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 Some of the information contained within may be outdated and links may not function.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 21, 2017

CONTRACTS

 

ARMY

 

Indyne Inc, (W912DY-17-D-0039), Reston, Virginia; Spectrum Solutions Inc.,* Madison, Alabama( W912DY-17-D-0041); and Williams Electric Co Inc., Fort Walton Beach, Florida (W912DY-17-D-0040), was awarded a $270,000,000 type 1 contract for personnel, equipment, tools, materials, supervision, non-personal services, and other items necessary to procure, install, service and maintain electronic security systems.  Bids were solicited via the Internet with 34 received. Work locations and funding will be determined with each order, with an estimated completion date of March 20, 2022.  U.S. Army Corps of Engineers Support Center, Huntsville, Alabama, is the contracting activity (W912DY-17-D-0039, W912DY-17-D-0041, W912DY-17-D-0040).

 

Environmental Compliance Consultants Inc.,* Anchorage, Alaska (W911KB-17-D-0017); Sundance-EA LLC,* Pocatello, Idaho (W911KB-17-D-0018); Ahtna Environmental Inc.,* Anchorage, Alaska (W911KB-17-D-0019); and Brice Engineering LLC,* Anchorage, Alaska (W911KB-17-D-0020), was awarded a $ 48,000,000 firm-fixed-price contract for indefinite delivery of architect-engineer contracts for hazardous, toxic and radioactive wastes services.  Bids were solicited via the Internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of July 20, 2022.  U.S. Army Corps of Engineers, Alaska District, is the contracting activity (W911KB-17-D-0017, W911KB-17-D-0018, W911KB-17-D-0019 and W911KB-17-D-0020).

 

Concourse Federal Group LLC,* Washington, District of Columbia (W9126G-17-D-0027); and O'Brien Engineering Inc.,* Carrolton, Texas,( W9126G-17-D-0028), was awarded a $40,000,000.00 firm-fixed-price contract for real estate support services to include title research, appraisals, surveys, escrow support and land mapping and research in support of U.S. Army Corps of Engineers projects in the Southwestern U.S..  Bids were solicited via the Internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of July 20, 2021.  U.S. Army Corps of Engineers, Fort Worth District, Fort Worth, Texas, is the contracting activity (W9126G-17-D-0027 and W9126G-17-D-0028).

 

United Technologies Corp., Hartford, Connecticut, was awarded a $27,940,360 firm-fixed-price contract for procurement of 420 auxiliary power units with inlet barrier filters in support of UH-60 Black Hawk Helicopter requirements.  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 July 20, 2020.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-17-D-0050).

 

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $10,102,074 modification (P000303) to contract W31P4Q-17-D-0005 to modernize the Command Launch Unit (CLU) for weight reduction, which includes management, and engineering, to establish design requirements, and design analysis for the CLU.  Work will be performed in Tucson, Arizona with an estimated completion date of Sept. 30, 2019.  Fiscal 2017 funds in the amount of $10,102,074 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Birdon, Denver, Colorado, was awarded a $10,011,531 modification (P00038) to contract W56HZV-14-C-0015 to procure a quantity of 15 bridge erection boats and a quantity of 15 crew protection kits.  Work will be performed in Denver, Colorado; and Wichita, Kansas, with an estimated completion date of April 30, 2018.  Fiscal 2017 firm-fixed-price funds in the amount of $10,011,531 were obligated at the time of the award.  U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. (Awarded on July 14, 2017)

 

NAVY

 

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a $93,492,386 cost-plus-incentive-fee modification to a previously awarded contract (N00024-16-C-5102) to exercise options for DDG 116-118 AEGIS follow-on support services.  The contract provides for the completion of the development and fielding of the AEGIS Baseline 9 AEGIS Weapon System and integrated AEGIS Combat System on the remaining AEGIS Technical Insertion (TI) 12 configured destroyers as well as TI 12 and TI 08 configured cruisers.  Work will be performed in Moorestown, New Jersey (97 percent); and Johnstown, Pennsylvania (3 percent), and is expected to be completed by July 2018.  Fiscal 2017 research, development, test & evaluation (Navy and Department of Defense); fiscal 2012 and 2013 shipbuilding and conversion (Navy); and fiscal 2017 operations and maintenance (Navy) funding in the amount of $29,173,822 will be obligated at time of award and $1,210,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $49,817,624 cost-plus-award-fee/incentive-fee modification to a previously awarded contract (N00024-12-C-4403) to definitize USS Comstock (LSD 45) fiscal 2017 phased maintenance availability.  A phased maintenance availability includes the planning and execution of depot-level maintenance, alterations and modifications that will update and improve the ship's military and technical capabilities.  This modification includes an option which, if exercised, would bring the cumulative value to $49,992,701.  Work will be performed in San Diego, California, and is expected to be completed by October 2018. Fiscal 2017 operations and maintenance (Navy); and fiscal 2017 other procurement (Navy) funding in the amount of $49,817,624 will be obligated at the time of award, of which funds in the amount of $47,030,264 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

 

Booz Allen Hamilton Inc., McLean, Virginia, is being awarded $13,199,944 for modification P00008 to extend the previously awarded indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N00189-15-D-0043) to exercise Federal Acquisition Regulation 52.217-9 for second option year for enterprise management and technical support to the Navy Information Force’s Shore Modernization and Integration Directorate in the areas of: enterprise architecture and operational transition planning; shore network and communications modernization; information technology service management process standardization; cyber security; and information technology portfolio management support.  The contract includes a 12-month base year and four 12-month option periods.  The exercise of this option will bring the estimated cumulative value of the task order to $39,591,465, and if all options are exercised, total estimated contract value to $66,000,000.  Work will be performed in Suffolk, Virginia (88 percent); San Diego, California (11 percent); and Charleston, South Carolina (1 percent), and is expected to be completed by August 2018.  If all options on the contract are exercised, work will be completed by August 2020. No funding will be obligated at the time of award. Fiscal 2017 and 2018 operations and maintenance (Navy) funds will be obligated as individual task orders are issued, and will not expire at the end of the current fiscal year. This requirement was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity.

