical support and materials required for the resolution of obsolescence, reliability/maintainability issues, production/rework, testing, evaluation, installation and life cycle support functions for Foreign Military Sales and U.S. government, and ship riding support.  Work will be performed in Norfolk, Virginia (28 percent); San Diego, California (25 percent); Sydney, Australia (13 percent); Pearl Harbor, Hawaii (11 percent); Tokyo, Japan (6 percent); Rota, Spain (5 percent); Seoul, South Korea (5 percent); and various places below one percent (totaling 7 percent), and work is expected to be completed by August 2018.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $707,000 will be obligated at time of award and will expire at the end of the current fiscal year.  This combines purchases for the Navy (75.5 percent); and the countries of Australia (15.9 percent); Japan (6.1 percent); and South Korea (2.5 percent), under the Foreign Military Sales program. This contract was not competitively procured in accordance with 10 U.S Code 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Aviation Systems Engineering Co., Lexington Park, Maryland, is being awarded an $8,296,361 cost-plus-fixed-fee, cost-reimbursement contract for technical engineering services and fleet deliverable capabilities for maritime patrol and reconnaissance aircraft programs.  Work will be performed at Naval Air Station (NAS) Patuxent River, Maryland (80 percent); NAS Jacksonville, Florida (10 percent); and Seattle, Washington (10 percent), and is expected to be complete by August 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $323,367 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; one offer was received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0330).

DEFENSE LOGISTICS AGENCY

Johnson and Johnson Health Care Systems Inc., Piscataway, New Jersey, has been awarded a maximum $60,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental and medical equipment. This was a competitive acquisition with 121 responses received. This is a five-year contract with no option periods. Location of performance is New Jersey, with an Aug. 3, 2021, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. 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-0018).

ARMY

AC First, Germantown, Maryland, was awarded an $82,293,853 modification (P0002) to contract W52P1J-12-G-0048 for maintenance, supply and transportation of the enhanced Army global logistics enterprise basic ordering agreement for logistical support services.  Work will be performed in Afghanistan, with an estimated completion date of Aug. 3, 2017.  Fiscal 2015 operations and maintenance, Army funds in the amount of $82,293,853 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Pioneering Decisive Solutions Inc.,* California, Maryland (P00004); Total Technology Inc.,* Cherry Hill, New Jersey (P00005); and McConnell Jones Lanier and Murphy,* Huntsville, Alabama (P00006), will share in a $29,998,000 modification to contracts W15QKN-13-D-0015, 0016, and 0017, respectively, for programmatic ceiling increase on the automated testing system testing/diagnostics and net centric support multiple award contract.  Work locations and funding will be determined with each order, with an estimated completion date of Feb. 1, 2017.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Shirley Contracting Company LLC, Lorton, Virginia, was awarded a $19,248,561 firm-fixed-price contract for roads and infrastructure improvements for the National Museum of the U.S. Army.  Bids were solicited via the Internet with two received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Aug. 15, 2018. Fiscal 2012 military construction funds in the amount of $19,248,561 were obligated at the time of the award.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-16-C-0030).

J&J Contractors Inc.,* North Billerica, Massachusetts, was awarded an $18,542,000 firm-fixed-price contract for construction of the new Attleboro Army Reserve Center.  Bids were solicited via the Internet with five received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Feb. 15, 2018.  Fiscal 2012 military construction funds in the amount of $18,100,257; fiscal 2013 military construction funds in the amount of $285,743; and fiscal 2016 operations and maintenance, Army funds in the amount of $156,000 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0015).

Webasto Thermo & Comfort North America, Fenton, Michigan, was awarded a $17,075,677 firm-fixed-price contract for supply heater kits to support the M997A ambulance program.  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 Aug. 3, 2021.  Army Contracting Command, Rock Island, Illinois, is the contracting activity (W9098S-16-D-0028).

