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 Some of the information contained within may be outdated and links may not function.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 May 7, 2018

CONTRACTS

 

NAVY

 

AGVIQ LLC,* Anchorage, Alaska (N62470-18-D-7012); CAPE-ER JV LLC,* Norcross, Georgia (N62470-18-D-7013); EA-Amec Foster Wheeler-1 JV,* Hunt Valley, Maryland (N62470-18-D-7014); and Sevenson Environmental Services Inc.,* Niagara Falls, New York (N62470-18-D-7015), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-award-fee multiple award contract for environmental remediation services for projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR).  The estimated dollar value including the base period and four option years for all four contracts combined is $240,000,000.  All work on this contract will be performed primarily within the NAVFAC Atlantic AOR which includes Florida (20 percent); Texas (20 percent); Washington (15 percent); Alaska (10 percent); Mississippi (10 percent); Georgia (5 percent); Indiana (5 percent); Minnesota (5 percent); South Carolina (5 percent); and Puerto Rico (5 percent).  Although principle geographical areas are identified for the contract, the contractors may be required to perform at any Navy or Marine Corps activity in the AOR covered by NAVFAC Atlantic.  Work may also be added and performed anywhere outside of NAVFAC Atlantic’s AOR, as required by the government.  The term of the contract is not to exceed 60 months, with an expected completion date of May 2023.  Fiscal 2018 environmental restoration (Navy) contract funds in the amount of $40,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by environmental restoration (Navy).  No task orders are being issued at this time.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received.  These four contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity.

 

Telephonics Corp., Farmingdale, New York, is awarded a $31,840,287 fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of up to 19 Multi-Mode Radar systems for the HC-27J aircraft in support of the Coast Guard.  This contract also provides for related engineering technical services and logistics support.  Work will be performed in Farmingdale, New York, and is expected to be completed in May 2023.  Fiscal 2016 Department of Homeland Security Coast Guard acquisition, construction and improvement funds in the amount of $6,176,099 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via a limited electronic request for proposals; two offers were received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the activity (N68335-18-D-0031).

 

Eagle Systems Inc.,* California, Maryland, is awarded a $27,468,016 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide support services in performing and applying supply chain management in support of the Naval Air Warfare Center Aircraft Division’s Special Communications Mission Solutions Division, including supply support and material handling functions.  Work will be performed in St. Inigoes, Maryland (68 percent); Fayetteville, North Carolina (20 percent); and Lexington Park, Maryland (12 percent), and is expected to be completed in May 2023.  No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  This contract was competitively procured via a 100 percent small business set-aside request for proposals; three offers were received.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-18-D-0020).

 

Rolls Royce Corp., Indianapolis, Indiana, is being awarded $25,900,784 for modification P00003 under a previously awarded basic ordering agreement (N00383-16-G-001M) to add firm-fixed pricing for the purchase of the turbofan engine AE3007H used with the Triton platform.  Work will be performed in Indianapolis, Indiana, and work is expected to be completed by December 2021. No funds will be obligated at time of award. Fiscal 2018 through 2021 aircraft procurement (Navy); or working capital funds (Navy) will be obligated as individual orders are issued.  Aircraft procurement (Navy) funds will expire at the end of the appropriated fiscal year while N working capital funds will not expire.  One company was solicited for this non-competitive requirement in accordance with 10 U.S. Code 2304(c)(1) and one offer was received.  Naval Supply Systems Command Weapons Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

 

Bell Helicopter Textron Inc., Fort Worth, Texas, is awarded $21,705,649 for modification P00001 to a previously awarded indefinite- delivery/indefinite-quantity contract (N00019-18-D-0119).  This modification increases the quantity of Bell 407 variant commercial airframes through fiscal 2020 by seven in support of the MQ-8C Fire Scout unmanned air system program of record.  Work will be performed in Ozark, Alabama, and is expected to be completed in December 2020.  No funds will be obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

