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 Some of the information contained within may be outdated and links may not function.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 June 22, 2018

AIR FORCE 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas; and Lockheed Martin, Greenville, South Carolina, have been awarded a $1,124,545,002 fixed-price-incentive-firm contract for F-16 production. This contract provides for the production of 16 F-16 V Block 70 aircraft. Work will be performed in Greenville, South Carolina; and Fort Worth, Texas. The work is expected to be complete by Sept. 30, 2023. This contract involves 100 percent foreign military sales (FMS) to the Kingdom of Bahrain. This award is the result of a sole-source acquisition. FMS funds in the amount of $551,027,050 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-18-C-6058).

Lockheed Martin Aeronautics Corp., Marietta, Georgia, has been awarded an $86,798,783 five-year contract order (FA8553-17-F-0020-PZ0001) under the basic indefinite-delivery/indefinite-quantity contract (FA8553-17-D-0004) for support to the Iraqi Air Force. The support will include contractor logistics support, technical assistance and logistics, to include aircraft and aerospace ground equipment, spares, repairs and familiarization training on their six C-130J aircraft.  Work will be performed at Martyr Mohammed Ala Air Base, Iraq, and is expected to be completed by June 30, 2022. Foreign military sales funds in the amount of $16,648,642 are being obligated at the time of award. The overall value of the contract is set at a ceiling value of $100,000,000. This contract order is the result of a sole-source acquisition. Air Force Life Cycle Management, Robins Air Force Base, Georgia, is the contracting activity.

Aerojet Rocketdyne, Canoga Park, California, has been awarded a $69,804,323 modification (P00014) to a previously awarded other transaction agreement (FA8811-16-9-0003) for the development of the AR1 booster engine and the RL10CX upper stage engine for the Evolved Expendable Launch Vehicle program. This action implements Section 1604 of the Carl Levin and Howard P. "Buck" McKeon National Defense Authorization Act for fiscal 2015, which requires the development of a next-generation rocket propulsion system that will transition away from the use of non-allied space launch engines to a domestic alternative for National Security Space launches. Work will be performed in Canoga Park, California; Sacramento, California; Centennial, Colorado; Huntsville, Alabama; Stennis Space Center, Mississippi; West Palm Beach, Florida; and Los Angeles Air Force Base, California. The work on the AR1 is expected to be completed by Dec. 31, 2019, and the work on the RL10CX is expected to be completed by Dec. 31, 2021. Fiscal 2017 research, development, test and evaluation (RDT&E) funds in the amount of $63,014,148; and fiscal 2018 RDT&E funds in the amount of $20,000,000 are being obligated at the time of award. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles AFB, California, is the contracting activity. 

