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 Some of the information contained within may be outdated and links may not function.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 May 17, 2019

NAVY

The Johns Hopkins University Applied Physics Laboratory (JHU/APL), Laurel, Maryland, is awarded a $2,351,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, contract ceiling increase modification to a previously awarded contract (N00024-13-D-6400) for research, development, engineering, and test and evaluation for programs throughout the Department of Defense (DoD).  Funds are obligated on individual task orders for efforts that fall within the core competency areas.  Funds from program offices throughout the DoD may be obligated on individual task orders for efforts that fall within the core competency areas.  The thematic areas of research, development, and engineering include, but are not limited to, missiles, radar, sonar, space, undersea warfare, command, control and communication (C3), anti-air warfare, strike warfare, information warfare, complex combat systems and the characteristics and limitations unique to the operating environment of DoD systems.  Program offices throughout DoD may provide multiple appropriation types for use throughout contract performance.  No funds are guaranteed by the award of this contract; this contracting action merely establishes a potential ceiling value.  The new maximum ceiling amount for the contract is $7,117,557,632 for research and development in the core competency areas approved for JHU/APL by DoD which include:  strategic systems test and evaluation; submarine security and survivability; space science and engineering; combat systems and guided missiles; theater air defense and power projection; and information technology (C4ISR/IO); simulation, modeling, and operations analysis.  No funds are obligated or guaranteed by the award of this ceiling increase.  Work will be performed in Laurel, Maryland, and is expected to be complete by September 2022.  This contract action is awarded pursuant to 10 U.S. Code 2304 (c) (3), as implemented in Federal Acquisition Regulation 6.302-3; industrial mobilization; engineering, developmental, or research capability; or expert services.  The capabilities developed and provided by JHU/APL in the DoD-approved core competencies listed above are determined to be essential to support a variety of DoD programs managed by different technical sponsor organizations.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-13-D-6400).

Sikorsky, a Lockheed Martin Co., Stratford, Connecticut, is awarded a $1,126,216,626 modification (P00026) to previously awarded fixed-price-incentive-firm, cost-plus-fixed-fee contract (N00019-16-C-0048).  This modification provides for the procurement of 12 Lot II and Lot III low-rate initial production CH-53K aircraft, including programmatic support, logistics support, and peculiar support equipment. Work will be performed in Stratford, Connecticut (44.96 percent); Wichita, Kansas (12.26 percent); Salt Lake City, Utah (5.67 percent); Hazelwood, Missouri (3.89 percent); Bridgeport, West Virginia (2.37 percent); Windsor Locks, Connecticut (1.52 percent); Redmond, Washington (1.52 percent); Rochester, Kent, United Kingdom (1.41 percent); Quebec, Canada (1.39 percent); Kent, Washington (1.30 percent); Cudahy, Wisconsin (1.25 percent); Wolverhampton, United Kingdom (1.23 percent); Fort Walton Beach, Florida (1.11 percent); Rome, New York (1.10 percent); various locations within the continental U.S. (16.7 percent), and various locations outside the continental U.S. (2.32 percent).  Work is expected to be completed in December 2023.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $509,053,739; and 2019 aircraft procurement (Navy) funds in the amount of $617,162,887, with a total of $1,126,216,626 will be obligated at the time of award, none of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $163,907,829 cost-plus-fixed-fee modification (P00011) to a previously awarded, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0001) for the service life modification (SLM) of up to 10 F/A-18E/F Super Hornet aircraft.  The SLM will extend the operational service life of the aircraft from 6,000 flight hours to an extended service life of 10,000 flight hours.  Work will be performed in St. Louis, Missouri (50 percent); and San Antonio, Texas (50 percent), and is expected to be completed in May 2021.  No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Greenfield Engineering Corp.,* Leonardtown, Maryland, is awarded an $82,843,546 indefinite-delivery/indefinite-quantity contract for services for the design, development, manufacture, integration, update and test of avionics systems from inception to disposal.  In addition, this contract provides for the development and fabrication of hardware kits for integration on aircraft, including commercial-off-the-shelf and contractor-designed and fabricated components.  These services are in support of the Naval Air Systems Command’s Avionics, Sensors, and Electronic Warfare Department (AIR-4.5).  Work will be performed at the Naval Air Station, Patuxent River, Maryland (90 percent); and Leonardtown, Maryland (10 percent), and is expected to be completed in May 2024.  No funds will be obligated at the time of award; funds will be obligated on individual task and delivery orders as they are issued.  This contract was competitively procured via an electronic request for proposals under a 100 percent small business set-aside; one offer was received.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042119D0024).

