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 Some of the information contained within may be outdated and links may not function.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. 31, 2017

CONTRACTS

 

NAVY

 

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is being awarded $303,974,406 for fixed-price-incentive-firm, firm-fixed-price, cost-plus-fixed-fee modification P00004 to a previously awarded contract (N00019-16-C-0048).  The modification will provide for the Lot I low-rate initial production of two CH-53K Heavy Lift helicopters, associated aircraft and programmatic support, logistics support, peculiar support equipment, and spares.  Work will be performed in Stratford, Connecticut, and is expected to be completed in December 2021.  Fiscal 2017 aircraft procurement (Navy) funds in the amount of $303,974,406 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Orbital ATK Inc., Defense Electronic Systems, Northridge, California, is being awarded a $156,831,389 firm-fixed-price contract for the full-rate production of Lot 6 for Advanced Anti-Radiation Guided Missile (AARGM).  This contract provides for the conversion of AGM-88B High Speed Anti-Radiation Missiles into 230 AGM-88E AARGM All-Up-Rounds and six captive air training missiles, to include related supplies and services necessary for their manufacture, sparing, and fleet deployment.  Work will be performed in Northridge, California (90 percent); and Ridgecrest, California (10 percent), and is expected to be completed in March 2019.  Fiscal 2017 weapons procurement (Navy) funds in the amount of $155,352,654; and fiscal 2015 non-U.S. Department of Defense funds in the amount of $1,478,735 will be obligated at time of award, $1,478,735 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 (N00019-17-C-0005).

 

Honeywell International Inc., Tempe, Arizona, was awarded $64,862,960 for modification P00005 under a previously awarded performance based logistics requirements contract (N00383-12-D-003D) for repair, replacement, and program support for auxiliary power units used on F/A-18 A/G models, P-3, and C-2 aircraft along with providing coverage for the main fuel controls and the electronic control unit used on the F/A-18, and the P-3 engine driven compressor.  The modification includes a two-year period of performance and will bring the total estimated contract value to $248,862,960.  Work will be performed with 80 percent between Cherry Point, North Carolina; and Jacksonville, Florida, with the remaining 20 percent completed at various supplier locations.  Work is expected to be completed by August 2019.  No funds will be obligated at the time of award.  Fiscal 2017 working capital funds (Navy) will be obligated as individual task orders are issued.  Funds will not expire at the end of the current fiscal year.  This contract includes support for the Australian F/A-18 Super Hornet under the Foreign Military Sales Program, and represents less than one percent of the estimated contract value.  One firm was solicited for this non-competitive requirement, and one offer was received in accordance with Federal Acquisition Regulation 6.302-1.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.  (Awarded Aug, 30, 2017)

 

Stantec Consulting Services Inc., Burlington, Massachusetts, is being awarded a maximum amount $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multi-discipline waterfront architect-engineering services in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR).  The work to be performed provides for comprehensive architect-engineering services are required for the new construction, repair, replacement, demolition, alteration, and/or improvement of waterfront projects.  Projects may include single or multiple disciplines, including, but not limited to, structural, civil, mechanical, electrical, architectural, planning, environmental, fire protection, cost estimating, and/or geotechnical.  The types of waterfront projects may include: piers; wharves; quay walls; dry docks; bulkheads; crane rail systems; fender systems; berthing and mooring; dredging; coastal and shoreline protection; and waterfront related utilities.  Task order 0001 is being awarded at $4,914,828 for 35 percent design of dry dock #1 superflood basin at Portsmouth Naval Shipyard in Kittery, Maine.  Work for this task order is expected to be completed by April 2019.  All work on this contract will be performed at various Navy facilities and other government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to, Maine (50 percent); Connecticut (20 percent); Rhode Island (15 percent); New Jersey (7 percent); Pennsylvania (5 percent); and other areas within the AOR (3 percent).  The term of the contract is not to exceed 60 months with an expected completion date of August 2022.  Fiscal 2017 military construction (Navy) contract funds in the amount of $4,914,828 are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-D-5004).

 

RQ-Blackwater JV, Carlsbad, California, is being awarded a $42,372,000 firm-fixed-price contract for electrical shore and industrial power systems repair and replacement of Piers 2, 6, 7 and 11 at Naval Station Norfolk.  The work to be performed provides for the removal of the existing 480 volt electrical shore power and industrial power distribution systems on Piers 2, 6 and 7 and constructs new systems similar to the present 480 volt electrical shore power and 480 volt ship service system on Pier 11.  This project also retrofits the existing cable support system conduit at Pier 11.  Work will be performed in Norfolk, Virginia, and is expected to be completed by October 2019.  Fiscal 2017 military construction (Navy) contract funds in the amount of $42,372,000 are obligated on this award; of which $18,921,476 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-C-0307).

