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 Some of the information contained within may be outdated and links may not function.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 Sept. 25, 2017

CONTRACTS

 

NAVY

 

Advanced Integrated Technologies LLC,* Norfolk, Virginia (N50054-17-D-0013); Auxiliary Systems Inc.,* Norfolk Virginia (N50054-17-D-0012); Colonna’s Shipyard Inc.,* Norfolk, Virginia (N50054-17-D-0011); Continental Tide Defense Systems Inc.,* Reading, Pennsylvania (N50054-17-D-0010); East Coast Repair & Fabrication LLC,* Norfolk, Virginia (N50054-17-D-0009); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N50054-17-D-0008); LPI Technical Services Inc.,* Chesapeake, Virginia (N50054-17-D-0007); Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-17-D-0006); Marine Hydraulics International LLC,* Norfolk, Virginia (N50054-17-D-0005); and Técnico Corp.,* Chesapeake, Virginia (N50054-17-D-0004), are each being awarded firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award contracts for a combined $119,108,407 to provide non-complex emergent and continuous maintenance on surface combatant ships (DDG and CG) and amphibious (LSD, LPD, LHA, and LHD) ships homeported in or visiting Norfolk, Virginia.  Each contractor shall furnish the facilities and human resources capable of completing non-complex emergent and continuous maintenance, repair, and modernization availabilities on surface ships. Each contractor will be awarded one contract to include both surface combatants class ships and amphibious class ships and subsequently compete for each delivery when a requirement is identified.  These contracts include options which, if exercised, would bring the cumulative ceiling value to $644,050,296.  These 10 small businesses will have the opportunity to provide offers for individual delivery orders.  Work will be performed in Norfolk, Virginia; at Naval Station Norfolk; and/or other military and naval facilities within a 50-mile radius of Norfolk, Virginia.  Work is expected to be completed September 2018.  If all options are exercised, work will continue through September 2022.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $50,000 ($5,000 minimum guarantee per contract) is obligated under each contract’s initial delivery order and expires at the end of the current fiscal year.  These contracts were competitively procured via the Federal Business Opportunities website, with 13 offers received.  The Navy’s Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $60,000,000 modification to a previously awarded cost-plus-incentive fee contract (N00019-17-C-0001) for the identification and execution of cost savings projects to reduce the cost of the F-35 joint strike fighter air system.  Work will be performed in Fort Worth, Texas (63 percent); El Segundo, California (34 percent); and Samlesbury, United Kingdom (3 percent), and is expected to be completed in July 2020.  Fiscal 2017 aircraft procurement (Air Force, Navy and Marine Corps) funds in the amount of $60,000,000 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.

 

Raytheon Co., Marlborough, Massachusetts, is being awarded a not-to-exceed $45,418,499 firm-fixed-price, indefinite-delivery/indefinite-quantity, non-commercial, undefinitized contract action for fully integrated replacement shelters for transmit array, transmit site monitors and receive site monitors for the Relocatable Over-the-Horizon Radar system.  Work will be performed in Dallastown, Pennsylvania (50 percent); New Kent, Virginia (11 percent); Premont, Texas (11 percent); Vieques, Puerto Rico (11 percent); Chesapeake, Virginia (10 percent); Marlborough, Massachusetts (3 percent); Freer, Texas (2 percent); and Juana Diaz, Puerto Rico (2 percent), and work will be completed by Sept. 2022.  Fiscal 2015 other procurement (Navy) funds in the amount of $1,815,624 will be obligated (to fund the contract’s minimum amount), and will expire at the end of the current fiscal year.  One firm was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1) and Federal Acquisition Regulation 6.302-1. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received.  Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity (N00189-17-D-Z056).