Raytheon Co., Keyport, Washington, is awarded a $20,668,994 indefinite delivery/indefinite-quantity modification to previously awarded contract N61331-17-D-0001 to exercise options for maintenance and support of AN/AQS-20 Sonar Mine Detecting Set.  The AN/AQS-20 is a towed, mine hunting and identification system for Program Executive Office, Unmanned and Small Combatants.  This option exercise extends the period of performance and allows for continuing support which includes but not limited to:  repair; overhauls and other scheduled maintenance; hardware and software maintenance; tracking and resolution of obsolescence issues; technology improvements; reliability and maintainability improvements; development and incorporation of change notices and engineering change proposals; test support; engineering services; spares and repair parts; design efforts and hardware upgrades to improve system performance, sustainability, reliability, and other activities in support of the program.  Work will be performed in Portsmouth, Rhode Island (65 percent); Keyport, Washington (30 percent); and Panama City, Florida (5 percent), and is expected to be completed by May 2020.  No funding will be obligated at the time of award.  The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity.

Modern International Inc.,* Barrigada, Guam, is awarded a firm-fixed-price task order (N4019219F4225) at $18,606,221 under an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract for the removal of aprons and construction of two hangars at Northwest Field on Andersen Air Force Base.  The work to be performed provides for new tension fabric structure hangars with fuel cell maintenance capability, concrete aprons/pads, concrete footings, and concrete aprons/pad access.  Work will be performed in Yigo, Guam, and is expected to be completed by January 2020.  Fiscal 2019 other procurement (Air Force) contract funds in the amount of $18,606,221 are obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-D-2801).

Corps Solutions, Stafford, Virginia, is awarded a firm-fixed-price task order M67854-19-F-7886 with a total value of $18,543,043 under a previously awarded contract (M67854-19-D-7872) to provide support services for the Marine Air Ground Task Force Training Support Service, Battle Simulation Center/Combined Arms Staff Training Facilities.  Support services will include delivering instruction; supporting live, virtual, and constructive training events; providing modeling and simulation system operations; developing and modifying training curricula; and maintaining networks and information technology equipment.  Training will support a number of military systems designed to train Marines in a virtual environment.  The place of performance for this task order is Quantico, Virginia, with the work expected to be completed by December 2021.  Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $2,732,422 will be obligated to incrementally fund the task order, and these funds will expire at the end of the current fiscal year.  This order was competitively awarded under a multiple award task order contract.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, being awarded a $14,392,086 cost-plus-incentive-fee and cost-plus-fixed-fee modification to a previously awarded contract (N00024-18-C-5109) for AEGIS Weapon System integrated logistics support and sustainment services for Advanced Capability Build 16/Technical Insertion 12 Hybrid (ACB 16/TI12H) and legacy baselines and equipment.  The contract provides for logistics and sustainment support for the in-service AEGIS ship fleet, AEGIS Ashore sites and Foreign Military Sale ships, as well as the retrofit of modernizations/upgrades for which integrated logistics products will be made available to ensure supportability across the entire lifecycle timeline.  Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2019.  Fiscal 2012 shipbuilding and conversion (Navy); fiscal 2013 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test, and evaluation (Navy) funding in the amount of $3,558,122 will be obligated at the time of award and $2,156,837 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Patriot Shipping LLC, New Orleans, Louisiana, is awarded a $7,201,300 firm-fixed-price contract for the transportation of dry cargo in support of Pacific Pathways 19-2 using the combination roll on/roll off-load on/load off vessel M/V Ocean Jazz.  This contract is for a period of 158 days with no options periods.  Work will be performed at sea worldwide, will commence May 27, 2019, and is expected to be completed by Nov. 20, 2019.  Transportation Working Capital Funds in the amount of $7,201,300 are obligated for fiscal 2019 and do not expire.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C3370).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $21,350,787 modification (P00017) to a previously awarded fixed-price-incentive-fee contract (N00019-18-C-1048).  This modification will provide initial repair material for the Electronic Warfare Digital Channelized Receiver/Techniques Generator Tuner Insertion Program, Fuel and Life Support systems at multiple F-35 depots within the continental U.S.  Work will be performed in Nashua, New Hampshire (49.4 percent); Samlesbury, United Kingdom (39.3 percent); and Fort Worth, Texas (11.3 percent), and is expected to be completed in January 2022.  Fiscal 2019 aircraft procurement (Air Force, Marine Corps and Navy); non-U.S. Department of Defense (DoD) participant; and Foreign Military Sales (FMS) funds in the amount of $21,350,787 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 ($9,324,456; 43.7 percent); Marine Corps ($4,607,377; 21.6 percent); Navy ($2,140,229; 10 percent); non-U.S. DoD participants ($3,638,728; 17 percent); and FMS ($1,639,997; 7.7 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Raytheon Co., Andover, Massachusetts, was awarded a $383,973,802 modification (P00078) to Foreign Military Sales (Romania) contract W31P4Q-15-C-0022 for new production hardware, upgrade kits and spares.  Work will be performed in Tewksbury, Massachusetts; Pelham, New Hampshire; Burlington, Massachusetts; Marlborough, Massachusetts; Lawton, Oklahoma; Andover, Massachusetts; El Paso, Texas; Huntsville, Alabama; McKinney, Texas; Portsmouth, Rhode Island; Chambersburg, Pennsylvania; Santa Fe Springs, California; and East Camden, Arizona, with an estimated completion date of Sept. 30, 2023.  Fiscal 2019 other funds in the amount of $383,973,802 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Cape Environmental Management Inc.,* Norcross, Georgia (W9128F-19-D-0012); Bay West LLC,* St. Paul, Minnesota (W9128F-19-D-0015); Hydrogeologic Inc.,* Reston, Virginia (W9128F-19-D-0016); FPM Remediations Inc.,* Oneida, New York (W9128F-19-D-0013); EA Engineering, Science and Technology Inc. PBD,* Hunt Valley, Maryland (W9128F-19-D-0014); Bearing Sea Environmental LLC,* Anchorage, Alaska (W9128F-19-D-0043); Engineering Remediation Resources Group,* Martinez, California (W9128F-19-D-0011); Tidewater USA JV,* Elkridge, Maryland (W9128F-19-D-0033); TLI Solutions Inc.,* Chantilly, Virginia (W9128F-19-D-0017); and Oneida Total Integrated Enterprises LLC,* Milwaukee, Wisconsin (W9128F-19-D-0032), will compete for each order of the $120,000,000 firm-fixed-price contract for environmental remediation services with the Military Munitions Response Program.  Bids were solicited via the internet with 21 received.  Work locations and funding will be determined with each order, with an estimated completion date of Nov. 16, 2024.  U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

