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 Some of the information contained within may be outdated and links may not function.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 March 21, 2019

DEFENSE LOGISTICS AGENCY

Federal Resources Supply Co.,* Stevensville, Maryland (SPE8EH-19-D-0014); L.N. Curtis & Sons,* Oakland, California (SPE8EH-19-D-0015); Mallory Safety and Supply,* Longview, Washington (SPE8EH-19-D-0016); Noble Supply & Logistics,* Rockland, Massachusetts (SPE8EH-19-D-0017); Quantico Tactical Inc.,* Aberdeen, North Carolina (SPE8EH-19-D-0018); and W.S. Darley & Co.,* Itasca, Illinois (SPE8EH-19-D-0019), are sharing a maximum $985,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EH-16-R-0001 for fire and emergency services equipment.  This was a competitive acquisition with 13 offers received.  These are two-year base contracts with three one-year option periods. Locations of performance are California, Illinois, Maryland, Massachusetts, North Carolina, and Washington, with a March 20, 2024, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard.  Type of appropriation is fiscal year 2019 through 2024 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support in Philadelphia, Pennsylvania.

Government Scientific Source,* Reston, Virginia, has been awarded a maximum $475,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies.  This was a competitive acquisition with four responses received.  This is a five-year contract with no option periods.  Location of performance is Virginia, with a March 20, 2024, performance completion date.  Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2019 through 2024 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0004).

SND Manufacturing,* Dallas, Texas, has been awarded a maximum $7,997,485 firm-fixed price, indefinite-delivery/indefinite-quantity contract for Navy and Marine Corps running suit jackets.  This is a one-year base contract with four one-year options.  This was a competitive acquisition with three responses received.  Location of performance is Texas, with a March 17, 2020, performance completion date.  Using military services are Navy and Marine Corps.  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-5038).

 

Viasat Inc., Carlsbad, California, has been awarded a maximum $7,133,760 firm-fixed-price contract for radio receivers for the P-8 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 nine-month contract with no option periods.  Location of performance is California, with a Dec. 19, 2019, performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2019 through 2020 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-C-V037).

NAVY

General Dynamics National Steel and Shipbuilding Co.-Bremerton, Bremerton, Washington, is awarded a maximum value $465,150,000 cost-cost-plus-incentive-fee, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for aircraft carrier (CVN) shipyard availabilities.  The primary purpose of this contract is to execute work required to support the Puget Sound Naval Shipyard and Intermediate Maintenance Facility in accomplishing repair, maintenance, and modernization of closely scheduled maintenance availabilities, including non-nuclear boundary control efforts.  This contract includes five ordering periods which, if executed, would make the maximum value of this contract $465,150,000.  Work will be performed in Bremerton, Washington, and is expected to be completed by March 2024 when all five ordering periods have been executed.  Fiscal 2019 operations and maintenance (Navy) funding in the amount of $928,336 will be obligated at the time of award and will expire at the end of the fiscal year.  This contract was competitively procured via Federal Business Opportunities website, with three offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-4310). 

BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $41,895,897 firm-fixed-price contract for the execution of USS Anchorage (LPD 23) fiscal 2019 selected restricted availability.  This availability will include a combination of maintenance, modernization, and repair of USS Anchorage.  This is a “long-term” availability and was competed on a coast-wide (West Coast) basis without limiting the place of performance to the vessel’s homeport.  BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $48,428,791.  Work will be performed in San Diego, California, and is expected to be completed by July 2020.  Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) in the amount of $41,895,901 will be obligated at time of award, and contract funds in the amount of $34,002,448 will expire at the end of the current fiscal year.  This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two offers received in response to Solicitation No. N00024-18-R-4411.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4407).

United Technologies Corp., Pratt & Whitney Engines, Hartford, Connecticut, is awarded $18,434,122 for modification P00003 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1021).  This modification provides additional funding for F-135 long lead items in support of non-U.S. Department of Defense (U.S. DoD) participants.  Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in March 2022.  Non-U.S. DoD participant funds in the amount of $18,434,122 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.

