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 Some of the information contained within may be outdated and links may not function.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. 29, 2016

 

CONTRACTS

 

NAVY

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $450,042,458 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 continues the integration work to implement the development and delivery of the F-35A Air System to the Republic of Korea under the Foreign Military Sales program. This effort will also provide for non-recurring engineering work. Work will be performed in Fort Worth, Texas, and is expected to be completed in August 2019. Foreign military sales funding in the amount of $450,042,458 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.

General Dynamics National Steel and Shipbuilding Co., San Diego, California, is being awarded a $324,452,093 fixed-price-incentive, firm-target modification to a previously awarded contract (N00024-16-C-2227) to definitize the long lead time material of the undefinitized contract action and to award the detail, design and construction of Expeditionary Sea Base (ESB) 5. The ESB will provide a flight deck and expansive reconfigurable mission deck; military personnel accommodations; small craft launch and recovery capabilities; and command, control, communication, computer and intelligence for communication and computer equipment across multiple networks and architectures. Work will be performed in San Diego, California (73 percent); Pittsburgh, Pennsylvania (12 percent); Santa Fe Springs, California (4 percent); Chesapeake, Virginia (2 percent); National City, California (2 percent); Houston, Texas (2 percent); Chula Vista, California (1 percent); Houma, Louisiana (1 percent); and various locations in the United States (3 percent), and work is expected to be completed by May 2019. Fiscal 2016 shipbuilding and conversion (Navy) contract funds in the amount of $328,253,199 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.

The Boeing Co., St. Louis, Missouri, is being awarded $308,343, 387 for modification P00004 to a previously awarded cost reimbursement contract (N00019-16-C-0032) to provide for the engineering change proposal (ECP) 6472 integration of Next Generation Jammer (NGJ) Pod onto the EA-18G aircraft. This effort is in support of the engineering and manufacturing development phase of the NGJ program and will include the design and manufacturing of 12 ECP 6472 A kits, and the integration, demonstration, and test of NGJ pods on the EA-18G Aircraft and equipment needed for System Integration Laboratories. Work will be performed in St. Louis, Missouri (89.43 percent); Bethpage, New York (8.47 percent); Oklahoma City, Oklahoma (1.16 percent); El Segundo, California (0.54 percent); Mesa, Arizona (0.20 percent); Fort Walton Beach, Florida (0.10 percent); and Annapolis-Junction, Maryland (0.10 percent), and is expected to be completed in December 2021. Fiscal 2017 research, development, testing and evaluation (Navy) funds in the amount of $11,000,000 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.

DynCorp International LLC, Fort Worth, Texas, is being awarded a $106,184,845 firm-fixed-price, cost-plus-fixed-fee contract to provide organizational level maintenance and logistic support on all aircraft and support equipment for which the Naval Test Wing Atlantic has maintenance responsibility. This maintenance responsibility includes all rotary, fixed, lighter-than-air, and unmanned aircraft on-site for project testing, transient aircraft, loaner aircraft, leased aircraft, and tested civilian aircraft assigned to the Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland. In addition, labor and services will be provided to perform supportability/safety studies, off-site aircraft safety/spill containment patrols and aircraft recovery services. Work will be performed in Patuxent River, Maryland, and is expected to be completed in March 2018. Fiscal 2017 working capital fund (Navy) funds in the amount of $5,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Systems Command Patuxent River, Maryland is the contracting activity (N00421-17-C-0033).

Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, is being awarded $70,512,085 for modification P00010 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-5501) for the procurement of additional AN/ARC-210 radios and ancillary equipment for various domestic and foreign military sales aircrafts. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2018. Contract funds will not 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.

