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 Some of the information contained within may be outdated and links may not function.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 19, 2018

CONTRACTS

 

NAVY

 

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded $522,324,985 for fixed-price-incentive, cost-plus-incentive-fee, and cost-plus-fixed-fee modification P00008 under a previously awarded contract (N00030-17-C-0100) to exercise options for Trident II (D5) missile production and deployed system support.  Work will be performed in Magna, Utah (29.60 percent); Sunnyvale, California (26.54 percent); Cape Canaveral, Florida (5.92 percent); Pittsfield, Massachusetts (5.77 percent); Kingsport, Tennessee (4.35 percent); Kings Bay, Georgia (3.93 percent); Camden, Arkansas (3.89 percent); Denver, Colorado (3.70 percent); El Segundo, California (2.58 percent); Titusville, Florida (2.26 percent); Lancaster, Pennsylvania (2.16 percent); Clearwater, Florida (1.34 percent); Oakridge, Tennessee (1.00 percent); and other various locations (less than 1.00 percent each; 6.96 percent total), and is expected to be completed Sept. 30, 2022.  Fiscal 2018 weapons procurement (Navy) funds in the amount of $513,353,956; fiscal 2018 other procurement (Navy) funds in the amount of $8,663,021; and fiscal 2018 research, development, test, and evaluation (Navy) funds in the amount of $308,008 are being obligated on this award, none of which will expire at the end of the current fiscal year.  Subject to availability, fiscal 2018 research, development, test, and evaluation (Navy) funds in the amount of $7,740,264, will be obligated for the effort awarded and incrementally funded; none of which will expire at the end of the 2018 fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. 

 

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded $69,433,967 for modification P00010 to a previously awarded firm-fixed-price, indefinite-delivery, requirements contract (N00019-14-D-0016) to exercise an option to provide intermediate, depot level maintenance and related logistics support for approximately 209 in-service T-45 F405-RR-401 Adour engines.  Work will be performed at  Naval Air Station Kingsville, Texas (46 percent); Naval Air Station Meridian, Mississippi (44 percent); Naval Air Station Pensacola, Florida (10 percent); and Naval Air Station Patuxent River, Maryland (less than 1 percent), and is expected to be completed in September 2018.  No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

 

Fairbanks Morse LLC, Beloit, Wisconsin (N3220518D4901); and MAN Diesel and Turbo Middle East LLC, Dubai, United Arab Emirates (N3220518D4902), are being awarded a combined cumulative $33,344,779 ceiling multiple award indefinite-delivery/indefinite-quantity contract for a broad range of parts and services of Original Equipment Manufacturer (OEM) and/or OEM authorized distributors, parts provider, or service technicians to maintain the following diesel engines contained within multiple Military Sealift Command classes of ships ALCO 251F, Colt-Pielstick PC4.2, Fairbanks Morse 38D 8-1/8, MAN 6L 48/60, MAN 8L 48/60, MAN 9L 48/60, and MAN 12V 48/60CR.  Work will be performed at locations worldwide, and is expected to be completed by March 31, 2019.  If the optional ordering period is exercised, work will continue through March 31, 2020.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $3,500 per contract for a total of $7,000 will be obligated as the initial task orders and will satisfy the minimum guarantee requirements.  Funds will expire at the end of the current fiscal year.  This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with two offers received.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

 

WR Systems LTD., Fairfax, Virginia, is being awarded $13,400,925 for a non-commercial, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and program support services in support of the Relocatable Over-the-Horizon Radar System Program Office at the Forces Surveillance Support Center, Chesapeake, Virginia.  The contract is a 36-month base ordering period with no option periods.  Work will be performed in Chesapeake, Virginia (40 percent); Fairfax, Virginia (39 percent); New Kent, Virginia (6 percent); Corpus Christi, Texas (3 percent); San Juan, Puerto Rico (3 percent); England (2 percent); Adelaide, Australia (1 percent); San Diego, California (1 percent); Dayton, Ohio (1 percent); Colorado Springs, Colorado (1 percent); Washington, District of Columbia (1 percent); Arlington, Virginia (1 percent); and Key West, Florida (1 percent). The ordering period is expected to be completed by March 2021.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $10,000 will be obligated at time of award to fund the contract’s minimum amount and funds will expire at the end of the current fiscal year.  One firm was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1) and Federal Acquisition Regulation 6.302-1.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-18-D-Z022).

 

Staco Systems Inc., Irvine, California, is being awarded an $11,956,882 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for propulsion system interface and steering control hardware components utilized on multiple types of navy vessels.  The requirement also includes associated maintenance services.  The service portion of the requirement will be performed on an annual basis at government facilities located in Philadelphia, Pennsylvania (25 percent); San Diego, California (25 percent); Bremerton, Washington (25 percent); and Norfolk, Virginia (25 percent).  The delivery date of the required services will be determined at the individual task order level.  This contract award will contain a 60 month ordering period and is expected to be completed by March 2023.  Fiscal 2017 shipbuilding and conversion (Navy) funds of $198,621; and fiscal 2017 other procurement (Navy) funds in the amount of $20,167 will be obligated at time of award on the first delivery order and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-0005). 

