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 Some of the information contained within may be outdated and links may not function.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

CONTRACTS

 

NAVY

 

Virginia Electric and Power Co., Richmond, Virginia, is being awarded an estimated amount $770,000,000 firm-fixed-price task order N4008518F9951 under General Services Administration area wide public utility contract GS-00P-08-BSD-0560 for electric and regulated energy management services in Hampton Roads and surrounding areas in Virginia.  Work will be performed in Virginia, and is expected to be completed by May 2028.  No funds will be obligated at time of award.  The contract will be primarily funded by Navy working capital funds.  The contract was a sole-source procurement pursuant to Federal Acquisition Regulation 6.302-1.  This acquisition was acquired under the authority of 10 U.S. Code 2304(c)(1) and 41 U.S. Code 253(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

 

The Arora Group Inc.,* Gaithersburg, Maryland (N62645-18-D-2017); Choctaw Contracting Services,* Durant, Oklahoma (N62645-18-D-5018); Federal Staffing Resources LLC,* Annapolis, Maryland (N62645-18-D-5019); GiaMed Resources JV LLC,* Fort Lauderdale, Florida (N62645-18-D-5020); Magnificus Corp.,* Lanham, Maryland (N62645-18-D-5021); Matrix Providers Inc.,* Denver, Colorado (N62645-18-D-5022); Donald L. Mooney Enterprises,* doing business as Nurses Etc. Staffing, San Antonio, Texas (N62645-18-D-5023); ReadiForce Government Solutions,* San Antonio, Texas (N62645-18-D-5025); Saratoga Medical Center Inc.,* Fairfax, Virginia (N62645-18-D-5026); Vesa Health & Technology Inc.,* San Antonio, Texas (N62645-18-D-5027), are each awarded a firm-fixed-priced, indefinite-delivery/indefinite-quantity, multiple award task order contract for various medical services which include physician, allied health, advanced practice nurse, nursing, technologist, technician, and assistant.  The contracts have a five year ordering period and the maximum aggregate dollar value is $579,692,297.  Work will be performed at military treatment facilities and their associated branch clinics in the Southeastern U.S., which include Naval Hospital Jacksonville, Florida (30 percent); Naval Medical Center Camp Lejeune, North Carolina (25 percent); Naval Hospital Pensacola, Florida (25 percent); Naval Health Clinic Corpus Christi, Texas (10 percent); Naval Hospital Beaufort, South Carolina (3 percent); Naval Health Clinic Cherry Point, North Carolina (3 percent); Naval Health Clinic Charleston, South Carolina (2 percent); Navy Medicine Operational Training Center, Pensacola, Florida (1 percent); and any associated branch clinics (1 percent). Each company will receive at least one lot and work performed under these contracts is expected to be completed by July 31, 2023.  Funding is predominantly from the Defense Health program; however, other funding initiatives such as psychological health/traumatic brain injury, overseas contingency operations and wounded, ill, and injured may be used, but amounts are unknown at this time.  Initial task orders using fiscal 2018 Defense Health program funds totaling $3,667,808; and fiscal 2019 Defense Health program funds totaling $6,858,068 will be awarded and fiscal 2018 funds expire at the end of the current fiscal year.  These contracts were competitively procured as a 100 percent small business set-aside via the Federal Business Opportunities website; 53 offers were received.  The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

 

L-3 Communications Corp., doing business as L-3 KEO, Northampton, Massachusetts, is awarded a $12,610,635 firm-fixed-price, cost-plus-fixed-fee, cost-only modification to a previously awarded contract (N00024-16-C-5366) for Mk 20 electro-optical sensor systems, radar cross-section kits, engineering support services, and depot spares for both the Navy and Coast Guard.  The Mk 20 electro-optical sensor system is a major component of the Mk 34 gun weapon systems employed by the DDG 51-class destroyer, CG 47-class cruiser and Coast Guard offshore patrol cutters as well as ship classes of various allied nations.  The spares procured are required to support the gun weapon systems by performing safety check-sighting, look-point-shoot, range, identification of counter-battery targets and identification of short-range surface targets in support of anti-surface warfare.  Work will be performed in Northampton, Massachusetts, and is expected to be completed by November 2019.  Fiscal 2018 shipbuilding and conversion (Navy); and fiscal 2018 other procurement (Navy and Coast Guard) funding in the amount of $12,610,635 will be obligated at time of award and funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Massa Products Corp.,* Hingham, Massachusetts, is awarded an $8,458,419 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for transducers. The transducers will be manufactured and delivered to the Navy to support fleet needs in terms of replacing failed transducers on in-service platforms and to provide initial outfitting for new construction platforms.  Work will be performed in Hingham, Massachusetts, and is expected to be completed by November 2019.  Fiscal 2017 other procurement (Navy) funding in the amount of $944,136 will be obligated at the time of award and funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Naval Undersea Warfare Center, Division Newport Rhode Island, is the contracting activity (N66604-18-D-D800).