 

Hensel Phelps Construction Co., Honolulu, Hawaii, is being awarded a $28,500,000 firm-fixed-price contract for the construction of a power upgrade at Joint Region Marianas, Guam.  The work to be performed provides for the power upgrade at Joint Region Marianas, Guam which includes new construction of a 34.5kV underground electrical transmission and also includes underground distribution lines, connections/modifications to electrical substations, electrical manholes fiber optic cable, circuit breakers, associated protective devises, and reprogramming of 34.5kV supervisory control and data acquisition systems.  Work will be performed in Joint Region Marianas, Guam, and is expected to be completed by March 2020.  Fiscal 2017 military construction (Navy) contract funds in the amount of $28,500,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-17-C-1300).

 

Industrial Automation Inc.,* Seattle, Washington, is being awarded a $23,970,323 fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of various peculiar support equipment (PSE) to support the P-8A aircraft.  The PSE is used to perform numerous airframe maintenance, installation, and removal tasks at the organizational and depot level of maintenance.  Work will be performed in Seattle, Washington, and is expected to be completed in August 2022.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $6,586,254 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was competitively procured via electronic request for proposal.  Three offers were received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-17-D-0032).

 

BAE Systems Hawaii, Honolulu, Hawaii, was awarded a $19,542,695 modification to a previously awarded contract (N00024-14-C-4412) for a scheduled selected restricted availability (SRA) for USS John Paul Jones (DDG 53).  An SRA is an opportunity in the ship’s life cycle to conduct repairs and make alterations to systems.  This repair modification will include execution planning, repair and alteration requirements. A focal point of the work is Number 3 Gas Turbine Generator room bilge; inspect, repair and preserve which is associated with ten work items.  Work will be performed at Pearl Harbor, Hawaii, and is expected to be completed by April 2018.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $16,751,853,;fiscal 2017 operations and maintenance (Missile Defense Agency) funding in the amount of $2,724,574; and fiscal 2017 working capital funds (Navy) funding in the amount of $66,268 will be obligated at the time of award.  Fiscal 2017 operations and maintenance (Navy) funding of $16,751,853 will expire at the end of the current fiscal year.  Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. (Awarded Aug. 29, 2017)

 

Leidos Inc., Reston, Virginia, is being awarded a $16,962,451 modification to single-award indefinite-delivery/indefinite-quantity contract N00167-15-D-0003 to provide ongoing engineering and technical services for Synthetic Signature Guidance (SSG)-based systems.  The services under this contract support scientific, engineering and technical services required for the design, development, fabrication, integration, test, fleet implementation, and maintenance of SSG-based systems. This will include critical documentation of the existing All World Environment Simulation and Periscope Simulation systems and team trainers’ system architecture. This effort supports completion of technical software code and system engineering documentation efforts to allow software updates, system updates and modifications, and full software configuration management by government or future competitive contracted efforts.  Work will be performed at the Naval Surface Warfare Center Carderock Division’s facilities in West Bethesda, Maryland (65 percent); and at Leidos’s facilities in Bethesda, Maryland (35 percent), and is expected to be completed by February 2019.  Fiscal 2017 other procurement (Navy) funding in the amount of $1,602,500 will be obligated at time of award; and fiscal 2017 operations and maintenance (Navy) of $1,198,168 will be obligated at time of award and 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), the services needed are available from only one responsible source and no other services will satisfy agency requirements.  The Naval Surface Warfare Center Carderock, West Bethesda, Maryland, is the contracting activity.

 

Raytheon Co. Intelligence, Information and Services, Indianapolis, Indiana, is being awarded $15,090,453 for firm-fixed-price delivery order N0001917F0399 against a previously issued basic ordering agreement (N00019-15-G-0003) for 63 Smart Multi-Function Color Display B-kits to support the CH-53E Heavy Lift helicopter.  Work will be performed in Indianapolis, Indiana, and is expected to be completed in August 2020.  Fiscal 2017 aircraft procurement (Navy) funds in the amount of $15,090,453 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

                                   

Huntington Ingalls Inc., Newport News, Virginia, is being awarded an $11,204,712 modification to previously awarded contract N00024-08-C-2110 for additional material and advance planning of the post-shakedown availability/selected restricted availability (PSA/SRA) of the USS Gerald R. Ford (CVN 78). Work will be performed in Newport News, Virginia, and is expected to complete by April 2018. Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $2,700,000; and fiscal 2011 shipbuilding and conversion (Navy) funding in the amount $500,000 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.

