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 Some of the information contained within may be outdated and links may not function.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. 12, 2018

CONTRACTS

 

ARMY

 

LEIDOS, Reston, Virginia (W5J9CQ-18-D-0001); and General Dynamics One Source, Fairfax, Virginia (W5J9CQ-18-D-0002), will share in a $200,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for non-commercial technical services to assist in coordination, integration, and synchronization of geospatial information requirements and standards across the Army; develop geospatial enterprise enabled systems to the Army, the Department of Defense (DoD) and non-DoD entities; and provide direct geospatial support to the warfighter. Bids were solicited via the Internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 11, 2023. U.S. Army Corps of Engineers Army Geospatial Center, Alexandria, Virginia, is the contracting activity.

 

Wiley & Wilson Inc., Alexandria, Virginia, was awarded a $40,000,000 firm-fixed-price contract to perform studies, investigations, design, and repairs for new construction in support of the U.S. Army Intelligence and Security Command, headquartered at Fort Belvoir, Virginia, and its major subordinate commands within the contiguous U.S. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 9, 2023. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-18-D-0001).

 

ASM Research LLC, Fairfax, Virginia was awarded a $19,937,826 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for configuration design, operation, programmatic support, and maintenance of the Army Training Requirements and Resources System. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 12, 2021. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W52P1J-18-D-4003).

 

Longbow LLC, Orlando, Florida, was awarded an $8,846,716 modification (P00050) to contract W31P4Q-16-C-0035 for laser and longbow Hellfire engineering services. Work will be performed in Orlando, Florida; Ocala, Florida; and Anniston, Alabama, with an estimated completion date of Feb. 12, 2019.  Fiscal 2016, 2017 and 2018 other procurement (Army); and operations and maintenance (Army) funds in the combined amount of $8,846,716 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

AIR FORCE

 

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $60,903,323 hybrid (fixed-price-incentive-firm, firm-fixed-price, cost-plus-fixed-fee, and cost-plus-incentive-fee) contract for the mission computing upgrade installation and checkout of four Japanese E-767 aircraft and associated ground systems. Work will be performed in Oklahoma City, Oklahoma; San Antonio, Texas; and Seattle, Washington, and is expected to be complete by Dec. 31, 2022. This contract involves foreign military sales to Japan and is the result of a sole-source acquisition. Japanese letter of offer and acceptance case funds in the amount of $56,969,735 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-18-C-0001).

 

NAVY

 

Raytheon Co., Indianapolis, Indiana, is being awarded $56,042,840 for firm-fixed-price delivery order for the repair of the APG 65/73 radar systems in support of the F/A-18 aircraft.  Work will be performed in Indianapolis, Indiana, and is expected to be completed by February 2019.  Fiscal 2018 working capital funds (Navy) in the amount of $27,460,991 will be obligated at time of award, and will not expire at the end of the current fiscal year.  One company was solicited for this sole-source non-competitive requirement in accordance with Federal Acquisition Regulation 6.302-1, with one offer received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-18-F-N700).

 

B & D Electric Inc.,* Washington, Indiana, is being awarded a requirements contract with a maximum amount of $20,000,000 for electrical services at the Naval Support Activity, Crane, Indiana; and Glendora Test Facility, Sullivan, Indiana.  The work to be performed provides for electrical utility work for both high voltage and interior building electrical distribution.  Services include but are not limited to various interior and exterior electrical maintenance and repair, installation of interior electrical work, fiber installation and repairs, and electrical utility systems, including provision of pole mounted and pad mounted transformers, wiring, conduit, underground electrical distribution systems, electrical substations and substations equipment, overhead transmission and distribution systems, generators, trenching, concrete, asphalt, isolation switches, earthwork, clearing and grubbing, seeding, and asbestos removal that is part of electrical utility work.  Work will be performed in Crane, Indiana (99 percent); and Sullivan, Indiana (1 percent).  The term of the contract is not to exceed 36 months with an expected completion date of February 2021.  No funds are being obligated at the time of award.  Funds will be obligated as future task orders are issued and will be primarily be funded by working capital (Army); and working capital (Navy).  No task orders are being issued at this time.  This contract was competitively procured via the Navy Electronic Commerce Online website with one proposal received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-1612).

 

Vigor Marine LLC, Portland, Oregon, is being awarded a $14,035,489 firm-fixed-price contract for a 47-calendar day shipyard availability for the regular overhaul and dry docking of USNS Charles Drew (T-AKE 10).  Work will include furnishing general services for the ship, forward aqueous fire-fighting foam system piping replacement, docking and un-docking vessel, propeller shaft and stern tube inspection, underwater hull cleaning and painting, freeboard cleaning and painting, freshwater stern tube lubrication system installation, and flight deck nonskid renewal.  The contract includes options which, if exercised, would bring the total contract value to $14,035,489.  Work will be performed in Portland, Oregon (beginning March 28, 2018), and is expected to be completed by May 13, 2018.  Fiscal 2018 operation and maintenance (Navy) funds in the amount of $14,035,489 are being obligated at the time of award, and funds will not expire at the end of the current fiscal year.  This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220518C4252).

 

MISSILE DEFENSE AGENCY

 

Raytheon Integrated Defense Systems, Woburn, Massachusetts, is being awarded an unpriced change order with an not-to-exceed $23,293,599 increase by modification (P00044) to previously awarded sole-source contract HQ0147-12-C-0005 for Army Navy/Transportable Radar engineering services for software development and maintenance relating to the foreign military sale (FMS) case to the United Arab Emirates (UAE). The modification brings the total cumulative face value of the contract from $717,661,604 to $740,955,203. The work will be performed in Woburn, Massachusetts with an expected completion date of November 2019. UAE FMS funds in the amount of $9,800,000 will be obligated at time of award. The Missile Defense Agency, Redstone Arsenal, Alabama is the contracting activity (HQ0147).

 

DEFENSE LOGISTICS AGENCY

 

Lions Services, Charlotte, North Carolina, has been awarded a maximum $11,348,700 modification (P00014) exercising the first one-year option period of a one-year base contract (SPE1C1-17-D-B008) with two one-year options for advanced combat helmet chinstraps and hardware. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are North Carolina and Texas, with a Feb. 16, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

Ahntech Inc.,* Mountain View, California, has been awarded a $9,839,671 modification (P00002) to a five-year contract (SPE605-18-D-4000), with a 31-day carryover for additional fuel. This is a fixed-price with economic-price-adjustment contract. Locations of performance are California and Virginia, with an Aug. 31, 2022, performance completion date. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

*Small Business