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 Some of the information contained within may be outdated and links may not function.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 Aug. 24, 2018

U.S. TRANSPORTATION COMMAND

 

Columbia Helicopters Inc., Aurora, Oregon, has been awarded an option year modification in the amount of $243,110,727 to delivery order HTC711-17-F-R006 and contract HTC711-17-D-R018. The modification brings the total cumulative face value of the contract to $468,783,543 from $225,672,816. This contract provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. Task order period of performance is Sept. 1, 2018, to Aug. 31, 2019. Type of appropriation is fiscal 2018 operations and maintenance funds. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

Construction Helicopters Inc., doing business as CHI Aviation Inc., Howell, Michigan, has been awarded an option year modification in the amount of $54,652,242 to delivery orders HTC711-17-F-R005 and HTC711-18-F-R028 on contract HTC711-17-D-R017. The modification brings the total cumulative face value of the contract to $115,884,587 from $61,232,345. This contract provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. Task order period of performance is Sept. 1, 2018, to Aug. 31, 2019. Type of appropriation is fiscal 2018 operations and maintenance funds. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

Berry Aviation Inc., San Marcos, Texas, has been awarded a $29,840,000 modification exercising Option Year 2 to previously awarded contract HTC711-16-D-R021 in support of the U.S. Special Operations Command. The modification brings the total cumulative face value of the contract to $87,898,500 from $58,058,500. The services being provided are passenger, cargo, combined passenger and cargo, aeromedical evacuation and short take-off and landing air transportation services within the U.S. Central Command area of responsibility. The period of performance is Sept. 1, 2018, to Aug. 31, 2019. Type of appropriation is fiscal 2018 operations and maintenance funds. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

AIR FORCE

 

The Boeing Co., St. Louis, Missouri, has been awarded a $208,279,000 cost-plus-incentive-fee, fixed-price-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, undefinitized contract for F-15 Legion Pod infrared search-and-track (IRST) pods. This contract provides for engineering, manufacturing, and development, production, integration, testing and deployment of F-15 Legion Pod IRST Pods.  Work will be performed in St. Louis, Missouri; and Orlando, Florida, and is expected to be completed by Nov. 30, 2020. This award is the result of a sole-source acquisition. Fiscal 2017 and 2018 research and development funds; fiscal 2018 procurement funds; fiscal 2018 working capital funds; and other types of funds (operations and maintenance, research and development, etc.) in the amount of $154,574,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

Infoscitex, Littleton, Massachusetts, has been awarded a $48,443,038 cost-plus-fixed-fee contract for research and development of the Mission Effects Analysis of Multi-Domain Sensing program.  The primary objectives of the program are to: (1) produce and refine sensing exploitation models in support of engagement and mission level analysis; (2) perform in-depth assessment and analysis of new and innovative exploitation technologies (3) assemble a comprehensive library of high-utility benchmark sensing exploitation algorithms and software; (4) develop and deploy appropriate processes and tools that promote continuous characterization, valuation, and improvement in the quality, accessibility, and suitability of core data assets; (5) deploy refinements of the foundation of appropriate in-house and third-party infrastructure, platform, and software solutions to continuously evolve the ecosystem of collaboration and computational tools; (6) provide data and collaboration support to external customers; and (7) provide quantitative performance analysis of external customer sensor exploitation capabilities. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Aug. 25, 2023.  This award is the result of a competitive acquisition. Fiscal 2018 research and development funds in the amount of $356,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-18-C-1669).

 

NAVY

 

Noresco LLC, Westborough, Massachusetts, is awarded $164,190,159 for firm-fixed-price task order N39430-18-F-9914 under a previously awarded multiple award energy savings performance contract (DE-AM36-90GO29039) for energy improvements at Naval Air Facility Atsugi, Commander Fleet Activities Yokosuka and Commander Fleet Activities Sasebo.  The work to be performed provides for design and installation of the following energy conservation measures: boiler plant improvements, chiller systems improvements, water and sewer conservation and lighting improvements. The work also provides for performance period services consisting of measurement and verification, operations and maintenance, and repair and replacement services.  Work will be performed in Atsugi, Yokosuka and Sasebo, Japan, and is expected to be completed by November 2037.  No funds will be obligated with this award, as private financing obtained by the contractor will be used for project implementation.  Six proposals were received for this task order.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

 

