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 Some of the information contained within may be outdated and links may not function.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 28, 2017

CONTRACTS

 

NAVY

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $257,780,849 firm-fixed-price modification to the previously awarded low-rate initial production lot 10 F-35 Lightning II advance acquisition contract (N00019-15-C-0003).  This modification provides the procurement of 129 alternate mission equipment for the Air Force (54); Navy and Marine Corps (11); foreign military sales (FMS); and international partners (39); 468 pilot flight equipment for the Air Force (203); Navy and Marine Corps (131); and FMS and international partners (134); and 94 red gear for the Air Force (44); Navy and Marine Corps (11); FMS; and international partners (39), to support the F-35 Joint Strike Fighter production.  Work will be performed in Inglewood, California (60 percent); White Plains, New York (25 percent); St. Petersburg, Florida (5 percent); Orlando, Florida (5 percent); and Fort Worth, Texas (5 percent), and is expected to be completed in June 2020.  Fiscal 2016 aircraft procurement (Air Force, Navy, Marine Corps); international partner; and FMS funds in the amount of $257,780,849 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This order combines purchases for the Air Force ($122,909,691; 47.7 percent); Marine Corps ($40,406,910; 15.6 percent); Navy ($10,285,742; 4.0 percent); international partners ($60,260,604; 23.4 percent); and FMS customers ($23,917,602; 9.3 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity.

 

CMS Corp.,* Bargersville, Indiana (N69450-17-D-0506); EMR Inc.,* Lawrence, Kansas (N69450-17-D-0507); Leebcor Services LLC,* Williamsburg, Virginia (N69450-17-D-0508); MOWA Barlovento LLC, JV,* Gautier, Mississippi (N69450-17-D-0509); and Whitesell-Green Inc.,* Pensacola, Florida (N69450-17-D-0510), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all five contracts combined is $99,000,000.  The work to be performed provides for, but is not limited to, new construction, renovation, alteration, demolition, repair work, and any necessary design including: industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities.  EMR Inc. is being awarded task order 0001 at $17,957,536 for a design-build project to construct a multi-story Corry Station A-School Unaccompanied Housing at Naval Air Station, Pensacola, Florida.  Work for this task order is expected to be completed by June 2019.  All work on this contract will be performed primarily within the NAVFAC Southeast AOR which includes the Florida Panhandle (49 percent); Mississippi (35 percent); Tennessee (15 percent); and the remainder of the NAVFAC Southeast AOR (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of June 2022.  Fiscal 2016 military construction (Navy); and 2017 operations and maintenance (Navy) contract funds in the amount of $17,961,536 are obligated on this award, of which $4,000 will expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy, Marine Corps); and Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 39 proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

 

Boeing Co., St. Louis, Missouri, is being awarded $49,472,364 for cost-plus-incentive-fee order N00019-17-F-0195 against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for an engineering change proposal to develop, qualify, and flight test form-fit-function requirements of the pre-processor module, the Active Electronically Scanned Array Radar Interface 2, and the sensor hardware encapsulation layer narrowband controller weapons replaceable assemblies for the Navy, and the government of Australia’s F/A-18E/F and EA-18G aircraft.  Work will be performed in El Segundo, California (40 percent); Forest, Mississippi (25 percent); Andover, Massachusetts (25 percent); and St. Louis, Missouri (10 percent), and is expected to be completed in June 2020.  Fiscal 2015 and 2017 aircraft procurement (Navy) funds in the amount of $46,804,507; and foreign military sales funds in the amount of $2,667,857 are being obligated on this award, of which $46,796,979 will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($46,804,507; 94.6 percent); and the government of Australia ($2,667,857; 5.4 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Fluor Federal Solutions LLC, Greenville, South Carolina, is being awarded a $48,097,133 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-12-D-7582) to exercise option three for base operations support services at various installations in the Naval Facilities Engineering Command Southeast area of responsibility.  The work to be performed provides for regional base operating support services including, but not limited to, the following functions: port operations, facilities support services, facility investment, base support vehicles and equipment, and environmental.  After award of this option, the total cumulative contract value will be $275,552,389.  Work will be performed in Jacksonville, Florida, and is expected to be completed June 2018.  No funds will be obligated at time of award.  Fiscal 2017 operations and maintenance (Navy and Marine Corps); 2017 Navy working capital funds; 2017 defense health program; and 2017 family housing operations and maintenance (Navy) contract funds in the amount of $38,952,862 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

 

DZSP 21 LLC, Marlton, New Jersey, is being awarded a $42,228,627 cost-plus-fixed-fee contract for base operations support services at Joint Region Marianas, Guam.  The work to be performed provides for facility support and base operating support for the following services:  management and administration, port operations, ordnance, material management, facility management, facility investment, electrical, wastewater, steam, water, base support vehicles and equipment, and environmental.  The maximum dollar value including the base period and five-month option is $84,708,609.  Work will be performed in various locations on the island of Guam and is expected to be completed by April 2018.  Fiscal 2017 and 2018 working capital funds (Navy); 2017 and 2018 transportation working capital funds (Air Force); 2017 operations and maintenance (Navy); 2017 family housing operations and maintenance (Navy, Marine Corps, Air Force, Army, Army National Guard, Air National Guard); 2017 and 2018 operations and maintenance (defense); 2017 health program funds, (defense); 2017 and 2018 working capital funds (defense); and 2017 commissary agency (defense) contract funds in the amount of $42,228,627 are obligated on this award, of which $42,078,848 will expire at the end of the current fiscal year and fiscal 2018 funds for $149,779 are subject to the availability of funds for the next fiscal year.  This contract was issued under the authority of 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-17-C-1170). 