 

Barber Nichols Inc.,* Arvada, Colorado, is being awarded an $11,589,603 cost-plus-fixed-fee contract for the MK48 Torpedo Electric Power and Propulsion system development.  This contract contains options, which if exercised, would bring the contract value to $14,340,310.  Work will be performed in Arvada, Colorado, and is expected to be competed Sept. 18, 2019.  Fiscal 2018 working capital funds (Navy) funds in the amount of $139,000 are being obligated at the time of award.  No funds will expire at end of the current fiscal year.  This contract was competitively procured under solicitation N00014-17-S-B009, titled “Torpedo Advanced Propulsion System”. Six proposals were received in response to the solicitation.  The Office of Naval Research, Arlington, Virginia, is the contract activity (N00014-18-C-2003). 

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $8,546,988 for modification P00005 to a previously issued order 0045, placed against basic ordering agreement (N00019-14-G-0020).  This order authorizes award of additional unique F-35 Joint Strike Fighter distributed mission training capability efforts for the Navy, Marine Corps, and the government of the United Kingdom.  Work will be performed in Orlando, Florida (70 percent); Fort Worth, Texas (15 percent); Nellis Air Force Base, Nevada (9 percent); Marine Corps Air Station Yuma, Arizona (2 percent); Naval Air Station Lemoore, California (2 percent); and Marham, United Kingdom (2 percent), and is expected to be completed in May 2021.  Fiscal 2017 research, development, test and evaluation (Navy and Marine Corps); and non-U.S. Department of Dfense (DoD) participant funds in the amount of $2,476,891 will be funded at time of award, $1,238,749 of which will expire at the end of the current fiscal year.  This order combines purchases for the Navy ($671,516; 27 percent); Marine Corps ($567,233; 23 percent); and non-U.S. DoD participants ($1,238,142; 50 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Raytheon Missile Systems, Tucson, Arizona, is being awarded $7,846,645 for modification P00042 to a previously awarded fixed-price-incentive-firm contract (N00019-15-C-0092) to implement process, equipment, and/or tooling solutions required to alleviate and mitigate production capacity constraints.  This modification provides for the execution of changes and upgrades to the supplier base, staffing plans, manufacturing instructions, tooling, test equipment, material requirements planning systems, quality systems, facilities, factory equipment and qualification of a second or alternate source.  Work will be performed in Cheshire, Connecticut (44 percent); Santa Clarita, California (42 percent); Midland, Ontario, Canada (13 percent); and Tucson, Arizona (1 percent), and is expected to be completed in April 2020.  Fiscal 2016 weapons procurement (Navy); and fiscal 2016 missile procurement (Air Force) in the amount of $7,846,645 are being 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.

 

The Boeing Co., St. Louis, Missouri, is being awarded $7,144,903 for firm-fixed-price delivery order N0001918F2515 against a previously issued basic ordering agreement (N00019-16-G-0001).  This delivery order provides for the procurement of a Harpoon Obsolescence Redesign Study in support of the government of Qatar under the Foreign Military Sales program.  Work will be performed in St. Charles, Missouri (90 percent); St. Louis, Missouri (7 percent); and Albuquerque, New Mexico (3 percent).  Foreign military sales funds in the amount of $7,144,903 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.

 

ARMY

 

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $385,051,216 modification (P00159) to contract W52P1J-10-C-0062 for Kuwait base operations support services in the Kuwait area of responsibility. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of Dec. 28, 2018. Fiscal 2018 operations and maintenance (Army) funds in the amount of $43,890,534 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $40,000,000 fixed-priced, indefinite-delivery/indefinite-quantity contract for commercial depot-level reparable items and associated engineering and repair services. This is a five-year contract with no option periods. This was a sole-source acquisition in accordance with 10 U.S. Code 2304 (c)(1), implemented by Federal Acquisition Regulation 6.302-1, which states that only one responsible source and no other supplies or services will satisfy agency requirements. Location of performance is Iowa, with a March 18, 2023, performance completion date. Using customers are Department of Defense and foreign military sales. Types of appropriations are fiscal 2018 through 2023 defense working capital funds; appropriate service funds for depot-level reparables; and foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-18-D-0002).

 

Air Products and Chemicals Inc., doing business as Air Products, Allentown, Pennsylvania, has been awarded a maximum $11,598,224 fixed-price with economic-price-adjustment contract for helium. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Locations of performance are Pennsylvania, California, Texas, Ohio, Florida, South Carolina and New Jersey, with a Sept. 30, 2023, performance completion date. Using customer is Bureau of Land Management. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, San Antonio, Texas (SPE601-18-D-1535).

 

AIR FORCE

 

The Boeing Co., Defense, Space & Security, St. Louis, Missouri, has been awarded a $7,996,980 firm-fixed-price modification (P00005) to previously awarded contract FA8002-17-C-0196 for F-15 simulators contractor logistics support services.  This modification provides the simulation capability to train pilots, weapons system operators, and maintenance personnel for F-15C and F-15E aircraft platforms.  Work will be performed at multiple locations worldwide and is expected to be complete by March 30, 2019.  This award is a result of a sole-source acquisition.  Air Force Life Cycle management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. 

 

* Small business