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 Some of the information contained within may be outdated and links may not function.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 Dec. 22, 2016

CONTRACTS

DEFENSE LOGISTICS AGENCY

Technatomy, Fairfax, Virginia (SP4709-17-D-0001); ASET Partners,* Baltimore, Maryland (SP4709-17-D-0057); G2 Innovative Solutions,* Fairfax, Virginia (SP4709-17-D-0058); Rmantra Solutions,* Reston, Virginia (SP4709-17-D-0059); TJFACT,* Atlanta, Georgia (SP4709-17-D-0060); New River Systems Corp.,* Ashburn, Virginia (SP4709-17-D-0002); Electrosoft Services, Inc.,* Reston, Virginia (SP4709-17-D-0003); Middle Bay Solutions,* Huntsville, Alabama (SP4709-17-D-0004); General Dynamics Information Technology, Fairfax, Virginia (SP4709-17-D-0005); Synaptek,* Reston, Virginia (SP4709-17-D-0017); Tista Tech,* Rockville, Maryland (SP4709-17-D-0061); Stellar Innovations and Solutions,* Moraine, Ohio (SP4709-17-D-0006); Spectrum Communications, Newport News, Virginia (SP4709-17-D-0007); ADDX,* Alexandria, Virginia (SP4709-17-D-0062); FedItc,* Rockville, Maryland (SP4709-17-D-0063); Mirlogic,* Springfield, Virginia (SP4709-17-D-0064); S12,* Norfolk, Virginia (SP4709-17-D-0065); The Moore Group,* Norfolk, Virginia (SP4709-17-D-0066); Expressions Networks,* Washington, District of Columbia (SP4709-17-D-0008); CACI, Fairfax, Virginia (SP4709-17-D-0009); Alliance Pointe,* Arlington, Virginia (SP4709-17-D-0067); Amyx,* Reston, Virginia (SP4709-17-D-0015); Analytic Strategies,* McLean, Virginia (SP4709-17-D-0068); Federal Transformation Advisors,* Saxe, Virginia (SP4709-17-D-0069); Sawdey Solutions,* Beavercreek, Ohio (SP4709-17-D-0010); Pragmatics Inc., Reston, Virginia (SP4709-17-D-0011); Celerity Government Solutions,* McLean, Virginia (SP4709-17-D-0070); Eiden System,* Charlottesville, Virginia (SP4709-17-D-0071); Tecport Solutions,* Harrisburg, Pennsylvania (SP4709-17-D-0012); Science Applications International Corp., McLean, Virginia (SP4709-17-D-0014); Diverse Business Systems,* Dayton, Ohio (SP4709-17-D-0072); Horizon Industries,* Vienna, Virginia (SP4709-17-D-0028); NTVI,* Falls Church, Virginia (SP4709-17-D-0144); Regent Systems, Inc.,* Dayton, Ohio (SP4709-17-D-0073); Indrasoft Inc.,* Reston, Virginia (SP4709-17-D-0016); Leidos Innovations, Gaithersburg, Maryland (SP4709-17-D-0018); COMINT Systems,* Springfield, Virginia (SP4709-17-D-0074); Integrated Systems Solutions,* Dunn Loring, Virginia (SP4709-17-D-0075); IP-Plus,* Columbia, Maryland (SP4709-17-D-0048); M&M Technical Services,* Woodbridge, Virginia (SP4709-17-D-0076); Main Sail,* Cleveland, Ohio (SP4709-17-D-0077); Marathon TS, Kilmarnock, Virginia (SP4709-17-D-0078); Object Ctalk,* King of Prussia, Pennsylvania (SP4709-17-D-0079); Onyx,* Fairfax, Virginia (SP4709-17-D-0080); St. Michael's,* Woodbridge, Virginia (SP4709-17-D-0081); U.S. Information Technologies,* Chantilly, Virginia (SP4709-17-D-0030); Connected Logistics,* Huntsville, Alabama (SP4709-17-D-0019); Leidos, Inc., Reston, Virginia (SP4709-17-D-0020); Ambit,* Reston, Virginia (SP4709-17-D-0082); Business Integra,* Bethesda, Maryland (SP4709-17-D-0083); Cask,* San Diego, California (SP4709-17-D-0084); Interos Solutions,* Alexandria, Virginia (SP4709-17-D-0085); LDSS,* Dayton, Ohio (SP4709-17-D-0086); Loch Harbour,* Alexandria, Virginia (SP4709-17-D-0087); MEBC,* Reading, Pennsylvania (SP4709-17-D-0088); Oakland Consulting,* Lanham, Maryland (SP4709-17-D-0089); Purdy Group,* Cambridge, Maryland (SP4709-17-D-0090); Transformation Advisors,* McLean, Virginia (SP4709-17-D-0091); IP Keys,* Eatontown, New Jersey (SP4709-17-D-0021); Northrop Grumman Systems Corp., McLean, Virginia (SP4709-17-D-0022); Collins Consulting,* Schaumburg, Illinois (SP4709-17-D-0092); CSF Technologies,* Camden, New Jersey (SP4709-17-D-0093); Flatter & Associates,* Fredericksburg, Virginia (SP4709-17-D-0094); Mitchell Consulting Services,* Norman, Oklahoma (SP4709-17-D-0095); Partnet,* Salt Lake City, Utah (SP4709-17-D-0038); R. Dorsey Co.,* Worthington, Ohio (SP4709-17-D-0096); Rainbow Data Systems Inc.,* Beavercreek, Ohio (SP4709-17-D-0097); Right Direction Technology Services,* Baltimore, Maryland (SP4709-17-D-0098); Sagent Partners,* Vienna, Virginia (SP4709-17-D-0099); Segue Technologies,* Arlington, Virginia (SP4709-17-D-0100); Strategic Resolution Experts,* Martinsburg, West Virginia, (SP4709-17-D-0101); Supply Chain Visions Inc.,* Stoneham, Massachusetts, (SP4709-17-D-0102); Supply Chain Vista Inc.,* Auburn, Alabama (SP4709-17-D-0103); Supply Chain Vista Inc., Ketchikan, Alaska (SP4709-17-D-0104); Accenture Federal Services, Arlington, Virginia (SP4709-17-D-0023); Advantage Solutions Inc.,* Washington, District of Columbia (SP4709-17-D-0105); Coggins International Corp.,* Alexandria, Virginia (SP4709-17-D-0106); Diligent Consulting,* San Antonio, Texas (SP4709-17-D-0107); IP Keys,* Stafford, Virginia (SP4709-17-D-0145); IT Partners,* Bethel Park, Pennsylvania (SP4709-17-D-0108); Rogers, Wicker, Rykman, and Spedale,* New City, New York (SP4709-17-D-0109); Sharpminds,* Alexandria, Virginia (SP4709-17-D-0029); Telecommunication Solutions Group,* Raleigh, North Carolina (SP4709-17-D-0110); VETS Etc.,* Seaside, California (SP4709-17-D-0111); IBM, Reston, Virginia (SP4709-17-D-0024); AEEC,* Reston, Virginia (SP4709-17-D-0112); Arbola,* Alexandria, Virginia, (SP4709-17-D-0113); Brockwell Technologies,* Huntsville, Alabama (SP4709-17-D-0114); Credence Management Solutions,* Vienna, Virginia (SP4709-17-D-0034); Dogwood Management Partners,* Brooksville, Florida (SP4709-17-D-0115); e&e IT Consulting Services,* Mechanicsburg, Pennsylvania (SP4709-17-D-0116); Encode,* Englishtown, New Jersey (SP4709-17-D-0117); Information Technology Strategies,* Dulles, Virginia (SP4709-17-D-0054); ISYS Technologies,* Littleton, Colorado (SP4709-17-D-0118); Sage Consulting Group,* Alexandria, Virginia (SP4709-17-D-0119); Summit2Sea Consulting,* Arlington, Virginia (SP4709-17-D-0120); Tactical Edge,* San Diego, California (SP4709-17-D-0121); VICCS Federal Sector,* Las Vegas, Nevada (SP4709-17-D-0122); Savantage Solutions, Rockville, Maryland (SP4709-17-D-0025); Buddobot,* Fairfax, Virginia, (SP4709-17-D-0123); E&M Technologies,* Monument, Colorado (SP4709-17-D-0124); ICP Systems,* Atlanta, Georgia (SP4709-17-D-0125); Liberty Business Associates,* North Charleston, South Carolina (SP4709-17-D-0126); Lynch Consultants,* Washington, District of Columbia (SP4709-17-D-0127); S4 Inc.,* Bedford, Massachusetts (SP4709-17-D-0128); Succeed to Lead LLC,* Dumfries, Virginia (SP4709-17-D-0129); V-Tech,* Silver Spring, Maryland (SP4709-17-D-0130); Universal