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 Some of the information contained within may be outdated and links may not function.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 30, 2017

CONTRACTS

 

ARMY

 

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $3,767,831,006 firm-fixed-price foreign military sales (Saudi Arabia) contract for a Black Hawk multi-year production effort to include associated services for program system management, engineering, technical data and publications. One bid was solicited and one bid received. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2022. Fiscal 2010 and 2017 other funds in the amount of $1,136,857,218 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-17-C-0009).

 

Cadence Contract Services LLC,* South Jordan, Utah, was awarded a $99,000,000 firm-fixed-price contract to provide support services to perform real property maintenance and repair for Fort Drum, New York. Bids were solicited via the Internet with four received. Work will be performed in Fort Drum, New York, with an estimated completion date of June 29, 2022. Fiscal 2017 operations and maintenance funds will be determined with each order. U.S. Army Contracting Command, Fort Drum, New York, is the contracting activity (W911S2-17-D-8000).

 

Lockheed Martin Corp., Orlando, Florida, was awarded a $55,500,000 firm-fixed-price foreign military sales (Saudi Arabia) contract for the design, development, testing, managing, documenting, installing, and providing hardware, software, spares, and training for Saudi Arabian Ministry National Guard live fire ranges. Bids were solicited via the Internet with one received. Work will be performed in Orlando, Florida, with an estimated completion date of June 14, 2022.  Fiscal 2010 other funds in the amount of $55,500,000 were obligated at the time of the award. U.S. Army Program Executive Office Simulation, Training and Instrumentation, Orlando, Florida, is the contracting activity (W900KK-17-C-0040).

 

KSS LLC,* Huntsville, Alabama, was awarded a $48,500,000 cost-plus-fixed-fee contract for environmental planning, compliance, and remediation technical 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 June 29, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-17-D-0009).

 

L3 Technologies Inc., Salt Lake City, Utah, was awarded a $35,230,000 cost-plus-fixed-fee contract for remote operated video enhanced receiver engineering technical services. One bid was solicited and one bid received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of June 29, 2021. Fiscal 2018 funds will be determined with each order. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-17-D-0055).

 

L3 Technologies Inc., Salt Lake City, Utah, was awarded a $28,240,000 contract for remote operated video enhanced receiver hardware production. One bid was solicited and one bid received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of June 29, 2021. Fiscal 2018 funds will be determined with each order. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-17-D-0081).

 

Cummins Inc., Columbus, Indiana, was awarded a $25,001,242 modification (P00015) to contract W56HZV-16-C-0047 for 126 new 675 horsepower V903 engines; 60 reduced white smoke engines; and miscellaneous parts. Work will be performed in Columbus, Indiana, with an estimated completion date of June 29, 2018. Fiscal 2017 other funds in the amount of $25,001,242 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

American Science and Engineering, Billerica, Massachusetts, was awarded a $20,965,958 firm-fixed-price foreign military sales (Iraq) contract to provide a repair parts package for the sustainment of Iraqi-owned Z-Backscatter vans with low-energy, non-intrusive inspection equipment screening systems. One bid was solicited and one bid received. Work will be performed in Billerica, Massachusetts, with an estimated completion date of June 29, 2018. Fiscal 2017 other funds in the amount of $20,965,957 were obligated at the time of the award. U.S. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-17-C-0086).

 

SourceAmerica, Vienna, Virginia, was awarded a $13,999,989 firm-fixed-price contract for the improved hot weather combat uniform. One bid was solicited and one bid received. Work will be performed in El Paso, Texas; Greensboro, North Carolina; San Antonio, Texas; and Miami, Florida, with an estimated completion date of March 19, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $13,999,989 were obligated at the time of the award. U.S. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-17-C-0103).

 

Gentex Corp., Simpson, Pennsylvania, was awarded a $13,443,811 firm-fixed-price contract for procurement of the Apache Aviator Integrated Helmet, assembly, production, and associated spare parts. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-17-D-0070).