 

Omega Aerial Refueling Co.,* Alexandria, Virginia, is being awarded $43,062,416 for modification P00017 under a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-13-D-0010) to exercise an option for contractor-owned and -operated aircraft services in support of the Contracted Air Services (CAS) program.  The CAS program provides aerial refueling services for Navy, other Department of Defense and government agencies, the Foreign Military Sales program and government contractors.  Work will be performed at Norfolk, Virginia (45 percent); Victorville, California (35 percent); and at various locations outside the continental U.S. (20 percent).  Work is expected to be completed by September 2018.  Fiscal 2017 operations and maintenance (Navy) funds in the amount of $22,257,600 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $28,918,000 for cost-plus-fixed-fee, firm-fixed-price modification P00020 under a previously awarded contract (N00019-16-C-0033) for the procurement of non-recurring special tooling and special test equipment that are required to meet current and future F-35 production rates.  Work will be performed in Fort Worth, Texas (34.03 percent); Orlando, Florida (20.01 percent); Marietta, Georgia (8.09 percent); Baltimore, Maryland (7.41 percent); Avon, Massachusetts (7.21 percent); Papendrecht, Netherlands (5.37 percent); Rolling Meadows, Illinois (4.91 percent); Camden, New Jersey (3.50 percent); Kjeller, Norway (2.67 percent); Rome, Italy (1.99 percent); El Segundo, California (1.64 percent); Palmdale, California (0.88 percent); Rome, New York (0.88 percent); Cedar Rapids, Iowa (0.69 percent); Grand Rapids, Michigan (0.52 percent); Kongsberg, Norway (0.14 percent); and Tempe, Arizona (0.07 percent), and is expected to be completed in May 2021.  Fiscal 2015 aircraft procurement (Air Force, Navy and Marine Corps); non-U.S. Department of Defense (Non-DoD) partners; and foreign military sales (FMS) funds in the amount of $17,109,000 are being obligated at the time of award, $11,582,241 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Air Force ($9,463,087; 32.72 percent); Navy ($4,731,545; 16.36 percent); Marine Corps ($4,731,545; 16.36 percent); and governments of United Kingdom ($1,069,047; 3.70 percent); Australia ($774,627; 2.68 percent); Turkey ($774,627; 2.68 percent); Italy ($697,236; 2.41 percent); Canada ($503,637; 1.74 percent); Norway ($402,816; 1.39 percent); Netherlands ($286,610; 0.99 percent); and Denmark ($232,412; 0.80 percent); and FMS ($5,250,811; 18.16 percent ), under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Macro Industries,* Huntsville, Alabama, is being awarded a $28,242,728 fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum of 200 sets of panels and hardware for a light-weight floor ballistic protection system for the V-22 aircraft.  Work will be performed in Huntsville, Alabama, and is expected to be completed in December 2022.  No funds will be obligated at time of award.  Funds will be obligated on individual delivery orders when they are issued.  This contract was competitively procured via an electronic request for proposals; five offers were received.  The Naval Air Warfare Center Aircraft, Lakehurst, New Jersey, is the contracting activity (N68335-17-D-0028).

 

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is being awarded $21,243,554 for modification P00004 under a previously awarded firm-fixed-price contract (N00019-16-C-0026) to procure seven 2103 signal processors; seven Large Aircraft Infrared Countermeasures (LAIRCM) Signal Processor Replacement (LSPR) assemblies; 82 0001 advanced threat warning (ATW) sensors; 30 0003 ATW sensors; and seven smart connector assemblies for LSPR in support of the LAIRCM program.  Work will be performed in Rolling Meadows, Illinois (34 percent); Goleta, California (30 percent); Longmont, Colorado (11 percent); Columbia, Maryland (3 percent); various locations in the continental U.S. (19 percent) and various locations outside the continental U.S. (3 percent), and is expected to be completed in April 2019.  Fiscal 2017 aircraft procurement (Navy); research, development, test and evaluation (Navy); and other defense agency funds in the amount of $21,243,554 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.

