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 Some of the information contained within may be outdated and links may not function.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

NAVY

General Dynamics Electric Boat, Groton, Connecticut, is awarded a $346,500,311 cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-2111 for fiscal 2019 lead yard support and development studies and design efforts for Virginia class submarines.  This lead yard support will maintain, update, and support the Virginia class design and related drawings and data for each Virginia class Submarine, including technology insertion, throughout its construction and post shakedown availability period. The contractor will also provide all engineering and related lead yard support necessary for direct maintenance and support of Virginia class ship specifications.  In addition, this contract modification provides development studies and design efforts related to the Virginia class submarine design and design improvements, preliminary and detail component and system design, integration of system engineering, design engineering, test engineering, logistics engineering, and production engineering. The contractor will continue development studies and design efforts related to components and systems to accomplish research and development tasks and prototypes and engineering development models required to fully evaluate new technologies to be inserted in succeeding Virginia class submarines. Work will be performed in Groton, Connecticut (91 percent), Newport News, Virginia (8 percent); and at other various sites throughout the U.S. (1 percent), and is expected to be completed by September 2019.  Fiscal 2013, 2014, 2015, 2016, 2017, 2018 and 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $129,889,865 will be obligated at time of award and no funds will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

BAE Systems Land & Armaments LP, Minneapolis, Minnesota, is awarded a $41,528,204 firm-fixed-price modification to previously-awarded contract N00024-13-C-5314 for Mk 21 mod 2 (SM-3); and Mk 21 mod 3 (SM-6) canisters in support of the Mk 41 Vertical Launching System (VLS).  The Mk 41 VLS provides a missile launching system for CG 47- and DDG 51-class surface combatants of the Navy, as well as surface combatants of allied navies. This effort includes the manufacture, production and test of Mk 21 mod 2 and Mk 21 mod 3 canisters. The canisters provide rocket motor exhaust gas containment and a launch rail during missile firing. The canisters also serve as missile shipping and storage containers.  Work will be performed in Aberdeen, South Dakota (90 percent); and Minneapolis, Minnesota (10 percent), and is expected to be completed by August 2021. Fiscal 2018 weapons procurement (Navy); fiscal 2018 Defense-wide procurement; and fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $41,528,204 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.

DRS Power & Control Technologies Inc., Milwaukee, Wisconsin, is awarded a $13,339,019 firm-fixed-price modification to previously-awarded contract N00024-14-C-4200 to exercise an option for DDG 51-class power conversion modules (PCM) for the Air and Missile Defense Radar (AMDR) production ship sets, engineering services and associated support.  This contract provides for the AMDR PCM non-recurring engineering, long-lead-time material, low-rate initial production units for testing, associated engineering services and support, and up to 12 production ship sets for DDG 51-class ships. The requirements support the DDG 51 class flight III new construction program (PMS 400D) and the electric ships office (PMS 320). The AMDR PCM will supply power to the radar from the ship’s service electrical system. Work will be performed in Milwaukee, Wisconsin, and is expected to be completed by April 2022. Fiscal 2017 and 2019 shipbuilding and conversion (Navy) funding in the amount of $13,339,019 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.

Progeny Systems Corp., Manassas, Virginia, is awarded a $12,739,130 cost-plus-incentive-fee contract modification to previously awarded contract (N00024-14-C-6220) to exercise options for engineering services and Navy equipment. Work will be performed in Manassas, Virginia, and is expected to be completed by September 2020. Fiscal 2017 shipbuilding and conversion (Navy); fiscal 2019 research, development, test and evaluation (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $12,739,130 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 Navy Yard, Washington, District of Columbia, is the contracting activity.

Detyens Shipyards Inc., North Charleston, South Carolina, was awarded a $9,062,606 firm- fixed-price contract for USNS Comfort (T-AH 20) mid-term availability commencing on Jan. 8, 2019.  Work will include general steel and piping repairs, air conditioning plant installation, air conditioning plant maintenance, steam driven fire pump turbine inspection, bilge and ballast segregation, lifeboat and life raft davit falls replacement, and ventilation duct cleaning.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $11,323,572.  Work will be performed in North Charleston, South Carolina, and is expected to be completed by Feb. 21, 2019.  Fiscal 2019 operations and maintenance (Navy) funds in the amount of $9,062,606 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 (N3220519C6500).  (Awarded Dec. 6, 2018)