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $175,308,058 for modification P00053 to a previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm, firm-fixed-price contract (N00019-15-C-0114).  This modification provides for the development, testing, and activation of 13 different F-35 component repair capabilities in support of the F-35 Lightning depot implementation plan for the Air Force, Marine Corps, Navy and non-Department of Defense (DoD) participants.  Work will be performed in Nashua, New Hampshire (37 percent); Torrance, California (15 percent); Redondo Beach, California (12 percent); Fort Worth, Texas (11 percent); Inglewood, California (8 percent); Cedar Rapids, Iowa (6 percent); Baltimore, Maryland (5 percent); Niles, Illinois (3 percent); Williston, Vermont (1 percent); Orlando, Florida (1 percent); and Grand Rapids, Michigan (1 percent), and is expected to be completed in November 2021.  Fiscal 2018 aircraft procurement (Air Force, Navy, and Marine Corps); and non-DoD funds in the amount of $175,308,058 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($82,237,394; 46.9 percent); Navy ($41,118,693; 23.5 percent); the Marine Corps ($41,118,693; 23.5 percent); and non-DoD Participants ($10,833,276; 6.1 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Orocon-Carothers JV2,* Oxford, Mississippi (N69450-16-D-1108); Whitesell-Green, Inc.,* Pensacola, Florida (N69450-16-D-1109); The ARTEC Group, Inc.,* Sarasota, Florida (N69450-16-D-1110); Desbuild, Inc.,* Hyattsville, Maryland (N69450-16-D-1111); Southeast Cherokee Construction, Inc.,* Montgomery, Alabama (N69450-16-D-1112); Leebcor Services, LLC,* Williamsburg, Virginia (N69450-16-D-1113); and Howard W. Pence, Inc.,* Elizabethtown, Kentucky (N69450-16-D-1114), are awarded a $75,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity multiple award construction contract for design-build construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  The work to be performed provides for, but is not limited to, new construction, repair, alteration, and related demolition work.  After award of this modification, the maximum dollar value for all seven contracts combined will be $174,000,000.  Work will be performed in the NAVFAC Southeast AOR, including but not limited to, Florida (70 percent); Georgia (25 percent); and the remainder within the NAVFAC Southeast AOR (5 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of July 2021.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Future task orders will be primarily funded by operation and maintenance, (Navy) and military construction funds.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Garry Jacques JCMCS,* Washington, District of Columbia (N40080-18-D-0025); RH Contracting, Inc.,* Atlantic, Virginia (N40080-18-D-0026); Signature Renovations, LLC,* Capitol Heights, Maryland (N40080-18-D-0027); Honu’Apo I, LLC,* Honolulu, Hawaii (N40080-18-D-0028); Battle Creek Construction, LLC,* La Plata, Maryland (N40080-18-D-0029); and ACTS-Meltech JV1, LLC,* Virginia Beach, Virginia (N40080-18-D-0030), are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000.  Garry Jacques JCMCS is being awarded the initial task order at $343,777 for repair of the retaining wall at Joint Base Andrews, Camp Springs, Maryland.  Work for this task order is expected to be completed by July 2019.  All work on this contract will be performed primarily within the NAVFAC Washington AOR to include District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent).  The term of the contract is not to exceed 24 months, with an expected completion date of July 2022.  Fiscal 2017 supervision, inspection, and overhead and fiscal 2018 Navy working capital funds (NWCF) in the amount of $393,777 are obligated on this award; of which $50,000 will expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (Navy); operation and maintenance (Navy and (Defense Logistics Agency; and NWCF.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 44 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity.

BAE Systems Land & Armaments, York, Pennsylvania, is awarded an $83,629,301 firm-fixed-price contract to provide the necessary material and technical engineering to build, integrate, test, and deliver 30 Assault Amphibious Vehicle, Personnel Vehicles 7A1 (AAVP7A1); four Assault Amphibious Vehicle, Command Vehicles 7A1 (AAVC7A1); and two Assault Amphibious Vehicle, Recovery Vehicles 7A1 (AAVR7A1).  This effort also includes support and test equipment, spares, publications, training, engineering services, logistics, and other technical support required. This contract involves Foreign Military Sales under the Taipei Economic Cultural Representative Office (TECRO) Foreign Military Sales (FMS) case TW-P-SEQ.  All work will be performed in York, Pennsylvania, and is expected to be completed by July 22, 2020.  FMS revolving funds in the amount of $83,629,301 will be obligated at time of award and do not have an expiration date. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(ii) - only one responsible source and no other supplies or services that will satisfy agency requirements.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-C-0007).

Burns & McDonnell Engineering Co., Inc., Kansas City, Missouri, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (AE) contract with a not-to-exceed amount of $40,000,000 for petroleum, oils, and lubricants AE services at various locations within the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  Initial task order is being awarded at $1,197,718 for architectural design and engineering services for the preparation of design-bid-build construction documents for fuel tank improvements at Naval Base Kitsap, Manchester, Washington. All work on this contract will be performed at various Navy facilities and other government facilities within the NAVFAC Northwest AOR including, but not limited to Washington (91 percent); Oregon (1 percent); Idaho (1 percent); Montana (1 percent); Alaska (1 percent); North Dakota (1 percent); South Dakota (1 percent); Nebraska (1 percent); Iowa (1 percent); and Wyoming (1 percent), and is expected to be completed by June 2026. Work for this task order is expected to be completed by December 2018.    Fiscal 2017 military construction (MILCON), planning and design, (Defense Logistics Agency) contract funds in the amount of $1,197,718 are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by MILCON.  This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-18-D-2000). 

