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 Some of the information contained within may be outdated and links may not function.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 Oct. 5, 2017

CONTRACTS

 

AIR FORCE

 

Northrop Grumman Aerospace Systems, San Diego, California, has been awarded a $130,469,576 undefinitized contract for the Japan Global Hawk program.  This contract includes long lead material to initiate the program for three global hawk block 30 (I) air vehicles, two ground control elements, enhanced integrated sensor suite, spares, and a site survey.  Work will be performed in San Diego, California, and is expected to be complete by July 27, 2018.  This award is the result of a sole-source acquisition and includes foreign military sales to Japan.  Foreign military sales funds in the amount of $64,902,070 will be obligated at the time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-17-C-1001).

 

NAVY

 

Booz Allen Hamilton Inc., McLean, Virginia (N00189-18-D-Z001); Capstone Corp., Alexandria, Virginia (N00189-18-D-Z002); ECS Federal LLC, Fairfax, Virginia (N00189-18-D-Z0003); Deloitte Consulting LLP, Alexandria, Virginia (N00189-18-D-Z004); and Whitney, Bradley & Brown Inc., Reston, Virginia (N00189-18-D-Z005), are being awarded a combined estimated $111,808,367 multiple award, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide professional services in the areas of program management, engineering, logistics, financial management, and administrative support in support for commander, Navy Installations Command Headquarters, Washington, District of Columbia.  Each contract will run concurrently and each will include a 36-month base ordering period and an optional 24-month ordering period.  If all options are exercised, the total estimated value of the contracts combined will be $188,762,019. The ordering period of the contract is expected to be completed by October 2020; if all options are exercised, ordering will be completed by October 2022.  Work will be performed at government facilities in Washington, District of Columbia (80 percent); and at various contractor locations throughout the U.S. (20 percent).  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $50,000 will be obligated ($10,000 on each of the five contracts, subject to the availability of funds, to fund the contracts’ minimum amounts) and funds will expire at the end of fiscal 2018.  This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was posted to the Federal Business Opportunities website, with 15 offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.

 

Northrop Grumman Systems Corp., San Diego, California, is being awarded $66,312,606 for cost-plus-fixed-fee task order 0041 against a previously issued basic ordering agreement (N00019-15-G-0026) to procure test and maintenance services to sustain MQ-4C Triton unmanned air system (UAS) air vehicles, mission control and operator training systems.  In addition, this effort includes procurement of field service representatives technical support to ensure that the MQ-4C UAS aircraft are mission-capable for intelligence, surveillance and reconnaissance missions supporting Triton’s early operating capability.  Work will be performed in Patuxent River, Maryland (50 percent); Point Mugu, California (25 percent); Jacksonville, Florida (20 percent); and Yigo, Guam (5 percent), and is expected to be completed in September 2018.  Fiscal 2017 research, development, test and evaluation (Navy); and fiscal 2017 aircraft procurement (Navy) funds in the amount of $13,018,952 are being obligated on this award, $2,550,000 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.    

 

L-3 Platform Integration Division, Waco, Texas, is being awarded $36,572,652 for modification P00009 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-16-D-1003) to exercise an option to provide depot level maintenance support to facilitate the sustainment of up to 13 F/A-18A-D aircraft.  Depot level maintenance shall include high flight hour inspections, high flight hour recurring inspections, modifications and liaison engineering.  Work will be performed in Mirabel, Quebec, Canada (80 percent); and Waco, Texas (20 percent), and is expected to be completed in March 2020.  No funds will be obligated at time of award.  Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

PAE Applied Technologies LLC, Lexington Park, Maryland, is being awarded a $35,114,380 cost-plus-fixed-fee modification to a previously awarded contract (N0024414C0007) to exercise options for the accomplishment of operations, maintenance, and logistics support services for the Southern California Offshore Range (SCORE).  This option exercise is for continued operations, maintenance and logistic support of all SCORE systems, equipment, range support craft, and government furnished databases and management systems.  Work will be performed in San Diego, California (50 percent); and San Clemente Island, California (50 percent), and is expected to be completed by September 2018.  Fiscal 2018 operations and maintenance (Navy) funding in the amount of $1,870,000 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity.

 

OSC Solutions Inc.,** West Palm Beach, Florida, is being awarded $7,063,296 firm-fixed-price blanket purchase agreement against a General Services Administration (GSA) Federal Supply Schedule for the stock, storage, and issuance of supplies, construction materials, and hardware in support of Naval Facilities Engineering Command Hawaii. The contract will include a 30-day phase-in, six-month base period, four one-year options, and a not-to-exceed six-month extension option in accordance with Federal Acquisition Regulation 52.217-8 which if exercised, the total value of this contract will be $75,886,505. Work will be performed in Joint Base Pearl Harbor-Hickam, Hawaii, and work is expected to be completed by May 2018; if all options are exercised, work will be completed by November 2022. No funds will be obligated at time of award. Fiscal 2018 working capital funds (Navy) will be used as individual orders are issued. This requirement was solicited unrestricted to all GSA schedule holders under SIN 51V via GSA eBuy. Forty-one vendors were solicited, with four offers received.  Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity (N0064-18-A-4000).

 

DEFENSE LOGISTICS AGENCY

 

AvKare Inc., Pulaski, Tennessee, has been awarded a maximum $37,031,785 firm-fixed-price, requirements contract for estradiol tablets. This is a one-year base contract with four one-year option periods. Maximum dollar value is for the life of the contract. This was a competitive acquisition with one response received. Locations of performance are Tennessee and New York, with an Oct. 4, 2022, performance completion date. Using customers are Department of Defense, Department of Veterans Affairs, Indian Health Services and Federal Bureau of Prisons. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-18-D-0050). 

 

MISSILE DEFENSE AGENCY

 

Lockheed Martin Corp., Sunnyvale, California, is being awarded a $9,400,015 competitive cost-plus-fixed- fee contract for the Low Power Laser Demonstrator (LPLD) Phase 1 effort. No options are contemplated.  Under this new contract, the contractor will perform the next step for the LPLD effort that addresses laser power and aperture size by integrating and testing a low power laser on an unmanned aerial vehicle.  The work will be performed in Sunnyvale, California; Palo Alto, California; Louisville, Colorado; and Albuquerque, New Mexico, with an estimated completion date of July 5, 2018.  The period of performance is nine-months from Oct. 6, 2017 through July 5, 2018. This contract was competitively procured via publication on the Federal Business Opportunities website through an Advanced Technology Innovation broad agency announcement HQ0147-15-ATI-BAA.  Fiscal 2017 research, development, test and engineering funds in the amount of $2,000,000 are being obligated at the time of award.  The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity (HQ0277-18-C-0001).

 

ARMY

 

CORRECTION:  The contract number for the contract announced on Sept. 27, 2017, Med Trust LLC,* San Antonio, Texas, for $22,529,922, has changed. The new contract number is W81K04-17-D-0020. All other contract information was correct.

 

CORRECTION:  The contract number for the contract announced on Sept. 27, 2017, Donald L. Mooney LLC,* San Antonio, Texas, for $13,707,214, has changed. The new contract number is W81K04-17-D-0019. All other contract information was correct.

 

*Small business

** Service-disabled veteran-owned small business