 

Leidos Inc., Reston, Virginia, was awarded a $10,858,406 modification (P00054) to contract W52P1J-11-C-0005 for ammo supply point/theater storage area in the Kuwait Area of Responsibility. Work will be performed in Kuwait, with an estimated completion date of Dec. 31, 2017. Fiscal 2017 operations and maintenance (Army) funds in the amount of $10,858,406 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Strategic Outfitting Transition Solutions LLC,* Anchorage, Alaska, was awarded an $8,635,348 firm-fixed-price contract for initial outfitting of the medical and dental clinic on Marine Corps Base Kaneohe Bay, Hawaii. Bids were solicited via the Internet with seven received. Work will be performed in Kaneohe Bay, Hawaii, with an estimated completion date of June 30, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $8,635,348 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-17-C-6000).

 

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $7,195,036 modification (000405) to contract W31P4Q-17-D-0005 for JAVELIN Engineering Services Memorandum – Spiral 3 Phase 10 and Spiral 3 Phase 11 continued cost reduction initiative efforts. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 30, 2019. Fiscal 2017 other funds in the amount of $7,195,036 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

AIR FORCE

 

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a not-to-exceed $409,000,000 indefinite-delivery/indefinite-quantity contract for Next Generation Thermal, Power, and Controls (NGT-PAC). The contract for the NGT-PAC program is an effort involving multiple government agencies and industry, to develop revolutionary and innovative technologies that will conduct applied research to increase knowledge and understanding of future power, thermal and controls requirements, while advancing technology development, in an effort to prove technological feasibility and assess operability of thermal, power, and controls components and architectures through proof of principal demonstrations. Work will be performed in Fort Worth, Texas, and is expected to be complete by July 31, 2024.  This award is the result of a competitive acquisition, and seven offers were received. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-17-D-2405).

 

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $48,890,454 modification (P00715) for Advanced Extremely High Frequency (AEHF) Satellite Vehicle 1-4. Contractor will provide system capability augmentation to provide mission planning functionality to support the AEHF extended data rate transition. Work will be performed in Sunnyvale, California, and is expected to be complete by June 30, 2019. Fiscal 2017 research, development, test and evaluation funds in the amount of $8,000,000 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (F04701-02-C-0002).

 

Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $36,989,076 modification (FA8504-17-F-0007-P00004) for C-130J propulsion long-term sustainment. Contractor will provide sustainment support, inventory control point management, repair, sustaining engineering support, and technical data in support. Work will be performed at Indianapolis, Indiana, and is expected to be complete by Oct. 31, 2017.  Fiscal 2017 operations and maintenance funds in the amount of $27,639,181 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-17-D-0002).

 

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $17,999,843 undefinitized contract action task order (FA8106-17-F-0086) for engineering support services. Contractor will provide engineering support services for refurbishment of the interior for one of the C-32A aircraft. This includes an FAA-approved upgrade to the C-32A interior, consisting of Group A kits for one aircraft First Article, and installation and testing along with the identification and procurement of long lead items for one aircraft.  Work will be predominantly performed in Greenville, Texas, and is expected to be complete by Aug. 31, 2018. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance funds in the amount of $7,029,193 are being obligated for the task order at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-17-D-0002).

 

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a not-to-exceed $13,084,073 firm-fixed-price, cost-plus-fixed-fee undefinitized contract action for low-rate initial production of the Airborne Warning and Control System (AWACS) Diminishing Manufacturing Sources Replacement of Avionics for Global Operations and Navigation (DRAGON) program. This contract provides for the procurement of Group A mod kits, select Group B mod kits, installation and checkout spares, and avionics integration support facility software integration lab parts for the DRAGON modification to be installed on AWACS aircraft. The location of performance is Oklahoma City, Oklahoma.  The work is expected to be complete by Feb. 28, 2019.  This award is the result of a sole-source acquisition. Fiscal 2017 procurement funds in the amount of $4,495,802 are being obligated at the time of award. Air Force Life Cycle Material Command, Airborne Battle Management Command and Control, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-17-C-0038).