Northrop Grumman Corp. Aerospace Systems, Melbourne, Florida, is awarded a $15,301,379 firm-fixed-price modification to a previously awarded contract (N00024-15-C-6318) to exercise options for fabrication, integration, testing, system production and delivery of peculiar support equipment for the Airborne Laser Mine Detection System (ALMDS) program. ALMDS detects, classifies and localizes near-surface, moored sea mines. The ALMDS is integrated with the MH-60S helicopter to provide rapid, wide-area reconnaissance and assessment of mine threats in littoral zones, confined straits, choke points and amphibious objective areas.  Work will be performed in Melbourne, Florida (69 percent); and Tucson, Arizona (31 percent), and is expected to be completed by June 2020. Fiscal 2018 other procurement (Navy); and fiscal 2017 other procurement (Navy) funding in the amount of $15,301,379 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.

L3 KEO, Northampton, Massachusetts, is awarded a $7,077,173 firm-fixed-price modification to a previously awarded contract (N00024-15-C-6250) to exercise options for spare parts for the Photonics Mast program. The Photonics Mast provides visual and other capabilities for Navy submarines. Work will be performed in Northampton, Massachusetts, and is expected to be completed by December 2019. Fiscal 2018 other procurement, (Navy) funding in the amount of $7,077,173 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 Navy Yard, District of Columbia, is the contracting activity.

CORRECTION:  The contract awarded June 20, 2018, to Northrop Grumman Systems Corp., Herndon, Virginia, for $17,985,929 for engineering and maintenance services at Intermediate Maintenance Activity, Yorktown, Virginia, in support of the Mk 48 heavyweight torpedo, had an incorrect contract number.  The correct contract number is N00024-18-C-6412. 

ARMY

AECOM-Baker JV, Greenwood Village, Colorado (W912GB-18-D-0031); Bryan International LLC, Colorado Springs, Colorado (W912GB-18-D-0030); and Oxford Construction of Pennsylvania, Philadelphia, Pennsylvania (W912GB-18-D-0032), will compete for each order of the $148,500,000 firm-fixed-price Foreign Military Sales (Israel) contract for general construction services. Bids were solicited via the Internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of June 18, 2020. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity.

Aerojet Rocketdyne, Camden, Arizona, was awarded a $47,909,681 firm-fixed-price contract for the procurement of Stinger flight motors. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 21, 2020. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-18-D-0027).

TRAX International Corp., Las Vegas, Nevada, was awarded a $35,694,638 cost-plus-award-fee contract for non-personal test support services in support of the U.S Army Yuma Proving Ground, Arizona, to include electronic instrumentation operation; optical, meteorology and geodetic instrumentation operation; metrology and simulation operation; computation and automation; test operations and maintenance; ammunition management operations; technical and engineering services; range management operations; communication and information management operations; and data acquisition and management. One bid was solicited via the Internet with one received. Work will be performed in Yuma, Arizona; and Fort Greely, Alaska, with an estimated completion date of Oct. 19, 2018. Fiscal 2018 research, development, test and evaluation funds in the amount of $35,694,638 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Yuma Proving Ground, Arizona, is the contracting activity (W9124R-18-C-1002).

DEFENSE LOGISTICS AGENCY

L-3 Communications Corp., Londonderry, New Hampshire, has been awarded a maximum $23,228,750 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for multifunction lasers. This is a three-year contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is New Hampshire, with a June 23, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-D-0111). 

*Small Business