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 Some of the information contained within may be outdated and links may not function.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 Feb. 1, 2018

CONTRACTS

 

DEFENSE LOGISTICS AGENCY

 

John Deere Shared Services Inc., Moline, Illinois, has been awarded a maximum $663,584,042 fixed-price with economic-price-adjustment contract for commercial construction equipment. This is a five-year contract with no option periods. This was a competitive acquisition with four responses received. Locations of performance are Illinois, Iowa and North Carolina, with a Jan. 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-18-D-0005).

 

Ivoclar Vivadent, Amherst, New York, has been awarded a $40,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for consumable dental items. This is a one-year base contract with four one-year option periods. The maximum dollar amount is for the life of the contract. This was a competitive acquisition with 23 responses received. Location of performance is New York, with a Jan. 30, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-18-D-0004).

 

M&M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $28,335,938 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This is a three-year contract with no options. This was a competitive acquisition with 13 responses received. Location of performance is Puerto Rico, with a Jan. 31, 2021, performance completion date. Using customer is Afghan National Police. Type of appropriation is fiscal 2018 through 2021 foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1023).

 

M&M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $28,103,438 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for coats. This is a three-year contract with no options. This was a competitive acquisition with 13 responses received. Location of performance is Puerto Rico, with a Jan. 31, 2021, performance completion date. Using customer is Afghan National Police. Type of appropriation is fiscal 2018 through 2021 foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1021).

 

NAVY

 

The Boeing Co., Seattle, Washington (N00019-18-D-0112; and N00019-18-D-0113); AAR Aircraft Services Inc., Indianapolis, Indiana (N00019-18-D-0111); and StandardAero (San Antonio) Inc., San Antonio, Texas (N00019-18-D-0110), are each being awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity contracts for P-8A airframe and engine maintenance and repair depot support for the Navy; the government of Australia; and foreign military sales (FMS) customers.  The aggregate amount for all contracts is $268,724,729, with these companies having an opportunity to compete for individual task orders.  Services to be provided for the airframe include scheduled and unscheduled maintenance, in-service repair, planner and estimator requirements, technical directive incorporation, airframe modifications and aircraft on ground support.  Services to be provided for the engine include depot maintenance and repair; field assessment, maintenance repair and overhaul engine repair, and technical assistance for removal and replacement of engines.  The Boeing Co.; and AAR Aircraft Services Inc., are primary and secondary awardees, respectively for airframe depot work.  StandardAero (San Antonio) Inc.; and The Boeing Co., are primary and secondary awardees, respectively for engine depot work.  Work will be performed at each awardee’s facility sites in Atlanta, Georgia; Seattle, Washington; Indianapolis, Indiana; Oklahoma City, Oklahoma; Miami, Florida; Winnipeg, Manitoba, Canada; and San Antonio, Texas, and is expected to be completed by January 2019.  No funds are being obligated at time of award, funds will be obligated against each delivery order as they are issued.  This contract was competitively procured via an electronic request for proposals.  Four offers were received for the airframe portion, four were received for the engine portion, and one offer was received for both portions (a combined offer).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

DynCorp International LLC, Fort Worth, Texas, is being awarded $40,419,533 for modification P00011 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-15-D-0001) to exercise an option for organizational, selected intermediate, and limited depot level maintenance and logistics services for F/A-18, EA-18G, MH-60S, F-16A/B and E-2C aircraft assigned to the Naval Aviation Warfighting Development Center, Fallon, Nevada.  Work will be performed at the Naval Air Station, Fallon, Nevada, and is expected to be completed in January 2019.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $10,971,762 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 Rotary and Mission Systems, Manassas, Virginia, is being awarded a $16,190,955 cost-plus-incentive-fee and cost only modification to a previously awarded contract (N00024-13-C-5225) to incrementally fund engineering to support the continued development, integration, and production of the Navy’s AN/SQQ-89A(V)15 Surface Ship Undersea Warfare System.  The AN/SQQ-89A(V)15 is the Surface Ship Undersea Warfare (USW) combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats.  The contract is for development, integration and production of future advanced capability build and technical insertion baselines of the AN/SQQ-89A(V)15 USW Systems.  Work will be performed in Lemont Furnace, Pennsylvania (37 percent); Syracuse, New York (24 percent); Manassas, Virginia (17 percent); Clearwater, Florida (9 percent); Oswego, New York (5 percent); Hauppauge, New York (5 percent); and Tewksbury, Massachusetts (3 percent), and is expected to be completed by May 2018.  Foreign military sales; fiscal 2010, 2013, 2014, 2016, 2017 and 2018 shipbuilding and conversion (Navy); fiscal 2017 other procurement (Navy); fiscal 2018 operations and maintenance (Navy); and fiscal 2018 research, development, test and evaluation funding in the amount of $16,190,955 will be obligated at the time of award and funds in the amount of $646,294 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Kollsman Inc., Merrimack, New Hampshire, is receiving $15,923,856 for delivery order M67854-18-F-1312 to the previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of 453 Common Laser Range Finder – Integrated Capability (CLRF-IC) systems and objective lens covers.  Work will be performed at Merrimack, New Hampshire, and is expected to be completed by Dec. 30, 2019.  Fiscal 2018 procurement (Marine Corps) funds in the amount of $15,923,856 will be obligated at time of award and will not expire at the end of the current fiscal year.  The contract was competitively awarded via the Federal Business Opportunities website, with three offers received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-15-D-6001).