Solutions International,* Newport News, Virginia (SP4709-17-D-0026); ValidaTek Inc.,* Arlington, Virginia, (SP4709-17-D-0027); Tri-Cor,* Alexandria, Virginia (SP4709-17-D-0031); Superior Government Solutions,* Falls Church, Virginia (SP4709-17-D-0032); Sev1Tech,* Woodbridge, Virginia (SP4709-17-D-0033); Superlative Technologies,* Ashburn, Virginia (SP4709-17-D-0035); Soft Tech,* Chantilly, Virginia (SP4709-17-D-0036); Harmonia Holdings Group,* Blacksburg, Virginia (SP4709-17-D-0037); Aderas,* Reston, Virginia (SP4709-17-D-0039); Vsolvit LLC,* Ventura, California (SP4709-17-D-0040); Nationwide IT Services,* Alexandria, Virginia (SP4709-17-D-0041); Comptech Computer Technologies,* Dayton, Ohio (SP4709-17-D-0042); Caelum Research,* Rockville, Maryland (SP4709-17-D-0043); Tuba Group,* Falls Church, Virginia (SP4709-17-D-0044); Beshenich Muir and Associates LLC,* Leavenworth, Kansas (SP4709-17-D-0045); Elegant Enterprise Wide Solutions,* Chantilly, Virginia (SP4709-17-D-0046); 22nd Century Technologies,* Somerset, New Jersey (SP4709-17-D-0047); Yahya Technologies,* Brandywine, Maryland (SP4709-17-D-0049); Ampcus Inc.,* Chantilly, Virginia (SP4709-17-D-0050); Technical and Management Resources,* Fairfax, Virginia (SP4709-17-D-0051); SNR Systems,* McLean, Virginia (SP4709-17-D-0052); SRA International, Chantilly, Virginia (SP4709-17-D-0053); Academy Consulting Group,* York, Pennsylvania (SP4709-17-D-0131); Artlin Consulting,* Fairfax, Virginia (SP4709-17-D-0143); CSCI Consulting,* Indianapolis, Indiana (SP4709-17-D-0132); Diverse Technologies Corp.,* Lanham, Maryland, (SP4709-17-D-0133); Executech,* Woodbridge, Virginia (SP4709-17-D-0134); Soliel,* Vienna, Virginia (SP4709-17-D-0135); Technique Solutions,* Stafford, Virginia (SP4709-17-D-0136); Virtuo Group,* The Woodlands, Texas (SP4709-17-D-0137); NTVI FED LLC,* Fairbanks, Alaska (SP4709-17-D-0055); KPMG, Washington, District of Columbia, (SP4709-17-D-0056); Enlighten IT,* Hanover, Maryland (SP4709-17-D-0138); MainSpring Inc.,* Poolesville, Maryland (SP4709-17-D-0139); PotomacWave Consulting,* Alexandria, Virginia (SP4709-17-D-0140); Strohmier Consulting,* Ashburn, Virginia (SP4709-17-D-0141); and TACG LLC,* Dayton, Ohio (SP4709-17-D-0142) have each been awarded an indefinite-delivery/indefinite-quantity contract under solicitation SP4701-15-R-0030 for information technology support services. These were competitive acquisitions with 117 responses received. These are five-year base contracts with one three-year option period worth a maximum value of $6,014,804,859. Maximum dollar amount is for the life of the contract, however, no money has been obligated. Money will be obligated when task orders are placed. Locations of performance are Virginia; West Virginia; Maryland; Washington, District of Columbia; Pennsylvania; Massachusetts; New Jersey; New York; South Carolina; Georgia; Alabama; Florida; Illinois; Indiana; Ohio; Oklahoma; Texas; Kansas; Utah; Nevada; Colorado; California; Hawaii; Alaska; and Germany, with a Dec. 21, 2024, performance completion date. Using customers are the Defense Logistics Agency and Department of Defense activities requiring information technology support services. Type of appropriation is fiscal 2017 through fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency, Philadelphia, Pennsylvania.

