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 Some of the information contained within may be outdated and links may not function.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 27, 2018

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a $1,504,995,240 fixed-price-incentive-firm contract that provides for the production and delivery of 22 F/A-18E and six F/A-18F Super Hornets in support of the government of Kuwait.  Work will be performed in El Segundo, California (41.4 percent); Hazelwood, Missouri (28.2 percent); Fort Worth, Texas (4.7 percent); Santa Clarita, California (4 percent); Bloomington, Minnesota (3.3 percent); Greenlawn, New York (2.8 percent); Endicott, New York (2.3 percent); Santa Ana, California (1.9 percent); Clearwater, Florida (1.5 percent); Clifton, New Jersey (1.3 percent); Mesa, Arizona (1.3 percent); Torrance, California (1.2 percent); Ontario, Canada (1 percent); Vandalia, Ohio (0.9 percent); Kalamazoo, Michigan (0.8 percent); Fort Walton Beach, Florida (0.8 percent); East Aurora, New York (0.7 percent); and various locations outside the continental U.S. (2.1 percent), and is expected to be completed in January 2021.  Foreign military sales funds in the amount of $1,504,995,240 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 (N00019-18-C-1060).

BAE Systems, Information and Electronic Systems Integration Inc., Hudson, New Hampshire, is awarded $224,331,310 for modification (P00001) to a previously awarded firm-fixed-price delivery order (N0001918F2505) on indefinite-delivery/indefinite quantity contract (N00019-17-D-5517).  This modification provides for the production and delivery of an additional 10,185 Advanced Precision Kill Weapon Systems II (WGU-59/B) under full-rate Production Lot 7.  The procurement of the additional units will upgrade the current 2.75-inch rocket system to a semi-active laser-guided precision weapon in support of the Air Force, Army, and foreign military sales (FMS) customers.  Work will be performed in Hudson, New Hampshire (70 percent); and Austin, Texas (30 percent), and is expected to be completed in March 2019.  Fiscal 2016 Special Defense Acquisition funds (Navy); fiscal 2017 procurement ammunition (Air Force); fiscal 2018 procurement ammunition (Air Force and Army); and FMS funds in the amount of $224,331,310 will be obligated at time of award; $17,137,820 of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($144,188,996; 64 percent); Army ($58,590,322; 26 percent); Navy ($17,137,820; 8 percent); and FMS ($4,414,172; 2 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Diamond Industrial Corp.,* Morehead City, North Carolina (N40085-14-D-7740); East Carolina Mechanical LLC,* Jacksonville, North Carolina (N40085-14-D-7741); Mechworks Mechanical Contractors Inc.,* Beaufort, North Carolina (N40085-14-D-7742); North State Mechanical Inc.,* Jacksonville, North Carolina (N40085-14-D-7743); R&W Construction Co.,* Jacksonville, North Carolina (N40085-14-D-7744); and T.A. Woods Co.,* Wilmington, North Carolina (N40085-14-D-7745), are awarded a $60,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for mechanical construction services within the Marine Corps Installations East area of responsibility.  The work to be performed provides for mechanical construction services including demolition, repair, modification, and new installation of various mechanical systems including heating, ventilation and air conditioning, boilers, high pressure steam distribution, electrical distribution, motors, generators, potable water distribution, sanitary sewer, storm water control, communications, and incidental work such as general construction, specialty trades, and removal of asbestos or lead contaminated materials.  After award of this modification, the total maximum dollar value for all six contracts combined will be $155,000,000.  Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90 percent); Georgia (3 percent); South Carolina (3 percent); Virginia (3 percent); and other areas of the U.S. (1 percent), and is expected to be completed by September 2019.  No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued.  Future task orders will be primarily funded by operations, and maintenance (Marine Corps); and military construction funds.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Raytheon Co., Fort Wayne, Indiana, is awarded a $65,407,274 indefinite-delivery/indefinite-quantity contract for systems engineering and software development services in support of the EA-18G Airborne Electronic Attack aircraft ALQ-227 communications countermeasures set in support of the Navy and the government of Australia under the foreign military sales program.  In addition, this contract provides for system improvement and demonstration products, such as prototypes, pre-production products, and support equipment enhancements, or simulations and models of weapons systems, including engineering, integration, and testing.  Work will be performed in Fort Wayne, Indiana, and is expected to be completed in June 2023.  Fiscal 2017 working capital funds (Navy) in the amount of $500,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity (N68936-18-D-0029). 

