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 Some of the information contained within may be outdated and links may not function.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 Nov. 30, 2017

CONTRACTS

 

NAVY

 

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $353,208,847 fixed-price-incentive-firm, cost-plus-incentive-fee, cost-plus-fixed-fee modification to a previously awarded undefinitized contract (N00019-17-C-0010).  This modification provides for performance based logistics sustainment in support of the F-135 propulsion system in support of the F-35 joint strike fighter aircraft for the Navy, Air Force, Marine Corps, non-U.S. Department of Defense (DoD) participants and foreign military Sales (FMS) customers.  This modification provides for maintenance of support equipment, common program activities, unique and common base recurring sustainment, repair of repairable, field service representatives, common replenishment spares, conventional take-off and landing/carrier variant F-135 unique maintenance services, and short take-off and landing F-135 unique services.  Work will be performed in East Hartford, Connecticut (73 percent); Oklahoma City, Oklahoma (18 percent); Camari, Italy (3 percent); Eglin Air Force Base, Florida (2 percent); Edwards Air Force Base, California (1 percent); Hill Air Force Base, Utah (1 percent); Luke Air Force Base, Arizona (1 percent); and Beaufort Marine Corps Air Station, South Carolina (1 percent), and is expected to be completed in November 2018.  Fiscal 2017 aircraft and procurement (Navy and Marine Corp); fiscal 2018 aircraft procurement (Air Force); fiscal 2018 operations and maintenance (Air Force, Navy, Marine Corp) funds, non-U.S. DoD participants; and foreign military sales funds in the amount of $306,451,000 are being obligated on this award, $97,383,008 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Air Force ($136,583,273; 39 percent); Marine Corps; ($103,789,037; 29 percent); Navy ($23,871,151; 7 percent); non-U.S. DoD participants ($65,223,394; 18 percent); and FMS customers ($23,741,992; 7 percent), under the FMS Program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $101,998,222 cost-plus-incentive-fee contract modification to previously awarded contract N00024-15-C-6222 to exercise options for the procurement of technical insertion (TI)-16 Acoustic Rapid Commercial Off-the-Shelf Insertion (A-RCI) systems, pre-cable kits, and A-RCI sonar engineering services.  Work will be performed in Manassas, Virginia (95 percent); and Clearwater, Florida (5 percent), and is expected to be completed by December 2018.  Fiscal 2018 shipbuilding and conversion (Navy) in the amount of $39,436,051;, fiscal 2018 research and development test and evaluation funding in the amount of $15,970,217; and fiscal 2018 other procurement (Navy) funding in the amount of $1,664,560 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

 

Nova Group Inc., Napa, California, is being awarded a $26,868,000 firm-fixed-price contract to replace hydrant fuel system at Travis Air Force Base.  The project will construct a new Type-III Hydrant System with two 10,000 barrel (BBL) aboveground storage tanks and a 2,400 gallons per minute pump house at the existing 900 ramp site, and construct a new 12 inch jet propellant 8 piping loop between the new operating storage and 12 new hydrant pits.  The project will demolish by removal of two 5,000 BBL operating storage tanks, one pump house and seven hydrant pits.  The project will also remove from services by abandonment in place, approximately 4,500 lineal feet of hydrant piping.  The project will also construct one new truck off-load stand with a single return to bulk connection.  Also included with the new operating storage facility are access roads, concrete secondary containment, containment drainage, canopies, control system and lighting.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $27,208,000.  Work will be performed in Fairfield, California, and is expected to be completed by March 2020.  Fiscal 2017 military construction (defense-wide) contract funds in the amount of $26,868,000 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 two proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-C-2202).

 

BAE Systems, Electronics, Intelligence and Support/Electronic Solutions, Nashua, New Hampshire, is being awarded $22,998,773 for modification P00005 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-16-C-0020) to exercise an option for full-rate production Lot VIII for the procurement of 310 Integrated Defensive Electronic Countermeasures AN/ALE-55 fiber optic towed decoys and associated logistics and engineering technical support in support of the F/A-18E/F aircraft platform.  In addition, this option includes tasks required to support logistics and engineering efforts for the AN/ALE-55 to include field support, failure analysis, investigations, and corrective actions recommendations.  Work will be performed in Nashua, New Hampshire (30 percent); Chelmsford Essex, United Kingdom (22 percent); Rochester, New York (9 percent); Fremont, California (6 percent); San Diego, California (4 percent); Landenburg, Pennsylvania (2 percent); Toledo, Ohio (1 percent); Hopkinton, Massachusetts (1 percent); and various locations within the continental U.S. (25 percent), and is expected to be completed in November 2019.  Fiscal 2016 and 2018 procurement ammunition (Navy, Marine Corps) funds in the amount of $22,998,773 will be obligated at time of award, $504,203 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

