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 Some of the information contained within may be outdated and links may not function.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 April 13, 2017

CONTRACTS


NAVY

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $372,529,648 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for depot level engine repair for the AE21000D3 engine on the KC-130J aircraft in support of the Marine Corps and the government of Korea.  Work will be performed in Oakland, California (40 percent); Winnipeg, Manitoba, Canada (30 percent); Alverca, Portugal (20 percent); Farnborough, Hampshire, United Kingdom (5 percent); and Indianapolis, Indiana (5 percent).  Work is expected to be completed in April 2022.  No funds will be obligated at time of award.  Funds will be obligated on each delivery order as they are issued.  This contract was competitively procured via electronic request for proposals; three offers were received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-17-D-0090).

Prism Maritime LLC,* Chesapeake, Virginia, is being awarded a $49,551,799 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the procurement of shipboard installation and associated services, including installation of electro-optic systems for Navy and Coast Guard ships.  Ships include the Military Sealift Command T-AO, T-AOE, and T-AKE class ships, Navy aircraft carriers, and Coast Guard cutters.  Electro-optic systems to be installed include the Situational Awareness System and Maritime Forward Looking Infrared II.  Work will be performed in Norfolk, Virginia (20 percent); Panama City, Florida (20 percent); San Diego, California (20 percent); Charleston, South Carolina (20 percent); Crane, Indiana (10 percent), and outside the continental U.S. (10 percent).  The work is expected to be complete by April 2022.  Fiscal 2017 Coast Guard funding in the amount of $20,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with four offers received.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N0016417DJQ22). 

BAE Systems Land & Armaments LP, Minneapolis, Minnesota, is being awarded a $40,033,344 firm-fixed-price modification to a previously-awarded contract (N00024-13-C-5314) to exercise options for Mk 41 Vertical Launching System (VLS) canister production requirements.  The VLS is installed on board Navy surface combatants (CG 47 and DDG 51 class ships) and multiple allied Navy platforms. Mk 41 VLS is capable of launching the standard missile, Tomahawk, Vertical Launch Anti-Submarine Rocket, and Evolved Sea Sparrow missiles. BAE Systems Land & Armaments LP, will provide canisters, reconfigurable coding plug assemblies and explosive bolts and impulse cartridge assemblies in support of Mk 41 VLS canister production requirements.  Work will be performed in Aberdeen, South Dakota (90 percent); and Minneapolis, Minnesota (10 percent), and is expected to be completed by June 2019.  Fiscal 2017 weapons procurement (Navy); fiscal 2017 other procurement (international); and fiscal 2017 defense wide procurement funding in the amount of $40,033,344 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Bell Boeing Joint Program Office, California, Maryland, is being awarded $38,801,700 for modification of delivery order 0006 under a previously awarded contract (N00019-09-D-0008) for repair of various parts on the V-22 aircraft. Work will be performed in Fort Worth, Texas (80 percent); and Ridley Park, Pennsylvania (20 percent).  Work is expected to be completed by December 2017. Fiscal 2017 working capital funds (Navy) in the amount of $38,801,700 will be obligated to fund the delivery order and funds will not expire.  One company was solicited for this non-competitive requirement in accordance with 10 U.S. Code 2304(c)(1) and one offer was received.  This contract does not involve a foreign military sale.  Naval Supply Systems Command Weapons Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Electric Boat Corp., Groton, Connecticut, is being awarded a $35,567,659 cost-plus-fixed-fee modification to a previously awarded contract (N00024-12-C-2115) to exercise options to procure on board mechanical and electronic repair parts for Virginia-class submarines PCU Montana (SSN 794) and PCU Hyman G. Rickover (SSN 795).  Work will be performed in Groton, Connecticut, and is expected to be completed by May 2020 for PCU Montana and September 2020 for PCU Hyman G. Rickover.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $8,667,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Systems Corp., El Segundo, California, is being awarded $24,797,517 for modification P00007 to a previously awarded cost-plus-fixed-fee contract (N00019-17-C-0017) to conduct additional risk reduction activities in support of the MQ-25 Unmanned Carrier Aviation Air System, including refinement of concepts and development of trade space for requirements generation in advance of the engineering and manufacturing development phase of the program.  Work will be performed in Rancho Bernardo, California (50 percent); Space Park, California (30 percent); and Palmdale, California (20 percent), and is expected to be completed in September 2018.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $24,797,517 are being obligated at time of award; all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics-National Steel and Shipbuilding Co., San Diego, California, is being awarded a $22,714,780 modification to a previously awarded cost-plus-award-fee, incentive-fee contract (N00024-15-C-4313) for USS Fort Worth (LCS-3) fiscal 2017 dry-docking selected restricted availability.  A dry-docking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities.  Work will be performed in San Diego, California, and is expected to be completed by November 2017.  Fiscal 2017 other procurement (Navy); and fiscal 2017 operations and maintenance (Navy) funding in the amount of $1,733,762 will be obligated at time of award, and funds in the amount of $20,981,018 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $19,145,579 for modification P00005 to a previously awarded cost-plus-fixed-fee contract (N00019-16-C-0084) to conduct additional risk reduction activities in support of the MQ-25 Unmanned Carrier Aviation Air System, including refinement of concepts and development of trade space for requirements generation in advance of the engineering and manufacturing development phase of the program.  Work will be performed in St. Louis, Missouri (99 percent); and Puget Sound, Washington (1 percent), and is expected to be completed in September 2018.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $19,145,579 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Palmdale, California, is being awarded $18,893,482 for modification P00006 to a previously awarded cost-plus-fixed-fee contract (N00019-16-C-0086) to conduct additional risk reduction activities in support of the MQ-25 Unmanned Carrier Aviation Air System, including refinement of concepts and development of trade space for requirements generation in advance of the engineering and manufacturing development phase of the program.  Work will be performed in Palmdale, California (98 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in September 2018.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $18,893,482 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, is being awarded $18,735,000 for modification P00005 to a previously awarded cost-plus-fixed-fee contract (N00019-16-C-0085) to conduct additional risk reduction activities in support of the MQ-25 Unmanned Carrier Aviation Air System, including refinement of concepts and development of trade space for requirements generation in advance of the engineering and manufacturing development phase of the program.  Work will be performed in Poway, California (90 percent); Cedar Rapids, Iowa (5 percent); and Rancho Bernardo, California (5 percent), and is expected to be completed in September 2018.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $18,735,000 are being obligated at time of award; all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $16,871,813 cost-plus-fixed-fee task order (4769) against a previously issued basic ordering agreement (N00019-15-G-0003) for initial integrated logistics support and training for the Joint Standoff Weapon for the government of Saudi Arabia under the Foreign Military Sales program.  Work will be performed in Tuscon, Arizona (50 percent); and Riyadh, Saudi Arabia (50 percent), and is expected to be completed in December 2020.  Foreign military sales funds in the amount of $16,871,813 will be 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. 

