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 Some of the information contained within may be outdated and links may not function.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 Aug. 4, 2017

CONTRACTS

 

ARMY

 

Battelle Memorial Institute, Columbus, Ohio (W911NF-17-D-0011); CACI Inc.-Federal, Chantilly, Virginia (W911NF-17-D-0013); Envistacom LLC,* Atlanta, Georgia (W911NF-17-D-0014); Fulcrum IT Services LLC,* Centreville, Virginia (W911NF-17-D-0015); Harris Corp., Herndon, Virginia (W911NF-17-D-0016); Janus Research Group Inc.,* Appling, Georgia (W911NF-17-D-0017); Leidos Inc., Reston, Virginia, (W911NF-17-D-0018); Manufacturing Techniques Inc.,* Kilmarnock, Virginia (W911NF-17-D-0019); and WinTec Arrowmaker,* Fort Washington, Maryland (W911NF-17-D-0020), will share in a $480,000,000 order-dependent contract to provide technical development, technical and operational integration. Bids were solicited via the Internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 3, 2022. U.S. Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity.

 

David Boland Inc.,* Titusville, Florida (W912HN-17-D-3000); Drace Anderson JV,* Ocean Springs, Mississippi (W912HN-17-D-3001); Fortis SBJV LLC,* Phoenix, Arizona (W912HN-17-D-3002); and Sand Point Services LLC, Anchorage, Alaska (W912HN-17-D-3003), will share in a $245,000,000 firm-fixed-price contract for two-phase design-build general construction for a trainee barracks upgrade program. Bids were solicited via the Internet with 22 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 3, 2022. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity.

 

Veterans Construction Enterprises LLC,* Norfolk, Virginia, has been awarded a $45,000,000 firm-fixed-price contract for multi-disciplinary maintenance, repair and minor construction work in support of Joint Base Lewis-McChord Public Works and other customers supported by the Seattle District U.S. Army Corps of Engineers.  Bids were solicited via the Internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 3, 2020.   U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-17-D-1008).

 

Woolpert Inc., Fairway Heights, Illinois, has been awarded a $9,000,000 firm-fixed-price contract for architect and engineer services for Army, Air Force, other military, and civil works projects. 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 31, 2022. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-D-0036).

 

AIR FORCE

 

Summit Technologies Inc., Winter Park, Florida, has been awarded a $250,000,000 single-award, indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-reimbursable, no-fee contract for the Mission Planning Support Contract III. This contract provides continued mission planning support of mission planning systems and supports the entire mission combat planning process, including receipt of tasking and mission concept development and the corresponding detailed planning for aircraft and weapon platforms. The majority of the work will be performed at Hill Air Force Base, Utah, and other worldwide locations, and is expected to be completed by January 2024.  This award is the result of a competitive acquisition and four offers were received. Fiscal 2017 operations and maintenance funds in the amount of $303,072 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill AFB, Utah, is the contracting activity (FA8217-17-D-0001).

 

Alloy Surfaces Co. Inc., Chester, Pennsylvania, has been awarded a two-year indefinite-delivery/indefinite-quantity, firm-fixed-price contract, not-to-exceed $29,000,000, for MJU-66/B countermeasures.  This contract is for the purchase of MJU-66/B, flare, aircraft decoys.  Work will be performed in Chester, Pennsylvania, and is expected to be completed by June 30, 2020. This award is the result of a competitive acquisition and one offer was received. Air Force fiscal 2016 and 2017 ammunition procurement funding; and Navy fiscal 2017 ammunition procurement funding in the amount of $18,414,463 will be obligated at time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-17-D-0006).

 

Raytheon Co., El Segundo, California, has been awarded a $25,861,271contract for the Enhanced Integrated Sensor Suite (EISS) modification and Enhanced Electro-Optical Receiver Unit retrofit. This contract provides non-recurring engineering and retrofits for the EISS upgrade to the Global Hawk Block 30. Work will be performed in El Segundo, California, and is expected to be completed by Feb. 4, 2019. This award is the result of a sole-source acquisition. Fiscal 2017 research, development, test and evaluation funds in the amount of $16,600,000 are being obligated at time of award. Air Force Life Cycle Management Center, Global Hawk Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-17-C-1000).

 

Rockwell Collins, Cedar Rapids, Iowa, has been awarded a $7,441,246 contract for contractor logistics support for the Joint Surveillance Target Attack Radar System (JSTARS) aircrew training device.  This contract provides simulation and training for JSTARS aircrew training device. Work will be performed in Sterling, Virginia; and Warner Robins Air Logistics Complex, Robins Air Force Base, Georgia, and is expected to be completed by Feb. 4, 2020. This award is the result of a sole-source acquisition. Fiscal 2017 Air National Guard funds in the amount of $7,441,246 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins AFB, Georgia, is the contracting activity (FA8529-17-C-0003).