AIR FORCE

Affordable Engineering Services, San Diego, California; Logmet LLC, Round Rock, Texas: Powerhouse Resources International, Oklahoma City, Oklahoma; and SkyQuest Aviation, Glendale, Arizona, have been awarded a ceiling $160,000,000 firm-fixed-price, multiple-award, five-year, indefinite-delivery/indefinite-quantity contract for maintenance with an option to extend the ordering period by one year. This contract will support maintenance and related tasks for Ogden Air Logistics Complex, Hill Air Force Base, Utah; Aerospace Maintenance and Regeneration Group, Davis-Monthan AFB, Arizona; Vandenberg AFB, California; Malmstrom AFB, Montana; Minot AFB, North Dakota; Randolph AFB, Texas; and Francis E. Warren AFB, Wyoming. Work is expected to be completed Dec. 6, 2025. This multiple-award is the result of a competitive acquisition and eight offers were received. Fiscal 2018 consolidated sustainment activity group - maintenance funds in the amount of $10,000 ($2,500 per awardee) are being obligated at the time of award. Air Force Sustainment Center, Hill AFB, Utah, is the contracting activity (FA8224-19-D-0011).

ARMY

Fluor Federal Solutions LLC, Greenville, South Carolina, was awarded a $145,720,840 firm-fixed-price contract for a weapons storage and maintenance facility. Bids were solicited with five received. Work will be performed in Laramie, Wyoming, with an estimated completion date of April 17, 2020. Fiscal 2016 military construction funds in the amount of $147,965,622 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-C-0029).

Intelligent Decisions LLC, Ashburn, Virginia, was awarded a $46,500,000 modification (P00005) to contract W912DY-18-F-0004 for information technology hardware, agnostic parts and accessories. Work will be performed in Ashburn, Virginia, with an estimated completion date of Dec. 11, 2019. Fiscal 2019 U.S. Army Corps of Engineers revolving funds in the amount of $46,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Arrowpoint Corp.,* McLean, Virginia, was awarded a $17,022,960 modification (P00012) to contract W9133L-15-F-0011 for the management of the reserve component manpower system. Work will be performed in McLean, Virginia, with an estimated completion date of Dec. 15, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $17,022,960 were obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity.

FN America LLC, Columbia, South Carolina, was awarded a $13,273,603 modification (P00015) to contract W15QKN-15-D-0003 for work on the M240 series machine gun. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 8, 2019. U.S. Army Contracting Command, New Jersey, is the contracting activity.

The 106 Group Ltd.,* St. Paul, Minnesota (W912PP-19-D-0003); Brockington and Associates Inc.,* Peachtree Corners, Georgia (W912PP-19-D-0004); Desert Archaeology Inc.,* Tucson, Arizona (W912PP-19-D-0005); R. Christopher Goodwin & Associates Inc.,* Las Cruces, New Mexico (W912PP-19-D-0006); Harris Environmental Group Inc.,* Tucson, Arizona (W912PP-19-D-0007); Keres SEAS JV,* Albuquerque, New Mexico (W912PP-19-D-0008); Northland Research Inc.,* Tempe, Arizona (W912PP-19-D-0009); North Wind Resource Consulting LLC,* Phoenix, Arizona (W912PP-19-D-0010); Statistical Research Inc.,* Redlands, California (W912PP-19-D-0011); and Stell Environmental Enterprises Inc.,* Exton, Pennsylvania (W912PP-19-D-0012), will share in a $9,900,000 firm-fixed-price contract for tribal consultation, cultural resources, and environmental services. Bids were solicited with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 6, 2023. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Parker-Hannifin Corp., Irvine, California, has been awarded a maximum $14,202,759 firm-fixed-price, indefinite-delivery/indefinite-quantity delivery order (SPRRA1-19-F-0113) against a three-year contract (SPRRA1-19-D-0031) for hydraulic manifolds. 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 California, with a Nov. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

Aurora Industries LLC,* Camuy, Puerto Rico, has been awarded a maximum $36,835,535 indefinite-delivery/indefinite-quantity contract for duffle bags. This is a two-year contract with no option periods. This was a competitive 8(A) set-aside acquisition with three responses received. Location of performance is Puerto Rico, with a Dec. 6, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1117).

*Small business