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 Some of the information contained within may be outdated and links may not function.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 June 16, 2017

CONTRACTS

 

NAVY

 

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $3,013,903,706 fixed-price-incentive modification to a previously awarded competitive contract (N00024-16-C-2427) to exercise options for the procurement of the detail, design, and construction of Landing Helicopter Assault (LHA) Replacement (LHA(R)) Flight 1 Amphibious Assault Ship (LHA 8).  Work will be performed in Pascagoula, Mississippi (70 percent); Beloit, Wisconsin (1 percent); Milwaukee, Wisconsin (1 percent); Baltimore, Maryland (1 percent); Fort Walton Beach, Florida (1 percent); King of Prussia, Pennsylvania (1 percent); York, Pennsylvania (1 percent); Cincinnati, Ohio (1 percent); and Brunswick, Georgia (1 percent), with other efforts performed at various sites throughout the U.S. (22 percent), and is expected to be completed by January 2024.  Fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $1,154,247,187 will be obligated at 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 Missile Systems, Tucson, Arizona, is being awarded a $617,633,351 fixed-price-incentive firm, firm-fixed-price and cost-plus-fixed-fee contract for procurement of fiscal 2017 Standard Missile-2 full-rate production requirements and spares for U.S. and Allied Foreign Navies. The cumulative value of the contract, if all options are exercised, is $652,778,666. This contract involves foreign military sales to the countries of Japan (61 percent); Australia (23 percent); Netherlands (7 percent); and Korea (6 percent).  Work will be performed in Tucson, Arizona (61 percent); Camden, Arkansas (12 percent); Andover, Massachusetts (9 percent); El Segundo, California (5 percent); Hengelo OV, Netherlands (4 percent); San Diego, California (2 percent); Anniston, Alabama (1 percent); Englewood, Colorado (1 percent); Irvine, California (1 percent); Joplin, Missouri (1 percent); Middletown, Connecticut (1 percent); Keene, New Hampshire (1 percent); and Chandler, Arizona (1 percent), and is expected to be completed by March 2022.  Fiscal 2017 operations and maintenance (Navy); foreign military sales; and memorandum of understanding funding in the amount of $617,130,165 will be obligated at time of award and $20,347,968 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with the authority from 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-5420).

 

Raytheon Co., McKinney, Texas, is being awarded $13,589,654 for firm-fixed-price delivery order 0002 under a previously awarded performance based logistics requirements contract (N00383-17-D-AR01) for repair of the P-3 APS-137 Radar System.  The contract includes a six-month base period and one 30-month option period, which if exercised, will bring the total estimated contract value to $17,805,296.  Work will be performed in McKinney, Texas, and work is to be completed by December 2019.  Fiscal 2017 working capital funds (Navy) in the full amount of $13,589,654 will be obligated at the time of award and funds will not expire at the end of the current fiscal year.  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.

 

Coastal Helicopters Inc., Panama City, Florida, is being awarded a $12,483,379 five-year firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for depot level repair, maintenance, modifications, and engineering services for the air services support for flight test preparation and flight testing.  The work to be performed is for aircraft platforms and the support services required integrating sensor systems onto suitable airborne platforms and executing testing.  Work will be performed in Yuma, Arizona (18 percent); China Lakes, California (17 percent); Eglin Air Force Base, Florida (15 percent); Fort Walton Beach, Florida (15 percent); Tyndall Air Force Base, Florida (15 percent); Gulf of Mexico, Florida (15 percent); and the Dominican Republic (5 percent).  Work is expected to be completed August 2022.  Fiscal 2017 research, development, test and evaluation (Navy) funding in the amount of $5,003 will be provided through individual delivery orders at award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with one offer received.  The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity (N61331-17-D-0007). 

 

Progeny Systems Corp.,* Manassas, Virginia, is being awarded $7,464,983 for cost-plus-fixed-fee, cost-only modification to a previously awarded contract (N00024-13-C-6283) to exercise options for efforts involving development and integration of required software applications, hardware components, and overall system-level functionality to achieve manpower reduction aboard submarines and ships of the U.S.  The engineering and technical support services are in support of Small Business Innovative Research Topic No. N05-051 for an integrated shipboard and shore-based maintenance management decision tool. Work will be performed in Manassas, Virginia (45 percent); Groton, Connecticut (45 percent); and various other locations having less than one percent each (10 percent), and is expected to be completed by August 2018.  Fiscal 2017 other procurement (Navy); 2012 and 2014 shipbuilding and conversion (Navy) funds in the amount of $6,136,000 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.

 

Global A 1st Flagship Co.,* Newport Beach, California, is being awarded a $7,252,721 cost-plus-fixed-fee contract to acquire services and material necessary to support and maintain all vessels assigned to the Naval Sea Systems Command Inactive Ship Maintenance Office, Philadelphia, Pennsylvania, and active vessels assigned to the Guided-Missile Cruiser/Dock Landing Ship Modernization Detachment, Norfolk, Virginia.  Services include receipt, inspection, survey, maintenance and disposal of vessels. In addition, the contractor may perform structural, mechanical and electrical repairs.  This contract includes a one-year base period and four one-year option periods, which if exercised, would bring the cumulative value to $32,041,630.  Work will be performed in Philadelphia, Pennsylvania (56 percent); and Norfolk, Virginia (44 percent), and is expected to be completed by June 2018.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $2,985,025 will be obligated at the time of award and will expire at the end of the current fiscal year.  This contract was competitively procured, with five offers received via the Federal Business Opportunities website.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-4100).