The Boeing Co., St. Louis, Missouri, has been awarded an estimated $143,402,802 performance-based modification (P00046) to a five-year base contract (SPRPA11-14-D-002U) with one five-year option period for consumable items supporting various aircraft. This is a fixed-price incentive contract with an availability metric of 90 percent. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Missouri, with a Sept. 16, 2019, performance completion date. Using customers are Army, Navy, Air Force and all foreign military sales customers. Types of appropriations are fiscal 2017 through fiscal 2019 defense working capital; and foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Gamay Foods Inc., New Berlin, Wisconsin, has been awarded a maximum $65,050,131 fixed-price, with economic-price-adjustment contract for meals, ready-to-eat spreads. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Wisconsin, with a Dec. 21, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through fiscal 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-17-D-Z121).

Thermo Pac LLC, Stone Mountain, Georgia, has been awarded a maximum $59,241,169 fixed-price, with economic-price-adjustment contract for meals, ready-to-eat spreads. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Georgia, with a Dec. 21, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through fiscal 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-17-D-Z115).

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $9,200,000 not-to-exceed, undefinitized contractual action delivery order (THAU) against a five-year basic ordering agreement (SPE4A1-14-G-0007, which includes subsumable contract SPE4A1-16-G-0010) for F/A-18 aircraft spare parts. There are no option periods on the basic ordering agreement. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Missouri, with a Dec. 30, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 through fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $1,452,561,722 fixed-price incentive, foreign military sales contract (Republic of Korea, Qatar, Saudi Arabia, Taiwan, United Arab Emirates) for fiscal 2017 PATRIOT advanced capability production to include 205 missile segment enhancement U.S.. and Qatar missiles; 58 cost reduction initiative U.S. and Republic of Korea missiles; spare parts for the U.S., Qatar, Republic of Korea, Taiwan, United Arab Emirates and Saudi Arabia; and associated ground support equipment. Bids were solicited via the Internet with one received. Work will be performed in multiple locations with an estimated completion date of June 30, 2020. Fiscal 2015, 2016 and 2017 other procurement (Army); and other funds in the amount of $711,755,244 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-C-0006).

DynCorp International LLC, Fort Worth, Texas, was awarded a $125,533,924 modification (P00146) to foreign military sales contract W58RGZ-13-C-0040 for options to exercise of option year three, aviation field maintenance services contract supporting Army Aviation and Missile Command’s Aviation Field Maintenance Division continental U.S. operations. Work will be performed in Afghanistan, Iraq, Kuwait, Germany, and Tunisia, with an estimated completion date of Dec. 31, 2017. Fiscal 2017 operations and maintenance (Army); and other procurement funds in the amount of $125,533,924 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, was awarded a $69,884,934 modification (P00009) to contract W58RGZ-16-C-0008 to extend services for performance-based logistics in support of the Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensors program. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2017. Fiscal 2017 other funds in the amount of $ 69,884,934 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Smiths Detection Inc., Edgewood, Maryland, was awarded a $67,919,641 firm-fixed-price contract for procuring Joint Chemical Agent Detector systems, communication adapter kits, Stryker communication adapter and spare parts. Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 21, 2021. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-17-D-0001).

Alliant Techsystems Operations, Rocket Center, West Virginia, was awarded a $20,851,752 firm-fixed-price contract for procurement of 10,000 MK419 MOD 1 multi-function fuzes which includes both non-recurring engineering and 163 first article test. Bids were solicited via the Internet with one received. Work will be performed in multiple locations with an estimated completion date of May 31, 2019. Fiscal 2016 other funds in the amount of $20,851,752 were obligated at the time of the award. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-17-C-0028).

Kongsberg Defence & Aerospace, Kongsberg, Norway, was awarded a $14,885,312 modification (P00343) to contract W15QKN-12-C-0103 to exercise options for the Common Remotely Operated Weapons Stations 153A2A1, and post production conversion of the M153A2 to the M153A2E1. Work will be performed in Johnstown, Pennsylvania, with an estimated completion date of Oct. 31, 2018. Fiscal 2017 other procurement funds in the amount of $14,885,812 were obligated at the time of the award. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

SciTec Inc,* Princeton, New Jersey, was awarded a $12,758,385 cost-plus-fixed-fee contract for Joint Mobile Infrared Counter Measures Simulator test systems, and the Multi-Spectral Sea and Land Target test simulators to provide specialized analysis, electronic hardware design, software capabilities, and technical support in all aspects of the operation, maintenance, repair, and upgrades. Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 29, 2021. Army Contracting Command, Fort Hood, Texas, is the contracting activity (W9124Q-17-D-0001).

CSRA LLC, Falls Church, Virginia, was awarded a $12,046,375 modification (P00023) to contract W81K04-13-C-0001 for Army Reserve specialty medical training, equipment/site maintenance and administration services associated with combat support hospitals. Work will be performed at Camp Parks, California; Fort Gordon, Georgia; and Fort McCoy, Wisconsin, with an estimated completion date of Dec. 31, 2017. Fiscal 2017 operations and maintenance (Army) funds in the amount of $12,046,374 were obligated at the time of the award. Army Contracting Command, Ft. Sam Houston, Texas, is the contracting activity.

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $11,519,591 cost-plus-fixed-fee contract for engineering and design tasks to reduce missile cost and weight and resolve obsolescence issues. Bids were solicited via the Internet with one received. Funding and work location will be determined with each order, with an estimated completion date of July 29, 2019. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-D-0005).

ICF Inc. LLC, Fairfax, Virginia, was awarded an $11,480,499 modification (P00011) to contract W911QX-14-F-0020 for support services for the Army Research Laboratory, computer network defense service provider; agent of the certification authority; information assurance management office; and cyber network science research. Work will be performed in Adelphi, Maryland, with an estimated completion date of May 13, 2017. Fiscal 2016 and 2017 research, development, test and evaluation funds in the amount of $11,480,499 were obligated at the time of the award. Army Contracting Command, Adelphi, Maryland, is the contracting activity.

