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 Some of the information contained within may be outdated and links may not function.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. 18, 2017

CONTRACTS

 

NAVY

 

DynCorp International LLC, Fort Worth, Texas, is being awarded a $53,765,867 firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable contract for aircraft maintenance, modification and aircrew support for the Naval Test Wing Pacific. Support includes organizational-level aircraft maintenance and logistics support on aircraft, systems/subsystems aircrew systems, search-and-rescue equipment, and support equipment forP-3 Orion, C-130 Hercules, F/A-18 Hornet, E/A-18 Growler, AV-8B Harrier II, H-60 Black Hawk, and T-39 Sabreliner aircraft.  Work will be performed in China Lake, California (50 percent); Point Mugu, California (40 percent); and various locations throughout the U.S. (10 percent), and is expected to be completed in October 2018.  Fiscal 2017 working capital funds (Navy) in the amount of $21,549,320 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The contract was competitively procured via and electronic request for proposal.  Four offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-17-C-0052).

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $53,494,475 for cost-plus-fixed-fee delivery order N0001917F0266 against a previously issued basic ordering agreement (N00019-14-G-0020).  This order provides for supplies and services in support of the F-35 Lightning II milestone event capabilities, including retrofit modification kits and installation services for the Marine Corps, Air Force, Navy, and non-Department of Defense (DoD) participants.  Work will be performed in Fort Worth, Texas, and is expected to be completed in July 2021 for DoD customers and September 2025 for non-DoD participants.  Fiscal 2016 aircraft procurement (Marine Corps and Air Force); fiscal 2017 aircraft procurement (Navy); and non-DoD participants funds in the amount of $26,747,234 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  This order combines purchases for the Marine Corps ($26,686,876; 50 percent); Air Force ($11,208,674; 21 percent); Navy ($9,480,536; 18 percent); and non-DoD participants ($6,118,389; 11 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

C4 Planning Solutions LLC,* Blythe, Georgia, is being awarded a $48,750,000 five-year, firm-fixed-price, indefinite delivery/indefinite quantity contract for engineering support services, including technical expertise, assistance with installing fielded C4 systems, troubleshooting, issue resolution, tactical communications network analysis, diagnostics, maintenance, systems, engineering, technical support, configuration management, and over-the shoulder-training.  Work will be performed at all Marine Corps bases and installations within the continental U.S. and outside the continental U.S., and is expected to be completed by Aug. 19, 2022.  Fiscal 2017 operations and maintenance (Marine Corps) funds in the amount of $4,699,431 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 three offers received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M68909-17-D-7602).

 

General Dynamics Electric Boat, Groton, Connecticut, is being awarded a $40,657,000 undefinitized contract action to previously awarded contract N00024-16-C-2111, to perform Phase II of the Virginia Class main propulsion machinery (MPM) control systems redesign.  General Dynamics Electric Boat will perform planning and execution efforts, including long lead time material procurement, to support the replacement of legacy MPM control systems for the main propulsion unit and ship service turbine generator set.  Work will be performed in Sunnyvale, California, and is expected to be completed by May 2020.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount $20,328,500 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

 

Bell Boeing Joint Program Office, California, Maryland, is being awarded $31,980,025 for delivery order 7014 under a previously awarded indefinite-delivery/indefinite-quantity basic contract (N00383-16-D-951N) for repair of various parts on the V-22 aircraft. Work will be performed in Fort Worth, Texas (80 percent); and Ridley Park, Pennsylvania (20 percent).  Work is expected to be completed by December 2018.  Fiscal 2017 working capital funds (Navy) in the amount of $31,980,025 will be obligated to fund the delivery order and funds will not expire at the end of the current fiscal year.  One company was solicited for this non-competitive requirement in accordance with 10 U.S. Code 2304(c)(1) and one offer was received.  Naval Supply Systems Command Weapons Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

 

Gilbane Federal, Concord, California, is being awarded $24,933,072 for firm-fixed-price task order N6247317F4332 under an environmental multiple award contract for Parcel E Remedial Action Phase II at Hunters Point Naval Shipyard.  The work to be performed provides for a remedial action to clean up soil and groundwater for a variety of contaminants.  The objective of this project is to meet the Parcel E remedial action objectives for non-aqueous phase liquid for Installation Restoration Site 03 by implementing portions of the remedial action at Parcel E in accordance with this performance work statement (PWS) and the final remedial design package (RDP).  Portions of the remedial action described in the RDP have already been awarded under separate contract, and may be performed before or concurrently with actions described in this PWS.  It is anticipated that future task orders will be required in order to complete all remedial actions pertinent to Parcel E.  Work will be performed in San Francisco, California, and is expected to be completed by August 2020.  Fiscal 2017 base realignment; and closure environmental (Navy) contract funds in the amount of $24,933,072 will be obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-17-D-0005).

