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 Some of the information contained within may be outdated and links may not function.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 Jan. 16, 2018

CONTRACTS

 

NAVY

 

BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4419); Continental Maritime of San Diego, San Diego, California (N00024-16-D-4420); and General Dynamics, National Steel and Shipbuilding Co., San Diego, California (N00024-16-D-4421), are being awarded firm-fixed price modifications to previously awarded indefinite-delivery/indefinite-quantity, multiple-award contracts to exercise option period two for the accomplishment of complex emergent and continuous maintenance and Chief of Naval Operations availabilities on amphibious ships (LPD, LSD, LHA and LHD) homeported in San Diego, California.  The exercising of these options ensures continued facilities and human resources capable of completing complex emergent and continuous maintenance, repair, modernization and Chief of Naval Operations maintenance availabilities on amphibious ships assigned to or visiting the port of San Diego, California. The option period two estimated cumulative ceiling value is $157,977,304.  Work will be performed in San Diego, California, and is expected to be complete by March 2019.  No funding will be obligated at the time of award.  Fiscal 2018 and 2019 operations and maintenance (Navy) funding will be obligated under each contract’s prospective delivery orders and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

 

General Dynamics National Steel and Shipbuilding Co.-Bremerton, Bremerton, Washington, is being awarded a $33,197,750 modification to a previously awarded contract (N00024-14-C-4321) to exercise an option for repair and alteration requirements for USS Nimitz (CVN 68) fiscal 2018 drydocking planned incremental availability (DPIA).  This modification is awarded under contract line item number 0018 of the existing five-year contract for non-nuclear maintenance, repair and alterations of CVN 68- and CVN 78-class ships.  USS Nimitz will be undergoing a DPIA, which is an opportunity in the ship’s life cycle to conduct repairs and alterations.  The option will authorize the third major availability of the contract and entails modification and repair of ship equipment, hull and systems.  Work will be performed in Bremerton, Washington, and is expected to be completed by May 2019.  Fiscal 2018 operations and maintenance (Navy) funding in the amount of $33,197,750 will be obligated at time of award and will expire at the end of the current fiscal year.  The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

 

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $16,944,750 modification to a previously awarded contract (N00024 17-C-5420) to exercise an option for Standard Missile-2 regrained dual thrust rocket motors.  Work will be performed in Camden, Arkansas, and is expected to be completed by December 2020. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $16,944,750 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.  (Awarded Jan. 12, 2018)

 

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is being awarded $34,246,470 for modification P00024 to a previously awarded cost-plus-fixed-fee term contract (N00421-17-C-0028).  This modification exercises an option for an estimated 313,632 hours of technical services for the rapid design, development, customization, fabrication, integration, test and evaluation, installation, certification, maintenance and upgrade, logistic, and life cycle support of new and/or existing communication-electronic platforms, equipment/systems and subsystems.  These efforts are in support of the Naval Warfare Center Aircraft Division’s Special Communications Mission Solutions Division.  Work will be performed in St. Inigoes, Maryland (30 percent); Lexington Park, Maryland (25 percent); Chesapeake, Virginia (25 percent); Spring Lake, North Carolina (15 percent); and California, Maryland (5 percent), and is expected to be completed in December 2018.  Fiscal 2018 working capital (Navy) funds in the amount of $1,000,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity

 

CACI-ISS Inc., Chantilly, Virginia, is being awarded $18,232,339 for modification P00060 to a previously awarded cost-plus-fixed-fee term contract (N00421-15-C-0021).  This modification exercises an option for an estimated 224,761 hours of technical services for command, control, communications, computers, intelligence, surveillance, and reconnaissance (C4ISR) in support of the Naval Warfare Center Aircraft Division’s Special Communications Mission Solutions Division.  Work will be performed in St. Inigoes, Maryland (50 percent); Lexington Park, Maryland (43 percent); Fayetteville, North Carolina (5 percent) and New Bern, North Carolina (2 percent), and is expected to be completed in August 2018.  No funds are being obligated at time of award.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

 

Vigor Marine LLC, Portland, Oregon, is being awarded a $19,629,518 firm-fixed-price contract to prepare for and accomplish repair and alteration requirements for USS Kidd (DDG 100) Chief of Naval Operations scheduled, selected restricted availability (SRA) in support of the DDG-51-class destroyer ship repair program.  For U.S. Naval Surface Combatants – typical repair and maintenance work to be performed in SRA includes modernization ship alterations; blasting, painting and surface preparation for complete or touch-up preservation, freeboard, struts, rudders, running gear, ground tackle, and sea-chest; hull, mechanical and electrical; various interior tanks.  Work will be performed in Everett, Washington, and is expected to be completed by September, 2018. Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 working capital (Department of Defense) funds in the amount of $19,629,518 will be obligated at time of award.  Funds in the amount of 19,000,938 will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-18-C-0550).