R.A. Burch Construction Co. Inc.,* Ramona, California, is being awarded $22,540,000 for firm-fixed-price task order N6247318F4109 under a previously awarded multiple award construction contract (N62473-17-D-4638) for maximum utilization and demolition project at Marine Corps Air Ground Combat Center, Twentynine Palms.  The work to be performed provides for the repair and renovation of separate buildings including demolition of interior walls, restrooms, domestic and sewer piping, lighting, electrical, telecommunications service, and installation of new partition walls.  Project will provide structural upgrades and new fire alarm system.  In addition, the project includes the demolition of separate facilities.  The task order also contains one planned modification, which if exercised would increase cumulative task order value to $24,164,221.  Work will be performed in Twentynine Palms, California, and is expected to be completed by January 2020.  Fiscal 2018 operations and maintenance (Marine Corps) contract funds in the amount of $22,540,000 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

 

BAE Systems Information and Electronic Systems Integration Inc., Arlington, Virginia, is being awarded a $17,225,952 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide intelligence, surveillance and reconnaissance and information operations systems engineering, software development, test and evaluation support services to include ocean, airborne, land and space platforms. This is one of four multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $44,462,242.  Work will be performed in San Diego, California, and work is expected to be Nov. 29, 2019.  No funds will be obligated at the time of award.  Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy).  This contract was competitively procured via request for proposal N66001-17-R-0291 and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command  e-Commerce Central website. Five offers were received and four were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0291).

 

Doyon Project Services LLC,* Federal Way, Washington, is being awarded $15,862,400 for firm-fixed-price task order N4425518F4016 under a previously awarded multiple award construction contract (N44255-17-D-4036) for service pier electrical upgrades at Naval Base Kitsap Bangor.  The work to be performed provides for design-bid-build installation of underground concrete duct banks and upgrades to the existing power distribution from substations four and five to the service pier.  The project will also provide an emergency power generator.  Work will be performed in Silverdale, Washington, and is expected to be completed by March 2019.  Fiscal 2017 military construction (Navy); and working capital (Navy) contract funds in the amount of $15,862,400 are obligated on this award and will not expire at the end of the current fiscal year.  Seven proposals were received for this task order.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity

 

Northrop Grumman Systems Corp., Falls Church, Virginia, is being awarded a $15,613,789 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide intelligence, surveillance and reconnaissance and information operations systems engineering, software development, test and evaluation support services to include ocean, airborne, land and space platforms.  This is one of four multiple award contracts.  All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $40,415,838.  Work will be performed in San Diego, California, and is expected to be Nov. 29, 2019.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy).  This contract was competitively procured via request for proposal N66001-17-R-0291 and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website.  Five offers were received and four were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0292).

 

Lockheed Martin Rotary and Mission Systems, Owego, New York, is being awarded $15,428,873 for modification 02 to a previously issued cost-plus-incentive-fee delivery order 4019, placed against previously awarded basic ordering agreement N00019-14-G-0019.  This order provides for additional software product improvement efforts to support the MH60R mission computer/flight management computer product line variants for the Navy and government of Denmark.  Work will be performed in Owego, New York (97.45 percent); Melbourne, Florida (1.72 percent); Pompano Beach, Florida (0.61 percent); and New York, New York (0.22 percent), and is expected to be completed in December 2020.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $14,460,000; and foreign military sales funds in the amount of $968,873 are being obligated on this award, $14,460,000 of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($14,460,000; 93.72 percent); and the government of Denmark ($968,873; 6.28 percent), under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.  

 

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded $14,726,111 for cost-plus-fixed-fee modification P00086 to a previously awarded fixed-price-incentive contract (N00019-13-C-0023) to exercise an option for systems engineering and program management services in support of Lots 12, 13, and 14 H-1 aircraft.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2018.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $14,726,111 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.

 

Scientific Research Corp., Atlanta, Georgia, is being awarded a $13,903,054 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide intelligence, surveillance and reconnaissance and information operations systems engineering, software development, test and evaluation support services to include ocean, airborne, land and space platforms.  This is one of four multiple award contracts.  All awardees will have the opportunity to compete for task orders during the ordering period.  This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $35,712,057.  Work will be performed in San Diego, California, and is expected to be completed Nov. 29, 2019.  No funds will be obligated at the time of award.  Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy).  This contract was competitively procured via request for proposal N66001-17-R-0291 and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website.  Five offers were received and four were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0294).