 

Hensel Phelps Construction Co., Honolulu, Hawaii, is being awarded a $10,417,000 modification under a firm-fixed-price contract to extend existing Taxiway C airfield concrete at Marine Corps Base Hawaii, Kaneohe Bay.  The existing Taxiway C is located on the portion of the existing parking apron that the MV-22 Osprey aircraft will be parking on.  The work to be performed provides for demolition and removal of existing airfield asphalt pavement; site excavation, grading and compaction for base and sub base course installation; replacing old asphalt paving with new airfield concrete pavement; demolishing and removing existing airfield lighting infrastructure and replacing with new electrical lighting plazas, conduits, duct banks, and light fixtures; and installation of new airfield striping and painting.  After award of the modification, the total cumulative contract value will be $76,773,826.  Work will be performed in Kaneohe Bay, Oahu, and is expected to be completed by March 2018.  Fiscal 2014 military construction (Navy) contract funds in the amount of $10,417,000 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Pearl Harbor, Hawaii, is the contracting activity (N62742-15-C-1301).

 

Bell-Boeing JPO, Amarillo, Texas, is being awarded $7,671,686 for cost-plus-fixed-fee modification 11 to deliver order 0096 under previously issued basic ordering agreement N00019-12-G-0006 in support of the V-22 aircraft.  This modification provides for the procurement of Marine Corps MV-22 integrated aircraft survivability equipment and Air Force CV-22 directional infrared counter measures, advanced mission computer kits, validation/verification kits, delta kits, non-recurring engineering and installation.  Work will be performed at Ridley Park, Pennsylvania, and is expected to be completed in May 2019.  Fiscal 2017 aircraft procurement (Navy) funds in the amount of $2,572,596; and fiscal 2016 and 2017 aircraft procurement (Air Force) funds in the amount of $5,099,090 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

ARMY

 

The Boeing Co., Mesa, Arizona, was awarded a $202,200,000 modification (P00009) to contract W58RGZ-16-C-0023 for 22 Apache AH-64E helicopters. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2021. Fiscal 2017 other procurement (Army); and other procurement (Army) advanced procurement funds in the combined amount of $200,200,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $177,577,879 modification (P00063) to contract W56HZV-15-C-0095 for additional production quantities of Joint Light Tactical Vehicles and kits. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Aug. 25, 2024. Fiscal 2016 and 2017 research, development, test and evaluation; and other procurement (Army) funds in the combined amount of $177,577,879 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

L3 Technologies Inc., Salt Lake City, Utah, was awarded a $69,348,326 cost-plus-fixed-fee and firm-fixed-price contract for procurement of manned and unmanned teaming hardware and technical and engineering support in support of the Apache attack helicopter. One bid was solicited with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2018. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-17-D-0070).

 

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $52,901,965 firm-fixed-price contract for upgrade and overhaul of the main rotor blade. Bids were solicited via the Internet with one received. Work will be performed in Shelton, Connecticut, with an estimated completion date of June 30, 2019. Fiscal 2017 Army working capital funds in the amount of $52,901,965 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-17-C-0075).

 

Mike Hooks LLC, Westlake, Louisiana, was awarded a $24,000,000 firm-fixed-price contract for 27 to 30 inch Cutterhead Pipeline Dredge for dredging in Alabama, Mississippi, and Florida. Bids were solicited via the Internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2018. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-17-D-0100).

 

Lockheed Martin Global Inc., Orlando, Florida, was awarded a $21,098,062 cost-plus-fixed-fee U.S. and foreign military sales (South Korea, Saudi Arabia and Taiwan) contract for the purchase of PATRIOT Advanced Capability-3 contractor field support services. Bids were solicited via the Internet with one received. Work will be performed in Grand Prairie, Texas; El Paso, Texas; Killeen, Texas; Lawton, Oklahoma; Fayetteville, North Carolina; South Korea; Germany; Kuwait; Qatar; Taiwan; and Saudi Arabia, with an estimated completion date of Aug. 31, 2018. Fiscal 2017 other procurement (Army) funds in the amount of $21,098,062 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-C-0173).

 

Cubrc Inc., Buffalo, New York, was awarded a $14,361,831 cost-plus-fixed-fee contract to provide further development and implementations of common core ontologies, in support of the U.S. Army Research, Development and Engineering Command Communications-Electronics and Engineering Center’s Intelligence and Information Warfare Directorate.  One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 30, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-17-D-0010).

 

SAIC, Reston, Virginia, was awarded an $11,285,621 modification (0033) to contract W31P4Q-05-A-0031 for performance of systems engineering of integrated and non-integrated entry control point systems in Afghanistan in support to Product Manager, Force Protection Systems. Work will be performed in Huntsville, Alabama; and Washington, District of Columbia, with an estimated completion date of July 15, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $11,285,621 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Marinex Construction Inc., Charleston, South Carolina, was awarded an $8,291,476 modification (P00003) to contract W912HN-17-C-0002 to add dredging quantities to fiscal 2017 maintenance dredging for Savannah Inner Harbor. Work will be performed in Savannah, Georgia, with an estimated completion date of Aug. 20, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $8,291,476 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity.