 

Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is being awarded $15,240,542 for cost-plus-award-fee order N6278617F0065 against a previously awarded basic ordering agreement (N00024-15-G-2303) to provide engineering and management services for the future USS Sioux City (LCS 11) post-shakedown availability.  Lockheed Martin will provide the services in support of 60,000 man-hours level of effort and to provide the work specification, pre-fabrication and material.  Work will be performed in Baltimore, Maryland (73 percent); New York, New York (25 percent); and Marinette, Wisconsin (2 percent), and is expected to be completed by November 2018.  It is anticipated that this award will be incrementally funded.  Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $11,541,530 will be obligated at time of award and will not expire at the end of the current fiscal year.  This order was not competitively procured.  The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $11,773,658 cost-plus-fixed-fee modification to a previously awarded F-35 Lightning II low-rate initial production Lot 11 advance acquisition contract (N00019-16-C-0033).  This modification authorizes the procurement of diminishing manufacturing sources and material shortages management support for the F-35 air system.  Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2018.  Fiscal 2015 aircraft procurement (Air Force); fiscal 2017 aircraft procurement (Navy and Marine Corps); and non-Department of Defense participants funds in the amount of $11,773,658 are being obligated on this award, $4,707,579 of which will expire at the end of the current fiscal year.  This order combines purchases for the Air Force ($4,707,579; 39.98 percent); Navy ($2,353,790; 19.99 percent); Marine Corps ($2,353,790; 19.99 percent); the governments of the United Kingdom ($531,816; 4.52 percent); Turkey ($385,352; 3.27 percent); Italy ($385,352; 3.27 percent); Canada $346,852; 2.95 percent); Australia ($250,543; 2.13 percent); Norway ($200,388; 1.71 percent); the Netherlands ($142,579; 1.21 percent); and Denmark ($115,617; 0.98 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Wyle Laboratories Inc., Huntsville, Alabama, is being awarded $9,575,000 for modification P00022 under a previously awarded cost-plus-fixed-fee, labor hour, cost reimbursable contract (N00421-13-C-0032) to exercise an option for certified and qualified contractor support services aircrew to augment Naval Test Wing squadrons to ensure completion of mission essential testing and evaluation for all manned air vehicles for which the Naval Test Wing Atlantic has operational responsibility.  Work will be performed in Patuxent River, Maryland (94 percent); Point Mugu, California (5 percent); and China Lake, California (1 percent), and is expected to be completed in September 2018.  Fiscal 2017 working capital funds (Navy) in the amount of $9,575,000 are being 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.

 

GrammaTech Inc.,* Ithaca, New York, is being awarded a $9,040,092 cost-plus-fixed-fee contract to perform research and development in support of the Office of Naval Research for late-stage software customization and complexity reduction, including developing, building, testing and delivering and processes GTx-Reducer, GTx-Hardener, GTx-Optimizer, Vertx and LiftBridge.  Work will be performed in Ithaca, New York, and is expected to be completed in September 2020.  Fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $50,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via a broad agency announcement; 58 proposals were received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-17-C-0700).

 

Raytheon Co., Tucson, Arizona, is being awarded $9,033,042 for firm-fixed-price task order N0001917F0442 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-15-D-0034) to repair 51 High-speed Anti-radiation Missile (HARM), AGM-88B/C, guidance sections in support of the Navy; 62 HARM, AGM-88B/C, guidance sections in support of the Air Force; 62 HARM, AGM-88B/C, control sections in support of the Air Force; and technical data in support of HARM, AGM-88B/C, guidance and control sections in support of the Navy and Air Force.  Work will be performed in Tucson, Arizona, and is expected to be completed in September 2018.  Fiscal 2017 operations and maintenance (Navy and Air Force) funds in the amount of $9,033,042 will be obligated at time of award; all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Northrop Grumman Corp. Aerospace Systems, Melbourne, Florida, is being awarded $8,891,877 for cost-plus-fixed-fee delivery order 0047 against a previously issued basic ordering agreement (N00019-15-G-0026) to develop mounting for the navigation warfare hardware on the E-2D Advanced Hawkeye and modify software for built-in test display and lever arm adjustment to be included in the Delta System software configuration 4.  Work will be performed in Melbourne, Florida (95.5 percent); and Woodland Hills, California (4.5 percent), and is expected to be completed in September 2019.  Fiscal 2017 research, test, development and evaluation (Navy) funds in the amount of $4,780,616 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.

