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 Some of the information contained within may be outdated and links may not function.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 Jan. 22, 2019

NAVY

 

AAR Government Services Inc., Wood Dale, Illinois (N61340-19-D-1000); ACET JV LLC,* Waldorf, Maryland (N61340-19-D-1001); Adams Communication & Engineering Technology Inc., Waldorf, Maryland (N61340-19-D-1002); Aircraft Readiness Alliance,* Anchorage, Alaska (N61340-19-D-1003); The Boeing Co., Jacksonville, Florida N61340-19-D-1004); The Boeing Co., Oklahoma City, Oklahoma (N61340-19-D-1005); DynCorp International, Fort Worth, Texas (N61340-19-D-1006); INNOVAIR LLC,* Chesapeake, Virginia (N61340-19-D-1007); Kay and Associates Inc., Buffalo Grove, Illinois (N61340-19-D-1008);  L-3 Communications Integrated Systems LP, Waco, Texas (N61340-19-D-1009); L-3 Communications Vertex Aerospace LLC, Madison, Mississippi (N61340-19-D-1010); Leidos Innovations, Gaithersburg, Maryland (N61340-19-D-1011); M1 Support Services, Denton, Texas (N61340-19-D-1012); M7 Aerospace LLC, San Antonio, Texas (N61340-19-D-1013); Northrop Grumman Systems Corp., Herndon, Virginia (N61340-19-D-1014); PAE Aviation and Technical Services LLC, Arlington, Virginia (N61340-19-D-1015); Rockwell Collins, Cedar Rapids, Iowa (N61340-19-D-1016); Sunrise Beach Corp., doing business as M2 Services Corp., Allen, Texas (N61340-19-D-1017); URS Federal Services, Germantown, Maryland (N61340-19-D-1018); and Yulista Standard Aero (JV),* Huntsville, Alabama (N61340-19-D-1019), are each awarded indefinite-delivery/indefinite-quantity contracts.  These contracts provide for logistics services for the Contracted Maintenance, Modification, Aircrew and Related Services (CMMARS) Program in support of aviation platforms of various Navy and Air Force type/model/series aircraft, inter-related systems, subsystems, and services.  CMMARS will provide contractor logistics services for fixed-wing, rotary-wing, unmanned aircraft vehicles, and lighter than air vehicles, as well as integrally related systems and weapon systems.  Logistical support to be provided includes logistics functions and maintenance tasks required to keep U.S. and Foreign Military Sales (FMS) customers aircraft ready, available, and operating worldwide.  CMMARS may be used for platforms at all phases of the acquisition life cycle.  The estimated aggregate ceiling for all contracts is $12,599,999,930, with the companies having an opportunity to compete for individual orders.  Work will be performed at various afloat and ashore locations inside the continental U.S. (99 percent); and outside the continental U.S. (1 percent), and is expected to be completed in January 2024.  No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued.  These contracts were competitively procured via an electronic request for proposals; 21 offers were received.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.  

 

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $542,225,679 firm-fixed-price indefinite-delivery/indefinite-quantity contract for ancillary mission equipment (AME) and associated AME initial spares in support of Lot 13 F-35 Lightning II aircraft for the Air Force, Marine Corps, Navy, non-U.S. Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers.  Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2023.  Fiscal 2018 and 2019 aircraft procurement (Navy, Marine Corps, and Air Force,); non-U.S. DoD participant, and FMS funds in the amount of $437,333,989 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919D0015).

 

Rolls-Royce Corp., Indianapolis, Indiana, is awarded $35,672,562 for modification P00007 to a previously awarded firm-fixed-price contract (N00019-17-C-0081).  This modification exercises an option to produce and deliver 17 AE1107C engines in support of the V-22 aircraft, to include one engine for the Marine Corps, eight engines for the Navy, and eight engines for the government of Japan.  Work will be performed in Indianapolis, Indiana, and is expected to be completed in May 2020.  Fiscal 2018 and 2019 aircraft procurement (Navy);and Foreign Military Sales (FMS) funds in the amount of $35,672,562 will be obligated at time of award, none of which will expire at the end of the current fiscal year.   This modification combines purchases for the Navy ($18,885,474; 53 percent); and the government of Japan ($16,787,088; 47 percent) under the FMS program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Coastal Marine Services,* San Diego, California (N55236-19-D-0001); and Thermcor,* Norfolk, Virginia (N55236-19-D-0002), are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts with a five-year base ordering period to provide pipe lagging onboard Navy ships vessels within a 50-mile radius of San Diego, California. These contracts have an overall combined maximum ceiling value of $7,142,499. These two companies will have an opportunity to compete for individual delivery orders. Work will be performed in the vicinity of San Diego, California, and is expected be complete by January 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $7,000 ($3,500 for minimum guarantee per contract) will be obligated under each contract’s initial delivery order and expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

 

ARMY

 

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $474,084,062 cost-plus-fixed-fee contract for system technical support, sustainment system technical support, depot maintenance support, field service representatives, systems engineering, program management, engineering management, quality management, configuration management, logistics support, and software management and maintenance for the M109 Family of Vehicles. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 21, 2025. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0040).