HDR Engineering, Kansas City, Missouri (W912DQ-19-D-1008); CDM Federal Programs Corp., Kansas City, Missouri (W912DQ-19-D-1007); Mead & Hunt-Olson JV, Overland Park, Kansas (W912DQ-19-D-1010); Santec Consulting Services Inc., Overland Park, Kansas (W912DQ-19-D-1011); and HNTB Corp., Kansas City, Missouri (W912DQ-19-D-1009), will compete for each order of the $90,000,000 contract for unrestricted architect-engineering services.  Bids were solicited via the internet with nine received.  Work locations and funding will be determined with each order, with an estimated completion date of May 16, 2026.  U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

Affinis Corp.,* Overland Park, Kansas (W912DQ-19-D-1012); DR Reed and Associates Inc.,* Nederland, Colorado (W912DQ-19-D-3013); Prairie-Hanson JV,* Colombia, Illinois (W912DQ-19-D-1015); Water Resources Solutions-Intuition & Logic JV,* Prairie Village, Kansas (W912DQ-19-D-1016); and GEO-Stanley Joint Venture,* Kevil, Kentucky (W912DQ-19-D-1014), will compete for each order of the $36,000,000 firm-fixed-price contract for architect-engineer services.  Bids were solicited via the internet with 14 received.  Work locations and funding will be determined with each order, with an estimated completion date of May 16, 2026.  U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

Great Lakes Dredge & Dock Co. LLC Oak Brook, Illinois, was awarded a $22,642,000 firm-fixed-price contract for the Virginia Beach Hurricane Protection Project.  Bids were solicited via the internet with two received.  Work will be performed in Virginia Beach, Virginia, with an estimated completion date of Feb. 3, 2020.  Fiscal 2019 civil works and other funds in the amount of $22,642,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0016).

Continental Heavy Civil Corp., Miami, Florida, was awarded a $17,987,375 firm-fixed-price contract for replenishing critically eroded shoreline.  Bids were solicited via the internet with 10 received.  Work will be performed in Surfside, Florida, with an estimated completion date of April 6, 2020.  Fiscal 2018 civil works funds in the amount of $17,987,375 were obligated at the time of the award.  U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0017).

MD Helicopters Inc., Mesa, Arizona, was awarded a $15,964,035 modification (P00021) to contract W58RGZ-17-C-0038 for logistics support.  Work will be performed in Kabul, Afghanistan; and Mesa, Arizona, with an estimated completion date of Aug. 31, 2019.  Fiscal 2019 Afghanistan Security Force funds in the amount of $15,964,035 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lowe Engineers LLC,* Atlanta, Georgia, was awarded a $9,000,000 firm-fixed-price contract for topographic architect and engineer services.  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 May 17, 2024.  U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0027).