The Boeing Co., Seattle, Washington, is awarded $30,796,446 for modification P00122 to a previously awarded fixed-price-incentive firm target, firm-fixed-price, cost-plus-fixed-fee contract (N00019-14-C-0067).  This modification provides for the update to the structural repair manual for the Navy’s P-8A Multi-mission Maritime aircraft.   Work will be performed in Seattle, Washington, and is expected to be completed in August 2020.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $30,796,446 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Raytheon Missile Systems, Tucson, Arizona, is awarded a $25,146,007 firm-fixed-price contract for Evolved Sea Sparrow Missile Block I life-of-type-buy and assembly-level spares. Work will be performed in Andover, Massachusetts (29 percent); Tucson, Arizona (20 percent); San Jose, California (18 percent); Chandler, Arizona (5 percent); Richmond, Australia (4 percent); Hengelo OV, Netherlands (4 percent); Glenrothes Fife, Scotland (4 percent); Joplin, Missouri (3 percent); Mississauga, Ontario (3 percent); Lowell, Massachusetts (2 percent); Camden, Arkansas (2 percent); and various locations under 1 percent (6 percent); and is expected to be completed by June 2021. Fiscal 2018 weapons procurement (Navy); fiscal 2018 operations and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $25,146,007 will be obligated at time of award, and $12,100,000 will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-4 (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-F-5452).

 

Advancia Technologies LLC,* Milwaukee, Wisconsin, is awarded a ceiling amount $21,380,000 indefinite-delivery/indefinite-quantity contract to provide Centrally Managed Home Station Role Players services.  The ordering period is two years.  Work will be performed at 11 active duty and reserve Fleet Marine Force training locations: Camp Lejeune, North Carolina; Bogue Field, North Carolina; Quantico Marine Corps Base; Virginia, Fort Story (Joint Expeditionary Base), Virginia, Fort A.P. Hill, Virginia; Camp Pendleton, California; Twenty-nine Palms, California; Bridgeport, California; Fort Hunter Liggett, California; Yuma, Arizona; and Hawaii.  Work is expected to be completed August 2020.  Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $2,100,000 will be obligated on the first task order immediately following contract award and funds will expire the end of the current fiscal year.  This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637.  The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-18-D-7849). 

 

Vigor Marine LLC, Portland, Oregon, is awarded a $19,747,694 firm-fixed-price contract for a 76-calendar day shipyard availability for the regular overhaul and dry docking of USNS Amelia Earhart (T-AKE 6).  Work will include furnishing general services for the ship, forward aqueous firefighting foam system piping replacement, docking and un-docking vessel, propeller shaft and stern tube inspection, underwater hull cleaning and painting, freeboard cleaning and painting, freshwater stern tube lubrication system installation, and flight deck nonskid renewal.  The contract includes options which, if exercised, would bring the total contract value to $19,995,421. Work will be performed in Portland, Oregon, and is expected to be completed by Dec. 15, 2018.  Fiscal 2019 operations and maintenance (Navy) funds in the amount of $19,747,694 are obligated at the time of award and will expire at the end of the current fiscal year.  This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220518C4257).

 

BAE Systems Land and Armaments LP, Minneapolis, Minnesota, is awarded a $13,499,945 firm-fixed-price contract for the manufacture, assembly, test, and delivery of 6,150 57mm MK 296 MOD 0 target practice cartridges.  The target practice cartridge consists of an inert projectile, a brass cartridge case, a primer, and low vulnerability ammunition propellant.  Work will be performed in Karlskoga, Sweden (51 percent); Quebec City, Quebec Canada (13 percent); Minneapolis, Minnesota (11 percent); Louisville, Kentucky (6 percent); Scarborough, Ontario Canada (6 percent); Perry, Florida (6 percent); Lexington, Kentucky (4 percent); and Camden, Arkansas (4 percent), and is expected to be completed by May 2021.  Fiscal 2018, 2017 and 2016 procurement of ammunition (Navy and Marine Corps) funding in the amount of $13,499,945 will be obligated at the time of award and funding in the amount of $1,213,645 will expire at the end of the current fiscal year.  This contract was not competitively procured via the Federal Business Opportunities website in accordance with Federal Acquisition Regulations 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 Division Indian Head, Maryland, is the contracting activity (N00174-18-C-0020).

 

ARMY

 

Science Application International Corp., McLean, Virginia, was awarded a $95,653,557 modification (P00037) to contract W912DY-16-F-0093 for High Performance Computing Modernization Program Integrated Technical Services-Unrestricted. Work will be performed in Vicksburg, Mississippi; Wright Patterson Air Force Base, Ohio; Aberdeen Proving Ground, Maryland; and Stennis Space Center, Mississippi, with an estimated completion date of Oct. 18, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $9,792,230 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

 

National Conferencing Inc.,* Dumfries, Virginia, was awarded a $49,600,000 modification (P00007) to contract W9124J-18-D-0002 for Strong Bonds logistical (conference and training) support services. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2020. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity.