 

General Dynamics C4 System Inc., Taunton, Massachusetts, was awarded a $26,767,467 firm-fixed-price contract for replenishment spares for the Warfighter Information Network-Tactical. One bid was solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 23, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-19-F-0030).

 

Elbit Fort Worth Inc., Fort Worth, Texas, was awarded a $24,360,089 firm-fixed-price contract for the Common Helmet Mounted Display. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 21, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0035).

 

Great Lakes Dredge & Dock Co., Oak Brook, Illinois, was awarded a $14,136,343 modification (P00015) to contract W912BU-15-C-0054 for dredging and rock removal. Work will be performed in Chester, Pennsylvania, with an estimated completion date of March 15, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $14,136,343 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity.

 

Facility Services Management Inc.,* Clarksville, Tennessee, was awarded a $13,241,456 firm-fixed-price contract to plan, manage, perform operations and maintenance for the Department of Public Works functions in facility maintenance, water, fuel, sewage plant operations, land resource utilization, family housing maintenance, and Real Property maintenance activity supply management. Bids were solicited via the internet with 11 received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of Jan. 31, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $1,270,261 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W9124A-19-C-0002).

 

DEFENSE LOGISTICS AGENCY

 

Ready One Industries Inc.,** El Paso, Texas, has been awarded a maximum $186,375,600 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Joint Service Lightweight Integrated Suit Technology (JSLIST). This is a one-year base contract with an 18-month ordering period and no option periods. Location of performance is Texas, with a July 22, 2020, performance completion date. Using military services are Army, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-N057).

 

Atlantic Diving Supply, doing business as ADS,* Virginia Beach, Virginia (SPE8EG-16-D-0023); Berger Cummins JV, Washington, District of  Columbia (SPE8EG-16-D-0024); Caterpillar, Mossville, Illinois (SPE8EG-16-D-0025); Inglett and Stubbs International,* Atlanta, Georgia (SPE8EG-16-D-0026); and Texas Power and Associates,* Dallas, Texas (SPE8EG-16-D-0027), are sharing a maximum $90,000,000 modification (P00005) to a five-year contract for generators and associated supplies. These are firm-fixed-price, indefinite-delivery/indefinite-quantity, 160-day bridge contracts. Locations of performance are Virginia; Washington, District of Columbia; Illinois; Georgia;and Texas, with a July 1, 2019, performance completion date. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

AIR FORCE

 

Northrop Grumman Systems Corp., San Diego, has been awarded a $149,616,524 modification to contract FA8726-18-C-0005 to exercise Option Year One for Battlefield Airborne Communications Node, payload operations and sustainment. This modification brings the total cumulative value of the contract to $336,869,185. Work will be performed in San Diego and multiple international sites, and is expected to be completed on Jan. 23, 2020. Fiscal 2019 overseas contingency operations funds; and operations and maintenance funds in the amount of $149,616,524 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

 

Quantum Spatial Inc., Petersburg, Florida (FA4452-19-D-A001); Geographic Information Services Inc., Birmingham, Alabama (FA4452-19-D-A002); Booz Allen Hamilton, McLean, Virginia (FA4452-19-D-A003); Woolpert Inc., Dayton, Ohio (FA4452-19-D-A004); and KFS LLC, Huntsville, Alabama (FA4452-19-D-A005), have been awarded multiyear indefinite-delivery/indefinite-quantity contracts with a combined cumulative face value of $46,564,206.  These contracts will provide geospatial tasks and support functions for improved shared situational awareness and decision making across the various echelons of military hierarchy including individual level, installation level, and management headquarters level. Support may include technical assistance at Headquarters Air Force, field operating agencies, numbered Air Forces, main operating bases and reach-back support to forward deployed military personnel at forward operating locations, as well as a surge capability to quickly respond to wartime, contingencies and manmade or natural disasters.  Work is expected to be completed by Jan. 21, 2024, and will be performed at various bases throughout the Air Force.  These contracts are the result of a competitive acquisition and seven offers were received.  Funds will be obligated on individual task orders.  The 763d Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity for the multiyear indefinite-delivery/indefinite-quantity contracts.  However, individual task orders will be decentralized.

 

Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $44,428,104 service firm-fixed-price, cost-reimbursable contract in support of the Battlefield Airborne Communications Node E-11A platform maintenance requirement. This contract provides for logistics product support for four E-11A modified Bombardier BD-700 Global aircraft, as well as subsystems and support equipment in support of overseas contingency operations. Work will be performed in Kandahar, Afghanistan; and Maryland, and is expected to be completed by Jan. 23, 2020. This award is a result of a competitive acquisition, and two offers were received. Fiscal 2019 operations and maintenance funds in amount of $44,428,104 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-17-C-0011).

 

*Small business

**Mandatory source