 

DEFENSE LOGISTICS AGENCY

 

BP Products North America, Chicago, Illinois (SPE602-18-D-0482; $430,053,860); and Vitol Inc., Houston, Texas (SPE602-18-D-0483; $97,758,652), have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE602-18-R-0700 for fuel. This was a competitive acquisition with 10 responses received. These are one-year contracts with a 30-day carry-over period. Locations of performance are Turkey, Spain, Italy, Portugal, Greenland and a defense fuel support point serving the Central European Pipeline system, with a July 30, 2019, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

Alphapointe,** Brooklyn, New York, has been awarded a maximum $9,000,000 firm-fixed-price, indefinite-quantity contract for piddle pak crew relief bags. This is a two-year base contract with three one-year option periods. Maximum dollar amount is for the life of the contract. This was a mandatory source acquisition with one response received. Location of performance is New York, with an April 20, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E9-18-D-0002).

 

MISSILE DEFENSE AGENCY

 

Raytheon Missile Systems Co. (RMS), Tucson, Arizona, is being awarded a sole-source, not-to-exceed $387,187,200 undefinitized contract action (UCA) modification to previously awarded contract HQ0276-15-C-0003 to allow RMS to procure a limited subset of items necessary to maintain schedule for eventual manufacture, assembly, test and delivery of20 Standard Missile-3 (SM-3) Block IIA missiles and related efforts, and up to four additional foreign military sales (FMS) missiles, for a potential total of 24 missiles. The contract action also increases the transition to production  UCA not-to-exceed value by $28,224,052 from $59,775,948 to $88,000,000 to continue developing engineering manufacturing readiness level (EMRL) 3 compliance, achieving sustained rate capability of producing two all-up rounds per month, demonstrating EMRL 4 compliance, and achieving Tactical Configuration Readiness. This modification increases the total cumulative face value of the contract by $415,411,252 (from $694,348,965 to $1,109,760,217). The work will be performed in Tucson, Arizona, with an expected completion date of April 2022.  Fiscal 2018 procurement; and defense wide funds in the amount of $161,000,000 will be obligated at the time of award, in accordance with the signed Acquisition Decision Memorandum.

 

ARMY

 

Tecmotiv USA Inc., Niagara Falls, Michigan (W56HZV-18-D-0029); and L3 Technologies Inc.,* Muskegon, Michigan (W56HZV-18-D-0030), will compete for each order of the $145,661,024 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for or the overhaul of the air cooled, V-engine configuration, diesel supercharged 1790-8CR and 1790-2DR engines. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Kuehne Chemical Co. Inc.,* Kearny, New Jersey, was awarded an $8,545,920 firm-fixed-price contract for sodium hypochlorite chemical delivery. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2021. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-18-D-0016).

 

U.S. SPECIAL OPERATIONS COMMAND

 

AAI Corp., Hunt Valley, Maryland, was awarded a maximum $120,000,000, one-year, indefinite-delivery/indefinite-quantity contract for continuation of mid-endurance unmanned aircraft systems (MEUAS II-B) intelligence, surveillance, and reconnaissance (ISR) services.  AAI Corp. was previously awarded a non-competitive, single award indefinite-delivery/indefinite-quantity for MEUAS II-B ISR services in 2016 (H92222-16-D-0032).The continuation was awarded as a sole-source contract, which provides worldwide support until all operational sites have transitioned to the multiple-award contracts of MEUAS III (H92222-17-D-0010, H92222-17-D-0011 and H92222-17-D-0019).  The scheduled contract end date is June 2018.  A justification and approval was signed on March 12 (16-880-02) and allows task orders to be issued for up to 12 months. This award action includes both firm-fixed-price and cost reimbursable line items.  Fiscal 2018 operations and maintenance funds in the amount of $15,000,000 are being obligated at time of award.  U.S. Special Operations Command, Tampa, Florida, is the contracting activity (H92222-16-D-0032).