ARMY

 

Jacob's Eye LLC,* Atlanta, Georgia, has been awarded an $112,000,000 firm-fixed-price contract for non-personal services to support Army National Guard recruiting and retention units. Bids were solicited via the Internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2020. National Guard Bureau is the contracting activity (W9133L-17-D-0004).

 

Spalding Consulting Inc.,* Lexington Park, Maryland, has been awarded an $83,000,000 cost-plus-fixed-fee contract for consolidated information technology support for Navy and Department of Defense components through the entire acquisition life cycle. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2022. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-17-D-1014).

 

American International Contractors-Archirodon JV,* Arlington, Virginia, has been awarded a $48,148,000 firm-fixed-price contract for the Mina Salman Pier Replacement project which demolishes four steel jack-up barges and constructs 305 meters of pile supported steel pier at the end of the existing Mina Salman pier. Bids were solicited via the Internet with four received. Work will be performed in Manama, Bahrain, with an estimated completion date of Sept. 22, 2019. Fiscal 2013 and 2016 military construction funds in the amount of $48,148,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-17-C-0014).

 

Draken International Inc., Lakeland, Florida, has been awarded a $38,000,000 firm-fixed-price contract for Air National Guard Adversary Air Support sorties in order to facilitate Exercise Adversary Support. Bids were solicited via the Internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2020. National Guard Bureau is the contracting activity (W9133L-17-D-0003).

 

Weeks Marine Inc., Covington, Louisiana, has been awarded a $34,297,525 firm-fixed-price contract for Long Beach Island Beachfill – Barnegat Inlet to Little Egg Inlet, Harvey Cedars, Surf City and Brant Beach. Bids were solicited via the Internet with four received. Work will be performed in Ocean County, New Jersey, with an estimated completion date of April 30, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $34,297,525 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-17-C-0029).

 

American International Contractors Inc., Arlington, Virginia, has been awarded a $19,963,000 contract for runway repairs, Muwaffaq Salti Air Base, Kingdom of Jordan. Bids were solicited via the Internet with 12 received. Work will be performed in Azraq, Zarqa Governorate, Jordan, with an estimated completion date of March 29, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $19,963,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-17-C-0015).

 

Northrop Grumman Systems Corp., Boulder, Colorado, has been awarded a $17,296,116 modification (PZ0003) to contract W9113M-12-C-0055 for development and production of the Joint Tactical Ground Station. Work will be performed in Boulder, Colorado, with an estimated completion date of Sept. 30, 2021. Fiscal 2016 and 2017 research, development, test and evaluation funds in the amount of $9,107,240 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Valkyrie Enterprises,* Virginia Beach, Virginia, has been awarded a $16,600,711 hybrid (cost, cost-plus-fixed-fee, and firm-fixed-price-level of effort) contract to support the Army watercraft systems. Bids were solicited via the Internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2022. U.S Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-17-D-0014).

 

Daniels and Daniels Construction Co. Inc.,* Goldsboro, North Carolina, has been awarded a $15,728,696 firm-fixed-price contract for the construction of a facility at the National Guard Readiness Center, Wilmington, North Carolina. Bids were solicited via the Internet with seven received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of July 27, 2019.  Fiscal 2013 military construction funds in the amount of $15,728,696 were obligated at the time of the award. U.S. Property and Fiscal Officer, North Carolina, is the contracting activity (W91242-17-C-0005).

