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 Some of the information contained within may be outdated and links may not function.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 July 14, 2014

CONTRACTS

AIR FORCE

Lockheed Martin Corp., Gaithersburg, Maryland (FA87732-13-D-0001); Jacobs Technology, Fort Walton Beach, Florida (FA8732-13-D-0002); SRA International, Fairfax, Virginia (FA8732-13-D-0003); L-3 National Security Solutions, Reston, Virginia (FA8732-13-D-0004); Raytheon, Garland, Texas (FA8732-13-D-0006); InfoReliance Corp., Fairfax, Virginia (FA8732-13-D-0026); CACI-ISS, Inc., Chantilly, Virginia (FA8732-13-D-0027); Northrop Grumman Information Systems, Herndon, Virginia (FA8732-13-D-0028), General Dynamics Information Technology, Needham, Massachusetts (FA8732-13-D-0029); and International Business Machines Corp., Reston, Virginia (FA8732-13-D-0030) are being awarded a $960,000,000 multiple award, indefinite-delivery/indefinite-quantity (ID/IQ) contract for Network-Centric Solutions-2 (NETCENTS-2) Application Services. This contract vehicle will provide services such as sustainment, migration, integration, training, help desk support, testing and operational support. Other services include, but are not limited to, exposing data from Authoritative Data Sources to support web-services or Service Oriented Architecture constructs in Air Force enterprise environments. This contract vehicle is the mandatory source for all USAF units purchasing services that fall under the scope of the contract. Because this is an ID/IQ contract, the location of performance is not known at this time and will be cited on individual delivery orders. The period of performance is 10 years. This award is the result of a competitive acquisition; offers were solicited electronically through FedBizOps and 21 offers were received. The contract ceiling for NETCENTS-2 Application Services Full and Open remains the same at $960,000,000. NETCENTS-2 is a set of five categories of contract capabilities spanning Netcentric Products, Network Operations and Infrastructure Solutions, Applications Services, Enterprise Integration and Service Management, and Information Technology Professional Services. An obligation of $2,500 has been issued to each of the awardees utilizing fiscal 2013 operations and maintenance funds for the original awards and fiscal 2014 operations and maintenance funds for the five new awards. This is not a multi-year contract. Air Force Life Cycle Management Center/HICK, Maxwell Air Force Base-Gunter Annex, Alabama, is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $278,649,002 modification to the previously awarded F-35 Lightning II Low Rate Initial Production Lot VI contract (N00019-11-C-0083). This modification provides for non-recurring sustainment activities, to include procurement of Depot Phases I-IV sustainment activities. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in October 2018. Fiscal 2012 aircraft procurement (Navy and Air Force) funds and international partner funds in the amount of $278,649,002 will be obligated at time of award, $236,913,238 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp, Maritime Systems, Charlottesville, Virginia, is being awarded a five year, not to exceed $61,177,585 firm-fixed price, performance based logistics contract (N00104-14-D-ZD00), for logistics support, which includes managing the systems by furnishing repaired and new units for approximately 202 items for the WSN Ring Laser Gyro Navigation System, AN/BPS-15/16 Radar Set Weapon System, Guided Missile Destroyer Steering/Scalable Integrated Bridge System, and SPQ-9B Radar Set items. Work will be performed in Charlottesville, Virginia, and is expected to be completed by July 14, 2019. Fiscal 2014 Navy working capital funds in the amount of $2,578,529 will be obligated at the time of award. The contract funds will not expire before the end of the current fiscal year. This contract was a sole source requirement in accordance with 10 U.S.C. 2304 (c)(1). The NAVSUP Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

BAE Systems Information and Electronic Systems Integration, Inc., Greenlawn, New York, is being awarded a $12,420,183 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of 249 Mode 5 Combined Interrogator Transponder (CIT) Kits for the U.S. Navy (132) and the governments of Finland (69), Australia (46) and Switzerland (2), in support of the F/A-18 aircraft. In addition, this contract provides for the procurement of 26 power supply Shop Replaceable Assemblies for the U.S. Navy; 10 Integrated CIT systems for the governments of Finland (8) and Switzerland (2); and one lot of Production Acceptance Test Capability for the U.S. Navy. Work will be performed in Greenlawn, New York, and is expected to be completed in March 2017. No funds are being obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to FAR.6.302-1. This contract combines purchases for the U.S. Navy ($7,570,415; 61 percent); and the governments of Finland ($2,874,560; 23.1 percent); Australia ($1,879,744; 15.1 percent); and Switzerland ($95,464; .8 percent), under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-D-0025).

The Boeing Co., St. Louis, Missouri, is being awarded a $6,947,488 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0032) for aircraft armament equipment items: SUU-789A/A centerline pylons for the Navy (35) and Royal Australian Government (RAAF) (15); and ALE-50 well covers for the U.S. Navy (11). Work will be performed in El Segundo, California (95 percent); Irvine, California (4 percent); and St. Louis, Missouri (1 percent), and is expected to be completed in May 2017. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $4,907,038 and foreign military sales funds in the amount of $2,040,450 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Navy ($4,907,038; 70 percent) and the government of Australia ($2,040,450; 30 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Voith Hydro, Inc., York, Pennsylvania (W9127N-14-D-0003); National Electric Coil, Inc, Columbus, Ohio (W9127N-14-D-0004); Alstom Power Inc., Littleton, Colorado (W9127N-14-D-0005); and Andritz Hydro, Corp., Charlotte, North Carolina (W9127N-14-D-0006), were awarded a $99,500,000 firm-fixed-price contract for the rehabilitation and/or replacement of generating equipment at U.S. Army Corps of Engineers hydroelectric facilities within the Northwestern Division: Portland District, Seattle District, Walla Walla District, Omaha District and Kansas City District. This may also be used to perform emergency nonroutine maintenance and assessment at Northwestern Division hydroelectric facilities. Bids were solicited via the Internet with five received. Funding and work location will be determined with each order with an estimated completion date of July 13, 2019. U.S. Army Corps of Engineers, Portland, Oregon District is the contracting activity.

 

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $28,453,514 modification (0007) to foreign military sales (Kuwait) contract W31P4Q-12-G-0001 for the Launcher Modification Kit Phase II Redesign for the Patriot PAC-3. Fiscal 2014 other procurement funds in the amount of $28,453,514 were obligated at the time of the award. Estimated completion date is Sept. 30, 2017. Work will be performed at Grand Prairie, Texas; Clearwater, Florida; Minneapolis, Minnesota; and Aguadilla, Puerto Rico. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

IBM Corp., Reston, Virginia, was awarded a $12,223,063 modification (P00007) to contract W912DY-13-F-0037 Army General Fund Audit Support Services. Fiscal 2014 operations and maintenance (Army) funds in the amount of $12,223,063 were obligated at the time of the award. Estimated completion date is Jan. 19, 2015. Work will be performed in Reston, Virginia. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

AvKare, Inc.,* Pulaski, Tennessee, has been awarded a maximum $9,728,923 firm-fixed-price, requirements contract for purchase of pravastatin. This contract was a competitive acquisition and three offers were received. Locations of performance are Tennessee, Czech Republic and Israel, with a July 18, 2015, performance completion date. This is a one-year base contract with four one-year option periods. Using services are military and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-14-D-0004).

*In HubZone Service-Disabled Veteran-Owned Small Business