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 Some of the information contained within may be outdated and links may not function.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 Sept. 29, 2017

CONTRACTS

 

U.S. TRANSPORTATION COMMAND

 

Twenty-four companies have been awarded 12 indefinite-delivery/indefinite-quantity, fixed-price with economic price adjustment modifications. The modifications exercised option period one for Charter Airlift Services in support of Civil Reserve Air Fleet. They are FedEx Team, which includes American Airlines Inc., Fort Worth, Texas; Atlas Air Inc., Purchase, New York; FedEx Charters, Memphis, Tennessee; and Polar Air Cargo Worldwide Inc., Purchase, New York, $570,631,234 (HTC711-17-D-CC11 P00007); Miami Team, which includes Miami Air International Inc., Miami, Florida; and MN Airlines LLC doing business as Sun Country Airlines, Mendota Heights, Minnesota, $38,465,762 (HTC711-17-D-CC12 P00006); Patriot Team, which includes ABX Air, Wilmington, Ohio; Air Transportation International Inc., Wilmington, Ohio; JetBlue Airways Corp., Long Island City, New York; Kalitta Air LLC, Ypsilanti, Michigan; Northern Air Cargo Inc., Anchorage, Alaska; Omni Air International LLC, Tulsa, Oklahoma; United Airlines Inc., Houston, Texas; United Parcel Service Co., Louisville, Kentucky; and Western Global Airlines, Estero, Florida, $555,589,137 (HTC711-17-D-CC13 P00011); Allegiant Air LLC, Las Vegas, Nevada; $1,001,900 (HTC711-17-D-CC14 P00005); Hawaiian Airlines Inc., Honolulu, Hawaii, $1,003,500 (HTC711-17-D-CC15 P00005); National Air Cargo Group Inc. doing business as National Airlines, Orlando, Florida, $49,663,162 (HTC711-17-D-CC16 P00005); Southwest Airlines Co., Dallas, Texas, $2,002,000 (HTC711-17-D-CC17 P00005); Alaska Airlines Inc., Seattle, Washington, $502,600 (HTC711-17-D-CC18 P00005); Tatonduk Outfitters doing business as Everts Air Cargo, Fairbanks, Alaska, $503,000 (HTC711-17-D-CC19 P00005); Delta Airlines, Atlanta, Georgia , $58,201,600 (HTC711-17-D-CC20 P00005); Lynden Air Cargo, Anchorage, Alaska, $503,100 (HTC711-17-D-CC21 P00006); and USA Jet Airlines Inc. Belleville, Michigan, $503,000 (HTC711-17-D-CC22 P00005). These modifications increase the cumulative face value of the program by $1,278,569,995 from $1,330,854,773 to $2,609,424,768. Work will be performed at worldwide locations as specified on each individual task order, with an expected completion date of Sept. 30, 2018. Type of appropriation is fiscal 2018 transportation working capital funds to be obligated on individual task orders. The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois. 

 

DLT Solutions LLC, Herndon, Virginia, has been awarded a $10,953,674 firm-fixed price task order number HTC711-17-F-D075 for Oracle maintenance and support on contract W91QUZ-06-A-0002. Under this task order, Oracle perpetual license annual maintenance and support will be provided for U.S. Transportation Command and its component commands; Military Surface Deployment and Distribution Command; Air Mobility Command; Military Sealift Command; and Joint Enabling Capabilities Command. All of the licenses supported are program specific within a specific program manager’s organization and allows for sharing of information between all of the organizations under the agreement. Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2018. Fiscal 2018 transportation working capital funds operating funds in the amount of $10,953,674 were obligated at time of award. This task order was a competitive acquisition and one offer was received. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

 

DEFENSE LOGISTICS AGENCY

 

American States Utility Services Inc., Fredericksburg, Virginia, has been awarded a $601,350,292 fixed-price with economic-price-adjustment contract for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Riley, Kansas. This was a competitive acquisition with four responses received. This is a 50-year contract with no option periods. Locations of performance are Kansas and Virginia, with a June 30, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-17-C-8328).

 

City Light & Power Inc.,* Greenwood Village, Colorado, has been awarded a $371,451,986 fixed-price with economic-price-adjustment contract for the ownership, operation and maintenance of the electric distribution systems at Fort Campbell and Blue Grass Army Depot, Kentucky. This was a competitive acquisition with seven responses received. This is a 50-year contract with no option periods. Locations of performance are Kentucky and Colorado, with a June 30, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-17-C-8325).

 

City Light & Power Inc.,* Greenwood Village, Colorado, has been awarded a $332,875,191 fixed-price with economic-price-adjustment contract for the ownership, operation and maintenance of the electric distribution system at Fort Riley, Kansas. This was a competitive acquisition with three responses received. This is a 50-year contract with no option periods. Locations of performance are Kansas and Colorado, with a Feb. 29, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-17-C-8327).

 

City Light & Power Inc.,* Greenwood Village, Colorado, has been awarded a $315,040,119 fixed-price with economic-price-adjustment contract for the ownership, operation and maintenance of the electric distribution system at Army Garrison West Point, New York. This was a competitive acquisition with three responses received. This is a 50-year contract with no option periods. Locations of performance are New York and Colorado, with a March 31, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-17-C-8326).

 

United Metro Energy Corp.,* Brooklyn, New York (SPE600-17-D-8507; $145,541,015); American Energy and Fuels Systems,* Cerritos, California (SPE600-17-D-8511; $99,195,380); Defense Energy Syndicate LLC,*** Bronx, New York (SPE600-17-D-8516; $91,521,478); Global Montello Group Corp., Waltham, Massachusetts (SPE600-17-D-8517; $76,453,915); Broco Oil Inc.,*** North Reading, Massachusetts (SPE600-17-D-8504; $44,133,085); Dennis K. Burke,* Chelsea, Massachusetts (SPE600-17-D-8512; $38,821,443); Talley Petroleum,** Grantville, Pennsylvania (SPE600-17-D-8518; $29,998,603); Petroleum Traders Corp.,*** Fort Wayne, Indiana (SPE600-17-D-8519; $23,909,594); Riggins Inc.,* Vineland, New Jersey (SPE600-17-D-8513; $21,175,891); Mansfield Oil Co., Gainesville, Georgia (SPE600-17-D-8520; $14,036,560); East River Energy Inc.,* Guilford, Connecticut (SPE600-17-D-8521; $13,091,783); Gulf Oil Ltd. Partnership, Wellesley Hills, Massachusetts (SPE600-17-D-8505; $12,443,993), DES Wholesale LLC,** Milton, Georgia (SPE600-17-D-8522; $11,594,632); TeamBWT, Arlington, Virginia (SPE600-17-D-8523 $11,239,537); Sprague Operating Resources, Milton, Georgia (SPE600-17-D-8509; $9,258,925); Ascent Aviation Group Inc., Parish, New York (SPE600-17-D-8524 $7,701,992); and PAPCO Inc., Virginia Beach, Virginia (SPE600-17-D-8525 $7,310,948), have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE600-17-R-0220 for various types of fuel. These were competitive acquisitions with 41 offers received. These are 42-month contracts with no option periods. Locations of performance are California, Connecticut, Georgia, Indiana, Maine, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont and Virginia, with a March 31, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, Defense Logistics Agency, Veterans Affairs and other federal civilian agencies. Type of appropriation is fiscal 2017 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

American Water Operations and Maintenance Inc., Voorhees, New Jersey, has been awarded a $58,771,440 modification (P00124) to a 50-year contract (SP0600-09-C-8256) with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Meade, Maryland. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are Maryland and New Jersey, with a July 31, 2060, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 through 2060 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

Hamilton Medical Inc., Reno, Nevada (SPE2D1-17-D-0042; $39,597,600); and Zoll Medical Corp., Chelmsford, Massachusetts (SPE2D1-17-D-0043; $30,703,576), have been awarded maximum firm-fixed-price with economic-price-adjustment contracts under solicitation SPE2D1-17-R-0002 for medical equipment and spare parts for medical equipment. These are five-year contracts with no option periods. This was a competitive acquisition with two responses received. Locations of performance are Nevada and Massachusetts, with a Sept. 28, 2022, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and Department of Health and Human Services. Type of appropriation is fiscal 2017 through 2022 defense working capital; and warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

 

Kerry I&F Contracting Co., Plant City, Florida, has been awarded a maximum $33,876,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dehydrated grape and orange juice. This is a five-year contract with no option periods. This was a competitive acquisition with one response received. Locations of performance are Wisconsin and Florida, with a Sept. 28, 2022, performance completion date. Using military services are Army 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 (SPE3S1-17-D-Z211).

 

Rockwell Collins ESA Vision Systems LLC, Fort Worth, Texas, has been awarded a maximum $30,200,000 modification (P00001) to an existing three-year base contract (SPRWA1-17-D-0004) with one three-year option period adding various aircraft joint helmet mounted cueing system consumable and depot-level reparable spare parts. The modification brings the total cumulative face value of the contract to $138,849,349 from $108,649,349. This is a fixed-price, requirements contract. Locations of performance are Texas, Oregon and Israel, with an Aug. 31, 2022, performance completion date. Using customers are Air Force, Navy and foreign military sales customers. Types of appropriation are fiscal 2017 through 2020 defense working capital funds; appropriate service funds for depot-level reparable and foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia.