 

Armtec Countermeasures Co., Coachella, California, is being awarded a $23,047,318 firm-fixed-price contract for the new manufacture of MJU-71/B decoy flares in support of the Air Expendable Countermeasures Program for the Advanced Tactical Aircraft Protection Systems Program Office. This contract contains an option valid for one year after time of award, and if exercised, the total value of this contract will be $46,528,254.  Work will be performed in Camden, Arizona, and is expected to be completed by December 2020, if the option is exercised, work will continue through December 2021.  Fiscal 2017 aircraft and ammunition procurement (Air Force) funds in the amount of $23,047,318 will be obligated at time of award, and funds will not expire at the end of the current fiscal year.  One firm was solicited for this non-competitive requirement in accordance with 10 U.S. Code 2304(c)(1) and one offer was received.  Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-17-C-K085).

 

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $15,160,178 fixed-price, incentive-firm target modification to previously awarded contract (N00024-15-D-5217) for water-cooled Common Display System (CDS) conversions and production units. CDS is a family of display systems that provides display solutions on Navy surface ships, submarines, and aircraft.  The CDS display solutions are designed with compatibility to commercially-available hardware and software; conform to open architecture computing environment technologies and standards; and, incorporate human systems integration design principles.  Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by April 2018.  Fiscal 2017 other procurement (Navy) funding in the amount of $5,931,314; 2015 shipbuilding and conversion (Navy) funding in the amount of $5,369,224; foreign military sales (Japan) funding in the amount of $2,965,657; and fiscal 2016 other procurement (Navy) funding in the amount $893,983, totaling $15,160,178 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.

 

IAP-ECC LLC, Cape Canaveral, Florida, is being awarded $10,977,225 for cost-plus-award-fee task order N3319117F4028 under a previously awarded multiple award global contingency service contract (N62742-16-D-3553) for base operations support at Naval Support Facility, Deveselu.  The work to be performed provides for a full range of base operations support services including security services, fire and emergency services, supply services, galley services, housing services, facility support services, utilities services, base support vehicles and equipment services, and environmental services. The task order also contains three unexercised options, which if exercised would increase cumulative task order value to $24,457,520.  Work will be performed in Deveselu, Romania, and is expected to be completed by June 2019.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $10,977,225 are obligated on this award and will expire at the end of the current fiscal year.  The task order is being procured using sole-source procedures under Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity.

 

Bethel-Webcor JV-1,* Anchorage, Alaska, is being awarded at $8,350,000 for firm-fixed-price task order N6247817F4005 under a previously awarded multiple award construction contract (N62478-14-D-4001) for installation of a portable material transport system at Pearl Harbor Naval Shipyard and intermediate maintenance facility at Joint Base Pearl Harbor - Hickam.  The work to be performed provides for installation of a portable material transport system (aka Material Highway) that will allow personnel to manually transport small light loads between the dry dock curb, submarine, equipment platforms, and the dry dock floor without the use of cranes.  Work will be performed in Honolulu, Hawaii, and is expected to be completed by May 2019.  Fiscal 2017 other procurement (Navy) contract funds in the amount of $8,350,000 are obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

ALFAB Inc.,* Enterprise, Alabama (SPE8E6-17-D-0006); and AAR Mobility Systems, Cadillac, Michigan (SPE8E6-17-D-0007), are sharing a $255,500,000 fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8E6-16-R-0005 for AM2 pallet and mat assembly. These are two-year base contracts with three one-year option periods. The dollar amount is for the life of the contracts. These were competitive acquisitions with two offers received. Locations of performance are Alabama and Michigan, with a June 28, 2022, performance completion date. Using military services are Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

Virtual Imaging Inc., Boca Raton, Florida, has been awarded a maximum $165,914,171 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for radiology systems, accessories and training. This is a five-year base contract with one five-year option period. This was a competitive acquisition with 27 responses received. Location of performance is Florida, with a June 27, 2022, performance completion date. Using customers are Air Force, Army, Navy, 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 (SPE2D1-17-D-0031).

 

AAR Parts Trading Inc., Wood Dale, Illinois, has been awarded a minimum $8,061,379 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for consumable spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) as prescribed by Federal Acquisition Regulation 6.302-1. This is a one-year base contract with four one-year option periods. Location of performance is Illinois, with a June 28, 2018, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-17-D-9143).

 

ARMY

 

Strategic Technical Services,* Carmel, Indiana, was awarded a $34,237,879 cost-plus-fixed-fee contract for web-enabled services. Bids were solicited via the Internet with one received. Work will be performed in Warren, Michigan, with an estimated completion date of June 28, 2022. Fiscal 2017 research, development, test, and evaluation funds in the amount of $489,964 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-17-C-0106).