 

Northrop Grumman Systems Corporation - Marine Systems, Sunnyvale, California, is being awarded $7,009,169 for modification P00009 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-16-C-0015) to provide support for technical engineering services, design and development engineering, component and full scale test and evaluation engineering, and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment.  Work will be performed in Sunnyvale, California (55 percent); Ridgecrest, California (20 percent); Cape Canaveral, Florida (10 percent); Bangor, Washington (5 percent); Kings Bay, Georgia (5 percent); Barrow-In-Furness, England (2 percent); New London, Connecticut (1 percent); Quonset Point, Rhode Island (1 percent); and Arlington, Virginia (1 percent), with an expected completion date of Sept. 30, 2020.  Fiscal 2017 research, development, test, and evaluation funds in the amount of $7,009,169 are being obligated on this award, none of which expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

 

DEFENSE THREAT REDUCTION AGENCY

 

CENTRA Technology Inc., Burlington, Massachusetts, was awarded a $61,771,261 cost-plus-fixed-fee contract for Balanced Survivability Assessments Team Support. This contract provides for assessments to mission survivability of critical U.S. and allied national/theater mission systems, networks, architectures, infrastructures, and assets.  Work will be performed at the Defense Threat Reduction Agency, Fort Belvoir, Virginia, with an expected completion date of Aug. 11, 2022. Fiscal 2017 operations and maintenance funds in the amount of $631,972 are being obligated at time of award. This contract was a competitive acquisition and six offers were received. The Defense Threat Reduction Agency, Fort Belvoir, Virginia is the contracting activity (HDTRA1-17-C-0065).

 

ARMY

 

MW Builders Inc., Temple, Texas, was awarded a $55,741,000 firm-fixed-price contract for the construction of the Mission Training Complex at Fort Hood, Texas. Bids were solicited via the Internet with four received. Work will be performed in Fort Hood, Texas, with an estimated completion date of August 15, 2019. Fiscal 2013 and 2015 military construction funds in the combined amount of $55,741,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-17-C-0042).

 

IFC Inc. LLC, Fairfax, Virginia, was awarded a $29,237,367 cost-plus-fixed-fee contract for defense cyber operations research and supporting elements. One bid was solicited and one bid received. Work will be performed in Adelphi, Maryland, with an estimated completion date of June 15, 2020. Fiscal 2018 research, development, test and evaluation; and other funds in the combined amount of $2,250,327 were obligated at the time of the award. U.S. Army Contracting Command, Adelphi, Maryland, is the contracting activity (W911QX-17-C-0018).

 

Great Lakes Dredge and Dock Co., Brook, Illinois, was awarded a $26,342,120 firm-fixed-price contract for Myrtle Beach storm damage reduction project. Bids were solicited via the Internet with three received. Work will be performed in Myrtle Beach, South Carolina, with an estimated completion date of July 14, 2017. Fiscal 2017 other funds in the amount of $26,342,120 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-17-C-0004).

 

King Aerospace Inc., Addison, Texas, was awarded a $15,237,479 modification (P00027) to contract W58RGZ-15-C-0026 for logistics support services in support of the De Havilland Canada Dash 7 airborne reconnaissance low EO-5 Army fixed-wing aircraft fleet. Work will be performed in Fort Bliss, Texas, with an estimated completion date of Dec. 31, 2017. Fiscal 2017 operations and maintenance (Army) funds in the amount of $7,135,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Stanley-Design Alaska JV, Fairbanks, Alaska, was awarded a $9,000,000 firm-fixed-price contract for mechanical and electrical design architect-engineer services for projects with emphasis in stoker-fed, coal-fired power plants. Bids were solicited via the Internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of June 16, 2022. U.S. Army Corps of Engineers, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-17-D-0014).

 

DEFENSE LOGISTICS AGENCY

 

Bethel Industries Inc.,* Jersey City, New Jersey, has been awarded a maximum $21,900,000 firm-fixed-price contract for field jackets. This is a two-year contract with no option periods. This was the small business set-aside lot 0001 portion of a solicitation containing two lots. This was a competitive acquisition with six responses received for the small business set-aside lot 0001. Location of performance is New Jersey, with a June 15, 2019, performance completion date. Using customers are Afghan Border Police, Afghan National Army (ANA), Afghan Uniform Police, and ANA Special Operations. Type of appropriation is fiscal 2017 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-17-D-1067).

 

Crown Clothing Co., Vineland, New Jersey, has been awarded a maximum $8,044,027 modification (P00107) exercising the fourth one-year option period of a one-year base contract (SPM1C1-13-D-1059) with four one-year option periods for various coats. This is a fixed-price contract. Location of performance is New Jersey, with a June 23, 2018, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

*Small business