 

Cardinal Health 200 LLC, Waukegan, Illinois, has been awarded a maximum $29,203,424 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This is a nine-month base contract with eight one-year, and one 15-month option period. Maximum dollar amount is for the life of the contract. To date, this is the seventh contract awarded from standing solicitation SPM2D0-12-R-0004. Location of performance is Illinois, with a Sept. 29, 2027, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through 2027 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-17-D-0006).

 

Delaware Storage and Pipeline Co. LLC, Little Creek, Delaware, has been awarded a maximum $26,744,710 firm-fixed-price contract for contractor-owned, contractor-operated storage services and ancillary services to facilities for receiving, storing, protecting and shipping aviation fuel with additives. This is a four-year base contract with one five-year option period and an option to extend, not to exceed six months. This was a competitive acquisition with one offer received. Location of performance is Delaware, with an Oct. 31, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-17-C-5031).

 

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $23,688,509 modification (P00063) against a five-year base contract (SPRPA1-14-D-002U) with one five-year option period adding 12 national stock numbers for F-15 aircraft joint helmet mounted cueing system moveable canopies, signal data converter set line replaceable units, and related circuit cards. This is a fixed-price, requirements contract. Locations of performance are Missouri and Alabama, with an Oct. 31, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia.

 

Steel Founders' Society of America, Crystal Lake, Illinois, has been awarded a maximum $15,000,000 cost sharing, indefinite-delivery/indefinite-quantity contract for research and development of innovative castings technologies. This was a competitive acquisition with 10 responses received. This is a three-year base contract with one two-year option period. Maximum dollar amount is for the life of the contract. Location of performance is Illinois, with a Sept. 29, 2022, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2017 research and development funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania (SP4701-17-D-1161).

 

Terrapin Utility Services Inc., Joint Base Andrews, Maryland, has been awarded a maximum $11,522,628 modification (P00102) to a 50-year contract (SP0600-05-C-8250) with no option periods to document the conversion from a fixed-price with prospective-price-redetermination contract to a fixed-price with economic-price-adjustment contract. Location of performance is Maryland, with a Jan. 2, 2056, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through fiscal 2056 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

Crane Electronics Inc., Fort Walton Beach, Florida, has been awarded a maximum $11,064,867 fixed-price, requirements contract for high voltage power supplies. This is a five-year contract with no option periods. This was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1), implemented by Federal Acquisition Regulation 6.302-1, which states that only one responsible source and no other supplies or services will satisfy agency requirements. Location of performance is Florida, with a Sept. 28, 2022, completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-17-D-0018).

 

Telephonics Corp., Farmingdale, New York, has been awarded a maximum $10,778,138 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for control interface. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2) from Federal Acquisition Regulation 6.302-1, which states that only one responsible source and no other supplies or services will satisfy agency requirements. This is a three-year contract with no option periods. Location of performance is New York, with a Sept. 30, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-17-D-0295).

 

NAVY

 

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded $418,653,874 for fixed-price-incentive, cost-plus-incentive-fee, cost-plus-fixed-fee modification PZ0002 to a previously awarded unpriced letter contract (N00030-17-C-0100) for new procurement of Trident II (D5) missile production, D5 life extension production, and D5 deployed systems support.  The work will be performed in Sunnyvale, California (26.08 percent); Cape Canaveral, Florida (22.84 percent); Bangor, Washington (21.05 percent); Kings Bay, Georgia (20.67 percent); Magna, Utah (2.51 percent); Orlando, Florida (1.12 percent); and other various locations (less than 1.00 percent each; 5.73 percent total), and work is expected to be completed Sept. 30, 2022, for both base and option.  The maximum dollar value of the modification, including the base items and all option items if exercised, is $1,122,936,777.  Fiscal 2017 weapons procurement (Navy) in the amount of $31,635,824; and United Kingdom funds in the amount of $3,619,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  Subject to availability, fiscal 2018 operations and maintenance (Navy) funds in the amount of $316,700,000; and United Kingdom funds in the amount of $66,699,050 will be obligated for the effort.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. 

 

General Electric Aircraft Engines, Lynn, Massachusetts, is being awarded a not-to-exceed $80,501,642 one-year undefinitized contract action for the repair or replacement of 17 head-of-family items and 15 family members used on the T64 engine along with the operation of a T64 logistics management system for storage and packaging, the meeting of timely delivery metrics/return around time, and configuration management.  Initial ceiling-priced $14,117,729 delivery order 0001 will be awarded concurrently with the contract. Work will be performed at Fleet Readiness Center East, Cherry Point, North Carolina, and the ordering period of the contract is expected to be completed by September 2018.  Fiscal 2017 working capital funds (Navy) in the amount of $10,588,297 will be obligated at time of award and will not expire at the end of the current fiscal year.  Subject to availability, fiscal 2018 working capital funds (Navy) will be used for following delivery orders.  One firm was solicited for this sole-source requirement, and one offer was received under authority 10 U.S. Code 2304 (c)(1). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-17-D-N201).

 

Raytheon Integrated Defense Systems, St. Petersburg, Florida, is being awarded a $70,917,689 cost-plus-fixed-fee, cost-only modification to a previously awarded contract (N00024-13-C-5212) to exercise fiscal 2018 options for cooperative engagement capability (CEC) design agent and engineering services efforts. CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies.  Work will be performed in St. Petersburg, Florida, and is expected to be completed by September 2018.  Foreign military sales; fiscal 2016 and 2017 research, development, test and evaluation (Navy); fiscal 2015 and 2017 shipbuilding and conversion (Navy); fiscal 2017 operations and maintenance (Navy); and fiscal 2015 and 2016 other procurement (Navy) funding in the amount of $7,082,625 will be obligated at time of award, and funds in the amount of $948,225 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Chugach Federal Solutions Inc.,* Anchorage, Alaska, is being awarded a $65,494,678 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N44255-14-D-9000) to exercise option four for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The work to be performed provides for all management and administration, visual services, security, fire and emergency, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities, base support vehicles and equipment, and environmental services to provide base operations support services.  After award of this option, the total cumulative contract value will be $263,049,093.  Work will be performed at various installations in the NAVFAC Northwest AOR, including but not limited to, Washington (90 percent); Alaska (1 percent); Idaho (1 percent); Iowa (1 percent); Minnesota (1 percent); Montana (1 percent); Nebraska (1 percent); Oregon (1 percent); North Dakota (1 percent); South Dakota (1 percent); and Wyoming (1 percent).  This option period is from October 2017 to September 2018.  No funds will be obligated at time of award.  Fiscal 2018 operations and maintenance (Navy); fiscal 2018 Navy working capital funds; and fiscal 2018 Defense Health program contract funds in the amount of $31,454,752 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $64,240,000 for firm-fixed-price modification to a previously issued delivery order 0132 placed against basic ordering agreement N00019-14-G-0020.  This modification provides for the procurement of initial air vehicle spares in support of the low-rate initial production Lot 11 F-35 Lightning II for the Marine Corps and Navy.  Work will be performed in Fort Worth, Texas (24.6 percent); El Segundo, California (9 percent); Owego, New York (8.6 percent); Samlesbury, United Kingdom (7.2 percent); Cheltenham, United Kingdom (6.2 percent); Nashua, New Hampshire (5.8 percent); Torrance, California (5.5 percent); Orlando, Florida (4.9 percent); Cedar Rapids, Iowa (3.7 percent); San Diego, California (3.6 percent); Phoenix, Arizona (3.1 percent); Melbourne, Florida (3 percent); Irvine, California (2.5 percent); North Amityville, New York (2.4 percent); Baltimore, Maryland (2.2 percent); Windsor Locks, Connecticut (2.2 percent); Papendrect, The Netherlands (1.9 percent); Rolling Meadows, Illinois (1.8 percent); and Alpharetta, Georgia (1.8 percent).  Work is expected to be completed in February 2022.  Fiscal 2016 and 2017 aircraft procurement (Marine Corps and Navy) funds in the amount of $64,240,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Marine Corps ($39,540,000; 61.6 percent); and the Navy ($24,700,000; 38.4 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Lockheed Martin Rotary and Mission Systems, Mitchel Field, New York, is being awarded a $55,719,955 cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide U.S. and United Kingdom Trident II (D5) strategic weapon system navigation subsystem technical engineering support services.  This contract will provide U.S. and United Kingdom fleet support, trainer systems support, logistics management, shipboard systems integration increments 8 and 13 training curricula design and development, test equipment, spares, tools, material procurement, and U.S. Ohio-class SSBN engineered refueling overhauls.  The maximum dollar value of the contract, including the base items and all option items if exercised, is $108,575,087.  The work will be performed in Mitchel Field, New York, and work is expected to be completed August 2018.  If all options are exercised, work will continue through August 2020.  Subject to the availability of funding, fiscal 2018 operations and maintenance (Navy) funds in the amount of $46,312,102; other procurement (Navy) funds in the amount of $2,849,513; and United Kingdom funds in the amount of $6,558,340 will be obligated on this award.  This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)&(4).  Strategic Systems Program, Washington, District of Columbia, is the contracting activity (N00030-18-C-0002).

