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 Some of the information contained within may be outdated and links may not function.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

CONTRACTS

 

DEFENSE LOGISTICS AGENCY

 

AEP Energy Inc., Chicago, Illinois, has been awarded a $362,516,855 firm-fixed-price, requirements-type contract to supply and deliver retail electricity and ancillary/incidental services. This is a five-year contract with no option periods. This was a competitive acquisition with five responses received. Locations of performance are Illinois, Maryland, New Jersey and Pennsylvania, with a June 30, 2024, performance completion date. Using customers are Air Force, Army, Navy, Department of Commerce, Department of Defense, Department of Homeland Security, Department of Agriculture, Department of Health and Human Services and Department of Veterans Affairs. Using customers are solely responsible to fund this contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-18-D-8007).

 

PulseTech Products Corp., Southlake, Texas, has been awarded a maximum $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity blanket purchase agreement for interoperable absorbed glass mat batteries. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1); and 41 U.S. Code §152 (3). This is a one-year base blanket purchase agreement with four one-year option periods. Maximum dollar amount is for the life of the contract. Location of performance is Texas, with a Feb. 28, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-18-A-0001).

 

Flatwater Solutions Co.,* Winnebago, Nebraska, has been awarded a maximum $17,419,655 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for multifunctional devices and incidental services. This was an 8(a) sole-source acquisition in accordance with Federal Acquisition Regulation 6.302-5(b)(4) and further sole-source justifications are expected in accordance with Federal Acquisition Regulation 6.302-5(c)(2)(iii). This contract has a one-year ordering period, and each order will be for 60 months. Each year beyond the base period will be exercised via options that are included with each order. Location of performance is the continental U.S., with a Feb. 28, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, New Cumberland, Pennsylvania (SP7000-18-D-0001).

 

NAVY

 

Rhoads Industries Inc., Philadelphia, Pennsylvania, is being awarded a $31,245,989 indefinite-delivery/indefinite-quantity contract for services in support of the Naval Nuclear Propulsion program.  Work will be performed in Philadelphia, Pennsylvania.  Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $100,000 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 one proposal received.  No completion date or additional information is provided on Naval Nuclear Propulsion program contracts.  The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N65540-18-D-0009).

 

Techflow Mission Support LLC, Idaho Falls, Idaho, is being awarded a $25,427,611 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-10-D-0213) to exercise option eight for base operations support services at Marine Corps Base Camp Lejeune; Marine Corps Air Station New River; and other outlying areas in eastern North Carolina.  The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities maintenance and heavy equipment repair services.  After award of this option, the total cumulative contract value will be $208,665,021.  Work will be performed in Jacksonville, North Carolina.  This option period is from April 2018 to March 2019.  No funds will be obligated at time of award.  Fiscal 2018 operations and maintenance (Marine Corps) contract funds in the amount of $22,227,213 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

 

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is being awarded an $8,931,712 cost-plus-incentive-fee modification to a previously awarded contract (N00024-16-C-5102) to exercise an option for AEGIS speed to capability development.  The contract provides for the completion of the development and fielding of the AEGIS Baseline 9 AEGIS weapon system and integrated AEGIS combat system on the remaining AEGIS technical insertion (TI) 12 configured destroyers as well as TI 12 and TI 08 configured cruisers.  Work will be performed in Moorestown, New Jersey (97 percent); and Johnstown, Pennsylvania (3 percent), and is expected to be completed by April 2019. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $484,532 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Webco Distribution Inc., Norfolk, Virginia, is being awarded $8,000,000 for an indefinite-delivery requirements contract N00189-18-D-0025 to acquire commercially available items for authorized resale in support of the Navy Exchange Service Command Ships Store program.  The contract includes a one-year base period and four 12-month option periods which if exercised, the total value of this contract will be $44,000,000.  Work will be performed in Japan (10 percent); San Diego, California (20 percent); Pacific Northwest (10 percent); Hawaii (10 percent); Guam (10 percent); Norfolk, Virginia (10 percent); Mayport, Florida (10 percent); Diego Garcia (10 percent); and goods for export (10 percent).  The delivery period is expected to be completed by February 2019; if the options are exercised, work will be completed by February 2023.  No funding will be obligated at the time of award, and funds will not expire at the end of the current fiscal year.  The requirement was sole-sourced under authority 10 U.S. Code 2304 (c)(5) and Federal Acquisition Regulation 6.302-5(a)(2)(ii). Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

 

General Dynamics One Source LLC, Fairfax, Virginia, was originally awarded a firm-fixed price contract (H92239-17-F-0016) for Special Operations Mission Training Center support services in support of U.S. Special Operations Command, G3 for a base and four option years in the amount of $26,945,474.  In March 2017, the base year was obligated at $5,092,744.  In September 2017, an additional framework was added to the base year in the amount of $498,017 and $3,390,465 for the remaining options, bringing the total overall contract value to $30,833,956. At this time, U.S. Army Special Operations Command intends to exercise the first option which increases the total obligated amount to $11,915,782 (incrementally funded).  The work will be performed at Fort Bragg, North Carolina, and is expected to be completed by Feb. 28, 2022. 

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

Two Six Labs LLC, Arlington, Virginia, has been awarded a $13,244,573 cost-plus-fixed-fee contract in support of Defense Advanced Research Projects Agency’s SIGMA project. Work will be performed in Arlington, Virginia (84 percent); Falls Church, Virginia (10 percent); Bowie, Maryland (4 percent); and Andover, Massachusetts (2 percent), with an estimated completion date of March 2020. Fiscal 2018 research and development funds in the amount of $1,590,773, are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-18-C-0050).

 

AIR FORCE

 

Northrop Grumman Systems Corp., Northrop Grumman Mission Systems, San Diego, California, has been awarded a not-to-exceed $13,219,000 modification (P00004) to previously awarded contract FA8726-18-C-0005 for Battlefield Airborne Communication Node payload operations and support. This modification brings the total cumulative face value of the contract to $185,888,763. Work will be performed in San Diego, California, and multiple international sites, and is expected to be complete by Jan. 23, 2019. Fiscal 2018 overseas contingency operations funds; and operations and maintenance funds in the amount of $6,500,000 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

 

ARMY

 

Kentucky Office for the Blind, Frankfort, Kentucky, has been awarded a $13,038,668 firm-fixed-price contract for dining facility attendant services for Logistics Readiness Center at Fort Campbell, Kentucky. Bids were solicited via the Internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2023. U.S. Army Mission and Installation Contracting Command, Fort Bragg, North Carolina, is the contracting activity (W91248-18-D-0004).

 

Pride Industries, Roseville, California, has been awarded an $8,397,392 modification (P00085) to contract W9124G-13-C-0002 for base operations. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Aug. 31, 2018. Fiscal 2018 operations and maintenance (Army) funds in the amount of $1,797,609 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Rucker, Alabama, is the contracting activity.

 

* Small business