 

Joseph B. Fay Co., Tarentum, Pennsylvania, was awarded a $7,458,170 modification (P00005) to contract W911WN-14-C-0003 for construction of the Charleroi Locks and dam river chamber completion, monoliths M-22 to M-27 on the Monongahela River. Work will be performed in Monesson, Pennsylvania, with an estimated completion date of Oct. 3, 2019. Fiscal 2017 general construction funds in the amount of $7,458,170 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity.

 

Vanquish Worldwide LLC,* Maryville, New Jersey, was awarded a $7,125,000 modification (0001) to contract W52P1J-14-G-0026 for maintenance, supply, and transportation services. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Aug. 31, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $7,125,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Rockwell Collins ESA Vision Systems LLC, Fort Worth, Texas, has been awarded a maximum $108,649,349 fixed-price requirements contract with prospective redetermination for various Joint Helmet Mounted Cueing System consumable and depot-level reparable spares in support of F-15, F-16, and F-18 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2) from Federal Acquisition Regulation 6.302-1, which cites that only one responsible source and no other supplies or services will satisfy agency requirements. This is a three-year base contract with one three-year option period.  Locations of performance are Texas, Oregon, and Israel, with an Aug. 31, 2022, performance completion date. Using customers are Air Force, Navy and Foreign Military Sales customers. Type of appropriation is fiscal 2017 through 2020 defense working capital funds, appropriate service funds for depot level reparables, and foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-17-D-0004). 

 

Atlantic Machinery Inc.,* Silver Spring, Maryland, has been awarded a maximum $31,000,000 fixed-price with economic-price-adjustment contract for sweeper and scrubber equipment. This is a five-year contract with no option periods. This was a competitive acquisition with eight responses received. Locations of performance are Maryland, Florida, Wisconsin, and Alabama, with an Aug. 30, 2022, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2017 through year 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-17-D-0006).

 

Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a maximum $27,927,844 firm-fixed-price contract for camouflage parkas. This is a one-year base contract with two one-year option periods. This was a competitive acquisition with five responses received. Locations of performance are Florida, and Tennessee, with an Aug. 30, 2020, performance completion date. Using military services are Marine Corps and Air Force. Type of appropriation is fiscal 2017 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-17-D-1090).

 

Veyance Technologies Inc., Fairlawn, Ohio, has been awarded a maximum $24,894,968 modification (P00004) exercising the one-year option period of a one-year base contract (SPRDL1-17-C-0055) with one-year option period for Abrams track assemblies. This is a firm-fixed-price contract. Location of performance is Ohio, with a June 5, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

 

Medline Industries Inc., Northfield, Illinois, has been awarded a maximum $22,324,416 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This was a competitive acquisition with six responses received. This is a nine-month base contract with eight, one-year option periods and one 15-month option period. Location of performance is Illinois, with an Aug. 31, 2027, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-17-D-0007).

 

Veyance Technologies Inc., Fairlawn, Ohio, has been awarded a $17,324,786 firm-fixed-price contract for M60 track assemblies. This was a competitive acquisition with two responses received. This is a one-year base contract with a one-year option period. Location of performance is Ohio, with an Oct. 30, 2018, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

 

AM General LLC, South Bend, Indiana, has been awarded a maximum $14,248,081 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for high mobility multi-wheeled vehicle truck engines. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). This is a three-year contract with no option periods. Location of performance is Indiana, with an Aug. 27, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-17-D-0103).

 

Firetrace Aerospace LLC, Scottsdale, Arizona, has been awarded a maximum $9,514,725 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mine resistant ambush protected vehicle fire extinguishers. This was a sole source acquisition using justification 10 U.S. Code 2304(c)(1). This is a five-year contract with no option periods. Location of performance is Arizona, with an Aug. 29, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-17-D-0102).

 

AIR FORCE

 

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $13,000,000 modification (P00003) firm-fixed-price to a previously awarded contract for services and supplies in support of the modernization, expansion, and depot-level contractor logistics support. The contractor will provide for scope command program for the High Frequency Global Communications System that supports Air Force, Navy and Coast Guard requirements. Work will be performed at Richardson, Texas, and is expected to be completed by Aug. 31, 2018. This option exercise is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity  (FA8102-16-D-0005).

 

Space Coast Launch Services, Cape Canaveral Air Force Station, Florida, has been awarded an estimated $11,387,859 option modification (P00255) to previously awarded contract for launch operations support. Contractor will provide operations, maintenance and engineering support to critical launch, spacecraft and ordnance facilities and support systems owned by the 45th Space Wing. Work will be performed at Cape Canaveral Air Force Station, Florida; and Kennedy Space Center, Florida, and is expected to be completed March 31, 2018. No funds are being obligated at the time of option exercise modification award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA252105-C-0008).

 

*Small business