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 Some of the information contained within may be outdated and links may not function.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 April 16, 2019

AIR FORCE

Lockheed Martin Space, King of Prussia, Pennsylvania, has been awarded an $879,000,000 indefinite-delivery/indefinite-quantity contract for Reentry System/Reentry Vehicles (RS/RV) subsystem support. This contract provides for sustainment engineering, maintenance engineering, aging surveillance, modification of systems and equipment, software maintenance, developmental engineering, production engineering, and procurement of the Minuteman III RS/RV subsystem and related support equipment. Work will be performed primarily in King of Prussia, Pennsylvania; and Hill Air Force Base, Utah, and is expected to be complete by June 4, 2030. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $7,818,298 are being obligated on the first task order at the time of award. Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity (FA8214-19-D-0001).

Raytheon Missile Systems Co., Tucson, Arizona, has been awarded a $19,136,527 firm-fixed-price modification (P00011) to previously awarded contract FA8675-18-C-0003 for Advanced Medium Range Air-to-Air Missile (AMRAAM) production program. This modification provides for upgrade and commonality of AMRAAM production test equipment being produced and utilized under the basic contract. Work will be performed in Tucson, Arizona, and is expected to be complete by April 15, 2022. This contract involves unclassified foreign military sales to Australia, Indonesia, Japan, Korea, Morocco, Poland, Qatar, Romania, Spain, and the United Kingdom. Fiscal 2017 procurement funds (Air Force and Navy) in the amount of $12,396,642; and Foreign Military Sales funds in the amount of $6,739,885, are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

ARMY

Mitchco International Inc.,* Louisville, Kentucky, was awarded a $94,250,932 firm-fixed-price contract for full food services and dining facility attendants at Fort Sill, Oklahoma, dining facilities. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2024. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0010).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $19,667,534 modification (P00175) to contract W56HZV-15-C-0095 to incorporate Engineering Change Proposal OSKW8233R2 (Capsule Roof Hatch) into the baseline configuration of the Joint Light Tactical Vehicle Family of Vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of April 30, 2021. Fiscal 2017, 2018 and 2019 other procurement, Army; Marine Corps procurement; Air Force procurement; and research, development, test and evaluation funds in the combined amount of $19,677,534 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

NAVY

Raytheon Missile Systems, Tucson, Arizona, is awarded a $72,225,064 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-5431 to exercise options for Design Agent and Engineering Support Services for the Rolling Airframe Missile MK-31 Guided Missile Weapon System Improvement Program. The MK-31 Rolling Airframe Missile Guided Missile Weapon System is a cooperative development and production program conducted jointly by the U.S. and the Federal Republic of Germany under memoranda of understanding. The support procured under the contract is required to maintain current weapon system capability as well as resolve issues through design, systems, software maintenance, reliability, maintainability, quality assurance and logistics engineering services. Work will be performed in Tucson, Arizona (99 percent); and Louisville, Kentucky (1 percent), and is expected to be complete by September 2022. Non-Foreign Military Sales, German; fiscal 2017 shipbuilding and conversion (Navy); fiscal 2019 weapons procurement (Navy); fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test, and evaluation (Navy) funding in the amount of $6,440,621 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $453,995 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured under the exception 10 U.S. Code 2304(c)(4), international agreement. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded $30,135,588 for modification P00001 to a previously awarded cost-plus-incentive-fee contract (N00019-18-C-1057). This modification continues the Phase I design maturity, analysis and test planning for the Stand-off Land Attack Missile – Expanded Response (SLAM-ER) production line for the government of Saudi Arabia. In addition, this modification provides for the redesign of obsolete parts to replace obsolete, nearly obsolete or uneconomical parts to support SLAM-ER weapon system production and improve future sustainment. Work will be performed in St. Louis, Missouri (59 percent); Indianapolis, Indiana (13 percent); Melbourne, Florida (11 percent); Walled Lake, Michigan (7 percent); Black Mountain, North Carolina (3 percent); Windsor Locks, Connecticut (3 percent); South Pasadena, California (1 percent); Albuquerque, New Mexico (1 percent); Stillwater, Oklahoma (1 percent); and various locations within the continental U.S. (1 percent), and is expected to be completed in July 2019. Foreign Military Sales funds in the amount of $30,135,588 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.