 

SA Technical Services Inc., Niceville, Florida (FA0021-15-D-0001); Advanced Concepts Enterprises Inc., Shalimar, Florida (FA0021-15-D-0002); and Streamline Defense LLC, Tampa, Florida (FA0021-15-D-0003), have each been awarded a combined $12,000,000 modification (P00004) to a previously indefinite-delivery/indefinite-quantity contract for Systems Engineering and Technical Assistance (SETA) V services. This modification increases the ceiling amount of the original contract. Performance locations will be determined on individual task orders. Work is expected to be complete by Aug. 11, 2020. Funds will be obligated on individual task orders. Air Force Installation Contracting Agency, Hurlburt Field, Florida, is the contracting activity.

 

Canadian Commercial Corp., Ottawa, Canada, has been awarded an $8,698,102 modification (0005) to previously awarded contract FA8101-15-D-0002 for software design, installation, support, training, maintenance, and technical support. Contractor will provide operations support, help desk, software engineering, software licensing, system verification and system testing and training. Work will be performed at Richmond, Canada, and is expected to be complete by June 30, 2020. Fiscal 2017 operations and maintenance funds in the amount of $8,698,102 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

 

 

 

NAVY

 

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a not-to-exceed $339,645,342 undefinitized modification to a previously awarded low-rate initial production (LRIP) Lot 11 advance acquisition contract (N00019-17-C-0020).  This modification provides for the procurement of propulsion system initial spares for Global Spares Pool in support of the F-35 Joint Strike Fighter aircraft.  This includes initial spare engines, initial spare modules, and initial spare parts required to support the LRIP Lot 11 aircraft delivery schedule.  Work will be performed in East Hartford, Connecticut (93 percent); Indianapolis, Indiana (6 percent); and Bristol, United Kingdom (1 percent), and is expected to be completed in June 2020.  Fiscal 2015, 2017 aircraft procurement (Air Force and Navy) funds; fiscal 2016 aircraft procurement (Navy), and foreign military sales (FMS) funds in the amount of $248,472,749 are being obligated at time of award, $129,283,264 of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($130,330,218; 38 percent); the Navy ($97,815,983; 29 percent); international partners ($91,172,593; 27 percent); and FMS customers ($20,326,548; 6 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Huntington Ingalls Industry, Newport News, Newport News, Virginia, is being awarded a $219,377,731 cost-plus-fixed-fee, firm-fixed-price modification to a previously awarded contract (N00024-15-C-4301) to exercise options for the execution activities under USS Columbus (SSN 762) engineered overhaul availability.  This option exercise will accomplish execution efforts for maintenance, repair, test and routine work that includes growth work on USS Columbus (SSN 762).Work will be performed in Newport News, Virginia, and is expected to be completed by August 2019.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $219,377,731 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.

 

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $218,102,150 cost-plus-fixed-fee, not-to-exceed modification to a previously awarded contract (N00024-16-C-2431) for procurement of long lead time material and advance construction activities in support of LPD 29.  Work will be performed in Pascagoula, Mississippi (24 percent); Beloit, Wisconsin (14 percent); King of Prussia, Pennsylvania (4 percent); York, Pennsylvania (4 percent); Mossville, Illinois (4 percent); Tulsa, Oklahoma (3 percent); Sumter, South Carolina (3 percent); Irvine, Pennsylvania (3 percent); Brunswick, Georgia (2 percent); Columbus, Ohio (2 percent); Pittsburgh, Pennsylvania (2 percent); Carson, California (2 percent); and Grand Rapids, Michigan (2 percent), with other efforts performed at various sites throughout the U.S. (31 percent).  Work is expected to be completed by February 2018.  Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $107,960,564 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Northrop Grumman Systems Corp., Herndon, Virginia, is being awarded a maximum ceiling $93,000,000 four and a half year, firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the software maintenance and software technical and development support for the Command and Control Personal Computer (C2PC), and the Tactical Service Oriented Architecture (TSOA) system.  Work will be performed in San Diego, California, and is expected to be completed by Dec. 30, 2017.  If all ordering periods are exercised, work will continue through December 2021.  Fiscal 2017 operations and maintenance (Marine Corps) funds in the amount of $1,637,391 will be obligated at the time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-17-D-2602).