 

Science Application International Corp., Reston, Virginia, is being awarded a $13,672,005 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide intelligence, surveillance and reconnaissance and information operations systems engineering, software development, test and evaluation support services to include ocean, airborne, land and space platforms.  This is one of four multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period.  This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $34,712,336.  Work will be performed in San Diego, California, and is expected to be completed Nov. 29, 2019.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy).  This contract was competitively procured via request for proposal N66001-17-R-0291 and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website.  Five offers were received and four were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0293).

 

Cummins Power Generation Inc., Minneapolis, Minnesota, is being awarded a maximum ceiling amount $8,734,495 for firm-fixed-price blanket purchase agreement (BPA) M67854-18-A-5000 against Federal Supply Schedule contract GS-07F-017DA for advanced medium mobile power sources generators.  This BPA will procure 13 each 5kW 50/60Hz skid mounted generators, 103 each 15kW 50/60Hz skid mounted generators, six each 60kW 50/60Hz skid mounted generators, and 704 each advanced digital control systems.  All work will be performed in Minneapolis, Minnesota, and is to be completed by Nov. 29, 2018.  Fiscal 2017 procurement funds (Marine Corps) in the amount of $8,734,495 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This contract was awarded as a limited sources under Federal Acquisition Regulation 8.405-6 (a) (1) (i).  The Marine Corps System Command, Quantico, Virginia, is the procuring contracting activity (M67854-18-A-5000).  

 

ARMY

 

Bay West LLC,* St. Paul, Minnesota (W9124J-18-D-0001); Cape Environmental Management Inc.,* San Antonio, Texas (W9124J-18-D-0002); EA Engineering, Science and Technology Inc. PBC,* Hunt Valley, Maryland (W9124J-18-D-0003); Environmental Chemical Corp.,* Burlingame, California (W9124J-18-D-0004); Environmental Quality Management, Inc.,* Cincinnati, Ohio (W9124J-18-D-0005); Navarro Research and Engineering Inc.,* Oak Ridge, Tennessee (W9124J-18-D-0006); and North Wind Services LLC,* Idaho Falls, Idaho (W9124J-18-D-0007), will share in a $200,000,000 firm-fixed-price contract for environmental remediation and cleanup at Army installations at various locations throughout the U.S., including the territories of Puerto Rico and the Virgin Islands. Bids were solicited via the Internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2022. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity.

 

Kongsberg Defence and Aerospace AS, Kongsberg, Norway, was awarded a $29,569,773 modification (P00409) to contract W15QKN-12-C-0103 for an additional quantity of Common Remotely Operated Weapon Station conversions. Work will be performed in Johnstown, Pennsylvania, with an estimated completion date of May 15, 2019. Fiscal 2016 and 2018 other procurement (Army) funds in the amount of $29,569,773 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

 

GS Engineering Inc.,* Houghton, Michigan, was awarded a $14,367,441 firm-fixed-price contract for Explosive Hazard Pre-detonation Wire Neutralization System and associated production system support packages. 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 Oct. 31, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-D-0019).

 

General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, was awarded a $10,605,160 modification (P00017) to contract W31P4Q-13-C-0231 for the demilitarization and disposal of a quantity of 14,970 all-up rounds, or equivalent Multiple Rocket Launch System M26 rockets and components. Work will be performed in Carthage, Missouri, with an estimated completion date of March 31, 2019. Fiscal 2018 other procurement (Army) funds in the amount of $10,605,160 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

 

Raytheon/Lockheed Martin Javelin JV, Tuscon, Arizona,* was awarded an $8,140,430 modification (P00091) to contract W31P4Q-13-C-0129 to procure battery coolant unit, tripods, Anarin hybrid regulators, Lockheed Martin non-recurring engineering, sustaining test equipment, and the Javelin vehicle launcher-electronics. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2020. Fiscal 2018 other procurement (Army) funds in the amount of $ 8,140,430 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

PICK Electric Inc.,* Spokane, Washington, was awarded a $7,474,949 firm-fixed-price contract for 480 volt switchgear and motor control center board replacement at the John Day Lock and Dam in Sherman County, Oregon; and Klickitat County, Washington. Bids were solicited via the Internet with six received. Work will be performed in Wasco, Oregon, with an estimated completion date of Aug. 1, 2020. Fiscal 2017 civil works funds in the amount of $ were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-18-C-0009).