 

Hensel Phelps Construction Co., Austin, Texas, is being awarded a $54,519,000 firm-fixed-price contract for construction of a new powertrain facility and central energy plant at Naval Air Station Corpus Christi.  The work to be performed provides for construction of a new powertrain facility and central energy plant, which will house rotary wing aircraft component rebuild activities and infrastructure.  Primary facilities include aircraft component maintenance facility with flexible manufacturing space to house component maintenance processes, administrative space, rest rooms, support space, a central energy plant.  The central energy plant replaces the existing (factory-wide), boilers and chillers that provide heating and cooling and industrial steam for the machinery.  The powertrain facility includes special foundations; fire detection, alarm, and protection systems; mass notification systems; energy monitoring and control system connection; and building information systems.  Sustainability and energy enhancement measures are included.  The contract also contains six unexercised options, which if exercised would increase cumulative contract value to $57,281,000.  Work will be performed in Corpus Christi, Texas, and is expected to be completed by March 2020.  Fiscal 2017 military construction, (Army) contract funds in the amount of $54,519,000 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 two proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-17-C-0502).

 

Envisioneering Inc., Alexandria, Virginia, is being awarded a $49,880,154 cost-plus-fixed-fee contract to provide development, design, fabrication and testing for the Naval Research Laboratory Radar Division.  Work will be performed at Naval Research Laboratory (NRL), Washington, District of Columbia (79 percent); Alexandria, Virginia (10 percent); NRL Chesapeake Bay Detachment, Chesapeake Beach, Maryland (10 percent); and Naval Air Station, Patuxent River, Maryland (1 percent), and work is expected to be completed Sept. 29, 2022.  Fiscal 2017 research, development, rest and evaluation (Navy) funds in the amount of $50,000; and fiscal 2017 capital purchase program funds in the amount of $105,994 will be obligated at the time of award.  Funds in the amount of $105,994 will expire at the end of current fiscal year.  This contract was competitively procured under a request for proposal #N00173-17-R-3002 for which four offers were received.  The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-17-F-3000).

 

RQ Construction LLC, Carlsbad, California, is being awarded a maximum amount $45,000,000 indefinite-delivery/indefinite-quantity contract for paving and resurfacing projects at Naval Station Guantanamo Bay.  The work to be performed provides for general asphalt and concrete paving projects and incidental related work.  No task orders are being issued at this time.  Work will be performed in Guantanamo Bay, Cuba.  The term of the contract is not to exceed 60 months with an expected completion date of September 2022.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $1,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operations and maintenance (Navy); and military construction (Navy).  This contract was competitively procured via the Federal Business Opportunities website with two proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-17-D-1306).

 

The Boeing Co., St. Louis, Missouri, is being awarded a $42,418,482 firm-fixed-price contract with no option periods for the procurement of technical requirement documents, technical data packages, units under test, equipment, and associated engineering, logistics, and supportability requirements necessary to establish depot maintenance capabilities at the Fleet Readiness Center Southeast and at other intermediate level locations for the P-8A Poseidon aircraft stores management system.  Work will be performed in Melbourne, Florida (31.5 percent); Saint Louis, Missouri (29.6 percent); Seattle, Washington (27 percent); Montville, New Jersey (10.8 percent); Fort Wayne, Indiana (1 percent); and Endicott, New York (0.1 percent), and work is expected to be completed by November 2020.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $42,418,482 will be obligated at the time of award and funds will expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation 6.302-1, with one offer received in response to this solicitation.  Naval Supply Systems Command Fleet Logistics Center Jacksonville, Florida, is the contracting activity (N68836-17-C-0010).

 

BAE Systems Land and Armaments LP, Armament Systems Division, Louisville, Kentucky, is being awarded a $32,787,486 firm-fixed-price supply contract for fiscal 2017 through 2020 production of the MK 38 MOD 3 machine gun system (MGS) and associated spares.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $121,518,062. Work will be performed in Haifa, Israel (67 percent); and Louisville, Kentucky (33 percent), and is expected to be completed by April 2019.  Fiscal 2017 weapons procurement (Navy) $26,879,041; fiscal 2015 National Guard and Reserve Equipment Appropriation $3,196,511 funds; fiscal 2017 weapons procurement (USCG) $2,711,934 will be obligated at the time of award, of which $3,196,511 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Indian Head, Maryland, is the contracting activity (N00174-17-C-0022).

 

Whitman, Requardt and Associates LLP, Baltimore, Maryland, is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multi-discipline architect-engineering services in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR).  The work to be performed provides for comprehensive architect-engineering services required for planning, design, and construction services in support of new construction, repair, replacement, demolition, alteration, and/or improvement of Navy and other governmental facilities.  Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection, and interior design.  Task order 0001 is being awarded at $5,002,800 for design of the submarine propulsor manufacturing support facility at Philadelphia Navy Yard in Philadelphia, Pennsylvania.  Work for this task order is expected to be completed by April 2019.  All work on this contract will be performed at various Navy facilities and other government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to, Pennsylvania (60 percent); New Jersey (25 percent); New York (5 percent); and other areas within the AOR (10 percent).  The term of the contract is not to exceed 60 months with an expected completion date of September 2022.  Fiscal 2017 military construction (planning and design) contract funds in the amount of $5,002,800 are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction.  This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-D-5005).

 

Gravois Aluminum Boats LLC, doing business as Metal Shark,* Jeanerette, Louisiana, is being awarded an $29,825,856 firm-fixed price, indefinite-delivery/indefinite-quantity single award contract for design and construction of up to 50 patrol boats for the Naval Expeditionary Combat Command.  At the time of contract award, 11 patrol boats are being purchased in addition to the initial engineering and design of the patrol boats and data rights to the design.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $90,271,218.  Work under the first order will be performed in Jeanerette, Louisiana, and is expected to be completed by March 2020.  Fiscal 2017 other procurement (Navy) funding in the amount of $18,912,930 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured as a small business set aside via Federal Business Opportunities website with seven offers received.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia is the contracting activity (N00024-17-D-2209). 

 

EMCOR Government Services Inc., Arlington, Virginia, is being awarded a $28,331,391 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-10-D-0464) to exercise option year three for base operations support at various installations within a 100-mile radius of the Washington Navy Yard.  The work to be performed provides for all management supervision, labor hours, training, equipment and supplies necessary to perform base operating services including but not limited to facility investment, pest control, grounds maintenance, fire protection, janitorial, refuse collection, and snow removal.  After award of this option, the total cumulative contract value will be $277,198,155.  Work will be performed in Washington, District of Columbia (54 percent); Maryland (25 percent); and Virginia (21 percent), and work is expected to be completed in September 2018.  No funds will be obligated at time of award.  Fiscal 2018 operations and maintenance (Navy and Marine Corps); fiscal 2018 defense working capital funds; and fiscal 2018 Defense Health program contract funds in the amount of $20,031,628 for recurring work will be obligated on individual task orders issued during the option periodThe Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

 

Contrack Watts Inc., McLean, Virginia, is being awarded a $27,000,000 firm-fixed-price contract for repairs within Dry Dock 2 at Naval Base Kitsap Bremerton.  The work provides for repairs to the Dry Dock 2 perimeter portal crane rail structural support system, electrical manholes and duct banks.  This project requires demolition of deteriorated portal crane rail components.  The project also repairs the electrical distribution and steam condensate systems servicing Dry Dock 2.  Work will be performed in Bremerton, Washington, and is expected to be completed by October 2019. Fiscal 2017 working capital funds (Navy); and fiscal 2017 operations and maintenance, (Navy) contract funds in the amount of $27,000,000 are obligated on this award; of which $7,198,601 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-C-8000). 

 

Dell Federal Systems, Round Rock, Texas, is receiving $22,420,790 for firm-fixed-price delivery order M67854-17-F-4102 under a previously awarded contract (NNG15SC06B) for a quantity of 27,013 general purpose laptops to support the Next Generation Enterprise Network mandatory Windows 10 transition.  Work will be performed at Round Rock, Texas, and is expected to be completed by Feb. 2, 2018.  Fiscal 2016 procurement (Marine Corps) funds in the amount of $7,849,310; and fiscal 2017 procurement (Marine Corps) funds in the amount of $14,571,480 will be obligated at time of award and will not expire at the end of the current fiscal year.  This delivery order was competitively awarded via the National Aeronautics and Space Administration Solutions Enterprise Wide Procurement website, with two offers received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

 

Lockheed Martin Canada, Ottawa, Canada, is being awarded a $21,439,277 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide development, maintenance and upgrade of the Visual Interactive Simulation Training Application (VISTA) computer based synthetic operations and maintenance trainers in support of the Center for Surface Combat Systems.  VISTA is a flexible high-fidelity computer based networked system that provides a training environment for both operation and corrective maintenance tasks on selected combat systems. The simulations are designed with fault scenarios representative of those experienced on the actual equipment so that troubleshooting, isolation, removal and replacement of the components may be practiced by the technicians under instruction.  This contract combines purchases for the Navy (25 percent); Japan (20 percent); Pakistan (20 percent); Spain (20 percent); and Norway (15 percent).  Work is being performed in Canada (90 percent); Dahlgren, Virginia (2 percent); Norway (2 percent); Japan (2 percent); Pakistan (2 percent); and Spain (2 percent), and is expected to be completed by September 2022.  Foreign military sales funding in the amount of $710,000 will be obligated at time of award and contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) and implemented by Federal Acquisition Regulation 6.302-1(a)(2)(iii) - only one responsible source and no other supplies or services will satisfy agency requirements.   The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-17-D-5001).