 

Jacobs Technologies Inc., Tullahoma, Tennessee was awarded an $110,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for enterprise operations and maintenance surge support services in support of U.S. Special Operations Command.  A justification and approval was processed to support this surge contract award.  Fiscal 2018 operations and maintenance funds in the amount of $5,000 are being obligated at the time of the award.  The work will be performed in various locations worldwide and is expected to be completed by April 5, 2023. This contract was awarded as part of a two-step acquisition strategy. The first step was through a fair-opportunity competition under the Government Services Administration's (GSA) Alliant large business, government-wide acquisition contract. That request for quotations was submitted to nine GSA contract holders that opted into the final solicitation process. Four quotations were received, an award was previously made to Jacobs Technologies (contract H92222-17-F-0069). The second step of the EO and M strategy was to issue the successful offeror a sole source indefinite delivery/indefinite-quantity surge contract for the same support.  Jacobs Technologies Inc. was the successful offeror and is being awarded this sole-source, surge support contract.  U.S. Special Operations Command, Tampa, Florida, is the contracting activity (H92222-18-D-0007).

 

AIR FORCE

 

Edaptive Computing Inc., Dayton, Ohio, has been awarded a $24,900,000 ceiling indefinite-delivery/indefinite-quantity Small Business Innovation Research Phase III contract for solutions for threat assessment, mitigation and prevention research and development. This contract provides for the ability to research, develop, deploy and transition innovative optimization, assurance and automation technologies, techniques and tools to assess, mitigate and prevent threats to our systems and processes.  Work will be performed in Dayton, Ohio, and is expected to be complete by May 1, 2025. Fiscal 2017 and 2018 research and development funds in the amount of $175,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-D-1612).

 

Rockwell Collins, Inc. Government Systems, Cedar Rapids, Iowa (FA8650-18-D-1100); Microsemi Frequency and Time Corp., Boulder, Colorado (FA8650-18-D-1101); Raytheon BBN Technologies Corp., Cambridge, Massachusetts (FA8650-18-D-1102), have been awarded a $24,000,000 shared ceiling indefinite-delivery/indefinite-quantity contract for Joint Multi-INT Precision Reference.  This contract provides for the study of techniques and technologies that increase the accuracy, precision, security, and utility of inter-platform two-way time and frequency transfer systems. Work will be performed in Cedar Rapids, Iowa; Boulder, Colorado; and Cambridge, Massachusetts.  Work is expected to be completed by April 2024.  This award is the result of a competitive acquisition and three offers were received.  Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

HRL Laboratories LLC, Malibu, California, has been awarded a $9,961,662 cost-plus-fixed-fee contract for software. This contract provides for the exploration and development of tools to generate qualified evidence of safety and correctness of the Learning-Enabled Cyber-Physical Systems; the development of techniques for operation time monitoring and preservation of safety and correctness; and the development of tools and algorithms for formal representation, creation of dynamic assurance cases, and online evaluation of assurance cases. Work will be performed in Malibu, California, and is expected to be complete by May 1, 2022.  This award is the result of a competitive acquisition and 34 offers were received. Fiscal 2017 research, development, test and evaluation funds in the amount of $620,478 are being obligated at time of award. Air Force Research Laboratory, Rome, York, is the contracting activity (FA8750-18-C-0092).

 

Honeywell International Inc., Defense & Space, Clearwater, Florida, has been awarded a not-to-exceed $7,540,762 undefinitized contract action for pendulous integrated gyroscopic accelerometer float repairs. Work will be performed in Clearwater, Florida, and is expected to be complete by Dec. 20, 2019. Fiscal 2018 operations and maintenance funds in the amount of $5,174,701 are being obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-18-C-0001).

 

The Boeing Co., Hazelwood, Missouri, has been awarded a $7,473,833 cost-plus-fixed-fee contract for assured autonomy in the aircraft domain. This contract provides for the experimentation and integration of assured autonomy technologies into an assured version of a learning-enabled autonomous air platform. Work will be performed in St. Louis, Missouri; and Seattle, Washington, and is expected to be complete by May 1, 2022. This award is the result of a competitive acquisition and 34 offers were received. Fiscal 2017 research, development, test and evaluation funds in the amount of $464,123 are being obligated at time of award. Air Force Research Laboratory, Rome New York, is the contracting activity (FA8750-18-C-0093).

 

*Small business

**Mandatory source