Mythics Inc., Virginia Beach, Virginia, was awarded a $7,889,015 modification (BA0710) to contract W91QUZ-06-A-0003 for Oracle software maintenance on previously acquired licenses in support of Program Executive Officer Enterprise Systems and the Army Materiel Command. The software license requires maintenance to support critical business and mission systems currently in place. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of May 24, 2017. Fiscal 2017 operations and maintenance (Army); other; and research, development, test, and evaluation funds in the amount of $ 7,889,015 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Smith’s Detection Inc., Edgewood, Maryland, was awarded a $7,504,716 fixed-price-incentive contract for design and development, hardware and software engineering activities as well as program management, manufacturing, and test support to ensure the Joint Chemical Agent Detector – Chemical Explosive Detector Adapter meets enhanced performance requirements. Bids were solicited via the Internet with one received. Work will be performed in Edgewood, Maryland, with an estimated completion date of June 21, 2019. Fiscal 2016 and 2017 research, development, test and evaluation funds in the amount of $7,504,716 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-17-C-0006).

CORRECTION: The contract announced on Dec. 21, 2016, to International Communications Associates Inc.,* Arlington, Virginia (W911S0-17-D-0009); Washington Language Center LLC,* Arlington, Virginia (W911S0-17-D-0010); International Center for Language Studies Inc,* Washington, District of Columbia (W911S0-17-D-0011); Language Associates LLC, Arlington, Virginia (W911S0-17-D-0012); and Dictyon,* Greenbelt, Maryland (W911S0-17-D-0013), was actually awarded today, Dec. 22, 2016. All other information in the announcement was correct.

NAVY

Lockheed Martin Corp., Missile and Fire Control, Orlando, Florida, is being awarded a $150,957,577 firm-fixed-price definitive contract for the Target Sight System (TSS) on the AH-1Z Cobra attack helicopter. The TSS is a large-aperture midwave forward-looking infrared sensor with a laser designator/rangefinder turret. The TSS provides the capability to identify and laser-designate targets at maximum weapon range, significantly enhancing platform survivability and lethality. The anticipated contract will support the AH-1Z Cobra helicopter production efforts of PMA-276 and the government of Pakistan. This contract includes options which, if exercised, would bring the cumulative value of this contract to $284,600,293. This contract combines purchases for the Navy (88 percent); and the government of Pakistan (12 percent) under the Foreign Military Sales (FMS) program. Work will be performed in Orlando, Florida (83 percent); and in Ocala, Florida (17 percent), and is expected to be completed by January 2022. Fiscal 2017 and 2016 aircraft procurement (Navy); fiscal 2016 research, development, test and evaluation (Navy); and FMS and funding in the amount of $150,957,577 will be obligated at the time of contract award and $3,019,151 will expire at the end of the current fiscal year. The contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-17-C-JQ71).

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $146,725,510 modification to increase the design support requirements under a previously awarded contract (N00024-13-C-2128) for Columbia-class submarine (formerly known as the Ohio Replacement). This contract includes design work for the Columbia-class submarine program; shipbuilder and vendor component and technology development; engineering integration; concept design studies; cost reduction initiatives using a design for affordability process; and full scale prototype manufacturing and assembly. Additionally, this contract provides for engineering analysis, should-cost evaluations, and technology development and integration efforts. Work will be performed in Groton, Connecticut (91 percent); Newport News, Virginia (7 percent); Quonset, Rhode Island (1 percent); and Bath, Maine (1 percent), and is expected to be completed by September 2017. Fiscal 2017 research, development, test and evaluation funds in the amount of $37,000,000 will be obligated at the time of award and will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $90,318,983 firm-fixed-price modification to the previously awarded low-rate initial production Lot 10 F-35 Lightning II advance acquisition contract (N00019-15-C-0003). This modification provides for the procurement of 249 Generation 3, Lightweight Helmet Mounted Display systems, oxygen masks, and initial spares for the Air Force (110), Navy (30), Marine Corps (35), international partners (49), and foreign military sales (FMS) customers (25). Work will be performed in Fort Worth, Texas, and is expected to be completed in November 2018. Fiscal 2015 and 2016 aircraft procurement and sustainment (Navy/Marine Corps and Air Force); international partner; and FMS funding in the amount of $28,293,024 are being obligated at time of award, $1,375,140 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($40,197,392; 45 percent); Navy/Marine Corps ($22,998,307; 25 percent); non-DoD participants ($17,851,113; 20 percent); and FMS customers ($9,272,171; 10 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Indianapolis, Indiana, is being awarded $51,084,965 for firm-fixed-price delivery order 7000 under a previously awarded basic ordering agreement (N00383-17-G-AP01) for 42 different part numbers with various quantities of repairs in support of the F-18 aircraft. Work will be performed in Indianapolis, Indiana, and is expected to be completed by December 2018. Fiscal 2017 working capital funds (Navy) in the amount of $2,554,248 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Garney Companies Inc., Kansas City, Missouri, is being awarded a $49,470,702 firm-fixed-price contract for design and construction of a water treatment plant at Marine Corps Air Station, Cherry Point. The work to be performed provides for the design and construction of a multi-story reinforced concrete masonry unit building with pile foundation, reinforced concrete slab and floors, structural steel framing, brick masonry exterior, steel trusses, and standing seam metal roof. The new building will house the chemical feed systems, high service pumps, multimedia pressure filters, membrane filtration skids, storage tanks, generators, post treatment chemical feed systems, administrative space, laboratory space and a communication room. The facility will be designed with redundancy to allow skids to be taken out of service for maintenance. The contract also contains two unexercised planned modifications, which if exercised would increase cumulative contract value to $50,455,917. Work will be performed in Havelock, North Carolina, and is expected to be completed by February 2020. Fiscal 2015 military construction (Navy) contract funds in the amount of $49,470,702 are obligated on this award, of which $13,634,815 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-C-8315).