 

Bay City Marine Inc.,* National City, California (N32253-17-D-0003); C&S Services Inc.,* Ewa Beach, Hawaii (N32253-17-D-0004); Delphinus Engineering Inc.,* Eddystone, Pennsylvania  (N32253-17-D-0005); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N32253-17-D-0006); Propulsion Controls Engineering,* Aiea, Hawaii (N32253-17-D-0007); Pacific Shipyards International LLC,* Honolulu, Hawaii (N32253-17-D-0008); and Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N32253-17-D-0009), are being awarded a combined $20,800,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement involving repair, maintenance, and alternation of government waterborne vessels and surface ships visiting or homeported at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Joint Base Pearl Harbor Hickam, Hawaii.  Types of trades required are ship fitting, sheet metal, welding, pipefitting, painting, machining/mechanical, electrical, electronics, woodworking, lagging, and rigging.  Sample work includes but is not limited to: ventilation, air conditioning, tank work, structural repairs, fumigation, electrical system repair, pump repair, fan repair, decking, and fire system repairs and updates. Each awardee will be awarded $3,000 (minimum contract guarantee per awardee) at contract award.  These contracts include options which, if exercised, would bring the cumulative value to $49,000,000 over a five year period to the seven vendors combined.  Work will be performed in the state of Hawaii, and is expected to be completed by October 2018.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $21,000 will be obligated at the time of award and will expire at the end of the current fiscal year.  All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the Federal Business Opportunities website, with 10 offers received.  The Naval Sea Systems Command, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

 

Sauer Inc. doing business as Sauer Inc., Jacksonville, Florida, is being awarded an $18,090,000 firm-fixed-price contract for the removal of existing built-up roofing, gravel ballast, tapered roof insulation, and providing two ply modified bitumen roofing system of Building 002 at Naval Medical Center Portsmouth.  The work to be performed provides for removal of cracked grout and providing new grout as well as rust treatment of corrosion spots and painting of steel tube columns at fifth and sixth floor column piers, providing infill metal wall panels and galvanized metal stud framing above existing shaft louver at fifth floor area, providing fall protection systems including guardrails along perimeter parapet caps, fall protection walkway and roof access system at elevator shaft penthouse roof access hatches, pre-fabricated metal stair cross-overs for safety and protection of metal area dividers and expansion joints, ladder climbing safety system and ladder-up handle extension system at roof hatch ladder ways, and guardrail system with self-closing gates at all roof hatches.  Work will be performed in Portsmouth, Virginia, and is expected to be completed by December 2019.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $18,090,000 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 four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-C-0348). 

 

General Dynamics Land Systems, Sterling Heights, Michigan, is being awarded a $17,343,564 firm-fixed-price modification to a previously awarded contract (N00024-15-C-5344) for the production of four 30mm Mk 46 mod 2 gun weapon systems (GWS) for the Littoral Combat Ship program and the future USS Lyndon B. Johnson (DDG 1002), along with associated spare parts.  The 30mm Mk 46 mod 2 GWS is a remotely-operated system that uses a high-velocity cannon for shipboard self-defense against small, high-speed surface targets. Work will be performed in Sterling Heights, Michigan (60 percent); Anniston, Alabama (25 percent); Lima, Ohio (7 percent); Tallahassee, Florida (6 percent); and Scranton, Pennsylvania (2 percent), and is expected to be completed by July 2019.  Fiscal 2017 other procurement (Navy); fiscal 2017 shipbuilding and conversion (Navy); fiscal 2017 operations and maintenance (Navy); and fiscal 2017 weapons procurement (Navy) in the amount of $17,343,564 will be obligated at time of award, and $1,012,727 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $17,268,162 cost-plus-fixed-fee and cost-plus-incentive-fee modification to a previously awarded contract (N00024-17-C-5145) to exercise options for DDG 1000-class total ship activation test conduct and for modification and upgrades to missions systems equipment/total ship computing environment hardware and software. This contract provides production, integration, activation and testing on DDG 1000 Zumwalt-class ship mission systems and missions systems equipment (MSE). This announcement is in support of the exercise of options for total ship activation test conduct, which provides technical services in support of DDG 1000 MSE grooming, activation and tests; and for MSE/total ship computing environment (TSCE) hardware and software modifications/upgrades, which provides technical services necessary to modify and upgrade DDG 1000-class MSE/TSCE hardware and major equipment, software and associated computer programs and component items to address obsolescence and ensure supportability to the fleet.  Work will be performed in San Diego, California (40 percent); Portsmouth, Rhode Island (30 percent); and Tewksbury, Massachusetts (30 percent), and is expected to be completed by June 2018. Fiscal 2017 other procurement (Navy) in the amount of $7,290,000; and fiscal 2017 shipbuilding and conversion (Navy) in the amount of $650,100 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., Rolling Meadows, Illinois, is being awarded a $16,229,632 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide for non-recurring engineering services to upgrade the AN/AAQ-28 LITENING pod for the Marine Corps AV-8B and F/A-18 weapons systems to improve operational effectiveness.  Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in September 2022.  No funds will be obligated at time of award.  Funds will be obligated on individual task orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-17-D-0017).

 

3e Technologies International Inc., Rockville, Maryland, is being awarded a $16,163,099 modification to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00174-16-C-0046) to exercise option year one for continued implementation of a facilities critical infrastructure control and monitoring system interface to the Navy Virtual Perimeter Monitoring System that will allow for monitoring and control of critical facility infrastructure for potential operating hazards or intrusions. Work will be performed in San Diego, California (55 percent); Pearl Harbor, Hawaii (44 percent); and Kauai, Hawaii (1 percent), and is expected to be completed by September 2018.  Fiscal 2017 operations and maintenance (Navy and Marine Corps); and funding in the amount of $4,835,054 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

 

Crowley Government Services Inc., Jacksonville, Florida, is being awarded a $14,643,883 modification for the fixed price portion of a previously awarded contract (N62387-15-C-5301).  This modification exercises the second (of four) one-year option periods of this contract for the operation and maintenance of five roll-on/roll-off and container ships (ROCONs).  The ships will continue to support Military Sealift Command worldwide surge sealift requirements.  Work will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2018.  Working capital funds (Navy and transportation) in the amount of $14,643,883 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured on a full and open basis with more than 50 companies solicited via the Military Sealift Command, Federal Business Opportunities and Navy Commerce Online websites and five offers were received.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity.

 

Huntington Ingalls Industries - Newport News Shipbuilding, Newport News, Virginia, is being awarded a $13,227,347 cost-plus-fixed-fee level-of-effort modification to a previously awarded contract (N00024-17-C-4103) for USS George H.W. Bush (CVN 77) fiscal 2019 docked planned incremental availability planning requirement.  Work will be performed in Portsmouth, Virginia, and is expected to be completed by November 2018. Fiscal 2017 operations and maintenance (Navy) funds in the amount of $11,005,602; and fiscal 2017 other procurement (Navy) funds in the amount of $2,102,166 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.

 

GET Engineering Corp.,* El Cajon, California, is being awarded a $13,044,417 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of combat systems interface and steering control systems data conversion devices.  Work will be performed in El Cajon, California, and is expected to be completed by September 2022.  Fiscal 2017 other procurement (Navy) funding in the amount of $107,830 will be obligated at contract award via the first delivery order and will not expire at the end of the current fiscal year. This contract award contains a five year ordering period.  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.  GET Engineering Corp. was the only company that met or exceeded all of the technical requirements for the combat systems interface and steering control systems data conversion devices.  The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-17-D-0015).

 

Global Connections to Employment Inc., Pensacola, Florida, is being awarded $12,821,491 for modification P00002 to extend the previously awarded firm-fixed-price contract (N68836-17-C-0005) to exercise option period one for full food and mess attendant services in support of Naval Air Station, Pensacola; and Navy Explosive Ordnance Disposal School Elgin Air Force Base; and mess attendant services in support of Naval Construction Battalion Center, Gulfport. The contract includes a one-month base period, two 12-month option periods, one 11-month option period, and a six-month extension option under Federal Acquisition Regulation 52.217-8, which if all options are exercised, would bring the cumulative value of this contract to $44,989,292.  Work will be performed in Pensacola, Florida (60 percent); Elgin Air Force Base, Florida (20 percent); and Gulfport, Mississippi (20 percent), and work is expected to be completed by September 2018.  If all options on the contract are exercised, work will be completed by February 2021.  Subject to the availability of funds, fiscal 2018 operations and maintenance (Navy) funds in the amount of $1,753,799 will be incrementally funded under the contract’s base period at time of award, and funds will not expire at the end of the current fiscal year.  This contract is a sole-source procurement under the AbilityOne Program (Federal Acquisition Regulation Part 8.704), with one offer received.  Naval Supply Systems Command Fleet Logistics Center Jacksonville, Florida, is the contracting activity.