 

HDR Engineering Inc., Colorado Springs, Colorado, is being awarded a maximum amount $30,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineering services for planning projects located predominately in the continental U.S., and may also include work worldwide.  The work to be performed provides for global shore infrastructure, installation development, regional integration, functional, maintenance and sustainment, integrated product support, encroachment action, family housing and bachelor quarters comprehensive neighborhood, activity overview, and installation appearance.  They are to prepare project planning documents such as military construction project planning documentation, construction cost estimates, preliminary and parametric cost estimates, siting-land use studies/analyses, special site approvals, economic analyses, asset evaluations, basic facilities requirements, etc.  Studies will include concept studies, special planning, business case analysis, traffic/parking/movement, facilities planning, anti-terrorism, sustainable planning, feasibility, safety, air installation compatible use zones, etc., and various geospatial information and services.  Work will be performed at various Navy and Marine Corps facilities and other government facilities predominately in the U.S. (West Coast, Midwest states, and Alaska) but also worldwide.  The term of the contract is not to exceed 60 months with an expected completion date of June 2022.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year.  No task orders are being issued at this time.  Future task orders will be primarily funded by operation and maintenance (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-17-D-5008).

 

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $26,397,025 cost-plus-incentive-fee, cost-plus fixed fee modification to a previously awarded contract (N00024-10-C-5125) for Advanced Electronic Guidance and Instrumentation System combat systems engineering, in-country support, integrated logistics support, and staging for the Australian Air Warfare Destroyer Hobart Class Ship 2 Shipbuilding program in support of the Royal Australian Navy.  Work will be performed in Adelaide, Australia (64 percent); Moorestown, New Jersey (26 percent); Camden, New Jersey (7 percent); and Pureland, New Jersey (3 percent), and is expected to be completed by September 2018.  Foreign military sales funding in the amount of $26,397,025 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.

 

Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is being awarded $25,160,118 for firm-fixed-price order N0002417F5152 under a previously awarded basic ordering agreement (N00024-17-G-5103) for Advanced Electronic Guidance and Instrumentation System (AEGIS) modernization production requirements.  This delivery order covers the production of Solid State Switch Assembly (SSSA) Ordnance Alteration kits and spares, as well as test and installation efforts, in support of the AEGIS Modernization (AMOD) program.  The AMOD program fields combat system upgrades that will enhance the anti-air warfare and ballistic missile defense capabilities of AEGIS equipped DDG 51 Arleigh Burke-class destroyers and CG 47 Ticonderoga-class cruisers.  This delivery order includes options which, if exercised, would bring the cumulative value of this contract to $36,481,039.  Work will be performed in Andover, Massachusetts (74 percent); Marlborough, Massachusetts (18 percent); and Burlington, Massachusetts (8 percent); and is expected to be completed by December 2019.  Fiscal 2016 and 2017 other procurement (Navy) funds in the amount of $25,160,118 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This delivery order was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) .  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

General Dynamics Mission Systems, Fair Lakes, Virginia, is being awarded a $22,633,571 cost-plus-incentive-fee modification to a previously awarded contract (N00024-09-C-6246) to exercise options for the accomplishment of the AN/BYG-1 weapons control system technology insertion and advanced processing build software upgrade.  Work will be performed in Pittsfield, Massachusetts, and is expected to be completed by June 2019.  Fiscal 2017 research, development, test and evaluation (Navy); and fiscal 2017 other procurement (Navy) funding in the amount of $2,609,604 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.

 

F3EA JV LLC,* Savannah, Georgia, is being awarded a maximum ceiling $16,362,010 five-year, firm-fixed-price contract for underwater egress training (UET) systems support at four Marine Corps bases.  The mission of the UET program is to train Marines and other authorized personnel how to egress from sinking or submerged platforms, including aircraft, amphibious, and ground vehicles, and proper use of life support equipment.  The UET training systems include the following, Modular Amphibious Egress Trainer, Submerged Vehicle Egress Trainer and Shallow Water Egress Training device.  Work will be performed at Kaneohe Bay, Hawaii (25 percent); Camp Pendleton, California (25 percent); Camp Lejeune, North Carolina (25 percent); and Okinawa, Japan (25 percent), and is expected to be completed by July 30, 2022.  Fiscal 2017 operations and maintenance (Marine Corps) funds in the amount of $2,657,856 will be obligated at the time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-17-C-7800).