Mercury Defense Systems Inc., Cypress, California, is awarded $20,515,570 for a firm-fixed-price delivery order (N6833518F0093) against a previously issued basic ordering agreement (N6833517G0017).  This order provides for the procurement of 36 Advanced Digital Radio Frequency Memories (DRFM) units in support of Small Business Innovation Research (SBIR) Phase III work that derives from, extends, or completes an effort performed under SBIR Topic N06-036 entitled “Advanced Techniques for DRFM.”  Work will be performed in Cypress, California (63 percent); and West Caldwell, New Jersey (37 percent), and is expected to be completed in February 2020.  Fiscal 2018 aircraft procurement (Air Force); fiscal 2018 weapons procurement (Air Force); and fiscal 2018 research, development, test and evaluation (Air Force) funds in the amount of $16,016,887 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Philadelphia Authority for Industrial Development, Philadelphia, Pennsylvania, is awarded a $17,038,929 firm-fixed-price modification to increase the maximum dollar value of an electric utility services contract for the west end substation electric distribution at the Philadelphia Naval Business Center.  The work to be performed provides for the installation of an electrical utility distribution system to provide additional electrical capacity.  After award of this modification, the total cumulative contract value will be $49,556,022.  Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by April 2019.  Fiscal 2018 shipbuilding and conversion (Navy) contract funds in the amount of $17,038,929 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N62470-99-C-3633).

Methuen Construction Co. Inc., Plaistow, New Hampshire, is awarded a $13,859,727 firm-fixed-price contract for Dry Dock 2 main dewatering pump replacement and facility repairs at Portsmouth Naval Shipyard.  The project will remove three direct current dewatering pumps and replace with six alternating current vertical turbine dewatering pumps.  Repairs to the facility include structural repairs to the tunnel and sump pit, and architectural repairs to the interior of the facility.  Work will be performed in Kittery, Maine, and is expected to be completed by October 2021.  Fiscal 2018 operations, and maintenance (Navy) contract funds in the amount of $13,859,727 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-C-8700).

Tikigaq Construction LLC,* Wasilla, Alaska, is awarded $11,883,055 for a firm-fixed-price task order (N4019218F4236) under a previously awarded multiple award construction contract (N40192-16-D-2706) for an integrated industrial controls system at Naval Base Guam.  The work to be performed provides for a fiber-optic communications network to support the industrial controls system and provide an end-to-end building management system that will allow monitoring and control of end-use equipment inside the buildings.  Work will be performed in Santa Rita, Guam, and is expected to be completed by September 2020.  Fiscal 2018 operations, and maintenance (Navy); and fiscal 2016 military construction (Defense-wide) contract funds in the amount of $11,883,055 are obligated on this award; of which $8,541,810 will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

Enterprise Electronics Corp.,* Enterprise, Alabama, is being awarded an $11,647,403 single award, performance based, firm-fixed-price, indefinite-delivery/indefinite quantity contract for the procurement of Supplemental Weather Radars (SWR) systems and associated sustainment services. Additionally, the contract will provide for the procurement of various related sub-assemblies, radar towers, radio frequency filters, uninterruptible power supplies, essential software products, software licenses for various weather detection tools, hardware upgrades, technical manuals and training courses. Incidental procurement support services to be provided will include repairing/replacing defective modules from existing systems; providing customer help desk support; providing on-site technical assistance; installation-related site surveys; AN/FPS-131 software/hardware upgrades; IA patch testing; technical manual updates; and the retrofit of all existing systems with Enterprise change requests.  The contract includes a five-year ordering period and one six-month option period which, if exercised, would bring the cumulative value of this contract to an estimated $12,269,002.  Work will be performed in Enterprise, Alabama, and is expected to be completed by June 2023.  If all options are exercised, work could continue until December 2023.  Fiscal 2018 other procurement (Navy) funds in the amount of $568,191 will be placed on the first task order and obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code § 2304(c)(1) - only one responsible source (Federal Acquisition Regulation 6.302-1).  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity (N6523618D3008).

Lockheed Martin Corp., Baltimore, Maryland, is awarded $8,328,740 for cost-plus-fixed-fee job order 0003 under a previously awarded basic ordering agreement (N63394-16-G-0006) for services required to maintain and support Freedom-variant Littoral Combat Ships.  The services provided will include program planning and control, resource management, cost and schedule control, installation and modernization, software development and testing, and training support.  Work will be performed in Moorestown, New Jersey (80 percent); and Baltimore, Maryland (20 percent), and is expected to be completed by July 2019.  Fiscal 2017 other procurement (Navy) funding in the amount of $319,000 will be obligated at time of award 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, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Colonna’s Shipyard Inc.,* Norfolk, Virginia, was awarded an $8,082,672 firm-fixed-price contract for Docking Phased Maintenance Availability repair work onboard USS Zephyr (PC 8).  This action includes hull, machinery, electrical, auxiliary, and ship alterations work and miscellaneous repairs.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $15,677,692.  Work will be performed in Norfolk, Virginia, and is expected to be completed by September 2019. Fiscal 2018 operations and maintenance funding in the amount of $8,082,672 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via Federal Business Opportunities website, with four offers received.  The Southeast Regional Maintenance Center, Mayport, Florida, is the contracting activity. (N40027-18-C-0006) (Awarded June 22, 2018)