 

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, has been awarded an $11,517,707 modification (P00641) to contract DAAA09-98-E-0006 for modernization of a change house at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Nov. 30, 2020. Fiscal 2014 other procurement (Army) funds in the amount of $11,517,707 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Alabama, is the contracting activity.

 

Tetra Tech Inc., Irvine, California, has been awarded a $9,800,000 firm-fixed-price contract for architect and engineering services. 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 Sept. 20, 2023. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-17-D-0004).

 

Southeast Cherokee Construction Inc.,* Montgomery, Alabama, has been awarded a $9,635,420 firm-fixed-price contract for construction of four KC-46A consolidated projects. Bids were solicited via the Internet with eight received. Work will be performed in Goldsboro, North Carolina, with an estimated completion date of April 30, 2019. Fiscal 2017 military construction; and operations and maintenance (Army) funds in the combined amount of $9,635,420 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-C-0041).

 

URS Group Inc., Omaha, Nebraska, has been awarded an $8,692,303 firm-fixed-price contract for constructing, documenting, and maintaining the landfill cap for the Municipal Solid Waste Landfill at Fort Bliss, Texas. Seven bids were solicited with three bids received. Work will be performed in Fort Bliss, Texas, with an estimated completion date of Nov. 20, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $8,692,303 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-17-F-0126).

 

AIR FORCE

 

Pacific Scientific Energetic Materials Co., Hollister, California, has been awarded a $77,000,000 ceiling for an indefinite-quantity/indefinite-delivery, firm-fixed-price with economic price adjustment contract. This contract provides for supply of multiple national stock numbers for the B-1, B-52, and C-17 egress systems. Work will be performed in Hollister, California, and is expected to be completed by Sept. 24, 2022. This award is the result of a sole-source acquisition. This contract involves foreign military sales to Canada, Qatar, Hungary, United Kingdom, Kuwait, India, Australia, and the United Arab Emirates. Fiscal 2017 munitions funds in the amount of $7,477,827; and foreign military sales funds in the amount of $1,343,254 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-0009).

 

Johns Hopkins University, Baltimore, Maryland, has been awarded a $10,735,516 contract for Machine Translation for English Retrieval in Any Language program to investigate how machine translation and information retrieval methods can most efficiently be developed and employed to respond to domain-specific information needs against multilingual speech and text data. Work will be performed in Baltimore, Maryland, and is expected to be completed by Oct. 25, 2021. This award is the result of a competitive acquisition and eleven offers were received. Fiscal 2016 research and development funds in the amount of $1,950,000 are being obligated at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-17-C-9115).

 

M1 Support Services, Denton, Texas, has been awarded a $10,441,421 modification (A00023) for trainer maintenance services. This action is to exercise option period three. Work will be performed at Sheppard Air Force Base, Texas; and a satellite site at Naval Air Station Pensacola, Florida, and is expected to be completed by Sept. 30, 2018. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas is the contracting activity (FA3002-15C-0006).

 

AAI Corp., Hunt Valley, Maryland, has been awarded a $9,999,999 indefinite-quantity/indefinite-delivery contract for radio frequency simulator hardware and sustainment. This contract provides for simulator units, hardware, and sustainment and technical support services for advanced architecture phase amplitude and time simulators and other simulators from the 68th Electronic Warfare Squadron, Eglin Air Force Base, Florida. Work will be performed in Hunt Valley, Maryland, This contract involves foreign military sales to multiple countries. This award is the result of a sole-source acquisition. Foreign military sales funds in the amount of $65,085 are being obligated at time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2487-17-D-0052).

 

Lockheed Martin, Sunnyvale, California, has been awarded an $8,213,328 modification (P00046) to previously awarded contract for services required to support operations and sustainment for Advanced Extremely High Frequency System, Milstar, and Defense Satellite Communications System III. The contract modification is for the implementation of a Microsoft Windows upgrade of operational mission planning element platforms. Work will be performed in Sunnyvale, California; Peterson Air Force Base, Colorado; and Schriever Air Force Base, Colorado, and is expected to be completed by Nov. 30, 2019. Fiscal 2017 procurement funds in the amount of $1,614,109 are being obligated at time of award. Space and Missile Systems Center, Military Satellite Communication Systems Directorate, Peterson Air Force Base Base, Colorado, is the contracting activity (FA8823-15-C-0001).

