An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

You have accessed part of a historical collection on defense.gov. Some of the information contained within may be outdated and links may not function. Please contact the DOD Webmaster with any questions.

Contracts For July 7, 2017

CONTRACTS

 

NAVY

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $5,577,714,486 modification to a previously awarded F-35 Lightning II low-rate initial production (LRIP) Lot 11 advance acquisition contract (N00019-16-C-0033).  The LRIP 11 contract contains requirements for the Air Force, Marine Corps, Navy, international partner nations, and foreign military sales (FMS) customers. This modification provides for the procurement of 74 fiscal 2017 aircraft, comprised of 48 F-35A aircraft for the Air Force, 18 F-35B aircraft for the Marine Corps, and eight F-35C aircraft for the Navy and Marine Corps.  In addition, this modification adds funding to previously awarded fiscal 2015 and 2016 aircraft contract line item numbers for the U.S. Services. Work will be performed in Fort Worth, Texas (55 percent); El Segundo, California (15 percent); Warton, United Kingdom (10 percent); Orlando, Florida (5 percent); Nashua, New Hampshire (5 percent); Baltimore, Maryland (5 percent); and Cameri, Italy (5 percent), and is expected to be completed in December 2020.  Fiscal 2015, 2016, and 2017 aircraft procurement (Air Force, Navy, and Marine Corps) funds in the amount of $4,491,634,930 will be obligated at time of award, $275,641,724 of which will expire at the end of the fiscal year.  This modification combines purchases for the Air Force ($3,428,766,751; 61 percent); Navy ($1,444,492,090; 26 percent); and the Marine Corps ($704,455,645; 13 percent).  An undefinitized not-to-exceed contract modification to fund procurement of 50 F-35 Partner and FMS aircraft for $2.2 billion is anticipated within the month of July 2017.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Sodexo Management Inc., Gaithersburg, Maryland, is being awarded $20,290,305 for fixed-price modification P00078 under previously awarded contract M00027-11-C-0001 for an increase in quantity of meals needed for fiscal 2017 in support of the U.S. Marine Corps Regional Garrison Food Services Program.  This modification increases the cumulative value of the contract to $686,688,135.  Work will be performed in Camp Lejeune, North Carolina (47.51 percent); Parris Island, South Carolina (35.51 percent); Quantico, Virginia (6.53 percent); Cherry Point, North Carolina (5.98 percent); Beaufort, South Carolina (2.41 percent); Washington, District of Columbia (1.09 percent); Norfolk, Virginia (0.77 percent); and Bogue, North Carolina (0.20 percent).  The increase in quantity of meals has no impact to the fiscal 2017 delivery schedule as it remains in full force and effect.  Fiscal 2017, 1105 subsistence-in-kind funds in the amount of $20,290,305 will be obligated at the time of award and will expire at the end of the current fiscal year.  Marine Corps Installation Command, Arlington, Virginia, is the contracting activity.

 

AIR FORCE

 

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $92,900,000 indefinite-delivery/indefinite-quantity, five-year ordering period, for E-3 Airborne Warning and Control System (AWACS) sustainment engineering and technical support. This contract provides for support to the E-3 AWACS division and will also generate technical requirements for the  Air Force, Japanese Air Self Defense Force (JASDF), North Atlantic Treaty Organization (NATO), Royal Saudi Air Force (RSAF), UK, and French Republic (FR). Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by July 9, 2022. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance funds in the amount of $5,126,554 are being obligated at the time of award.  Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. This contract involves foreign military sales to JASDF, NATO, RSAF, UK, and the FR. There is no known congressional interest pertaining to this acquisition (FA8102-17-D-0003/FA8102-17-F-0033).

 

Raytheon Co., Aberdeen Proving Ground, Maryland, has been awarded a $78,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for delivery of identification friend or foe transponders and ancillary equipment. Work will be performed at Largo, Florida, and is expected to be complete by Jan. 6, 2020. This award is the result of a sole-source acquisition. Fiscal 2017 procurement funds in the amount of $1,439,380 are being obligated at the time of award. Aerospace Management Systems Division Contracting Office, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-17-D-0006).

 

Raytheon Co., El Segundo, California, has been awarded a $49,997,167 cost-plus-fixed-fee and fixed-price requirements contract for engineering services to mitigate obsolescence issues for B-2 radar components, build tools for integration testing, and perform repair services for radar components. Work will be performed at El Segundo, California, and is expected to be complete by July 5, 2020. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-17-D-0015).