QED Systems Inc., Virginia Beach, Virginia, is being awarded a $53,845,548 single award, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders for ships’ engineering and planning support services to support Commander Naval Air Forces in its mission of aircraft carrier maintenance and modernization, advanced planning, and work package development, integrations, and execution. This is a five-year performance base period contract with a six-month option period which if exercised, brings the total estimated value to $59,440,148. Work will be performed in Norfolk, Virginia (40 percent); San Diego, California (40 percent); and Bremerton, Washington (20 percent), and work is expected to be completed by January 2022. Fiscal 2017 operations and maintenance (Navy) funds in the amount of $500,000 will be obligated at the time of award to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk Office, Pennsylvania, is the contracting activity (N00189-17-D-0003).

Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is being awarded a $26,590,786 modification to a previously awarded firm-fixed-price contract (N00039-16-C-0050) to exercise an option to produce, test and deliver fully integrated Navy Multiband Terminals (NMT). NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. NMT supports Extremely High Frequency (EHF )/Advanced EHF Low Data Rate/Medium Data Rate/Extended Data Rate, Super High Frequency, Military Ka (transmit and receive) and Global Broadcast Service (receive-only) communications. Work will be performed in Largo, Florida (54 percent); South Deerfield, Massachusetts (25 percent); Stow, Massachusetts (13 percent); Marlborough, Massachusetts (8 percent), and is expected to be completed by Oct. 30, 2018. Fiscal 2017 operations and maintenance (Navy); fiscal 2017 shipbuilding and conversion (Navy); and fiscal 2017 other procurement (Navy) funds in the amount of $26,590,786 will be obligated at the time of award. Contract funds in the amount of $3,460,747 will expire at the end of the current fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039).

Lockheed Martin Corp., Fort Worth, Texas, is being awarded $19,320,000 for modification P00010 to a previously awarded fixed-price-incentive-firm contract (N00019-16-C-0004) to procure, deliver, and install a deployable mission rehearsal trainer in support of F-35 Lightning II Joint Strike Fighter aircraft. Work will be performed in Orlando, Florida (92 percent); Owego, New York (7 percent); and Fort Worth, Texas (1 percent), and is expected to be completed April 2019. Non-Department of Defense funding in the amount of $3,000,000 is 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.

Allied Pacific Builders Inc.,* Waipahu, Hawaii, is being awarded $12,683,762 for firm-fixed-price task order 0009 under a previously awarded multiple award construction contract (N62478-16-D-4006) for various general repairs on Dry Dock 1 pumpwell at Pearl Harbor Naval Shipyard; and Intermediate Maintenance Facility, Joint Base Pearl Harbor-Hickam. Works includes repairs to the pumps, motors, valves, sewage system, ventilation system, lighting, as well as repair damage to the existing structure. Work will be performed in Oahu, Hawaii, and is expected to be completed by August 2018. Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $12,683,762 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

UPDATE: Naval Air Systems Command (NAVAIR) was unable to award the Gen 3 Lightweight Helmet Mounted Display System modification to Lockheed Martin as announced on Dec. 22, 2016, because the action is dependent on the announcement of a foreign military sales (FMS) modification. The FMS modification adds funds to the same Lockheed Martin contract; the section A and section G amounts in our modification are based on the new contract values added by the FMS modification. The FMS effort was supposed to be announced December 22, however, it has been submitted for announcement on December 29. NAVAIR will award this action immediately after the FMS modification is executed.

ARMY

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $176,145,880 modification (P00030) to contract W56HZV-15-C-0095 for 409 Joint Light Tactical Vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 31, 2017. Fiscal 2016 and 2017 other procurement (Army); research, development, test and evaluation; and other funds in the total amount of $176,145,880 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.

Elbit Systems of America (ESA), Fort Worth, Texas, was awarded a $102,000,000 firm-fixed-price contract for fire control systems for mortar and fielding activity. 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. 31, 2017. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-17-D-0007).