 

NAVY

 

Huntington Ingalls Inc., Newport News Shipbuilding Division (HII-NNS), Newport News, Virginia, is being awarded a $36,447,717 cost-plus-fixed fee, cost-plus-incentive-fee contract for maintenance and modernization onboard USS Dwight D. Eisenhower (CVN 69) during the fiscal 2017 planned incremental availability at Norfolk Naval Shipyard.  Work will be performed in Portsmouth, Virginia (88 percent); and Newport News, Virginia (12 percent), and is expected to be completed by March 2018. Fiscal 2017 operations and maintenance (Navy); and fiscal 2017 other procurement (Navy) funds in the amount of $29,188,324 and $7,000,000, respectively, will be obligated at time of award, and $29,188,324 will 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, Huntington Ingalls Inc., Newport News Shipbuilding Division, will satisfy the Navy’s requirement to support certain nuclear ship alterations and propulsion plant maintenance during the planned incremental availability.  The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity (N42158-17-C-0002).

 

Six 3 Advanced Systems Inc., doing business as BIT Systems Inc., Dulles, Virginia, is being awarded a $29,848,193 indefinite-delivery/indefinite-quantity, performance based contract (N65236-17-D-8009) with provisions for cost-plus-fixed-fee and firm-fixed-price task orders.  This contract is for life cycle support for the Red Falcon systems installed on Navy ships and shore stations to include engineering, technical support services, software upgrades and maintenance, and depot level repair in support of Ship's Signal Exploitation Equipment Increment F and Cryptologic Carry On Program.  The work includes providing quick reaction responses to modifications and upgrades to enhance capabilities against agile and evolutionary threats including engineering analysis and recommendations for technical refresh that will help the war fighter and the critical Foreign Instrumentation Signals Intelligence sensors be active and ready for all Navy activities.  The contract includes a single five-year ordering period.  Funds in the amount of $1,130,400 will be placed on the first delivery order and obligated at the time of award.  Work will be performed in Dulles, Virginia, and is expected to be complete by August 2022.  Fiscal 2015 other procurement (Navy) contract funds in the amount of $1,130,400 will be obligated at the time of award and will expire at the end of the current fiscal year.  This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation Subpart 6.302-1).  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

 

General Electric Aviation, Lynn, Massachusetts, is being awarded $13,515,000 for firm-fixed-price delivery order N0042117F0291 against a previously issued basic ordering agreement (FA812214G0001) for the procurement of 369 A51 Aircraft Component Power Plant Change modification kits in support of the F/A-18 C/D Hornet F404 engine Component Improvement Program.  Work will be performed in Lynn, Massachusetts, and is expected to be completed in February 2020.  Fiscal 2015, 2016 and 2017 aircraft procurement (Navy) funds in the amount of $11,262,500 will be obligated at time of award, $6,162,500 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.

 

Raytheon Corp., McKinney, Texas, has been awarded $10,159,456 for modification P00013 to a previously awarded firm-fixed-price contract (M67854-15-C-6002) for the Abrams Integrated Display and Targeting System (AIDATS).  AIDATS will improve the tank commander’s situational awareness through an upgraded thermal sight, color day camera, and single stationary display.  This contract will exercise sub-contract line items (SLINs) 0027AA, 0027AB, and 0034AF.  SLINs 0027AA and 0027AB are for production year two AIDATS systems.  SLIN 0034AF is for line-item replaceable unit shipping container sets.  All work will be performed at McKinney, Texas.  SLIN 0034AF will be exercised at the time of award and is expected to be completed by July 30, 2018.  SLINs 0027AA and 0027AB will be exercised at the time of award and is expected to be completed by July 30, 2019.  Fiscal 2017 procurement (Marine Corps) funds in the amount of $10,159,456 were obligated at time of award and will not expire at the end of the current fiscal year.  The base 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.  (Awarded July 31, 2017)

 

HECO Pacific Manufacturing Inc.,* Union City, California, is being awarded a $9,999,999 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for the refurbishment and modification of electric winch systems, and for the manufacture of additional new electric winch systems in support of the Maintenance Platform Life Cycle Refresh Program.  The supplies to be acquired under this action are the refurbishment/modification of existing winches and the procurement of new winches. The maintenance platform is going through a life cycle refresh. The maintenance platform winch system provides the movement required to lower and lift the personnel platform.  This procurement combines purchases for the Navy (82 percent); and the government of the United Kingdom (18 percent) under the Foreign Military Sales program.  Work will be performed in Union City, California, and is expected to be completed by August 2022.  Fiscal 2017 other procurement (Navy); and foreign military sales funding in the amount of $602,628 will be obligated at time of 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).  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-17-D-GP18).

 

DEFENSE LOGISTICS AGENCY

 

SOPAKCO Inc.,* Mullins, South Carolina, has been awarded a maximum $19,940,426 firm-fixed-price contract for modular operational ration enhancements. This is a five-year contract with no option periods. This was a competitive acquisition with two responses received. Location of performance is South Carolina, with an Aug. 2, 2022, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2017 through fiscal 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-17-D-Z127).

 

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $10,049,166 firm-fixed-price, undefinitized contract for various parts supporting the BE UH-60 Blackhawk weapon system and the Corpus Christi Army Depot technical, engineering, logistical, service and supply transition. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) based on Federal Acquisition Regulation 6.302-1. This is a one-time buy with no option periods. Locations of performance are Texas and Connecticut, with an Oct. 1, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-17-C-0037).

 

* Small business