 

BAE Systems Technology Solutions and Service, Rockville, Maryland, is being awarded $14,361,151 for modification P00039 to a previously awarded cost-plus-fixed-fee term contract (N00421-16-C-0035).  This modification exercises an option for an estimated 181,876 hours of life cycle support services and incidental materials for fielded communications-electronics equipment/systems and subsystems, including maintenance, logistic, and lifecycle sustainment.  These services are in support of the Naval Warfare Center Aircraft Division’s Special Communications Mission Solutions Division.  Work will be performed in Chesapeake, Virginia (30 percent); San Diego, California (19 percent); St. Inigoes, Maryland (15 percent); Panzer Kaserne, Germany (15 percent); Fayetteville, North Carolina (10 percent); Afghanistan (6 percent); Fort Walton Beach, Florida (3 percent); Fort Bliss, Texas (1 percent); and Homestead, Florida (1 percent), and is expected to be completed in September 2018.  No funds are being obligated at time of award.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

 

Orbital ATK Inc., Defense Electronic Systems, Northridge, California, is being awarded $9,506,874 for cost-plus-fixed-fee delivery order N0001918F1673 against a previously issued basic ordering agreement (N00019-17-G-0011).  This delivery order provides for the non-recurring engineering for the design, development, and qualification of the Advanced Anti-Radiation Guided Missile (AARGM) anti-radiation homing (ARH) and millimeter wave (MMW) executive processor circuit card assembly as a form, fit, and functional replacement of the existing AARGM ARH and MMW in support of the Direct and Time Sensitive Strike Program Office.  This non-recurring engineering effort will mitigate existing cost and production issues associated with the existing AARGM ARH and MMW, as well as incorporate hardware for future expansion of capabilities.  Work will be performed in North Ridge, California (94 percent); Monterey, California (3 percent); and Moorpark, California (3 percent), and is expected to be completed in August 2020.  Fiscal 2017 weapons procurement (Navy) funds in the amount of $9,506,874 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.

 

U.S. TRANSPORTATION COMMAND

Air Transport International, Wilmington, Ohio, has been awarded a fixed-price, indefinite-delivery/indefinite-quantity with economic price adjustments and incentives contract (HTC711-18-D-CC16) and an initial task order (HTC711-18-F-1505) for combination passenger and cargo charter airlift services on contract HTC711-18-D-CC16. This contract provides global air charter transportation services utilizing part 121 aircraft configured to simultaneously transport both passengers and cargo. Services required include full planeload port-to-port airlift transportation services, commercial equivalent economy passenger services, 463L pallet cargo services and mission coordination. Work will be performed globally. Contract period of performance is Jan. 16, 2018, to Dec. 31, 2021; task order period of performance is Jan. 16, 2018, to Sept. 30, 2018. Fiscal 2018 transportation working capital funds in the amount of $40,700,565 were obligated at time of award. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

 

MISSILE DEFENSE AGENCY

 

PeopleTec Inc.,* Huntsville, Alabama, is being awarded a $33,600,888 competitive, cost-plus-fixed-fee contract for advisory and assistance services for international engineering in support of technical, engineering, advisory and management support. This contract covers systems engineering activities for international programs and the Ballistic Missile Defense System (BMDS) to defend regional interests, allies, and deployed forces against ballistic missile threats. The work will be performed in Huntsville, Alabama; Fort Belvoir, Virginia; and Tel Aviv, Israel, with an estimated completion date of January 2023. This contract was competitively procured via publication on the Federal Business Opportunities website with three proposals received. Fiscal 2018 research development test and evaluation funds in the amount of $201,000 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-18-C-0016).

 

AIR FORCE

 

Aerojet Rocketdyne Inc., Rancho Cordova, California, has been awarded a $20,000,000 basic indefinite-delivery/indefinite-quantity, hybrid cost-plus-fixed-fee and firm-fixed-price contract for advanced rocket technology, specifically solid boost technology. This contract provides a vehicle the Air Force can use to establish task orders, which can be used to advance solid rocket motor technologies, and addresses technical needs for next-generation strategic, tactical and spacecraft propulsion systems. Work will be performed in Rancho Cordova, California, and is expected to be complete by Jan. 18, 2023. This award is the result of a competitive acquisition and two offers were received. Fiscal 2017 research, development, test and engineering funds in the amount of $925,048 are being obligated at the time of award. Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-18-D-0002).

 

ARMY

 

PowerSecure Inc., Wake Forest, North Carolina, has been awarded an $18,912,443 modification (P00006) to contract W912EP-18-C-0003 to repair and restore the electric power grid in Puerto Rico. Work will be performed in San Juan, Puerto Rico, with an estimated completion date of March 8, 2018. Fiscal 2018 Federal Emergency Management Agency funds in the amount of $18,912,443 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity.

 

WASHINGTON HEADQUARTERS SERVICES

 

QualX Corporation, Springfield, Virginia, is being awarded an $8,918,675 firm-fixed-price contract. The contract will provide information management and information access support services for Washington Headquarters Services.  Work performance will take place in Arlington, Virginia; and Springfield, Virginia.  Fiscal 2018 operations and maintenance funds are being obligated at the time of the award.  The expected completion date is Jan. 16, 2022.  Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-17-C-0022).

 

*Small business