Vanquish Worldwide LLC,* Maryville, Tennessee, was awarded a $14,874,305 modification (P0002) to contract W52P1J-14-G-0026 for enhanced Army global logistics enterprise task order award for supply, maintenance and transportation in support of logistics support services. Work will be performed at Fort Stewart (88 percent); and Hunter Army Air Field (12 percent) Georgia, with an estimated completion date of Aug. 21, 2021.  Fiscal 2016 operations and maintenance, Army funds in the amount of $756,149 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Continental Mapping Consultants,* Sun Prairie, Wisconsin, was awarded a $12,500,000 firm-fixed-price contract for architect-engineer services for photogrammetric surveying and mapping.  Bids were solicited via the Internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 3, 2021.  Army Corps of Engineers, Saint Louis, Missouri, is the contracting activity (W912P9-16-D-0021).

Martin Brothers Construction,* Sacramento, California, was awarded an $11,760,406 firm-fixed-price contract for construct phase one of the 400 parking ramp including demolition, excavation, constructing new pavement, taxiway ‘H,’ drainage system, pavement markings and accessories.  Bids were solicited via the Internet with one received. Work will be performed at Travis Air Force Base, California, with an estimated completion date of Nov. 5, 2017. Fiscal 2016 operations and maintenance, Army funds in the amount of $11,760,406 were obligated at the time of the award.  Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-16-C-0022).

Mike Hooks LLC, Westlake, Louisiana, was awarded an $11,249,000 firm-fixed-price contract for maintenance dredging.  Bids were solicited via the Internet with four received. Work will be performed at Lake Charles, Louisiana, with an estimated completion date of June 30, 2017.  Fiscal 2016 operations and maintenance, Army funds in the amount of $11,249,000 were obligated at the time of the award.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-16-C-0052).

Health Facility Solutions Co.,* San Antonio, Texas, was awarded an $8,000,000 firm-fixed-price contract for construction management services with a three-year base period and two, one-year option periods.  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 Aug. 3, 2021.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-16-D-0004).

Connectec Co. Inc.,* Irvine, California, was awarded a $7,896,852 firm-fixed-price contract for procurement of 16-foot extraction force transfer coupling assemblies.  Bids were solicited via the Internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2021.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0109).

AIR FORCE

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $45,121,215 modification (P00208) to the previously awarded contract FA8625-12-C-6598 for the calendar year 2016 acquisition of the large aircraft infrared counter measures processor replacement and support hardware. Work will be performed at Rolling Meadows, Illinois, and is expected to be completed by April 30, 2018. Fiscal 2014, 2015, and 2016 aircraft procurement funds; fiscal 2014 and 2015 overseas contingency operations funds; and fiscal 2016 operations and maintenance funds in the amount of $45,121,215 are being obligated at time of award. Two point seven-five percent of the current action relates to unclassified foreign military sales, including the country of Australia.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

MISSILE DEFENSE AGENCY

Modern Technology Solutions Inc., Alexandria, Virginia, is being awarded a competitive, cost reimbursement contract.  The total value of this contract is $8,999,952. This contract provides for integrated threat characterization through designing, developing, prototyping, and testing the Robust Adaptive Threat Characterization system consisting of the delivery of: data verification, data association, data exploitation, contextual/environmental classification, cognitive fusion framework, and integrated threat characterization suite.  The work will be performed in Huntsville, Alabama.  The tentative period of performance is to be from July 28, 2016 through July 27, 2019.  This contract was competitively procured via publication on the Federal Business Opportunities website under the broad agency announcement for Missile Defense Agency Advanced Technology Innovation; H0147-15-ATI-BAA. Fiscal 2016 research, development, test and evaluation funds in the amount of $2,946,773 are being obligated on this award.  In accordance with Federal Acquisition Regulations 35.006 (c), the use of a cost reimbursement contract for this research and development effort is appropriate.  This is not a Foreign Military Sales acquisition. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity. (HQ0147-16-C-0026). (Awarded on Aug. 3, 2016)

 

*Small business

Related News

Lindy Kyzer is the director of content at ClearanceJobs.com. Have a conference, tip, or story idea to share? Email lindy.kyzer@clearancejobs.com. Interested in writing for ClearanceJobs.com? Learn more here.. @LindyKyzer