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $41,546,505 indefinite-delivery/indefinite-quantity contract to provide engineering and technical services for tactical systems integration with synthetic signature generation for training, testing, and analysis systems as part of the Signatures Training & Decisions Systems Program. The services under this contract cover the engineering and technical services for the design, development, fabrication, test, repair, and fleet implementation of tactical sonar hardware and software interfaces between the All World Environment Simulation (concurrently being developed under a separate contract) and the submarine AN/BQQ‐10 Acoustic-Rapid Commercial-off-the-Shelf insertion; the surface ship AN/SQQ‐89A(V)15; the AN/UQQ‐2 surveillance Integrated Common Processor tactical sonar; new construction platforms with related configurations, and related subsystems. Work will be performed in Bethesda, Maryland (60 percent); Manassas, Virginia (30 percent); and fleet deliverable sites (10 percent), and is expected to be completed by June 2021. Fiscal 2016 and 2017 other procurement (Navy) funding in the amount of $1,450,026 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-17-D-0001).

Cianbro Corp., Pittsfield, Maine, is being awarded a $26,969,000 firm-fixed-price contract for construction of Dry Dock Number 3 caisson replacement and seat repairs at Portsmouth Naval Shipyard. The work to be performed provides for the replacement of the existing caisson at Dry Dock Number 3 and provides repairs to the concrete entrance structures of the dry dock. Caisson replacement includes structural steel fabrication, installation of mechanical and electrical systems, and a full testing program of the caisson and its interface with the repaired dry dock. The replacement caisson will include features such as side keels, catwalks in the ballast tanks for inspection and measurement, and double valves for the flood tubes. The repairs and modifications to the dry dock inner and outer seats will correct deficiencies that currently allow leakage which risks personnel safety in the dry dock. Work will be performed in Kittery, Maine, and is expected to be completed by May 2019. Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $26,969,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-C-5011).

Raytheon Co., El Segundo, California, is being awarded $23,521,256 for ceiling-price delivery order 7004 under a previously awarded basic ordering agreement (N00383-15-G-003H) for the repair of 535 units across 23 assemblies used in support of the F-18 Active Electronically Scanned Array Radar System. Work will be performed at Raytheon Co., Forest, Mississippi, and is expected to be completed by December 2017. Fiscal 2017 working capital funds (Navy) in the amount of $17,640,943 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(1), and Federal Acquisition Regulation 6.302-1. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Raytheon Co., Tuscon, Arizona, is being awarded a $23,412,991 cost-plus-fixed-fee contract modification to a previously awarded contract (N00024-16-C-5433) to procure Evolved Seasparrow Missile (ESSM) design agent, in-service support, and technical engineering support services. These requirements support the ESSM production. The ESSM program is an international cooperative effort to design, develop, test, and procure ESSM missiles. The ESSM provides enhanced ship defense. This is a sole-source contract pursuant to an international agreement between the U.S. and nine other countries. Work will be performed in Tuscon, Arizona (72 percent); Raufoss, Norway (7 percent); Ottobrunn, Germany (7 percent); Hengelo OV, Netherlands (5 percent); Richmond, Australia (4 percent); Mississauga, Canada (2 percent); Madrid, Spain (1 percent); Ankara, Turkey (1 percent); Grenaa, Denmark; and Koropi, Greece (less than 1 percent each), and is expected to be completed by December 2017. Fiscal 2017 other procurement (Navy) funds in the amount of $9,297,886 will be obligated at time of award and will 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., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $20,641,849 modification P00595 to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) for the critical safety items program plan in support of the F-35 Joint Strike Fighter. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2017. No funding will be obligated at time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Integrated Defense Systems, Marlborough, Massachusetts, is being awarded a $19,911,702 fixed-price incentive modification to a previously-awarded contract (N00024-16-C-5144) to exercise an option for one Missile Fire Control System Mk 99 equipment ship set. This exercised option provides support for Aegis Weapon System (AWS) production requirements. The Missile Fire Control System Mk 99 is a critical component of the AWS. Work will be performed in Andover, Massachusetts (78 percent); Marlborough, Massachusetts (19 percent); Waterloo, Ontario, Canada (1 percent); Moorestown, New Jersey (1 percent); and Chesapeake, Virginia (1 percent); and is expected to be completed by December 2021. Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $19,911,702 will be obligated at the 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. Intelligence, Information and Services, Indianapolis, Indiana, is being awarded a $15,509,341 firm-fixed-price requirements contract for the repair of 37 line items in support of the Navy’s AN/USC-38 Extremely High Frequency Satellite Program. Work will be performed in Indianapolis, Indiana, and work is expected to be completed by December 2019. No contract funds will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. Working capital funds (Navy) will be obligated as individual orders are issued. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(1). Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-17-D-AD01).