The Boeing Co., Mesa, Arizona, was awarded an $8,415,141 modification (P00035) to Foreign Military Sales (Saudi Arabia) contract W58RGZ-14-0055 for post-production support services for the AH-64 Apache attack helicopter.  Work will be performed in King Khalid Military City, Saudi Arabia; and Mesa, Arizona, with an estimated completion date of Dec. 31, 2019.  Fiscal 2017 other funds in the amount of $8,415,141 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $8,040,757 modification (P00020) to Foreign Military Sales (Egypt) contract W56HZV-16-C-0063 for technical support services.  Work will be performed in Cairo, Egypt, with an estimated completion date of March 27, 2020.  Fiscal 2012 other funds in the amount of $8,040,757 were obligated at the time of the award.  U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Actionable Solutions Group LLC (ASG),** Alexandria, Virginia, was awarded a maximum $240,658,061 single award contract (H92402-19-C-0006) with a base year and four one-year options to provide intelligence analyst support to U.S. Special Operations Command (USSOCOM).  Fiscal 2019 operations and maintenance funds in the amount of $2,500 are being obligated at time of award.  The work will be performed at multiple geographic locations both inside and outside the continental U.S., and will continue through fiscal 2024.  This contract was awarded competitively as a service-disabled, veteran-owned small business set aside with 14 proposals received.  USSOCOM headquarters, MacDill Air Force Base, Florida, is the contracting activity.

AIR FORCE

Air Center Helicopters Inc., Burleson, Texas, has been awarded a $43,844,230, single-award, indefinite-delivery/indefinite-quantity contract for Guardian Angel Rescue Instructional Training Services.  This contract satisfies recurring training requirements for the Air Force’s Guardian Angel Formal Training Unit located at the 68th Rescue Squadron.  Training will occur at Davis-Monthan Air Force Base, Arizona; Naval Air Station North Island, Coronado, California; and other locations required in accordance with the performance work statement, and is expected to be completed by May 31, 2024.  This award is a result of a full and open competitive acquisition and six offers were received.  Fiscal 2019 operations and maintenance funds in the amount of $2,450,287.34 are being obligated at time of award for the phase-in period and one 5-Level Course. Air Combat Command, Acquisition Management & Integration Center, Langley Air Force Base, Virginia, is the contracting activity (FA4890-19-D-A002).

Aero Dynamix Inc.,* Euless, Texas (FA8615-19-D-6071); Arrowhead Global LLC,* Clearwater, Florida (FA8615-19-D-6072); ATI Engineering Services LLC,* Johnstown, Pennsylvania (FA8615-19-D-6073); Coherent Technical Services Inc.,* Lexington Park, Maryland (FA89615-19-D-6074); ETI Tech LLC,* Englewood, Ohio (FA8615-19-D-6075); and Sun Display Systems LLC,* Fairfield, New Jersey (FA8615-19-D-6076), are awarded an indefinite-delivery/indefinite-quantity, multiple award to generate first article tests and produce F-16 avionics panels and faceplates.  The maximum dollar value including the base period and one option for all six contracts combined is $34,200,000.  Work will be performed at the contractor’s facility and is expected to be completed by Oct. 13, 2029.  This award is the result of a competitive acquisition and six offers received.  Each awardee will receive the first task order for a kickoff meeting which will satisfy the minimum delivery.  Fiscal 2019 research, development, test and evaluation funds will be used until a first article is approved by the government.  Upon first article approval, future task orders will be funded by aircraft procurement funds.  Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Braxton Technologies LLC, Colorado Springs, Colorado, has been awarded a $19,867,521 cost-plus-fixed-fee contract for enterprise ground services satellite operations, prototyping, and integration.  This contract award provides for cross-domain solutions, design, integration, and rapid delivery team services.  Work will performed in Welcome, Maryland, and is expected to be completed by May 10, 2024.  The total cumulative face value of the contract is $19,867,521.  Fiscal 2019 research and development funds in the amount of $10,265,804 are being obligated at the time of award.  Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8806-19-C-0003).

DEFENSE LOGISTICS AGENCY

Alliant Techsystems Operations LLC, Plymouth, Minnesota, has been awarded a maximum $16,805,558 firm-fixed-price contract for automatic feeders.  This was a competitive acquisition with two responses received.  This is a one-year contract with one one-year option period.  Locations of performance are Minnesota and Arizona, with a Sept. 10, 2021, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2019 through 2020 Army working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-042).

Arch Chemicals Inc., Alpharetta, Georgia, has been awarded a maximum $8,076,300 fixed-price, indefinite-delivery/indefinite-quantity requirements contract for high purity hydrazine.  This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1) as stated in the Federal Acquisition Regulation 6.302-1.  This is a one-year contract with no option periods.  Locations of performance are California, Florida, and Georgia, with a May 16, 2020, performance completion date.  Using customers are Air Force and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 defense working capital funds.  The contracting agency is the Defense Logistics Agency Energy Aerospace Energy, Joint Base San Antonio, Texas (SPE601-19-D-1526).

*Small business
**Service-disabled veteran-owned small business