The Boeing Co., Seattle, Washington, is awarded a $21,511,533 modification to a previously awarded firm-fixed-price-contract (N00019-14-C-0067) for the procurement of seven special mission pod deployment mechanisms to be provided as ancillary equipment for Lot 8 P-8A Aircraft.  Work will be performed in St. Louis, Missouri (60 percent); and Dallas, Texas (40 percent), and is expected to be completed in November 2020.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $21,511,533 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Insitu Inc., Bingen, Washington, is awarded $11,006,995 for firm-fixed-price delivery order N0001918F2555 against a previously issued basic ordering agreement (N00019-15-G-0014).  This order provides for the procurement of spare and sustainment parts to maintain the RQ-21A Blackjack unmanned aircraft system in support of the Marine Corps.  Work will be performed in Bingen, Washington, and is expected to be completed in January 2019.  Fiscal 2018 aircraft procurement (Marine Corps) funds in the amount of $11,006,995 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

L-3 Communications West, Salt Lake City, Utah, is awarded $8,833,750 for firm-fixed-price delivery order N0042118F0255 against a previously issued basic ordering agreement (N00421-15-G-0002).  This delivery order is for the procurement of three tactical common data link maritime shipboard terminals for littoral combat ships (LCS-25, LCS-26 and LCS-28) in support of surface aviation interoperability lab.  Work will be performed in Salt Lake City, Utah, and is expected to be completed in November 2019.  Fiscal 2016 and 2017 ship conversion (Navy) funds in the amount of $8,833,750 will be obligated at time of award, none of which will expire at the end of the fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

 

ARMY

 

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $120,488,760 modification (P00001) to contract W56HZV-17-C-0242 for the procurement of M88A2 Heavy Equipment Recovery Combat Utility Lift and Evacuation System vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 31, 2021. Fiscal 2018 other procurement (Army) funds in the amount of $7,038,309 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Northrop Grumman Systems Corp., Richmond, Virginia, was awarded an $114,465,626 modification (0001 CX) to contract W91QUZ-07-D-0005 for services related to Global Support System Army Enterprise Resources Planning program. Work will be performed in Richmond, Virginia, with an estimated completion date of April 13, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $26,480,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

ECS Federal LLC, Fairfax, Virginia, was awarded a $48,000,608 modification (P00004) to contract W911QX-17-C-0045 to provide analysis of large structured and unstructured data sets in order to provide insight to the warfighter on the tactical edge using modern computational and algorithmic techniques through creation of a prototype environment with prototype technologies to uncover key insights with large data sets using robust ontologies created through data science partnership with the Department of Defense research laboratories and universities. Work will be performed in Fairfax, Virginia, with an estimated completion date of March 28, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $14,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

 

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $38,388,000 modification (P00005) to contract W911W6-14-D-0002 for engineering, analysis, test and technical services. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2019. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

BAE Systems Land & Armaments, San Jose, California, was awarded a $13,687,809 modification (P00067) to contract W56HZV-15-C-0099 to revise the latest Bradley A4 engineering change proposal software release. Work will be performed in San Jose, California, with an estimated completion date of July 1, 2019. Fiscal 2017 and 2018 other procurement (Army); and research, development, test and evaluation funds in the combined amount of $13,687,809 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Northrop Grumman, Apopka, Florida, was awarded a $9,491,066 modification (P00001) to foreign military sales (Morocco) contract W56HZV-18-C-0065 for eye safe laser range finders for Morocco's M1A2S tank. Work will be performed in Apopka, Florida, with an estimated completion date of May 1, 2020. Fiscal 2010 foreign military sales funds in the amount of $9,491,066 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Kipper Tool Co.,* Gainesville, Georgia, was awarded an $8,219,362 modification (0014) to contract W56HZV-14-D-0069 for hydraulic, electric, pneumatic operated equipment. Work will be performed in Gainesville, Georgia, with an estimated completion date of May 11, 2019. Fiscal 2017 National Guard; and reserve equipment appropriations funds in the amount of $8,219,362 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

San Antonio Lighthouse for the Blind,** San Antonio, Texas, has been awarded a maximum $8,498,536 modification (P00008) exercising the first one-year option period of a one-year base contract (SPE1C1-17-D-B024) with two one-year option periods for flame resistant, operational camouflage pattern, intermediate weather outer layer trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Texas, with an Oct. 31, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

*Small business

**Mandatory source