 

Northrop Grumman Systems Corp., Linthicum, Maryland, is being awarded $15,471,609 for firm-fixed-price job order N0016417FW090 under a previously awarded basic ordering agreement (N00164-13-G-WT15).  The requirement is for spare parts to support organic depot repairs of the AN/ALQ-240 Electronic Support Measures system.  The AN/ALQ-240 provides rapid detection, classification, and geographical location of ground based radar systems to provide situational awareness to the P-8A aircraft.  Work will be performed in Linthicum, Maryland (75 percent); San Jose, California (10 percent); Ashburn, Virginia (5 percent); Baltimore, Maryland (5 percent); and Fort Walton Beach, Florida (5 percent), and is expected to be completed by October 2020.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $15,471,609 will be obligated at time of award and will expire at the end of fiscal year.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

 

BAE Systems Information and Electronic System Integration Inc., Merrimack, New Hampshire, is being awarded an $11,922,391 18-month option period under a previously awarded cost-plus-fixed-fee contract (N66001-16-C-4001).  Support includes the development of a next generation estimation of position using tomography, undersea-data, nonlinear modeling, and an exfiltration system to provide a scalable, cost-effective solution for a robust, basin-wide precision navigation and timing system for deep water, shelf, and littoral regions. The value of the 15-month base contract together with the 18-month option period brings the total value of this contract to $18,050,729.  Work will be performed in Merrimack, New Hampshire, and is for this option period is expected to be completed Dec. 29, 2018.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $11,922,391 are being obligated at the time of award.  This contract was competitively procured via Defense Advanced Research Projects Agency broad agency announcement via publication on the Federal Business Opportunities website.  Eleven proposals were received and three were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

 

Raytheon BBN Technologies Corp., Cambridge, Massachusetts, is being awarded a $10,940,306 18-month option period under a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-16-C-4003).  Support includes the development of a Precision Ocean Interrogation, Navigation and Timing System that will provide a scalable, cost-effective solution for a robust, basin-wide position, navigation and timing system for deep water, shelf, and littoral regions.  The value of the two-year base contract together with this 18-month option period brings the total value of this contract to $16,355,812.  Work will be performed in Cambridge, Massachusetts, and is expected to be completed Dec. 29, 2018.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $10,940,306 are being obligated at the time of award.  This contract was competitively procured via Defense Advanced Research Projects Agency broad agency announcement 15-30 via publication on the Federal Business Opportunities website.  Eleven proposals were received and three were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

 

Northrop Grumman Systems Corp., Linthicum, Maryland, is being awarded $10,491,865 for firm-fixed-price job order N0016417FW094 under previously awarded basic ordering agreement N00164-15-G-WS82.  The requirement is for spare parts to be used to repair the AN/ALQ-240 Electronic Support Measures system at intermediate-level repair sites.  The AN/ALQ-240 provides rapid detection, classification and geographical location of ground-based radar systems to provide situational awareness to the P-8A aircraft. The Navy's P-8A Poseidon aircraft also includes capabilities such as long-range anti-submarine, anti-surface, intelligence, surveillance and reconnaissance in support of broad-area maritime and littoral operations.  Work will be performed in Linthicum, Maryland (75 percent); San Jose, California (10 percent); Ashburn, Virginia (5 percent); Baltimore, Maryland (5 percent); and Fort Walton Beach, Florida (5 percent), and is expected to be completed by October 2020.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $10,491,865 will be obligated at time of award and will expire at the end of the current fiscal year.  In accordance with 10 U.S. Code 2304(c)(1), this job order was not competitively procured.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

 

Spectro Scientific Inc.,* Chelmsford, Massachusetts, is being awarded a $9,657,150 fixed-price, indefinite-delivery/indefinite-quantity contract to manufacture, test and deliver up to 69 (65 production units and four pre-production units) atomic emission rotrode spectrometers in support of the Navy and Marine Corps’ oil analysis program.  In addition, technical data and logistics support documents (technical manual and provisioning data), initial consumables and maintenance kits/parts will be acquired.  Work will be performed at Chelmsford, Massachusetts, and is expected to be completed by August 2020.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $962,917 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N68335-17-D-0025).

