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 Some of the information contained within may be outdated and links may not function.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. 26, 2018

CONTRACTS

 

MISSILE DEFENSE AGENCY

 

Lockheed Martin Corp. Missiles and Fire Control, Dallas, Texas, is being awarded a $459,230,468 modification (P00008) to a previously-awarded contract HQ0147-17-C-0032 to exercise an option for the production of additional Lot 10 Terminal High Altitude Area Defense (THAAD) interceptors (one-shot devices); and to provide associated production support efforts under fixed-price incentive-firm target contract line item numbers. The value of this contract is increased from $826,614,843 to $1,285,845,311. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Anniston, Alabama; Camden, Arkansas; and Troy, Alabama, with an expected completion date of June 25, 2021.  Fiscal 2018 procurement funds in the amount of $459,230,468 are being obligated at time of award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

 

Decisive Analytics Corp.,* Arlington, Virginia, is being awarded a $59,463,490 competitive cost-plus-fixed-fee contract for advisory and assistance services for cybersecurity compliance and risk management in support of technical, engineering, advisory and management support.  This contract covers improved independent verification and validation analysis and reporting of the Ballistic Missile Defense System and Enterprise cybersecurity controls, and will expand information cybersecurity knowledge improving the system architecture, system life cycles, and authorization decisions for the Missile Defense Agency.  The work will be performed in Colorado Springs, Colorado; and Huntsville, Alabama, with an estimated completion date of April 2023.  This contract was competitively procured via publication on the Federal Business Opportunities website with five proposals received.  Fiscal 2018 research, development, test and evaluation funds in the amount of $833,600 are being obligated at time of award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-18-C-0012).

 

NAVY

 

Lockheed Martin Aculight Corp., Bothell, Washington, is being awarded a $150,022,901 cost-plus-incentive-fee contract for Surface Navy Laser Weapon System Increment 1, High Energy Laser and Integrated Optical-dazzler with surveillance system.  Under this contract Lockheed Martin Aculight Corp. will develop, manufacture, and deliver two test units in fiscal 2020 (one unit for DDG 51 FLT IIA, and one for land-based testing).  This contract includes options which, if exercised, would bring the cumulative value of this contract to $942,818,114.  Work will be performed in Bothell, Washington (52 percent); Moorestown, New Jersey (31 percent); Owego, New York (9 percent); Marion, Massachusetts (3 percent); Clearwater, Florida (3 percent); Manassas, Virginia (0.9 percent); Baltimore, Maryland (0.6 percent); and Akron, Ohio (0.5 percent), and is expected to be completed by April 2020.  Fiscal 2018 research, development, testing, and evaluation (Navy) funds in the amount of $3,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with four proposals received.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-18-C-5392).

 

Sonalysts, Inc.,* Waterford, Connecticut (N66604-18-D-A801); Systems Engineering Associates Corp.,* Middletown, Rhode Island (N66604-18-D-A802); and Transtecs Corp.,* Wichita, Kansas (N66604-18-D-A803), are being awarded a combined $49,403,766 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract to procure training systems, classrooms and lab environments in support of the Waterfront Surface Trainers Program.  This contract combines purchases for the Navy (99 percent); and the government of the Philippines (1 percent) under the Foreign Military Sales program.  Work will be performed in Waterford, Connecticut; Middletown, Rhode Island; and Wichita, Kansas (percentages will vary due to the competition of individual orders), and is expected to be completed by January 2021.  Fiscal 2018 operations and maintenance (Navy) funding in the amount of $7,500 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with six offers received.  The Naval Undersea Warfare Center Newport Division, Newport, Rhode Island, is the contracting activity.

 

Huntington Ingalls Inc. - Ingalls Shipbuilding, Pascagoula, Mississippi, is being awarded $30,169,626 for a cost-plus-fixed fee modification to a previously awarded contract (N00024-17-C-4444) for the execution of USS Fitzgerald (DDG 62) emergent repair and restoration.  This effort shall provide for the additional modernization work items and contract growth for collision repairs as well as maintenance for USS Fitzgerald (DDG 62). Additional contract modifications for collision repair, equipment installation as well as other maintenance and modernization requirements are planned with final definitization of this contract in the third quarter of fiscal 2018.  Work will be performed in Pascagoula, Mississippi, and is expected to be completed by January 2020.  Fiscal 2018 operations and maintenance (Navy) funding in the amount of $14,425,453; and fiscal 2018 other procurement (Navy) in the amount of $659,360 will be obligated at time of award.  Contract funds in the amount of $14,425,453 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Certified Stainless Service Inc., doing business as West-Mark, Ceres, California, has been awarded a maximum $53,000,000 fixed-price with economic-price-adjustment contract for commercial sweeper and scrubber equipment. This is a five-year contract with no option periods. This was a competitive acquisition with six responses received. Location of performance is California, with a Jan. 25, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-18-D-0009).