 

Insitu Inc., Bingen, Washington, is being awarded $16,880,154 for ceiling-priced modification P00027 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-13-D-0016).  This modification provides for additional spare and sustainment parts and supplies required to maintain the ScanEagle unmanned aviation system in support of Navy Special Warfare fleet operations.  Work will be performed in Bingen, Washington, and is expected to be completed in September 2018.  No funds are being obligated at the time of award.  Funding will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Raytheon Co., Marlborough, Massachusetts, is being awarded $11,040,205 for cost-plus-fixed-fee and cost-reimbursement delivery order 5001 against a previously issued basic ordering agreement (N00019-15-G-0003) for Naval Air Systems Command (NAVAIR) Air Traffic, Navigation, Integration, and Coordination System (ATNAVICS) refurbishment and range extension.  This effort includes programmatic, technical and engineering services for the NAVAIR ATNAVICS Fleet Support Team. Work will be performed in Largo, Florida (68 percent); and Marlborough, Massachusetts (32 percent), and is expected to be completed in August 2020.  Fiscal 2017 operations and maintenance (Navy); and fiscal 2017 other procurement (Navy) funds in the amount of $4,046,540 are being obligated on this award, $2,345,535 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.  

 

AIR FORCE

 

Sea Box Inc., Cinnaminson, New Jersey, has been awarded a not-to-exceed $45,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for ammunition grade side-opening intermodal shipping containers. Work will be performed at Cinnaminson, New Jersey, and is expected to be completed by Feb. 17, 2023. This award is the result of competitive acquisition and five offers were received. Fiscal 2017 operations and maintenance funds in the amount of $4,077,244 are being obligated at time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-17-D-0010).

 

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $10,653,761 indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed fee, cost reimbursable, and time and materials contract, for KC-10 avionics sustaining engineering services. This contract provides for maintenance and sustainment of the KC-10 avionics system.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed by Feb. 17, 2027. This award is the result of a sole-source acquisition and only one offer was received. Fiscal 2017 operations and maintenance funds in the amount of $1,915,945 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8105-17-D-0006).

 

Boeing Co., Seattle, Washington, has been awarded a $7,685,083 modification (P00119) on a previously awarded contract for an air refueling operator instructor override study during KC-46 training.  Work will be performed in Seattle, Washington, and is expected to be completed by May 31, 2018.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-11-C-6600).

 

 

DEFENSE LOGISTICS AGENCY

 

Northrup Grumman Systems Corp., Apopka, Florida, has been awarded a $12,439,451 firm-fixed-price contract for laser range finders. This is a 14-month base contract with one 14-month option period. Deliveries will begin 360 days after award. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Florida, with a June 7, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-17-C-0200).

 

GE Aviation, Vandalia, Ohio, has been awarded an $11,700,000 firm-fixed-price, delivery order (THBB) against a five-year basic ordering agreement (SPE4A1-14-G-0009) for F/A-18 alternating generators. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Ohio, with a Nov. 6, 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. 

 

National Optronics,* Charlottesville, Virginia, has been awarded a maximum $7,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition awarded against a standing solicitation (SPE2DH-16-R-0002) with 25 responses received. Four contracts have been awarded to date. Location of performance is Virginia, with an Aug. 14, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-17-D-0023).

 

ARMY

 

Accent Controls Inc.,* North Kansas City, Missouri, has been awarded a $9,599,688 cost, firm-fixed-price contract for supply, field, and sustainment level maintenance and logistic readiness of Army Reserve equipment and facilities (less aviation) for the 99th Regional Support Command. Bids were solicited via the Internet with six received. Work will be performed in Annville, Pennsylvania; Manchester, New Jersey; Ayer (Fort Devens), Massachusetts; Fort Dix, New Jersey; and Fort Pickett, Virginia, with an estimated completion date of Sept. 10, 2021. Fiscal 2017 operations and maintenance (Army) funds in the amount of $5,755,307 were obligated at the time of the award. U.S. Army Contracting Command, Fort Dix, New Jersey, is the contracting activity (W15QKN-17-F-1016).

 

*Small business