 

Boeing Co., Seattle, Washington, has been awarded a $7,431,273 modification (P00111) to previously awarded contract for Phase III KC-46 tanker/receiver aerial refueling airplane simulator qualification data collection study. This effort allows for a study to collect and deliver data to assist with the building of the KC-46 simulator. Work will be performed in Seattle, Washington, and is expected to be completed by June 30, 2020. Fiscal 2017 research, development, test, and evaluation funds in the amount of $6,669,536; and fiscal 2016 RDT&E funds in the amount of $761,737 are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-11-C-6600).

 

Boeing Co., St. Louis, Missouri, has been awarded a $7,355,921 modification (P00037) to previously awarded contract for F-15 Combined APG-63 Version 3 Radar Improvement program and APG-82 Version 1 Radar Modernization program radar upgrades. The contract modification provides one Version 3, Group B radar kit and a Version 3 Group A component sub-set to be used as a testing and development asset. Work will be performed in St. Louis, Missouri, and is expected to be completed by Feb. 28, 2021. Fiscal 2016 research and development funds in the amount of $6,989,826 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-16-C-2653).

 

DEFENSE LOGISTICS AGENCY

 

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $42,439,634 firm-fixed-price, indefinite-quantity contract for various motor vehicle parts and accessories. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a three-year base contract with two one-year option periods. Maximum dollar amount is for the life of the contract, including options. Location of performance is Wisconsin, with a Sept. 20, 2022, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-17-D-0101).

 

Triumph Gear Systems Inc., Park City, Utah, has been awarded a maximum $22,960,961 fixed-price, requirements contract for C-5 aircraft mechanical actuators. This is a two-year contract with no option periods. This was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1), implemented by Federal Acquisition Regulation 6.302-1, which states that only one responsible source and no other supplies or services will satisfy agency requirements. Location of performance is Utah, with a Sept. 24, 2019, completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-17-D-0016).   

 

Meggitt Polymers & Composites, Rockmart, Georgia, has been awarded a $12,903,540 ceiling-priced delivery order (1057) against a five-year basic ordering agreement (SPRPA1-15-G-003X) for F/A -18 aircraft fuel tanks. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Georgia, with a Nov. 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. 

 

Carter Industries,* Olive Hill, Kentucky, has been awarded a maximum $12,343,577 modification (P00023) exercising the second one-year option period of a one-year base contract (SPE1C1-15-D-1102) with three one-year option periods for various types of coveralls. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Kentucky, and New York, with a Sept. 28, 2018, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

Maytag Aircraft Corp., Colorado Springs, Colorado, has been awarded a maximum $7,857,696 firm-fixed-price contract for government-owned, contractor-operated fuels management services. This is a four-year base contract with one five-year option period. This was a competitive acquisition with seven offers received. Location of performance is Washington, with a Dec. 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-17-C-5032).

 

DEFENSE INFORMATION SYSTEMS AGENCY

 

Sprint Federal Operations LLC, Reston, Virginia, is awarded a firm-fixed-price contract modification for exercising option-year three for continued operation and maintenance of telecommunications fiber in Europe.  The face value of this action is $10,761,660, funded by fiscal 2018 defense working capital funds.  The total cumulative face value of the contract is $215,700,000.  Performance will be at various locations within Europe.  The original solicitation was issued on the basis of other than full and open competition pursuant to 10 U.S. Code 2304(c)(1), only one responsible source and no other type of supplies or services would satisfy agency requirements.  The period of performance is Oct. 1, 2017, through Sept. 30, 2018.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1047-15-C-4000-P00017).

 

*Small business