 

General Electric - Aviation, Lynn, Massachusetts, has been awarded a maximum $14,957,814 firm-fixed-price delivery order (SPRPA1-18-F-E003) against a five-year basic ordering agreement (FA8122-14-G-0001) for T-64 engine combustion liners. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Massachusetts, with a Jan. 28, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through fiscal 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

 

Woodward HRT Inc., Santa Clarita, California, has been awarded a maximum $14,114,934 firm-fixed-price contract for hydraulic servo valves. This is a one-year base contract with one one-year option period. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is California, with a Jan. 26, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-C-0161).

 

CFM International Inc., West Chester, Ohio, has been awarded a maximum $8,538,960 firm-fixed-price order (SPRTA1-18-F-0119) against a five-year basic ordering agreement (SPRTA1-14-G-0002) for fan A vane assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Ohio, with an Aug. 2, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma.

 

General Electric - Aviation, Lynn, Massachusetts, has been awarded a maximum $7,865,255 firm-fixed-price delivery order (SPRPA1-18-F-E002) against a five-year basic ordering agreement (FA8122-14-G-0001) for T-64 engine front frames. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Massachusetts, with a Jan. 28, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through fiscal 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

 

AIR FORCE

 

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $49,336,683 cost-plus-fixed-fee order (FA8620-18-F-2363) to previously awarded basic ordering agreement FA8620-15-G-4040.  This contract provides for tasks necessary to develop, field, and sustain Air Force Special Operations Command and Air Combat Command MQ-9 software development. Work will be performed in Poway, California, and is expected to be complete by Jan. 31, 2020.  This award is the result of a sole-source acquisition.  Fiscal 2017 and 2018 research and development funds in the amount of $9,864,489 are being obligated at the time of the award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

Concurrent Technology Corp., Johnstown, Pennsylvania (FA8650-18-D-5660); Southwest Research Institute, San Antonio, Texas (FA8650-18-D-5680); and University of Dayton Research Institute, Dayton, Ohio (FA8650-18-D-5670), have been awarded a $49,000,000 shared ceiling, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for research and development associated with the Rapid Assessment of Technologies and Energy for the Alternative Power and Technology Office.  This contract provides for research and development to accelerate the implementation and transition of energy efficiency and alternative energy technologies to meet Air Force energy goals.  Work will be performed in Johnstown, Pennsylvania; San Antonio, Texas; and Dayton, Ohio, and is expected to be complete by January 2025. Fiscal 2017 research and development funds in the amount of $3,259,019 are being obligated at the time of the award. This award is the result of a competitive acquisition and four offers were received. Air Force Research Lab, Wright Patterson Air Force Base, Ohio, is the contracting activity.

 

Tri-Cor Inc., Alexandria, Virginia, has been awarded a $30,256,209 firm-fixed-price contract modification (P00034) to previously awarded contract FA4452-13-D-0002 to extend support for existing applications, infrastructure and system support services.  This modification brings the total cumulative face value of the contract to $138,955,903.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by Jan. 31, 2019.  Fiscal 2018 transportation working capital funds, TWCF operations funds, and operations and maintenance funds in the amount of $20,369,337 will be obligated at the time of the award.  The 763rd Specialized Contracting Squadron, Scott AFB, Illinois, is the contracting activity.

 

AAI Corp., Hunt Valley, Maryland, has been awarded a $15,670,445 firm-fixed-price contract for unmanned aircraft systems (UAS) intelligence, surveillance, and reconnaissance (ISR) services, to include supporting force protection efforts and providing a non-developmental Contractor-Owned and Contractor-Operated UAS ISR solution to perform operational, engineering, and sustainment efforts.  Work will be performed at Bagram and Kandahar Airfields, Afghanistan, and is expected to be complete by Sept. 27, 2018.  This award is the result of a sole-source acquisition.  Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity (FA4890-18-C-0005).

 

Lockheed Martin Services Inc., Colorado Springs, Colorado, has been awarded a $10,812,817 modification (P00117) to previously awarded contract FA8823‐13‐C‐0002 for Global Positioning System control segment sustainment. This contract provides for procurement of remaining hardware, and provides engineering, installation, and test resources to deploy Phase 3 of Combined Hardware and Software Commercial-Off-The-Shelf Upgrade and Ground Antenna/Air Force Satellite Control Network Interface Technology Refresh.  Work will be performed in Colorado Springs, Colorado, and is expected to be complete by June 30, 2019. Fiscal 2018 other procurement funds in the amount of $8,212,803 are being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823-13-C-0002).

 

*Small business