 

Job Options Inc.,* San Diego, California, is being awarded a maximum amount $11,678,249 for task order under a previously awarded indefinite-delivery indefinite-quantity contract (N62473-16-D-1007) with for custodial services at Naval Medical Center San Diego; and surrounding medical and dental clinics.  The work to be performed provides for labor, supervision, management, equipment, material, tools and other items necessary to provide custodial services.  Work will be performed in San Diego, California, and is expected to be completed by September 2018.  No funds will be obligated at time of award.  Fiscal 2018 operations and maintenance (defense); fiscal 2018 operations and maintenance (Navy); and fiscal 2018 Defense Health program contract funds in the amount of $11,601,223 are subject to the availability of funds.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

 

DRS Network & Imaging Systems LLC, Melbourne, Florida, is being awarded a $11,386,106 modification under a previously awarded firm-fixed-price contract (M67854-16-F-4068) for 1,203 1U servers in support of Data Distribution System – Modular (DDS-M).  Work will be performed in Lebanon, Tennessee, and is expected to be completed by Nov. 15, 2017.  Fiscal 2017 procurement (Marine Corps) funds in the amount of $11,386,106 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The base contract was competitively procured through the National Aeronautics and Space Administration Solutions for Enterprise Wide Procurement website, with 10 offers received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

 

Opportunities and Resources Inc., Wahiawa, Hawaii, is being awarded a $10,282,562 firm-fixed-price modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62478-16-D-2452) to exercise option one for custodial services at various locations on Oahu.  The work to be performed provides for custodial services to ensure facilities are clean and sightly.  The work includes, but is not limited to, emptying waste containers, low area cleaning, high area cleaning, interior and exterior window cleaning, floor care, restroom cleaning services, and building perimeter services for approximately 545 buildings.  After award of this option the total cumulative contract value will be $20,340,384.  Work will be performed in Oahu, Hawaii, and work is expected to be completed September 2018.  No funds will be obligated at time of award.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $9,755,788 for recurring work will be obligated on individual task orders during the option period.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl-Harbor-Hickam, Hawaii, is the contracting activity.

 

General Dynamics Mission Systems, Pittsfield, Massachusetts, was awarded a $9,214,089 cost-plus-fixed-fee task order under a previously awarded basic ordering agreement (N63394-16-G-0005) to provide services required to maintain and support the Independence variant Littoral Combat Ship (LCS). The work will be performed will consist of the contractor providing services required to maintain and support the Independence variant LCS, to include project management; engineering, integration and technical and evaluation services; software development and testing; planning, installation and modernization; training support; design interface; emergent support and software development and support (as required).  Work will be performed in San Diego, California (70 percent), Pittsfield, Massachusetts (20 percent); deployed naval assets at-sea (10 percent); and is expected to be completed by September 2018.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $917,395; and fiscal 2017 other procurement (Navy) funding in the amount of $192,043 will be obligated to this task order at time of award, of which $917,395 will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Port Hueneme, California, is the contracting activity.  Awarded on Sept. 28, 2017

 

Trimark Constructors LLC,* Metairie, Louisiana, is being awarded an $8,739,400 firm-fixed-price contract to replace the Squadron Operations Facility at the Naval Air Station Joint Reserve Base New Orleans.  The project will include demolition of the old facility and construction of the new facility.  The contract also contains 13 unexercised options and one planned modification, which if exercised would increase cumulative contract value to $10,286,550.  Work will be performed in New Orleans, Louisiana, and is expected to be completed by August 2019.  Fiscal 2016 military construction (Air National Guard) contract funds in the amount of $8,739,400 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-17-C-1304).

 

Louise W. Eggleston Center Inc., Norfolk, Virginia, is being awarded $8,701,725 indefinite-delivery requirements contract, resulting from solicitation N00189-17-R-0084, that will include terms and conditions for the placement of firm-fixed-price task orders to provide laundry services as required by the Navy Medical Center Portsmouth.  The contract will include a five-year base ordering period and a six-month option period which if exercised, the total value of this contract will be $9,628,034.  Work will be performed in Norfolk, Virginia, and work is expected to be completed by October 2022.  If all options are exercised, work will be completed by March 2023. No funds will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. Operations and maintenance (Navy) funds appropriate for the fiscal year in which each task order is awarded will be obligated as individual task orders are issued. This contract was not competitively procured. This sole-source requirement is authorized or required by statute in accordance with Federal Acquisition Regulation Part 8.7 Javits-Wagner-O’Day Act (41 U.S. Code 46-48c); and the rules of the Committee for Purchase from People Who Are Blind or Severely Disabled (41 CFR Chapter 51) which implements the AbilityOne Program.  Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-17-D-0054).

 

Tazewell Homeland JV LLC,* Norfolk, Virginia, is being awarded $8,481,131 for firm-fixed-price task order N4008517F5479 under a previously awarded multiple award construction contract (N40085-14-D-8184) for repairs to Berths 16/17 at Norfolk Naval Shipyard.  The work to be performed provides for the restoration of the load carrying capacity of Berths 16 and 17 by replacing all weakened structural components that have exceeded their service life.  The existing treated wood sheet piling supporting the shore line will be replaced to stabilize and prevent further soil washout from the primary support structure of Berths 16 and 17.  The area under the berths will be dredged to help accommodate the project.  Additionally, the existing hotel service utility lines will be replaced and new fire alarm system fiber optic communication and data lines will be installed.  Work will be performed in Portsmouth, Virginia, and is expected to be completed by December 2019.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $8,481,131 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. 

 

Mark Dunning Industries,* Dothan, Alabama, is being awarded $7,695,603 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-11-D-7577) to exercise option two for base operations support services at Naval Submarine Base, Kings Bay.  The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform grounds maintenance and landscaping, integrated solid waste management, custodial and pest control services.  After award of this option, the total cumulative contract value will be $49,815,250.  Work will be performed in Kings Bay, Georgia, and work is expected to be completed September 2018.  No funds will be obligated at time of award.  Fiscal 2018 operations and maintenance (Navy); fiscal 2018 working capital funds (Navy); fiscal 2018 Defense Health program funds; and fiscal 2018 family housing operations and maintenance (Navy) in the amount of $7,695,603 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.

 

CORRECTION: The Sept. 20, 2017, announcement for a contract awarded to Aircraft Readiness Alliance LLC,* Anchorage, Alaska (N68936-17-C-0081), included the incorrect contract amount. The contract was actually awarded for $26,473,214, not $18,794,529.  All other contract information is correct.

 

ARMY

 

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $300,088,180 fixed-price-incentive domestic and foreign military sales (Lebanon, Jordon and Morocco) contract for Tube-launched Optically-tracked Wireless-guided missiles for the Army, Marine Corps and foreign military sales customers. Bids were solicited via the Internet with one received. Work will be performed in Tucson, Arizona; and Farmington, New Mexico, with an estimated completion date of July 31, 2020. Fiscal 2010, 2015, 2016 and 2017 other procurement, Army; foreign military sales; and American Recovery and Reinvestment Act funds in the combined amount of $300,088,180 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-C-0194).

 

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $163,212,869 modification (P00119) to contract W58RGZ-13-C-0109 for MQ-1C Gray Eagle extended range supplemental production hardware. Work will be performed in Poway, California, with an estimated completion date of July 31, 2020. Fiscal 2017 other procurement, Army funds in the amount of $163,212,869 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

TFab Defense Systems LLC,* Madison, Alabama, has been awarded a $110,000,000 firm-fixed-price contract for the engineering and design of Improved Environmental Control Unit, fabrication of test units, conduct of First Article Test, deliverable preparations to full-rate production, and delivery of production units.  Bids were solicited via the Internet with five received. Work locations and funding will be provided with each order, with an estimated completion date of Sept. 28, 2022. U.S. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-17-D-0245).

 

General Dynamics-OTS Inc., Williston, Vermont, has been awarded a $109,244,251 modification (P00072) to contract W31P4Q-14-C-0154 to exercise option for Hydra rockets. Work will be performed in Williston, Vermont, with an estimated completion date of March 31, 2020. Fiscal 2015 aircraft procurement, Army funds in the amount of $113,960; fiscal 2016 aircraft procurement, Army funds in the amount of $10,625,022; fiscal 2017 aircraft procurement, Army funds in the amount of $80,192,706; fiscal 2015 other funds in the amount of $607,713; fiscal 2016 other funds in the amount of $1,573,059; fiscal 2017 other funds in the amount of $15,539,281; and fiscal 2010 foreign military sales funds in the amount of $592,510 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Endeavor Robotics, Chelmsford, Massachusetts, has been awarded a $100,004,993 firm-fixed-price contract for the Man Transportable Robotic System Increment II. 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 Sept. 29, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-17D-0063).

 

Frontier-Arrowhead JVA,* Kansas City, Missouri (W912DQ-17-D-4017); Fortis Networks Inc.,* Phoenix, Arizona (W912DQ-17-D-4016); and Gideon Contracting LLC,* San Antonio, Texas (       W912DQ-17-D-4018), will share in a $95,000,000 firm-fixed-price contract for Historically Underutilized Business Zones for U.S. Army Corps of Engineers, Kansas City District. 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 Sept. 30, 2020. U.S. Army   Corps of Engineers, Kansas City, Missouri, is the contracting activity.

 

University of Southern California, Los Angeles, California has been awarded a $94,000,000 modification (P00003) to contract W911NF-14-D-0005 for research and development and other activities within modeling and simulation core competencies in the areas of training, education, operations, health, and other areas. 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 Sept. 29, 2019. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

 

Science Applications International Corp., Reston, Virginia, was awarded a $91,485,705 modification (P00016) to contract W912DY-16-F-0093 for management and technical support necessary to advance high performance computing services, capabilities, infrastructure, and technologies. Work will be performed in Wright Patterson Air Force Base, Ohio; Aberdeen Proving Ground, Maryland; John C. Stennis Space Center, Mississippi; and Vicksburg, Mississippi, with an estimated completion date of Oct. 18, 2018. Fiscal 2017 research, development, test and evaluation funds in the amount of $6,665,255 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

 

BAE Systems Land and Armaments LP, York, Pennsylvania, has been awarded a $68,993,006 firm-fixed-price contract for the procurement of 20 M88A2 Heavy Equipment Recovery Combat Utility Lift and Evacuation System vehicles, and one associated stockage list spares kits. Bids were solicited via the Internet with one received. Work will be performed in York, Pennsylvania, with an estimated completion date of Oct. 31, 2019. Fiscal 2016 and 2017 other procurement, Army funds in the amount of $68,993,006 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-17-C-0242).