General Atomics, San Diego, California, is being awarded a not-to-exceed $13,622,738 for order 0003 against a previously issued basic ordering agreement (N68335-11-G-0003) for the on-board repair parts (OBRP) for the electromagnetic aircraft launch system and advanced arresting gear on CVN-78, including materials and labor for the manufacture, assembly, inspection, integration, test and checkout of the OBRP. Work will be performed in San Diego, California (32 percent); Tupelo, Mississippi (25 percent); Morris Plains, New Jersey (15 percent); New Haven, Connecticut (13 percent); Middlesex, Massachusetts (4 percent); Wichita, Kansas (4 percent); Randolph, New Jersey (2 percent); Foot Hill Ranch, California (2 percent); Centre, Pennsylvania (2 percent); and San Bernardino, California (1 percent), and is expected to be completed in May 2019. Fiscal 2016 shipbuilding conversion (Navy) funds in the amount of $6,100,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $13,393,812 modification to a previously awarded fixed-price-incentive-firm target advance acquisition contract (N00019-17-C-0020) for long lead components, parts and materials associated with 10 F135-PW-100 propulsion systems for international partners and foreign military sales (FMS) customers. 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 by May 2019. International partner and FMS funding in the amount of $13,393,812 are being 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.

SunPower Corp. Systems, Richmond, California, is being awarded a $12,080,010 firm-fixed-price, power purchase agreement for purchase of renewable solar electric energy for Joint Base Anacostia-Bolling (JBAB). The work to be performed provides for approximately 8,900 megawatt hours per year, of renewable energy to JBAB, Washington, District of Columbia, through the use of photovoltaic systems. Maximum contract unit price will be equal to or less than the current rate paid by JBAB for conventional power. Work will be performed in Washington, District of Columbia. The production term is 25 years from March 2017 to February 2042. Fiscal 2017 working capital funds (Navy) contract funds in the amount of $377,150 are obligated on this award and will not expire at the end of the current fiscal year. The contract will be primarily funded by fiscal 2017 through fiscal 2042 working capital funds (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received. This contract was approved by the Secretary of Defense in accordance with 10 U.S. Code 2922a, the statute which permits military departments to enter into contracts for provision and operation of energy production facilities and the purchase of energy produced from such facilities for periods up to 30 years. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-17-C-4000).

Hydroid, Inc., Pocasset, Massachusetts, is being awarded an $11,095,549 modification to a previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity contract (N00174-13-D-0005) to increase the quantities for the procurement of MK 18 family of systems - unmanned underwater vehicle (UUV) systems. Work will be performed in Pocasset, Massachusetts, and is expected to be completed by September 2018. No funds are being obligated at time of award. The Naval Surface Warfare Center Indian Head, Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

Alliant Tech System Inc., Northridge, California, is being awarded a $10,912,464 firm-fixed-price requirements long-term contract for the repair of two configurations of an electro-optic sensor (BV2 and AV2) in support of the AN/AAR-47 missile warning system. Work will be performed in Northridge, California, and work is expected to be completed by April 2022. No contract funds will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. Working capital funds (Navy) will be obligated as individual orders are issued. One firm was solicited for this non-competitive requirement, and one offer was received in accordance with Federal Acquisition Regulation 6.302-1. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-17-D-AN01).

Hydroid Inc., Pocasset, Massachusetts, is being awarded a $10,580,709 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract to provide engineering support, maintenance, repairs, training, documentation, and system upgrades for the Littoral Battlespace Sensing Autonomous Undersea Vehicle Program. This two-year contract includes three one-year options which, if exercised would bring the potential value of this contract to $31,110,378. Work will be performed in Pocasset, Massachusetts. Work is expected to be completed Dec. 21, 2018. If options are obligated, work will continue through Dec. 21, 2021. No funding will be obligated at the time of award. Contract funds will not expire at the end of the fiscal year. Funding will be obligated as task orders are issued using operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy). This is a sole-source procurement and was issued using other than full and open competition in accordance with 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1- only one responsible source. The sole-source justification and approval is posted on Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-17-D-0013).