Raytheon Missile Systems, Tucson, Arizona, was awarded a $59,986,280 modification (P00054) to contract W31P4Q-12-C-0265 for procurement of tube-launched, optically-tracked, wireless-guided missile for the Marine Corps. Work will be performed in Tucson, Arizona, with an estimated completion date of Dec. 28, 2018. Fiscal 2017 other procurement (Army) funds in the amount of $59,986,280 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

CAE USA Inc., Tampa, Florida, was awarded a $50,079,091 cost-plus-fixed-fee contract for rotary wing flight training instructor support services. Bids were solicited via the Internet with three received. Work will be performed at Fort Rucker, Alabama, with an estimated completion date of March 31, 2026. Fiscal 2017 operations and maintenance (Army) funds in the amount of $3,000,000 were obligated at the time of the award. Army Contracting Command, Fort Rucker, Alabama, is the contracting activity (W9124G-17-C-0001).

TRAX International LLC, Las Vegas, Nevada, was awarded a $37,120,565 modification (P00220) to contract W9124Q-07-C-0504 for test mission support services. Work will be performed at White Sands Missile Range, New Mexico, with an estimated completion date of May 31, 2017. Fiscal 2017 research, development, test and evaluation funds in the amount of $2,000,000 were obligated at the time of the award. Army Contracting Command, Fort Hood, Texas, is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia was awarded a $12,973,510 modification (P00020) to contract W15QKN-14-C-0032 for continuation of system engineering and technical assistance support services for Program Executive Office Enterprise Information Systems project management office, integrated personnel and pay system-Army. Work will be performed in Arlington, Virginia, with an estimated completion date of June 30, 2017. Fiscal 2017 research, development, test and evaluation funds in the amount of $2,000,000 were obligated at the time of the award. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Calumet San Antonio Refining LLC,* Brooks City Base, Texas, has been awarded a $49,470,784 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation fuel. This is a two-year contract with three one-year option periods. This was a competitive acquisition with two offers received. Location of performance is Texas, with a March 31, 2019, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 thorough fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-17-D-0472).


DEFENSE INFORMATION SYSTEMS AGENCY

Leidos Inc., Aberdeen Proving Ground, Maryland, was awarded a competitive, hybrid contract that consists of cost-plus-incentive-fee, cost-plus-fixed-fee, and cost-reimbursable (without fee) contract types to provide a modernized Advanced Field Artillery Tactical Data Systems solution in support of the Army Program Executive Office Command, Control, Communication-Tactical mission requirements. The face value of this action is $58,055,265 and is funded by fiscal 2016 and 2017 research, development, test and evaluation funding. The total cumulative life-cycle value of the contract is $98,126,280. Performance will be at the contractor's site. Proposals were solicited via the Federal Business Opportunities website, and four proposals were received. The period of performance (PoP) consists of a three-year base, with one two-year optional contract line item number (CLIN), for a total contract lifecycle of five years. The PoP for the base period is Dec. 30, 2016 -Dec. 29, 2019; the optional CLIN PoP is Dec. 30, 2019 -Dec. 29, 2021. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-17-C-0001).

DEFENSE HEALTH AGENCY

Niksoft Systems Corp., Reston, Virginia, was awarded a three-year (base year and two option years) firm-fixed-price contract for an estimated $26,980,609. This contract, HT0011-17-F-0004, provides for program management support for Defense Health Agency (DHA), Solutions Delivery Division applications migrating to Defense Information Systems Agency capacity services. The period of performance began Dec. 15, 2016 and runs through Dec. 14, 2019, if both option years are exercised. The purpose of the contract is to provide information technology and program management support services, operations, planning, scheduling, coordination, and support for the efficient and successful migration of applications and products currently housed on DHA equipment to the Defense Information Systems Agency capacity services. Among the required tasks includes the creation and update of all related system lifecycle and operational documentation/processes and facilitating appropriate technical reviews, as appropriate, for all migrating systems prior to, during, and after migration. This was competed using fair opportunity against the General Services Administration 8(a) STARS II government-wide acquisition contract. Fiscal 2017 operations and maintenance funds were obligated for the base year of this contract. Subsequent option years will be awarded using appropriate year operations and maintenance funds. This contract was awarded by the DHA Contracting Operations Division in Falls Church, Virginia on Dec. 15, 2016.

*small business