 

Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $49,334,526 cost-plus-fixed-fee contract for transformational intelligence, surveillance and reconnaissance technology. 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 Sept. 28, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-177-D-0015).

 

Platinum Business Corp.,* Laurel, Maryland (W81K04-17-A-0011); Medforce Government Solutions Inc.,* Fairfax, Virginia (W81K04-17-A-0012); and New Wave People Inc.,* Millstone Township, New Jersey (W81K04-17-A-0013), will share in a $48,000,000 firm-fixed-price contract for temporary nursing services. 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 Sept. 30, 2022. U.S. Army Health Contracting Activity, Joint Base San Antonio, Texas, is the contracting activity.

 

Northrop Grunman Systems Corp., Huntsville, Alabama, has been awarded a $44,787,869 cost-plus-incentive-fee modification (P00152) to contract W31P4Q-08-C-0418 to add additional period of performance and increase the ceiling value under the terms and conditions in the original contract for the Integrated Air and Missile Defense Integrated Battle Command System Phase II engineering and manufacturing effort. Work will be performed in Huntsville, Alabama, with an estimated completion date of Feb. 28, 2018. Fiscal 2016 research, development, test and evaluation funds in the amount of $420,000; and fiscal 2017 research, development, test and evaluation funds in the amount of 20,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

ECS Federal LLC, Fairfax, Virginia, has been awarded a $32,444,830 cost-plus-fixed-fee contract for services in the area of big data analytics, cloud computing, knowledge management, search, discovery and collaboration. Bids were solicited via the Internet with one received. Work will be performed in Fairfax, Virginia, with an estimated completion date of March 28, 2019. Fiscal 2017 operations and maintenance, Army funds in the amount of $18,400,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-17-C-0045).

 

Raytheon Co., McKinney, Texas, has been awarded a $29,776,287 firm-fixed-price contract for the purchase of 21 Common Sensor Payload systems to meet an increased production requirement of the Army Gray Eagle. One bid was solicited with one bid received. Work will be performed in McKinney, Texas, with an estimated completion date of March 31, 2019. Fiscal 2017 other procurement, Army funds in the amount of $14,590,381 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-17-C-0020).

 

American Ordnance LLC, Middletown, Iowa, has been awarded a $28,442,720 modification (000307) to contract W52P1J-16-D-0050 for acquisition of Trinitrotoluene that will support load, assemble and pack of M795 155mm projectile. Work will be performed in Middletown, Iowa; Mineola, New York; and Bydgoszcz, Poland, with an estimated completion date of Sept. 29, 2019. Fiscal 2015, 2016 and 2017 other procurement, Army funds in the amount of $28,442,720 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. (Awarded Sept. 28, 2017)

 

Radmacher Brothers Excavating Co. Inc.,* Pleasant Hill, Missouri, has been awarded a $26,577,770 firm-fixed-price contract for improvements to lower Turkey Creek for its intended level of flood reduction. Bids were solicited via the Internet with four received. Work will be performed in Kansas City, Missouri; and Kansas City, Kansas, with an estimated completion date of Oct. 1, 2019. Fiscal 2017 other funds in the amount of $26,577,770 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-17-C-1095).

 

CDW-Government LLC, Vernon Hills, Illinois, has been awarded a $22,430,559 modification (F933) to contract W91QUZ-06-D-0003 for fiscal 2017 Lifecycle Buy No. 1 – Windows 10: 20,208 laptops and 20,028 docking stations. Work will be performed in Vernon Hills, Illinois, with an estimated completion date of Nov. 6, 2017. Fiscal 2017 operations and maintenance, Army funds in the amount of $22,430,559 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity.

 

Opus Design Build LLC, Minnetonka, Minnesota, has been awarded a $21,227,000 firm-fixed-price contract for the design and construction of a new Readiness Center for the Iowa Army National Guard in Davenport, Iowa. Bids were solicited via the Internet with four received. Work will be performed in Davenport, Iowa, with an estimated completion date of March 31, 2019. Fiscal 2017 military construction funds in the amount of $21,227,000 were obligated at the time of the award. U.S. Property and Fiscal Officer Iowa is the contracting activity (W912LP-17-C-0002).

 

HPI Federal LLC, Washington, District of Columbia, has been awarded a $17,637,380 modification (F903) to contract W91QUZ-06-D-0004 for fiscal 2017 Lifecycle Buy No. 2 – Windows 10: 15,701 laptops and 15,701 docking stations. Work will be performed in Washington, District of Columbia, with an estimated completion date of Nov. 6, 2017. Fiscal 2017 operations and maintenance, Army funds in the amount of $17,637,380 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity.

 

J&J Maintenance Inc., Austin, Texas, has been awarded a $13,412,672 firm-fixed-price contract to renew optical laboratories at Joint Base San Antonio-Fort Sam Houston, Texas; and Fort Jackson, South Carolina. Seven bids were solicited with two received. Work will be performed in Fort Jackson, South Carolina, with an estimated completion date of March 8, 2019. Fiscal 2017 operations and maintenance, Army funds in the amount of $13,412,672 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-17-F-0814).

 

Syracuse Research Corp., North Syracuse, New York, has been awarded a $13,305,000 modification (P00002) to contract W31P4Q-17-C-0157 to upgrade Increment 1 Mobile Low, Slow, Small Unmanned Aerial System Integrated Defeat System Electronic Warfare; provide Increment 1 electronic warfare kits to the estimated 11 vehicles; provide contractor logistics support; and monitor vehicle performance of deployed fleet. Work will be performed in North Syracuse, New York, with an estimated completion date of July 30, 2018. Fiscal 2018 research, development, test and evaluation funds in the amount of $6,519,450 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. (Awarded Sept. 28, 2017)

 

Helix Electric, San Diego, California, has been awarded a $12,213,000 firm-fixed-price contract for generator upgrade at Hill Air Force Base, Utah. Bids were solicited via the Internet with five received. Work will be performed in Hill Air Force Base, Utah, with an estimated completion date of Sept. 29, 2019. Fiscal 2017 operations and maintenance, Army funds in the amount of $12,213,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-17-C-0027).

 

Burgess Corp.,* Elizabethtown, North Carolina, has been awarded an $11,215,844 firm-fixed-price contract for rehabilitation of railroad bridges. Bids were solicited with two received. Work will be performed in Fort Eustis, Virginia, with an estimated completion date of Sept. 28, 2018. Fiscal 2017 operations and maintenance, Army funds in the amount of $11,215,844 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-17-C-0024).

 

Amherst Madison Inc., Charleston, West Virginia, has been awarded a $10,628,055 firm-fixed-price contract for dredging in Pool 3 of the Monongahela River, Pennsylvania. 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 Sept. 28, 2020. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-17-D-8000).

 

Inland Dredging Co. LLC,* Dyersburg, Texas, has been awarded a $10,153,000 firm-fixed-price contract for maintenance dredging of the Sabine-Neches Waterway, Texas. Bids were solicited via the Internet with six received. Work will be performed in Galveston, Texas, with an estimated completion date of June 27, 2018. Fiscal 2016 and 2017 operations and maintenance, Army funds in the amount of $10,153,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-17-C-0105).

 

Burns and McDonnell Engineering Co., Kansas City, Missouri, has been awarded a $9,500,000 firm-fixed-price contract for architect-engineer vertical design services. Bids were solicited via the Internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2017. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-17-D-0014).

 

Great Lakes Dredge and Dock Co., Oak Brook, Illinois, has been awarded a $9,353,116 firm-fixed price contract for dredging the Delaware River. Bids were solicited via the Internet, with one received. Work will be performed in New Castle, Delaware, with an estimated completion date of Dec. 31, 2017. Fiscal 2017 operations and maintenance, Army funds in the amount of $9,353,116 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-17-C-0044).

 

TRAX International Corp., Las Vegas, Nevada, has been awarded a $9,203,652 cost-plus-award-fee modification (P00210) to contract W9124R-09-C-003 for non-personal rest support services in support of the Army Yuma Proving Ground, Arizona. Work will be performed in Yuma, Arizona; and Fort Greely, Arkansas, with an estimated completion date of Oct. 31, 2017. Fiscal 2017 research, development, test and evaluation funds in the amount of $3,000,000 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Yuma Proving Ground, Arizona, is the contracting activity.

 

Vigor Marine LLC, Portland, Oregon, has been awarded an $8,857,022 firm-fixed-price contract for ship repair, maintenance and overhaul for U.S. Army Corps of Engineers dredge Essayons. Bids were solicited via the Internet with one received. Work will be performed in Portland, Oregon, with an estimated completion date of Feb. 18, 2018. Fiscal 2017 other funds in the amount of $8,857,022 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-17-F-0132).

 

HPI Federal LLC, Washington, District of Columbia, has been awarded an $8,031,031 modification (F913) to contract W91QUZ-06-D-004 for fiscal 2017 Lifecycle Buy No. 3 – Windows 10: 7,153 laptops and 7,153 docking stations. Work will be performed in Washington, District of Columbia, with an estimated completion date of Nov. 6, 2017. Fiscal 2017 operations and maintenance, Army funds in the amount of $8,031,031 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity.