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $28,375,637 cost-plus-award-fee modification to previously awarded contract N00024-18-C-2312 to exercise options for accomplishment of Follow Yard Class services for the DDG 51-class destroyer program. The contract provides liaison and technical support; engineering, design, and configuration management; systems engineering team; turnkey; special studies; baseline management; and crew indoctrination and orientation. Work will be performed in Pascagoula, Mississippi (98 percent); Washington, District of Columbia (1 percent); and Bath, Maine (1 percent), and is expected to be complete by April 2020. Fiscal 2018, 2017, 2015, 2014 shipbuilding and conversion (Navy) funding in the amount of $26,802,436 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.

Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $16,818,682 cost-plus-fixed-fee undefinitized contract action (N0002419F5121) under previously-awarded basic ordering agreement N00024-17-G-5103 to repair and test USS Oscar Austin (DDG 79) SPY-1D transmitter suite. This order covers repair, refurbishment, reassembly and testing of the Aegis Weapon System AN/SPY-1D transmitter group as well as associated testing support. Work will be performed in Chesapeake, Virginia (65 percent); Andover, Massachusetts (15 percent); Marlborough, Massachusetts (10 percent); and Burlington, Massachusetts (10 percent), and is expected to be completed by March 2021. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $7,590,874 will be obligated at time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this order was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

L-3 Chesapeake Sciences Corp., Millersville, Maryland, is awarded a $13,769,027 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee, cost-type modification to previously awarded contract N00024-16-C-6239 to exercise options for the production of TB-34A towed arrays. Work will be performed in Millersville, Maryland (57 percent); Liverpool, New York (40 percent); and Ashaway, Rhode Island (3 percent), and is expected to be completed by December 2022. Fiscal 2019 other procurement (Navy); and fiscal 2016, 2017, 2018 and 2019 shipbuilding and conversion (Navy) funding in the amount of $13,659,059 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.

Lockheed Martin Corp., Fort Worth, Texas, is awarded $13,603,662 for modification P00047 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0004). This modification exercises the option to procure F-35 Low Observable Health Assessment System (LOHAS) baseline file generation, automated LOHAS baseline file tool, repair shape optimization and the LOHAS low observable maintenance and management module. Work will be performed in Fort Worth, Texas (97.4 percent); and Orlando, Florida (2.6 percent), and is expected to be completed in October 2020. Fiscal 2018 aircraft procurement (Air Force, Marine Corps and Navy); and non-U.S. Department of Defense (DoD) participant funds in the amount of $13,603,662 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 Air Force ($5,409,770; 39.77 percent); Marine Corps ($2,704,884; 19.88 percent), Navy ($2,704,884; 19.88 percent); and non-DoD participants ($2,784,124; 20.47 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Silatronix Inc., Madison, Wisconsin, is being awarded an $8,310,568 cost–plus-fixed-fee contract for the Organosilicon Electrolytes for Safe, High Energy, High Nickel Magnesium Cobalt Lithiim-Ion Batteries. This contract contains options, which if exercised, will bring the cumulative contract value to $10,152,529. Work will be performed in Madison, Wisconsin (53.96 percent); Bethesda, Maryland (10.70 percent); San Diego, California (9.87 percent); Henderson, Nevada, (8.06 percent); Lemont, Illinois (7.11 percent); Lottsville, Colorado (5.37 percent); Madison, Wisconsin (2.56 percent); and Berkley, California (2.37 percent). Work is expected to be completed July 5, 2021. Option I runs concurrent with the base period July 5, 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $8,221,407 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-18-S-B001 “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Proposals will be received throughout the year under the long range BAA, therefore, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-1009).

Canadian Commercial Corp., Ottawa, Ontario, Canada, is awarded an $8,039,793 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for Mk 25 mod 4 and Mk 25 mod 5 marine location markers in support of the Navy. The marine location markers are designed for day or night use in any condition calling for a smoke and flame reference point marking on the ocean surface. The manufacturer is HFI Pyrotechnics Inc., Prescott, Ontario, Canada. Work will be performed in Prescott, Ontario, Canada, and is expected to be completed by April 2024. Fiscal 2018 procurement of ammunition (Navy and Marine Corps) funding in the amount of $1,905,528 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-JR61).

DEFENSE LOGISTICS AGENCY

Direct Energy Business LLC, Pittsburgh, Pennsylvania, has been awarded a $40,792,161 fixed-price requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with seven offers received. This is a three-year contract with no option periods. Locations of performance are Pennsylvania and Illinois, with a Dec. 31, 2022, performance completion date. Using customer is Department of Energy’s Fermi National Accelerator Laboratory. Type of appropriation is fiscal 2020 through 2023 Department of Energy operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8011).

*Small business