 

Accenture Federal Services, Arlington, Virginia, was awarded a $22,310,080 modification (D003B2) to contract N00104-04-A-ZF12 for the addition of release delivery activities in support of the General Fund Enterprise Business System. Work will be performed in Arlington, Virginia, with an estimated completion date of July 31, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $1,058,471 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

HRA Gray and Pape LLC,* Missoula, Montana (W9128A-17-D-0001); Pacific Consulting Services Inc.,* Honolulu, Hawaii (W9128A-17-D-0002); and Tierra-Iarii LLC,* Honolulu, Hawaii (W9128A-17-D-0003), will share in a $9,500,000 firm-fixed-price contract for cultural resources and related investigations and studies in the Pacific Ocean region. Bids were solicited via the Internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of June 27, 2022. U.S. Army Corps of Engineers, Fort Shafter, Hawaii, is the contracting activity.

 

Service Source Inc., Oakton, Virginia, was awarded a $7,805,414 modification (P00006) to contract W911RZ-16-D-0001 for dining facility attendant services. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2020. U.S. Army Contracting Command, Fort Carson, Colorado, is the contracting activity.

 

AIR FORCE

 

General Atomics - Aeronautical Systems Inc., Poway, California, has been awarded a $27,611,788 cost-plus-fixed-fee contract for the MQ-9 Gen 4 Predator primary datalink diminishing manufacturing sources. Work will be performed in Poway, California, and is expected to be complete by Nov. 29, 2019.  This award is the result of a sole-source acquisition. Fiscal 2015 and 2016 aircraft procurement funds in the amount of $27,611,778 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-G-4040/FA8620-17-F-2358).

 

Work Services Corp., Wichita Falls, Texas, has been awarded a $17,800,163 modification (A00040) for food services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be complete by Sept. 23, 2018.  This contract modification funds the fourth option period of a five-year, firm-fixed-price contract for food services. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity (FA3020-13-C-0017).

 

Technology Service Corp. (TSC), Silver Spring, Maryland, has been awarded a $16,299,234 cost-plus-fixed-fee, add-work modification (P00007) to an already awarded contract for the rapid reaction technologies and systems/support jammer cueing space-based infrared system III effort. Contractor will provide rapid prototyping processes and modular architectures to deliver mission critical and urgent technological capabilities. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by March 31, 2018.  This award is the result of a sole-source acquisition. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-16-C-9205).

 

DEFENSE INFORMATION SYSTEMS AGENCY

 

Verizon Business Network Services Inc., Ashburn, Virginia, was awarded a $20,408,052 modification to previously awarded contract HC1013-14-C-0002 for the Priority Telecommunication Service (PTS) to support the Department of Homeland Security Office of Emergency Communications (OEC). The OEC’s National Security/Emergency Preparedness PTS program provides communications under all circumstances, including crisis or emergency, attack, recovery, and reconstitution, when network congestion or damage renders conventional communications ineffective, by utilizing the surviving assets of the public switched network to provide priorities and routing alternatives. The current action continues the effort on performance work statement, subtask 8.5:  Next Generation Network Wireless Priority Service Voice over Long Term Evolution, Full Operational Capability Phase 1 Implementation.  Work performance is throughout the continental U.S. from June 28, 2017, to July 20, 2018.  The current action, funded by fiscal 2016, two-year operations and maintenance funds, increases the total contract value from $55,496,495 to $75,904,547.  The solicitation was issued as an other than full and open competitive action pursuant to 10 U.S. Code 2304(c)(1) on a sole-source basis. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity.

 

MISSILE DEFENSE AGENCY

 

Lockheed Martin Corp. -Space Systems Co., Sunnyvale, California, is being awarded an $18,861,310 modification (C5), contract type cost-plus-incentive-fee, to previously awarded contract HQ0147-12-G-9000 0001 for the United Arab Emirates (UAE) Terminal High Altitude Area Defense (THAAD) ground components under UAE foreign military sales (FMS) case number AE-B-UAF.  The value of this contract is increased from $449,084,987 to $467,946,297.  This modification provides software engineering support for the UAE FMS case.  Work will be performed in Sunnyvale, California; Huntsville, Alabama; El Paso, Texas; and in the UAE with an expected completion date of Jan. 23, 2019.  UAE FMS case funds in the amount of $18,861,310 will be used to fund this effort.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

 

Lockheed Martin Overseas LLC, Moorestown, New Jersey, has been awarded a $14,148,727 modification (P00011) to previously awarded contract HQ0276-16-C-0001. This effort will allow for risk mitigation efforts related to schedule compression for the completion of the Poland Aegis Ashore site.  The modification brings the total cumulative face value of the contract to from $37,057,964 to $51,206,691.  Work will be performed in Redzikowo, Poland, with an expected completion date of Dec. 31, 2018. Fiscal 2015 defense wide procurement funds in the amount of $14,148,727 are being obligated at the time of award.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

 

*Small business