 

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded $11,867,147 for cost-plus-fixed-fee modification P00014 to a previously awarded contract (N00030-16-C-0100) for Trident II (D5) missile production and deployed system support.  The work will be performed in Sunnyvale, California, with an estimated completion date of March 31, 2018.  Fiscal 2017 research, development, test and evaluation funds in the amount of $10,232,520; and fiscal 2017 weapons procurement (Navy) funds in the amount of $1,634,627are being obligated on this award, none of which will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

 

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $10,330,262 cost-plus-incentive-fee modification to contract N00024-15-C-6222 for the procurement of Technical Insertion (TI)-16 Acoustic - Rapid-Commercial-Off-The-Shelf Insertion (A-RCI) systems and pre-cable kits.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $727,931,973.  Work will be performed in Manassas, Virginia (95 percent); and Clearwater, Florida (5 percent), and is expected to be completed by December 2022.  Fiscal 2017 other procurement (Navy) funding in the amount of $10,330,262, 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 Navy Yard, Washington, District of Columbia is the contracting activity.

 

G3 Technologies Inc.,* Columbia, Maryland, is being awarded a $9,578,038 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period, for wireless communication equipment.  The supplies and services to be procured are various cell phone technology upgrades and maintenance support for the outdoor test lab maintained by Naval Surface Warfare Center, Crane Division, Crane, Indiana, at the Lake Glendora Test Facility.  Work will be performed at Columbia, Maryland (80 percent); and the Glendora Lake Test Facility near Naval Surface Warfare Center, Crane Division, Crane, Indiana (20 percent), and is expected to be completed by July 2022.  Fiscal 2017 research, development, test and evaluation (Navy) funding in the amount of $886,000 will be obligated at the time of contract 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 contracting agency is Naval Surface Warfare Center, Crane Division, Crane, Indiana (N00164-17-D-WQ71).

 

Oceaneering International Inc., Chesapeake, Virginia, is being awarded a $7,947,605 modification to a previously awarded contract (N00024-13-C-6403) to exercise options for technical/maintenance services for the Dry Deck Shelter (DDS) program.  This option exercise is for DDS technical services that provide DDS maintenance, configuration change designs, kit up and execution of modifications, initial installations and testing onto host submarines and overall life cycle support of a continuing nature for emergent and planned maintenance repairs.  Work will be performed in Chesapeake, Virginia (95 percent); and Kings Bay, Georgia (5 percent), and is expected to be completed by July 2018.  Fiscal 2017 operations and maintenance (Navy); and fiscal 2017 other procurement (Navy) funding in the amount of $440,050 will be obligated at 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.

 

AIR FORCE

 

Lockheed Martin Corp., Marietta, Georgia, has been awarded a modification (P00006) for the exercise of option I for the $74,695,578 firm-fixed-price, time-and-materials, cost-plus-incentive-fee, indefinite-delivery/indefinite-quantity contract for C-130J long-term sustainment.  Sustainment services include program sustainment support, inventory control point management, consumable spares replenishment, repair of reparables, sustaining engineering support, technical data, and depot activation in support of the C130J weapon system.  Work will be performed in Marietta, Georgia, and is expected to be complete by July 31, 2018. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance funds in the amount of $73,986,978 are being obligated at the time of award under order number FA8504-17-F-0047.  Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-16-D-0001).

 

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $75,000,000 indefinite-delivery/indefinite-quantity contract for Small Diameter Bomb II technical support. Contractor will provide lifecycle technical support throughout engineering and manufacturing development, production, and sustainment phases.  Work will be performed in Tucson, Arizona, and is expected to be complete by July 25, 2024.  This award is the result of a sole-source acquisition. No funds are being obligated at the time of award.  Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-17-D-0019).

 

DEFENSE LOGISTICS AGENCY

 

EFW Inc., Fort Worth, Texas, has been awarded an estimated maximum $20,950,448 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-16 cockpit television video system cameras. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Locations of performance are Texas, and Israel, with a July 19, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2022 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Georgia (SPRWA1-17-D-0010).

 

Honeywell International Inc., Torrance, California, has been awarded a maximum $9,323,719 firm-fixed-price delivery order (THB2) against a three-year contract (SPE4AX-14-D-9406) for V-22 aircraft side air panel assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is California, with a March 30, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

 

WASHINGTON HEADQUARTERS SERVICES

 

E3 Federal Solutions Inc., McLean, Virginia, is being awarded a modification to a firm-fixed-price contract for $8,574,811 to provide executive administrative management services to support 38 separate offices headed by senior level individuals within the organization.  The expected completion date is Aug. 14, 2021.  Fiscal 2017 operations and maintenance funds are being obligated at the time of the award.  Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-15-A-0015).

 

* Small business