 

Lord and Son Construction Inc.,* Fort Walton Beach, Florida, has been awarded a $7,525,400 firm-fixed-price contract for the construction of a Virtual Warfare Munitions Server Facility at Eglin Air Force Base, Florida. Bids were solicited via the Internet with five received. Work will be performed in Eglin Air Force Base, Florida, with an estimated completion date of Sept. 28, 2019. Fiscal 2017 research, development, test and evaluation funds in the amount of $7,525,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-17-C-0033).

 

AeroVironment Inc.,* Monrovia, California, has been awarded a $7,350,005 cost-plus-fixed-fee modification (P00002) to contract W31P4Q-17-C-0171 for Switchblade contractor logistics support consisting of field service representatives, continental U.S. training, travel, rework, shipping, flight support, repair and maintenance, and training materials. Work will be performed in Simi Valley, California, with an estimated completion date of Sept. 30, 2020. Fiscal 2017 operations and maintenance, Army funds in the amount of $7,350,005 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

MISSILE DEFENSE AGENCY

 

Lockheed Martin Corp., Rotary and Mission Systems Division, Moorestown, New Jersey, is being awarded a $147,361,893 modification to a previously awarded cost-plus-award-fee/cost-plus-incentive-fee contract HQ0276-10-C-0001.  This modification increases the total cumulative contract value from $2,656,658,699 to $2,804,020,592.  Under this modification the contractor will provide additional Aegis Ballistic Missile Defense (BMD) 4.X/5.X ship installations, program management and engineering services (Contract Line Item Numbers 0305, 0360-0370, 0372, 0374, and 0376, $53,587,749); BMD post certification, pre-mission, mission execution, and post mission support (CLIN 0122, $12,519,767); and Aegis Weapons System Baseline 5.4 development (CLIN 0154, $81,254,377) for the Aegis Ballistic Missile Defense (ABMD) Program Office.  The work will be performed in Moorestown, New Jersey, with an expected completion date of Feb. 28, 2020.  Fiscal 2017 procurement funds in the amount of $8,953,851 are being obligated at the time of award.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

 

AIR FORCE

 

Harris Corp., Clifton, New Jersey, has been awarded an $84,400,000 indefinite-delivery/indefinite-quantity contract.  The contractor will provide multiple foreign military sales customers engineering support services on the advanced integrated defensive electronic warfare suite system, AN/ALQ-211(V) 4/8/9.  Work will be performed in Clifton, New Jersey, and is expected to be completed Sept. 28, 2022.  Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-17-D-0005).

 

M1 Support Services LP, Denton, Texas, has been awarded a $63,814,021 modification (A00018) to previously awarded contract for aircraft maintenance services. This modification exercises the second option period of a seven-year, firm-fixed-price contract for T-6, T-38 undergraduate pilot training, and T-38 introduction to fighter fundamentals aircraft maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2018. Fiscal 2018 operations and maintenance funds in the amount of $63,814,021 are being obligated at time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity (FA3002-16-C-0006).

 

West Point Contractors Inc., Tucson, Arizona, has been awarded a $51,000,000 firm-fixed-priced, indefinite-delivery/indefinite-quantity construction contract for paving services.  This contract provides for paving requirements at Edwards Air Force Base, California.  The contractor shall furnish all management, personnel, vehicles, supplies, and equipment required to perform work.  Work will be performed at Edwards Air Force Base, California; and Palmdale, California, and is expected to be completed by Sept. 28, 2022.  This award is the result of a competitive acquisition and seven offers were received.  Fiscal 2017 operations and maintenance funds in the amount of $365,040 are being obligated at time of award.  The Air Force Test Center, Directorate of Contracting, Edwards AFB, California, is the contracting activity (FA9301-17-D-0003).

 

Draken International Inc., Lakeland, Florida, has been awarded a $47,836,000 modification (P00008) to previously awarded contract for adversary air support.  The contract modification provides an additional 5,600 flight hours in tactically-relevant aircraft for air-to-air tracking, targeting, and adversary operations, to include fuel.  Work will be performed at Nellis Air Force Base, Nevada, and is expected to be completed by Sept. 30, 2018. Fiscal 2017 operations and maintenance funds in the amount of $10,000,000 are being obligated at time of award.  The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity (FA4861-15-D-C003).

 

EMC Technologies, Fall River, Massachusetts (FA8126-17-D-0001); ION Corp., Eden Prairie, Minnesota (FA8126-17-D-0002); Teamcor, Warner Robins, Georgia (FA8126-17-D-0004); and Westest, Farmington, Utah (FA8126-17-D-0003), have been awarded a $45,400,000 shared celling, indefinite-delivery/indefinite-quantity contract for an interface test adapter and related support equipment program.  This enterprise contract participants are Hill Air Force Base, Tinker Air Force Base; and Warner Robins Air Force Base.  This program will allow for the government to effectively use this contract vehicle to reduce duplication and administrative burden, saving money and ultimately getting the warfighter unparalleled capability faster.  Work will be performed at each contractor’s facilities and is expected to be completed by Sept. 27, 2022.  This award is the result of competitive acquisition and eight offers were received.  Working capital funds in the amount of $27,940 are being obligated at time of award. Air Force Sustainment Center, Tinker Air Force Base, is the contracting activity.

 

Spectranetix, Sunnyvale, California, has been awarded a $24,900,000 cost-plus-fixed-fee, indefinite delivery/indefinite-quantity contract for software, hardware and reports as determined on an order by order basis.  The scope of this effort is to research, develop, test, evaluate, procure, deploy, upgrade and provide limited maintenance for advanced software defined radio systems for the government.  Work will be performed in Sunnyvale, California, and is expected to be completed by Sept. 29, 2024.  This award is the result of a sole-source acquisition.  Fiscal 2017 research and development funds in the amount of $620,500 are being obligated at time of award.  Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-17-D-0195).

 

Northrop Grumman Systems Corp., Salt Lake City, Utah, has been awarded a $21,400,000 definite quantity contract for repair of the Air Launch Cruise Missile (ALCM) inertial navigation element and the reconstitution of ALCM test stations.  Work will be performed in Salt Lake City, Utah, and is expected to be completed by Sept. 28, 2020.  This award is the result of a sole source acquisition.  Fiscal 2017 repair funds in the amount of $10,138,621 are being obligated at time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-17-C-0003).

 

Textron Aviation Defense, Wichita, Kansas, has been awarded an $18,807,166 modification (PZ0002) to previously awarded contract. This modification will provide contractor logistic support, basic life support, program support, repair and return, cost per flight hour, travel and fuel for the Iraq Peace Dragon King Air 350 program.  Work will be performed in Baghdad, Iraq, and is expected to be completed by Sept. 30, 2018.  This award is 100 percent foreign military sales to the country of Iraq.  This award is the result of a sole-source acquisition.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-17-C-3011).

 

Iron Bow Technologies, Herndon, Virginia, has been awarded a $13,806,388 brand name only, firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Headquarters Air Mobility Command directorate of communications requires Harris Information Technology Services Corp., Army Navy portable radio communications-117G.  Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey; Travis Air Force Base, California; Ramstein Air Base, Germany; Andersen Air Base, Guam; Louisville, Kentucky; Minneapolis-St. Paul, Minnesota; Fort Worth, Texas; Channel Islands Air National Guard Station, California; Jackson, Mississippi; Joint Base Charleston, South Carolina; Joint Base San Antonio-Lackland, Texas; Westover, Massachusetts; March Air Force Base, California; Dover Air Force Base, Delaware; and Scott Air Force Base, Illinois and is expected to be completed by Jan. 18, 2018.  Fiscal 2017 operations and maintenance funds in the amount of $13,806,388 are being obligated at time of award.  This award is a result of a competitive acquisitions, and three quotes were received.  The 763rd Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity (FA4452-17-F-0091).

 

Pertek 2 LLC, Mirakin Technologies, Albuquerque, New Mexico, has been awarded an estimated $13,609,298 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide advisory and assistance services for the Arnold Engineering Development Complex, Test Operations Division, in the area of high speed/hypersonic systems.  Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be completed by Sept. 28, 2021.  This award is the result of a sole-source acquisition.  Fiscal 2017 research, development, test, and evaluation funds in the amount of $578,141 are being obligated to the first task order at the time of award.  Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity (FA9101-17-D-0112).

 

Honeywell International Inc., Aerospace Plymouth, Plymouth, Minnesota, has been awarded a $12,508,277 cost-plus-fixed-fee contract to conduct innovative research and development.  The contract provides for the need for a stable, space-based frequency source.  Work will be performed in Plymouth, Minnesota, and is expected to be completed by June 29, 2022.  The award is the result of broad agency announcement, and six proposals were received. Fiscal Year 2017 research and development funds in the amount of $2,849,505 are being obligated at time of award.  Air Force Research Laboratory Detachment, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-17-C-0039).          

 

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded an $11,743,510 task order on an indefinite-delivery/indefinite-quantity engineering supply contract for continuing engineering for electronic countermeasures system, the AN/ALQ161A.  This contract provides for specialized knowledge, advanced capabilities, and fast response to software analysis, software defect correction, system interoperability, software changes to meet mission requirements and acknowledged special access programs.  Work will be performed at Herndon, Virginia; and Warner Robins, Georgia; and is expected to be completed by Sept. 28, 2019.  This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance funds are being obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA852317F0024).