 

Northrop Grumman Systems Corporations Aerospace Systems, Redondo Beach, California, has been awarded a $9,800,000 not-to-exceed, firm-fixed-price contract for parts and materials for Extremely High Frequency (EHF) Military Satellite Communications (MILSATCOM) Systems. Contractor will provide the procurement of parts and materials for EHF MILSATCOM systems. Work will be performed at Redondo Beach, California, and is expected to be complete by July 6, 2019.  Fiscal 2017 research, development, test, and evaluation funds in the amount of $4,900,000 are being obligated at the time of award. This award is the result of a sole-source acquisition.  Contracting activity is the SMC/PKJ, Los Angeles Air Force Base, El Segundo, California. There is no known congressional interest pertaining to this acquisition (FA8808-17-C-0001).

 

DEFENSE FINANCE AND ACCOUNTING SERVICE

 

CORRECTION: The contract announced on July, 6, 2017, for Kearney and Company LLC, Alexandria, Virginia (HQ0423-17-F-0096) was announced with an incorrect award date. The correct award date is July 7, 2017. All other contract information was correct.

 

DEFENSE LOGISTICS AGENCY

 

Leading Technology Composites,* Wichita, Kansas, has been awarded a maximum $47,107,200 firm-fixed-priced, fixed-quantity contract for enhanced side ballistic inserts. This is a 20-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2) from Federal Acquisition Regulation 6.302-2, which cites an unusual and compelling urgency. Location of performance is Kansas, with a March 4, 2019, performance completion date. Using military services are Army, Air Force, Marines, Navy and Coast Guard. 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-C-0014).

 

Wolverine World Wide, Rockford, Michigan, has been awarded a maximum $33,922,260 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for intermediate cold wet boots. This was a competitive acquisition with two offers received. This is a one-year base contract with four one-year option periods. Maximum dollar amount is for the life of the contract. Location of performance is Michigan, with a July 7, 2022, performance completion date. Using customers are Army, Air Force, Marine Corps, Navy and Coast Guard. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-17-D-1068).

 

The Boeing Co., Mesa, Arizona, has been awarded a maximum $28,549,900 firm-fixed-price delivery order (ZB45) against an existing contract (SPE4A1-14-G-0007) for rotary rudder helicopter blades. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2) from Federal Acquisition Regulation 6.302-2, which cites an unusual and compelling urgency. Location of performance is Arizona, with a June 15, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

 

Lockheed Martin Corp., Owego, New York, has been awarded a maximum $19,700,000 firm-fixed-price delivery order (5028) against a basic ordering agreement (SPRPA1-15-G-002Y) for various MH-60 aircraft spare parts. This is a single, stand-alone contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is New York, with a July 31, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. 

 

CORRECTION: The contract announced on June 30, 2017, for Doyon Utilities LLC, Fairbanks, Alaska, (SP0600-07-C-8262/P00153) for $79,599,630 was announced with an incorrect award date. The correct award date is July 6, 2017. All other contract information was correct.

 

ARMY

 

J&B Builders Inc.,* Saint Charles, Illinois (W912J2-17-D-4001); Charpie Construction Co.,* Brookfield, Illinois (W912J2-17-D-4002); Norcon Corp.,* Schofield, Wisconsin (W912J2-17-D-4003); Belonger Corp. Inc.,* West Bend, Wisconsin (W912J2-17-D-4004); KPH Construction Corp.,* Milwaukee, Wisconsin (W912J2-17-D-4005); Platt Construction Inc.,* Franklin, Wisconsin (W912J2-17-D-4006); Opcon Inc.,* Carol Stream, Illinois (W912J2-17-D-4007); Nuvo Construction Co. Inc.,* Milwaukee, Wisconsin (W912J2-17-D-4008); and Pontiac Drywall Systems Inc.,* Pontiac, Michigan (W912J2-17-D-4009), will share in a $20,000,000 firm-fixed-price contract for construction requirements at the three Wisconsin Air National Guard bases and Army National Guard locations throughout the state. Bids were solicited via the Internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of July 6, 2022.  National Guard Bureau, Camp Douglas, Wisconsin is the contracting activity.

 

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $56,757,428 modification (P00074) to contract W31P4Q-13-C-0129 to procure Javelin containerized all-up rounds, command launch units, Javelin vehicle launcher-electronics and associated non-recurring engineering required for obsolescence. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 30, 2020. Fiscal 2017 other funds in the amount of $56,757,428 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

CORRECTION:  The contract awarded to Harris Corp. (W52P1J-17-D-0037) for $461,246,563 that was announced on July 6, 2017, stated the incorrect contracting command. The correct command should read U.S. Army Contracting Command, Rock Island Arsenal, Illinois. All other contract information is accurate.

 

CORRECTION:  The contract awarded to Motorola Solutions Inc. (W52P1J-17-D-0038) for $461,246,563 that was announced on July 6, 2017, stated the incorrect contracting command. The correct command should read U.S. Army Contracting Command, Rock Island Arsenal, Illinois. All other contract information is accurate.

 

*Small business