 

DEFENSE INTELLIGENCE AGENCY

 

The Johns Hopkins University Applied Physics Laboratory, Laurel, Maryland, has been awarded a cost-plus fixed-fee, indefinite-delivery/indefinite-quantity contract (HMM402-18-D-0002) with a ceiling of $125,000,000 to provide essential engineering, research and development capabilities to the Defense Intelligence Agency (DIA). The contract will support multiple divisions of DIA’s Directorate of Science and Technology Office of Advanced Technologies. Through this award, DIA will procure engineering, integration, testing and employment services for specialized sensor systems. Work will be performed in the national capital region; and throughout the U.S., with an expected completion date of Nov. 30, 2022. Fiscal 2018 research, development, test and evaluation funds in the amount of $2,250,000 are being obligated for task order 0001 at time of award. This contract has been awarded on a sole-source basis under the authority of 10 U.S. Code 2340(c)(3). The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

 

AIR FORCE

 

M1 Support Services, Denton, Texas, has been awarded a $94,445,680 modification (P00031) to a previously awarded contract (FA4890-16-C-0005) for back shop and flightline maintenance for more than 149 aircraft of different varieties.  Work will be performed at Nellis Air Force Base, Nevada, with an expected completion date of Dec. 31, 2018.  Fiscal 2018 operations and maintenance funds in the amount of $94,445,680 are being obligated at time of award.  Air Combat Command, Langley Air Force Base, Virginia, is the contracting activity.

 

The Boeing Co., Defense, Space & Security, Oklahoma City, Oklahoma, has been awarded a ceiling $79,989,888 option two order (FA8106-18-F-0001) to a previously awarded indefinite-delivery/indefinite-quantity contract (FA8106-16-D-0002) for the E-4B sustainment support, and will provide program management, field service representative, system integration laboratory, spare procurement, repair/overhaul, emergency support and engine overhaul.  Work will be performed in Oklahoma City, Oklahoma; and Offutt Air Force Base, Nebraska, with an expected completion date of Nov. 30, 2018.  This contract was a sole-source acquisition.  Fiscal 2018 operations and maintenance funds in the amount of $28,444,000 are being obligated at time of award.  Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

 

Alliant Techsystems Inc., Fort Worth, Texas, has been awarded a $28,778,721 firm-fixed-price modification (P00027) to a previously awarded contract (FA8106-16-C-0004) for the exercise of option year two for contractor logistic support for the Iraqi Air Force's Cessna 208 fleet and the Cessna 208/172 trainer fleet.  Work will be performed in Iraq, with an expected completion date of Dec. 31, 2018.  This contract is 100 percent foreign military sales to Iraq.  This contract is a sole-source acquisition.  Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

 

Sierra Lobo Inc., Fremont, Ohio, has been awarded a $25,949,322 task order (FA9300-18-F-9000) to a previously awarded contract (GS00Q14OADS616) for rocket technology engineering support advice and assistance services.  Work will be performed at Edwards Air Force Base, California, with an expected completion date of Nov. 30, 2022.  Fiscal 2018 research and development funds in the amount of $390,679 are being obligated at time of award.  Air Force Test Center, Edwards Air Force Base, California, is the contracting activity.

 

University of Dayton Research Institute, Dayton, Ohio, has been awarded a $14,999,880 cost-plus-fixed-fee contract for the air-launched off-board operations program, which involves small unmanned air systems development including pre-launch and post-launch command and control, system integration, capability development, and flight testing.  Work will be performed at Wright-Patterson Air Force Base, Ohio, with an expected completion date of March 1, 2023.  Fiscal 2017 and 2018 research and development funds in the amount of $290,000 are being obligated at time of award.  Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-C-2808).

 

DEFENSE LOGISTICS AGENCY

 

Food Services, Inc.,* Mount Vernon, Washington, has been awarded a maximum $26,074,954 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full food line distribution. This is a 180-day bridge contract, which could possibly end early when the guaranteed minimum is met. Locations of performance are Washington and Okinawa, with a June 10, 2018, performance completion date. Using military services are Marine Corps, Air Force, Navy and Army. Type of appropriation is fiscal 2018 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-18-D-4035).

 

Meggitt Inc., North Hollywood, California, has been awarded a maximum $9,914,088 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for solenoid valves. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) from Federal Acquisition Regulation 6.302-1(a)(2), which states only one responsible source and no other supplies or services will satisfy agency requirements. This is a five year contract with no option periods. Location of performance is California, with a Nov. 30, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0026).

 

DEFENSE INFORMATION SYSTEMS AGENCY

 

ViaSat Inc., Carlsbad, California, was awarded a modification to exercise option two of a non-competitive firm-fixed-price contract to provide senior leaders and their support staff with Ku-band and Ka-band communications utilizing ViaSat subscription service while travelling via aircraft.  The face value of this action is $20,888,383 and is funded by fiscal 2018 operations and maintenance funding.  The total cumulative face value of the contract is $73,217,722.  The period of performance for this option is Dec. 1, 2017 - May 31, 2018. Performance will be primarily at ViaSat's locations in California and Colorado. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-16-C-0008).

 

*Small Business