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 Some of the information contained within may be outdated and links may not function.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 April 25, 2018

CONTRACTS

 

NAVY

 

Elite Pacific Construction Inc.,* Kaneohe, Hawaii (N62478-18-D-4022); Su-Mo Builders Inc.,* Honolulu, Hawaii (N62478-18-D-4023); RORE Inc.,* San Diego, California (N62478-18-D-4024); Environet Inc.,* Kamuela, Hawaii (N62478-18-D-4025); Insight Pacific LLC,* Brea, California (N62478-18-D-4026); GM/Bulltrack JV LLC,* Clackamas, Oregon (N62478-18-D-4027); and Alan Shintani Inc.,* Waipahu, Hawaii (N62478-18-D-4028), are each awarded an indefinite-delivery/indefinite-quantity, multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all seven contracts combined is $245,000,000.  The work to be performed provides for but is not limited to, labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure  based on design-build or design-bid-build (full plans and specifications) for infrastructure within the State of Hawaii.  Work will be performed within the NAVFAC Hawaii AOR.  The term of the contract is not to exceed 60 months, with an expected completion date of April 2023.  Fiscal 2018 Navy working capital funds (NWCF) in the amount of $70,000 are obligated on this award and will expire at the end of the current fiscal year.  No task orders are being issued at this time.  Future task orders will be primarily funded by operations and maintenance (Navy); and NWCF.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received.  These seven contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor, Hawaii, is the contracting activity.

 

Alutiiq Harbor Offshore JV,* Anchorage, Alaska (N39430-18-D-2045); GPA Technologies Inc.,* Ventura, California (N39430-18-D-2046); Makai Ocean Engineering Inc.,*Waimanalo, Hawaii (N39430-18-D-2047); Marine Ventures International Inc.,* Stuart, Florida (N39430-18-D-2048); PCCI Inc.,* Alexandria, Virginia (N39430-18-D-2049); Sound & Sea Technology Inc.,* Lynnwood, Washington (N39430-18-D-2050); and Truston Technologies Inc.,* Annapolis, Maryland (N39430-18-D-2051), are each awarded an indefinite-delivery/indefinite-quantity, multiple award contract for capital improvements ocean facilities projects located within the Naval Facilities Engineering Command and Expeditionary Warfare Center area of responsibility.  The maximum dollar value including the base period and one option for all seven contracts combined is $245,000,000.  The work to be performed provides for ocean engineering services in support of projects involving ocean cable systems, ocean work systems (i.e., shipboard load handling systems and undersea work systems), waterfront facilities, offshore structures, moorings, and ocean construction equipment.  Work will be performed at various locations worldwide.  The term of the contract is not to exceed 66 months, with an expected completion date of October 2023.  Fiscal 2018 Navy working capital funds in the amount of $70,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operations and maintenance (Navy); working capital funds (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  These seven contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $38,499,420 modification to the previously awarded F-35 Lightning II Joint Strike Fighter advance acquisition contract (N00019-17-C-0001).  This modification provides additional funding for the low-rate initial production of long lead materials, parts, components, and effort for economic order quantity increases for the Navy (Lot) 12; and the government of Italy (Lots 13 and 14).  Work will be performed in Fort Worth, Texas (30 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); Nagoya, Japan (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in December 2019.  Fiscal 2017 aircraft procurement (Navy); and non-Department of Defense(DoD) participant funds in the amount of $38,499,420 are obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Navy ($28,499,120; 74 percent); and non-DoD participants ($10,000,000; 20.03 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Pacific Ship Repair and Fabrication Inc.,* Everett, Washington, is awarded a $17,253,588 cost-plus-award-fee contract for the accomplishment of post shakedown availability (PSA) for DDG 51 class ship DDG 114.  The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $20,739,153. Work will be performed in Everett, Washington, and is expected to be completed by February 2019. Fiscal 2018 shipbuilding and conversion (Navy); and fiscal 2011 shipbuilding and conversion (Navy) funding in the amounts of $12,116,764 and $4,038,921 respectively 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 offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2316). 

 

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $9,057,278 cost-plus-incentive-fee modification to a previously awarded contract (N00024-15-C-6222) to exercise options for the procurement of Technical Insertion 16 acoustic rapid commercial off-the-shelf insertion systems spares.  Work will be performed in Manassas, Virginia (95 percent); and Clearwater, Florida (5 percent), and is expected to be completed by February 2020.  Fiscal 2018 other procurement (Navy) funding in the amount of $9,057,278 are 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.