The Boeing Co., St. Louis, Missouri, is being awarded $11,792,262 for firm-fixed-price delivery order 0055 against a previously issued basic ordering agreement (N00019-16-G-0001) for retrofit non-recurring engineering, support data, validation and verification kits, and tooling for the Engineering Change Proposal 631 “Changes to the Inner Wing Panel” in support of the F/A-18A/B/C/D aircraft.  Work will be performed in St. Louis, Missouri, and is expected to be completed in April 2020.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $11,792,262 will be obligated at time of award, none of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

L3 Technologies Inc., Arlington, Texas, is being awarded $8,845,611 for modification to firm-fixed-price delivery order 000506 issued previously against basic ordering agreement N61340-12-G-0001.  This provides F/A-18C/D Tactical Operational Flight Trainers with System Configuration Set 29C Spiral Build 12 upgrade, as well as delivery of two F/A-18 SimuStrike flight trainers for the Marine Corps Air Station, Iwakuni, Japan.  Work will be performed in Arlington, Texas, and is expected to be completed in April 2019.  Fiscal 2016 and 2017 aircraft procurement (Navy) funds in the amount of $8,845,611 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

ARMY

Zieson Construction Co. LLC,* Kansas City, Missouri (W912DQ-17-D-4000); Patriot Construction LLC,* Dunkirk, Maryland (W912DQ-17-D-4001); Relyant Global LLC,* Maryville, Tennessee (W912DQ-17-D-4002); and Herman Construction Group Inc.,* Escondido, California (W912DQ-17-D-4003), will share in a $95,000,000 firm-fixed-price contract to provide design-build and design-bid-build construction work for military construction in support of the northwestern division Kansas City District. Bids were solicited via the Internet with 18 received. Work locations and funding will be determined with each order; with an estimated completion date of April 12, 2020. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

The Boeing Co., Mesa, Arizona, was awarded a $56,550,000 modification (P00025) to contract W58RGZ-12-C-0055 to procure hardware necessary to retrofit aircraft enabling Version 4 software and capabilities. Work will be performed in Mesa, Arizona, with an estimated completion date of May 31, 2021. Fiscal 2016 other funds in the amount of $27,709,500 were obligated at the time of the award. U.S. Army Contraction Command, Redstone Arsenal, Alabama, is the contracting activity.

Longbow LLC, Orlando, Florida, was awarded a $10,775,366 modification (P00027) to contract W31P4Q-16-C-0035 to exercise options for Hellfire engineering services. Work will be performed in Orlando, Florida; Eglin Air Force Base, Florida; and Huntsville, Alabama, with an estimated completion date of April 12, 2018. Fiscal 2015, 2016 and 2017 other procurement (Army); and operations and maintenance (Army) funds in the amount of $10,775,366 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Caterpillar Inc. Governmental and Defense Products, Mossville, Illinois, was awarded an $8,138,787 modification (0059) to contract W56HZV-08-D-0037 to procure 29 tan motorized graders with A/kits, and 15 support equipment tools and test equipment. Work will be performed in Peoria, Illinois, with an estimated completion date of Jan. 31, 2018. Fiscal 2016 other procurement (Army) funds in the amount of $8,138,787 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

AIR FORCE

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $64,610,086 cost-plus-incentive-fee option (P00004) to previously awarded contract FA8675-16-C-0044 for the Advanced Medium Range Air to Air Missile (AMRAAM) program. Contractor will provide Phase 4b form, fit, function, refresh of the AMRAAM guidance section. Work will be performed at Tucson, Arizona, and is expected to be complete by April 13, 2018. This contract involves foreign military sales to Norway, Turkey, Japan, Romania, and Australia. Fiscal 2016 Air Force production; and 2017 Navy production funds in the amount of $43,056,110 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.


DEFENSE LOGISTICS AGENCY

Golden Manufacturing Co. Inc.,* Golden, Mississippi, has been awarded a maximum $58,525,830 modification (P00134) exercising the fourth one-year option period of a one-year base contract (SPM1C1-13-D-1047) with four one-year option periods for various types of coats. The modification brings the maximum dollar value of the contract to $105,029,845 from $46,504,015. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Mississippi and Georgia, with an April 17, 2018, performance completion date. Using military services are Army and Navy. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Cardinal Health 200 LLC, Waukegan, Illinois, has been awarded a maximum $46,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies and wares. This was a competitive acquisition with 18 responses received. This is a one-year base contract with four one-year option periods. Maximum dollar amount is for the life of the contract. Location of performance is Illinois, with an April 12, 2022, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-17-D-0008).

*Small business