 

The Centech Group Inc., Falls Church, Virginia, has been awarded a $9,932,436 cost-plus-fixed-fee and cost reimbursement task order against a previously awarded requirements contract for technical support. The contractor will provide maintenance, support services and computer infrastructure administration for the Cyber Command and Control Mission System weapon system.  Work will be performed in San Antonio, Texas, and is expected to be completed by Dec. 22, 2017.  This award is a result of a competitive acquisition and three offers were received. Fiscal 2017 research, development, operations, and maintenance funds in the amount of $876,729 are being obligated at time of award. Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Joint Base San Antonio, Texas, is the contracting activity (FA8307-17-F-0167). (Awarded Sept. 14, 2017)

 

MDA Information Systems LLC, Ypsilanti, Michigan, has been awarded a $9,677,988 cost-plus-fixed-fee contract for Third Coast Red Wing, a cloud-based geospatial intelligence processing framework.  The scope of this effort is to enhance the current prototype cloud implementation of geospatial intelligence product development to include new data sources, algorithms, and detection/classification techniques.  Work will be performed in Ypsilanti, Michigan; and Chantilly, Virginia, and is expected to be completed by Sept. 26, 2019.  This award is the result of a competitive acquisition and two offers were received.  Fiscal 2017 research, development, test, and evaluation funds in the amount of $100,000 are being obligated at time of award.  Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-17-C-0199).

 

Wyle Laboratories, Dayton, Ohio, has been awarded a $9,149,549 task order to previously awarded contract for refurbishment and upgrade of eight eddy current non-destructive inspection systems, including improvements to hardware and software components.  Work will be performed in Dayton, Ohio, and is expected to be completed by Aug. 31, 2021.  Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (GS00Q14OADU142).

 

Applied Systems Engineering Inc., Fort Worth, Texas, has been awarded a $9,000,000 indefinite-delivery/indefinite-quantity contract for teardown, test, evaluation and repair supporting the unmanned threat emitter program.  Work will be performed in Fort Worth, Texas, and is expected to be completed by Sept 28, 2022.  This award is the result of a competitive acquisition and one offer was received.  Fiscal 2017 reimbursable funds in the amount of $504,159 are being obligated at time of award.  Air Force Material Command, Hill Air Force Base, Utah, is the contracting activity (FA8250-17-D-0002).

 

DRS Training and Control Systems LLC, Fort Walton Beach, Florida, has been awarded a $9,000,000 indefinite-delivery/indefinite-quantity contract, for teardown, test, evaluation and repairs supporting the unmanned threat emitter program.  Work will be performed in Fort Walton Beach, Florida, and is expected to be completed by Sept. 28, 2022.  This award is the result of a sole-source acquisition and one offer was received.  Fiscal 2017 reimbursable funds in the amount of $219,117 are being obligated at time of award.  Air Force Material Command, Hill Air Force Base, Utah, is the contracting activity (FA8250-17-D-0003).

 

Wildflower International LTD, Santa Fe, New Mexico, has been awarded a $7,910,618 contract for audio visual modernization equipment.  This contract provides for equipment needed to modernize the audio visual equipment in Headquarters U.S. Central Command including access layer switches.  Work will be performed in Santa Fe, New Mexico, and is expected to be completed by Oct. 30, 2017.  This award is the result of a competitive acquisition and two offers were received. Fiscal 2017 operations and maintenance funds in the amount of $1,327,182 and other contingency operation funds in the amount of $6,583,435 are being obligated at time of award.  The 6th Contracting Squadron, MacDill Air Force Base, Florida, is the contracting activity (NNG15SD05b).

 

Harris Corp., Colorado Springs, Colorado, has been awarded a $7,356,989 modification (P00818) for the ground based-electro-optical deep space surveillance (GEODSS) White Sands Missile Range mount refurbishment project.  The contractor will refurbish and replace the GEODSS mounts 5, 6, and 7 to ensure continued operation of the GEODSS sensors.  Work will be performed at White Sands Missile Range, New Mexico; and Colorado Springs, Colorado, and is expected to be completed by July 30, 2019.  Fiscal 2017 operations and maintenance funds in the amount of $7,356,989 are being obligated at time of award.  The Space Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (F19628-02-C-0010).

 

DEFENSE SECURITY SERVICE

 

Executive Protection Systems LLC, doing business as RavenTek Solution Partners, Chantilly, Virginia, was awarded an indefinite-delivery/indefinite-quantity (IDIQ) contract, HS0021-17-D-0002 for the Defense Security Service (DSS) Enterprise Business Support System (EBSS). The total cumulative face value of the IDIQ contract is $25,000,000. The contract will provide a support system to the DSS offices by providing performance management, case/transaction management, and business intelligence capabilities. A negotiated sole-source IDIQ contract to an Indian Tribe, certified 8(a) contractor that is currently performing satisfactorily under the Small Business Administration guidance was completed and therefore only one proposal was provided in response to the solicitation. The ordering period for the IDIQ contract will be Sept. 30, 2017 through Sept. 29, 2022. Funding will be obligated on individual task orders using the specific fiscal year operations and maintenance funding. The DSS Office of Acquisitions, Quantico, Virginia, is the contracting activity (HS0021-17-D-0002).

 

WASHINGTON HEADQUARTERS SERVICES

 

EMCOR Government Services Inc., Arlington, Virginia, is being awarded a $24,816,478 indefinite-delivery/indefinite-quantity (IDIQ) contract. The contract will provide preventative maintenance and repair services to mechanical equipment at the Pentagon.  Work performance will take place in Arlington, Virginia.  Fiscal 2017 Pentagon Reservation maintenance revolving funds in the amount of $2,488,545 will be obligated at award of the basic IDIQ contract. Appropriate fiscal year Pentagon Reservation maintenance revolving funds will be obligated on all subsequent task orders. The expected completion date is March 29, 2023.  Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-17-R-0070).

 

HDR Architecture Inc., Arlington, Virginia, is being awarded a $16,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract. The contract will provide architecture and engineering services in support of design and construction activities related to government planning, programming, and execution of projects.  Work performance will take place in Arlington, Virginia; Adams County, Pennsylvania; and potentially other metropolitan Washington, District of Columbia locations.  No fund will be obligated at award of the basic IDIQ contract. Appropriate fiscal year Pentagon Reservation maintenance revolving funds will be obligated on all subsequent task orders. The expected completion date is September 29, 2022.  Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-17-D-0012).

 

Booz Allen Hamilton Inc., McLean, Virginia, is being awarded a cost-plus fixed-fee contract for $11,704,107 to obtain subject matter and technical expertise to provide a wide range of analyses, assessments, and deliverables in support of the Deputy Assistant Secretary of Defense for Communications, Command, and Control, Cyber and Business Systems program office.  Work performance will take place in Alexandria, Virginia.  The expected completion date is September 28, 2018.  Fiscal 2017 operations and maintenance funds are being obligated at the time of the award.  Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-15-F-0166).

 

ByteCubed LLC, Arlington, Virginia, is being awarded a cost-plus fixed-fee firm-fixed-price hybrid contract for $10,390,000 to expand the functionality of the Department of Defense small business portal. The project will provide enhanced automation in the areas of topic development, source selection and reporting, and interface with industry, while maintaining flexibility to accommodate additional future growth.  Work performance will take place in Arlington, Virginia.  The expected completion date is Sept. 28, 2019.  Fiscal 2017 research, development, test and evaluation funds are being obligated at the time of the award.  Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-14-D-0026).

 

DEFENSE INTELLIGENCE AGENCY

 

Vexterra Group LLC, McLean, Virginia, has been awarded a time and materials contract (HHM402-17-C-0083) with a value of $16,062,717 to provide services and operational support for a Science and Technology Integration Lab (STIL) at the Defense Intelligence Agency’s National Media Exploitation Center (NMEC) in Bethesda, Maryland. The contract will provide services and support to the NMEC STIL to include the identification, evaluation, integration and transition of various software and hardware technologies in digital media technology to support digital forensics tradecraft, content processing and analysis/reporting technology.  Work will be performed in the National Capital Region with an expected completion date of September 28, 2022. Fiscal 2017 operations and maintenance (O&M) funds; and research, development, test and evaluation (RDT&E) funds in the amount of $3,082,388 are being obligated at time of award. This contract was awarded through a 100% small business set-aside competition and seven offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

 

IT Concepts Inc., Vienna, Virginia, has been awarded a labor hour contract (HHM402-17-F-0188) with a ceiling value of $8,063,414 to provide services and support to the Defense Intelligence Agency (DIA) Office of Human Resources. The contract will provide functional requirement support and project management services for DIA’s Human Resources Information Services. Through this award, DIA will procure services to improve human resource service delivery by improving self-service human resource capabilities and integrating agency position management functions using repeatable processes and tools designed to simplify transactions. Work will be performed in the national capital region with an expected completion date of Sept. 28, 2022 if all options are exercised. This contract was awarded through a 100 percent small business set-aside competition and five offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

 

CORRECTION: The contract announcement for MultiLingual Solutions (HHM402-17-C-0097) for $39,072,931 on Sept. 28, 2017, incorrectly stated it was a small business 8(a) contract.  The contract is only a small business contract.  All other information is correct.

 

*Small business

**Woman-owned small business

***Veteran-owned small business