 

Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $7,255,294 cost-plus-fixed-fee contract for the development of machine learning algorithms (MLAs) for the Reactive Electronic Attack Measures (REAM) program.  The REAM program is a future naval capabilities enabling capability with the objective of transitioning MLAs to the EA-18G airborne electronic attack suite to achieve capabilities against agile, adaptive, and unknown hostile radars or radar modes.  Work will be performed in Bethpage, New York, and is expected to be completed in December 2019.  Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $461,000 are obligated on this award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via a broad agency announcement; one offer was received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-C-0291).

 

AIR FORCE

 

DSoft Technology, Engineering & Analysis Inc., Colorado Springs, Colorado, has been awarded a $95,900,000 indefinite-delivery/indefinite-quantity contract for modeling, simulation and analysis for space and cyberspace capabilities. This contract provides for objective and responsive modeling, simulation, and analysis and decision support for space and cyberspace analyses. Work will be performed at Peterson Air Force Base, Colorado, and is expected to be complete by May 31, 2023. This award is the result of a competitive acquisition and four offers were received. Fiscal 2018 operations and maintenance; and fiscal 2018 research and development funds in the amount of $8,071,421 are being obligated at the time of award. The 21st Contracting Squadron, Peterson Air Force Base, Colorado, is the contracting activity (FA2517-18-D-7000).

 

DynCorp International, Fort Worth, Texas has been awarded a $59,636,368 modification (P00019) to previously awarded contract FA8617-17-C-6210 for continued contractor operated and maintained base supply support.  This modification provides for the exercise of an option to extend services, and brings the total cumulative face value of the contract to $247,013,876.  Work will be performed at Columbus Air Force Base, Mississippi; Laughlin Air Force Base, Texas; Randolph Air Force Base, Texas; Sheppard Air Force Base, Texas; Vance Air Force Base, Oklahoma; Naval Air Station Pensacola, Florida; Naval Air Station Whiting Field, Florida; Naval Air Station Corpus Christi, Texas; Naval Air Station Patuxent River, Maryland; and Army Flight Test Directorate, Redstone Arsenal, Alabama.  Work is expected to be completed by Aug. 31, 2018.  Fiscal 2018 Air Force operations and maintenance funds in the amount of $13,846,971; Navy operations and maintenance funds in the amount of $12,890,966; Navy test and evaluation funds in the amount of $224, 215; Navy Defense working capital funds in the amount of $115,207; and Army operations and maintenance funds in the amount of $99,573 are being obligated at the time of award. Air Force Life Cycle Management Center, Training Aircraft Division, Wright Patterson Air Force Base, Ohio, is the contracting activity.

 

OBXtek Inc., Tysons Corner, Virginia, has been awarded a $23,037,750 firm-fixed-price task order for Advisory and Assistance Services. This contract provides for specialized expertise to complement the Secretary of the Air Force, Acquisition organization, other Program Executive Officers as directed, and other Headquarters Air Force organizations inherent resources. Work will be performed at the Pentagon, Washington, District of Columbia, and is expected to be complete by Aug. 5, 2023. This award is the result of a competitive acquisition and nine offers were received. Fiscal 2018 operations and maintenance funds in the amount of $2,158,569 are being obligated at the time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-18-F-5018).

 

Raytheon Missile Systems, Tucson, Arizona, has been awarded an $8,527,930 fixed-price modification (P00002) to previously awarded contract FA8672-18-C-0010 for Small Diameter Bomb Increment II.  This modification provides for additional weapons and containers, and brings the total cumulative face value of the contract to $85,920,688. Work will be performed in Tucson, Arizona, and is expected to be complete by July 2020. Fiscal 2018 production funds in the full amount are being obligated at the time of award.  Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

 

ARMY

 

Leidos Innovations Corp., Gaithersburg, Maryland, was awarded a $64,515,461 firm-fixed-price contract to provide enterprise-wide information management/information technology services in support of the Army Corps of Engineers. Bids were solicited via the Internet with four received. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of April 25, 2019. Fiscal 2018 revolving funds in the amount of $63,315,463 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-18-F-0153).

 

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $25,868,349 modification (P00044) to contract W91WMC-14-C-0001 to provide secure enterprise-wide information management/information technology services in support of the Army Corps of Engineers. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of July 25, 2018. Fiscal 2018 revolving funds in the amount of $25,368,351 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Honeywell International Inc., Tucson, Arizona, has been awarded a maximum $30,078,408 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for tank engine generators. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Arizona, with an April 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-D-0074).

 

*Small business