 

ECS Federal LLC,* Fairfax, Virginia, is being awarded $8,894,068 for modification P00023 to a previously awarded cost-plus-fixed-fee contract (N00421-14-F-0060) to exercise an option for enterprise-wide information technology services in support of the Naval Air Systems Command. This modification provides for help desk services, desk-side services, and organizational messaging and communications.  Work will be performed in Patuxent River, Maryland (99.7 percent); and San Diego, California (0.3 percent), and is expected to be completed in June 2018.  Fiscal 2017 working capital funds (Navy) in the amount of $2,139,634 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, Patuxent River, Maryland, is the contracting activity.

 

Hawaii Pacific JV LLC,* Kaneohe, Hawaii, is being awarded $8,132,000 for firm-fixed-price task order N6247817F4038 under a previously awarded multiple award construction contract (N62478-16-D-4017) to repair termite damage in Building 7, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Joint Base Pearl Harbor-Hickam.  The work to be performed provides for the repair, renovation, upgrade and removal of termite damaged spaces.  This project will repair/replace deteriorated and termite damaged office, break room, classroom, bathroom, locker room and storage spaces.  The work shall include demolition and replacement of existing walls/partitions, finishes, air conditioning systems/units, plumbing lines, and electrical fixtures/systems; construct new fire exit corridors and interior fire separation walls on the second floor; construct two new exterior exit staircases; installation of a combination fire alarm/mass notification system for buildings 7 and 12 (shared wall); and replace existing fire sprinkler heads.  Work will be performed in Oahu, Hawaii, and is expected to be completed by January 2019.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $8,132,000 are obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. 

 

Donjon Marine Co Inc., Hillside, New Jersey, is being awarded an $8,497,931 cost-plus-award-fee modification to a previously awarded contract (N00024-11-D-4002-0029) to salvage (wreck in place) Naval Research Lab (NRL) firefighting test ship ex-USS Shadwell.  This contract modification is under the Zone A Salvage Services Contract. Action is in response to salvage services request from NRL to remove the grounded and unseaworthy vessel.  Work will be performed in Mobile, Alabama, and is expected to be completed by June 2018.  Fiscal 2017 working capital fund (Navy) in the amount of $8,497,931 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.

 

U.S. SPECIAL OPERATIONS COMMAND

 

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a maximum $29,826,000 indefinite-delivery/indefinite-quantity contract to provide brownout cameras and services to facilitate aircraft integration, training, testing support and contractor logistics support for the Technology Applications Program Office.  The majority of the work will be performed in Dallas, Texas.  Maximum contract period of performance will end June 2021.  Fiscal 2017 procurement funds in the amount of $7,557,226 is being obligated at time of award as a firm-fixed-price, cost-plus-fixed-fee order.  Each individual task order will be funded with procurement appropriations under the appropriate fiscal year, and is not multi-year.  This contract was awarded through non-competitive award in accordance with Federal Acquisition Regulation 6.302-1.  U.S. Special Operations Command, Tampa, Florida is the contracting activity (H92241-17-D-0005).

 

WASHINGTON HEADQUARTERS SERVICES

 

NetCentrics Corp., Herndon, Virginia, is being awarded a modification to a cost reimbursement contract for $15,751,887 to obtain Joint Service Provider Information Technology Service Delivery Support Services for Washington Headquarters Services (WHS), the Office of the Secretary of Defense, Pentagon Force Protection Agency, and the WHS supported organizations. The primary place of work performance will be in the National Capital Region, including the Pentagon, Mark Center, and Crystal City, Virginia. The expected completion date is June 30, 2018.  Fiscal 2017 operations and maintenance funds are being obligated at the time of the award.  Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-17-C-0057).

 

*Small business