 

Asturian Group Inc., Virginia Beach, Virginia, is being awarded an $8,636,460 firm-fixed-price contract for repair and renovation to the Navy Gateway Inn and Suites Building 241 at Naval Air Station Oceana, Dam Neck Annex.  The work to be performed provides for the renovation of Building 241 to repair deficiencies throughout the facility and provide building and site upgrades including; but not limited to, an elevator addition, lobby renovation, building entry canopies, smoking gazebo, storage shed, and incidental related work.  Interior renovation work includes new architectural finishes throughout the building, new heating, ventilation and air conditioning system, plumbing and electric upgrades, and a new fire alarm system.  Work will be performed in Virginia Beach, Virginia, and is expected to be completed by February 2019.  Fiscal 2017 non-appropriated funds (Navy) in the amount of $8,636,460 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via select bidders list in accordance with Naval Facilities Acquisition Standards 36.2102 non-appropriated funded contracts waiving Federal Acquisition Regulation Part 6, with three proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-C-1101).

 

Lockheed Martin Corp., Lockheed Martin-Rotary and Mission Systems, King of Prussia, Pennsylvania, is being awarded $7,856,249 for cost-plus-fixed-fee delivery order N0001918F2391 against a previously issued basic ordering agreement (N00019-15-G-0057).  This delivery order provides for the management, sustainment, and upgrade of the Tactical Tomahawk Weapons Control System (TTWCS) software product baseline.  This delivery order also provides for the procurement of requirements definition, design and development, system development activities, security and sustainability builds, and system and software documentation of new and existing TTWCS software.  Work will be performed in King of Prussia, Pennsylvania (98 percent); and Patuxent River, Maryland (2 percent), and is expected to be completed in January 2019.  Fiscal 2018 other procurement (Navy); fiscal 2018 research, development, test and evaluation; fiscal 2018 operations and maintenance (Navy); and foreign military sales funds in the amount of $7,406,496 will be obligated at time of award, $1,321,550 of which will expire at the end of the current fiscal year.  This order combines purchase for the Navy ($5,630,504; 77.4 percent); and the government of the United Kingdom ($1,775,992; 22.6 percent), under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

AIR FORCE

 

The Boeing Co., doing business as Boeing Defense Space and Security, St. Louis, Missouri, has been awarded a $195,013,749 fixed-price-incentive-firm modification (P00006) to previously awarded contract FA8213-17-F-1001 for Joint Direct Attack Munition (JDAM) tail kits. This modification brings the total cumulative face value of the contract to $927,581,526 and provides for the production of additional JDAM tail kits. Work will be performed in St. Louis, Missouri, and is expected to be complete by Jan. 30, 2020. Fiscal 2016, 2017, and 2019 procurement funds in the amount of $195,013,749 will be obligated at the time of award.  Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity. (Awarded Jan. 31, 2018)

 

Akima Intra-Data LLC,* Herndon, Virginia, has been awarded a $15,096,765 firm-fixed-price modification (P00013) to previously awarded FA4814-17-C-0002 for civil engineer services. This contract provides for non-personal services for continued operational support and civil engineer services, including engineering, environmental, operations, maintenance and emergency management. Work will be performed at MacDill Air Force Base, Florida, and is expected to be complete by April 30, 2019. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 operations and maintenance funds in the amount of $15,096,765 will be obligated at the time of award. The 6th Contracting Squadron, MacDill Air Force Base, Florida, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $13,352,049 cost-plus-fixed-fee modification (P00045) to previously awarded contract FA8615-12-C-6016 for a variety of support to the Taiwan F-16 Peace Phoenix Rising program. The contract modification is for additional work identified during performance of the aircraft modification program, use and maintenance of product support aircraft, aircraft fuel, and support necessary for the successful completion of flight test. Work will be performed in Fort Worth, Texas; and Taiwan, and is expected to be complete by May 31, 2023. This modification involves 100 percent foreign military sales to Taiwan. Foreign military sales funds in the amount of $12,552,049 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity.

 

ARMY

 

PowerSecure Inc., Wake Forest, North Carolina, was awarded a $51,098,909 modification (P00007) 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 7, 2018. Fiscal 2018 other (Federal Emergency Management Agency) funds in the amount of $51,098,909 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity.

 

Korte Construction Co., St. Louis, Missouri, was awarded a $22,230,986 firm-fixed-price contract for renovation of Hanger 8 in Corpus Christi Army Depot, Texas. Bids were solicited via the Internet with four received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Aug. 14, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $22,230,986 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0012).

 

Okland Construction Co. Inc., Salt Lake City, Utah, was awarded a $16,223,496 firm-fixed-price contract for the construction of a new communications facility at Luke Air Force Base, Arizona. Bids were solicited via the Internet with two received. Work will be performed in Phoenix, Arizona, with an estimated completion date of Feb. 1, 2020. Fiscal 2016 military construction funds in the amount of $16,223,496 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-18-C-0013).

 

Frontier-Arrowhead JVA,* Kansas City, Missouri, was awarded an $11,006,058 firm-fixed-price contract for Topeka flood risk management project located in Topeka, Kansas. Bids were solicited via the Internet with five received. Work will be performed in Topeka, Kansas, with an estimated completion date of Aug. 5, 2020. Fiscal 2017 operations and maintenance (Army) funds in the amount of $11,006,058 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-18-C-1013).

 

*Small business

**Woman-owned small business