Raytheon Technical Services Co., Indianapolis, Indiana, is being awarded an $8,563,698 firm-fixed-price delivery order (1000) against a previously issued basic ordering agreement (N00019-15-G-0003) for the procurement of 33 Smart Multi-Function Color Display B-kits in support of the CH-53K. Work will be performed in Indianapolis, Indiana, and is expected to be completed in November 2018. Fiscal 2016 and 2017 aircraft procurement (Navy) funds in the amount of $8,563,698 will be obligated on this 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., Newport News, Virginia, is being awarded a $7,296,648 cost-plus-fixed-fee contract for planning and design yard functions for standard Navy valves in support of nuclear-powered submarines and engineering and design work in support of SSN (701)/SSN (711) Moored Training Ship Conversion. This contract includes options which, if exercised, would bring the cumulative value of this contract to $45,244,079. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2017. Fiscal 2017 operations and maintenance (Navy); and fiscal 2014 shipbuilding and conversion (Navy) funds in the amount of $2,820,000 will be obligated at time of award. Funds in the amount of $2,620,000 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - 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 (N00024-17-C-2103). 


AIR FORCE


General Atomics Aeronautical Systems Inc. (GA-ASI), Poway, California, has been awarded a $349,141,302 cost-plus-fixed-fee contract for MQ-1 Predator and MQ-9 Reaper unmanned aerial systems support and services. Contractor will provide program management, logistics support, configuration management, technical manual and software maintenance, contractor field service representative support, inventory control point management, flight operations support, depot repair, and depot field maintenance. Work will be performed at Poway, California, and is expected to be complete by Dec. 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance funds in the amount of $104,927,364 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8528-17-C-0001).

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded an $81,147,573 cost-plus-incentive-fee contract for C-5 Communications, Navigation, Surveillance and Air Traffic Management Engineering and Manufacturing Development program. Contractor will provide integration, design, development, installation, test, verification, and validation of new solutions that will comply with the most current requirements via integrating software and hardware updates into the C-5M platform. Work will be performed at Marietta, Georgia, and is expected to be complete by Sept. 25, 2019. This award is the result of a sole-source acquisition. Fiscal 2015, 2016 and 2017 research, development, test, and evaluation; and aircraft procurement funds in the amount of $24,477,233 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-17-C-6589).

Lockheed Martin Corp. -Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $30,602,218 modification (P00766) to previously awarded contract FA8611-08-C-2897 for F-22 sustainment. Contractor will support the F-22 Reliability and Maintainability Maturation Program. Work will be performed at East Hartford, Connecticut; Edwards Air Force Base, California; Elmendorf AFB, Alaska; Hickam AFB, Hawaii; Hill AFB, Utah; Langley AFB, Virginia; Nellis AFB, Nevada; Sheppard AFB, Texas; Tinker AFB, Oklahoma; and Tyndall AFB, Florida, and is expected to be complete by Dec. 31, 2020. Fiscal 2017 operations and maintenance; research, development, test, and evaluation; and aircraft procurement funds in the amount of $27,660,093 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill AFB, Utah, is the contracting activity.

The Aerospace Corp., El Segundo, California, has been awarded a $14,000,000 modification (P00061) to previously awarded contract FA8802-14-C-0001 to increase the face value of the original contract. Contractor will provide systems engineering, integration and test efforts for the Federally Funded Research and Development Center. Work will be performed at El Segundo, California, and is expected to be complete by Sept. 30, 2017. No funds are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Boeing Aerospace - Operations, Defense, Space & Security, Oklahoma City, Oklahoma, has been awarded a $10,020,237 modification (P00349) to previously awarded contract FA8106-07-C-0001 for E-4B Low Frequency Transmit System (LTFS) installation support hardware and support equipment. Contractor will fabricate the necessary ground support equipment to test and operate the LFTS. Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by Jan 31, 2019. Fiscal 2016 and 2017 research, development, test and evaluation funds in the amount of $10,020,237 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

A-VET/MGC II JV, LLC, Warner Robins, Georgia, has been awarded a $7,953,660 task order (FA8501-17-F-0006) from a previous multiple award, indefinite-delivery/indefinite-quantity contract for repair of facilities. Contractor will repair or replace the roof and roof support structure on Building 364. Work will be performed at Robins Air Force Base, Georgia, and is expected to be complete by June 30, 2017. This award is the result of a competitive acquisition with one offer received that was based on an overall multiple award, indefinite-delivery/indefinite-quantity contract. Fiscal 2017 depot maintenance activity group funds in the amount of $7,953,660 are being obligated at the time of award. Air Force Material Command, Robins Air Force Base, Georgia, is the contracting activity.

*Small business