JJLL LLC, Austin, Texas, is awarded $18,353,983 under a previously awarded cost-plus-incentive-fee contract (N62742-17-C-3580) to exercise the second option period to provide services for Philippines operations support for the Marine Corps Forces, Pacific and Pacific Command Augmentation Team, the Republic of Philippines.  The work to be performed provides services for management and administration; commercial telephones, cable television and other services; security; airfield facilities; passenger terminal and cargo handling; ordnance; material management; supply services; morale, welfare and recreation support; galley; billeting; facility management; facility investment; facility services; utilities; base support vehicles and equipment; and environmental services.  After award of this option, the total cumulative contract value will be $99,551,165.  Work will be performed in the Republic of the Philippines, and this option period is from April 2019 to March 2020.  Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $15,370,311 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

AIR FORCE 

L3 Technologies Systems Co., Cincinnati, Ohio, has been awarded a $131,780,189 indefinite-delivery/indefinite-quantity contract for the Cockpit-Selectable Height-of-Burst Sensor.  This contract provides for the replacement of the current DSU-33D/B height-of-burst sensor and will address obsolescence issues, improve performance and add functionality.  Work will be performed in Cincinnati, Ohio, and is expected to be complete by April 2027.  This award is the result of a competitive acquisition and three offers were received.  Fiscal 2018 procurement funds in the amount of $513,244 are being obligated at the time of award.  Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0006).

General Atomics Aeronautical Systems Inc., Poway, Calif., has been awarded a not-to-exceed $123,293,911 undefinitized contract action for MQ-9 Block 5 procurement.  This contract provides for four MQ-9 unmanned air vehicles, four Mobile Ground Control Stations, spares, and support equipment.  Work will be performed predominately in Poway, California, and is expected to be complete by Dec. 31, 2020.  This contract involves 100 percent foreign military sales to the Netherlands.  Foreign military sales funds in amount of $38,928,607 are being obligated at the time of award.  Air Force Life Cycle Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-2310). 

MAG Aerospace, Newport News, Virginia, has been awarded an $11,386,672 predominantly firm-fixed-price contract for the UK MQ-9 Reaper Operations Center.  This contract provides for ongoing sustainment, management, development and network administration of the United Kingdom MQ-9 Reaper Operations Centers.  Work will be performed at Creech Air Force Base, Nevada; and Royal Air Force Waddington, United Kingdom, and is expected to be complete by Sept. 30, 2021.  This award is the result of a sole-source acquisition and involves 100 percent foreign military sales to the government of the United Kingdom.  Air Force Life Cycle Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-C-2002).

Call Henry Inc., Titusville, Florida, has been awarded a $10,200,000 predominantly fixed-price incentive modification (P00051) to previously awarded contract FA4610-18-C-0005 for the exercise of Option Year Two.  This modification provides management and support, maintenance and repair, operations, other services and minor alteration related to launch operations support.  This modification brings the total cumulative face value of the contract to $55,975,903.  Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by June 30, 2020.  Fiscal 2019 operations and maintenance funds in the amount of $3,000,000 will be obligated at the time of award.  The 30th Contracting Squadron, Vandenberg AFB, California, is the contracting activity. 

ARMY 

Whitesell-Green Inc., Pensacola, Florida, was awarded a $26,376,465 firm-fixed-price contract to design and build student dorms. 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 March 21, 2021. Fiscal 2019 military construction funds in the amount of $26,376,465 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0012).

SAP National Security Services Inc., Newtown Square, Pennsylvania, was awarded a $16,014,307 time and materials contract for consulting services. One bid was solicited with one bid received. Work will be performed in Alexandria, Virginia; and Aberdeen, Maryland, with an estimated completion date of March 21, 2022. Fiscal 2019 research, development, test and evaluation; and operations and maintenance, Army funds in the amount of $4,011,556 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0020).

Valiant Global Defense Services Inc., San Diego, California, was awarded an $8,717,022 modification (P00086) to contract W91QVN-14-C-0033 for operations support services for the Korea Battlefield Simulation Center. Work will be performed in Seoul, South Korea, with an estimated completion date of Sept. 30, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,474,936 were obligated at the time of the award. 411th Combat Support Battalion, Korea, is the contracting activity.

*Small business