 

Castle Rock Computing Inc., Saratoga, California, was awarded a $48,033,025 firm-fixed-price contract for the procurement of Castle Rock license and maintenance. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 20, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-18-D-0018).

 

CORRECTION: The contraction award announced Aug. 31, 2017, to L3 Technologies Inc., for procurement of manned and unmanned teaming hardware and technical and engineering support in support of the Apache attack helicopter in the amount of $69,348,326, was announced with an incorrect amount. The correct amount of the contract is $226,557,788. All other contract information in the announcement is correct.

 

DEFENSE LOGISTICS AGENCY

 

Carson Industries Inc.,** Hilton Head, South Carolina, has been awarded a maximum $19,265,734 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for a single battery compartment associated with the AN/PVS-14 Monocular Night Vision Goggle.  This was a competitive acquisition with six responses received. This is a five-year contract with no option periods. Location of performance is Georgia, with an Aug. 23, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-18-D-0040).

 

Apache Industries LLC,*** Springerville, Arizona, has been awarded a maximum $19,265,734 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for single battery compartments associated with the AN/PVS-14 monocular night vision goggle. This was a competitive acquisition with six responses received. This is a five-year contract with no option periods. Location of performance is Arizona, with an Aug. 23, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-18-D-0048).

 

Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $17,693,937 firm-fixed-price contract for H-1 rotary wing blades. This is a one-time buy with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Texas, with a Sept. 30, 2021, performance completion date. This contract involves foreign military sales to Taiwan. Type of appropriation is fiscal 2018 through 2021 Foreign Military Sales funding. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-18-F-M21Y).

 

L-3 Technologies Inc., Londonderry, New Hampshire, has been awarded a maximum $17,206,063 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for an image intensifier tube associated with the AN/PSQ-20B enhanced night vision goggle system. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with one five-year option period. Location of performance is New Hampshire with an Aug. 23, 2028, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2028 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-18-D-0057).

 

David Clark Co. Inc.,* Worcester, Massachusetts, has been awarded a maximum $9,304,000 firm-fixed-priced contract for microphone headsets, which is a standalone piece of equipment designed to work with multiple aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year, two-month contract with no option periods. Location of performance is Massachusetts, with an Oct. 18, 2019, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7M5-18-C-0044).

 

Alliance Technical Services Inc.,**** Norfolk, Virginia, has been awarded a maximum $8,882,947 hybrid firm-fixed-price, cost-plus-fixed-fee, cost-reimbursement, no fee definitive contract for third party logistics hazardous materials support. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with three responses received. Location of performance is Texas, with an Aug. 26, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal year 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300‐18‐C‐5001).

 

American Water Operations and Maintenance Inc., Voorhees, New Jersey, has been awarded a $7,098,048 modification (P00020), incorporating the economic-price-adjustment agreement to the existing 50-year contract (SP0600-15-C-8302) with no option periods, for the utility service charge for water and wastewater utility systems. This is a fixed-price with economic-price-adjustment contract. Locations of performance are California and New Jersey, with a May 31, 2066, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2066 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded Aug. 22, 2018)

 

UPDATE: Taylor-Dunn Manufacturing Co., Anaheim, California (SPE8EC-18-D-0029) has been added as an awardee to a multiple-award contract for commercial material handling equipment, issued against solicitation SPE8EC-17-R-0002, announced on Dec. 2, 2016.

 

DEFENSE HEALTH AGENCY

 

Booz Allen Hamilton, McLean, Virginia, was awarded a $13,285,393 firm-fixed-price contract modification exercising Option Period 2 on previously awarded task order HT0011-16-F-0011 for integrated professional services across the Military Health System (MHS).  The underlying task order provides professional services to support acceleration of the transformation of the MHS to be a High Reliability Organization (HRO).  The exercised option includes additional services, valued at $3,000,000, involving the National Capital Region (NCR), which was omitted from the original award.  Also, the additional services create a documented handoff and acknowledgment of receipt for follow-on work from for all 41 action plans resulting from the MHS Review, when closed/completed, as directed by the Medical Operations Group; and identifying priorities for HRO maturation leveraging service best practices to be incorporated into the Defense Health Agency in support of fiscal 2017 NDAA Section 702.  Lastly, the additional services created pilots for care pathway development for neuromusculoskeletal (low back pain) and Women Infant Clinical Communities (WICC).  Such pilots also include education, training, and onboarding of clinical communities.  Fiscal 2018 operations and maintenance funds in the amount of $13,285,393 are being obligated, increasing the overall value of the task order to $39,602,971.  The total potential value of the task order, if all options are exercised, is $64,000,000. The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

 

 

*Small business

 

**Woman-owned small business

 

***Economically disadvantaged woman-owned small business

 

****Veteran-owned small business