KBRwyle Technology Solutions LLC, Columbia, Maryland, is awarded $7,063,036 for modification (P00009) under a previously awarded contract (N00173-16-C-2029) to exercise option period two of the Performance Work Statement entitled “Secure Facility Operations, Maintenance and Security”. This action provides for continued contractor support to execute a comprehensive facility maintenance plan for the secure facilities located on the Naval Research Laboratory.  After award of this modification, the total cumulative value is $15,709,552.  Work will be performed in Washington, District of Columbia, and work is expected to be completed June 28, 2019.  Working capital funds (Defense) in the amount $3,300,000 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The contract was solicited as full and open competition, with one proposal received.  The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-16-C-2029).

AIR FORCE

Superior Forge and Steel Corp., Lima, Ohio, has been awarded a $476,935,075 ceiling indefinite/delivery indefinite-quantity contract for BLU-137/B penetrator warhead production. This contract provides for the production of the BLU-137/B penetrator warhead bodies with a guaranteed production of 300 bodies during the first year with a possibility of up to 3,500 bodies in the subsequent four years. Work will be performed in Lima, Ohio; Cincinnati, Ohio; and Falconer, New York, and is expected to be completed by May 3, 2020. This award is the result of a competitive acquisition. Fiscal 2018 production funds in the amount of $16,720,435 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-18-D-0018).

A. Finkl & Sons Co., Chicago, has been awarded a $419,633,500 ceiling indefinite-delivery/indefinite-quantity contract for BLU-137/B penetrator warhead production. This contract provides for the production of the BLU-137/B penetrator warhead bodies with a guaranteed production of 300 bodies during the first year with a possibility of up to 3,500 bodies in the subsequent four years. Work will be performed in Chicago, Illinois; Falconer, New York; Corry, Pennsylvania; and Burr Ridge, Illinois, and is expected to be completed by May 3, 2020. This award is the result of a competitive acquisition. Fiscal 2018 production funds in the amount of $15,015,500 are being obligated at the time of award. Air force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-18-D-0017).

Nammo Talley Inc., Mesa, Arizona, has been awarded a maximum $49,500,000 five-year indefinite-delivery/indefinite-quantity contract for intercontinental ballistic missile (ICBM) sustainment. This contract provides ICBM ballistic gas generator and umbilical retract cartridge replenishment spares. Work will be performed at Nammo Talley Inc., Mesa, Arizona, and is expected to be complete by June 27, 2025. This award is the result of a sole-source acquisition. Fiscal 2018 procurement funds in the amount of $9,318,692 are being obligated at the time of award. The Munitions Contracting Branch, Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-18-D-0001). 

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a not-to-exceed $14,000,000 modification (P00030) to contract FA8730-15-C-0003 for the mission computing upgrade design and production.  This contract will deliver replacement console computers, associated interfaces hardware for the labs, and aircraft & ground system Mission Computing Upgrade kits.  Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed June 30, 2020.  This award is the result of a sole-source acquisition and involves 100 percent foreign military sales to Japan. Foreign military sales funds in the amount of $4,950,000 are being obligated at the time of award. Total cumulative face value of the contract is $428,427,016.  Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts is the contracting activity. 

DEFENSE LOGISTICS AGENCY 

Medtronic, Minneapolis, Minnesota, has been awarded a maximum $471,630,849 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for cardiovascular products. 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 one-year base contract with four one-year option periods. Maximum dollar amount is for the life of the contract, including options. Location of performance is Minnesota, with a July 1, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-18-D-0007).

General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a maximum $30,079,332 firm-fixed-price contract for electronic components for the M1A1 Abrams tank. This is a one-year base contract with one six-month option period. Maximum dollar amount is for the life of the contract, including the option. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Florida and Michigan, with an Oct. 27, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-C-0317).

GlaxoSmithKline LLC, Research Triangle Park, North Carolina (SPE2DP-18-D-0006; $27,848,726); and Seqirus Inc., Summit, New Jersey (SPE2DP-18-D-0005; $27,511,761), have each been awarded a firm-fixed-price, indefinite-quantity contract under solicitation SPE2DP-18-R-0001 for the influenza virus vaccine. These were competitive acquisitions with four responses received. These are one-year contracts with no option periods. Locations of performance are Pennsylvania; New Jersey; and North Carolina, with a June 27, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

Raytheon Co., McKinney, Texas, was awarded a $45,838,723 modification (P00008) to contract W56KGY-15-D-0005 for Common Sensor Payload system support services. Work locations and funding will be determined with each order, with an estimated completion date of July 24, 2019. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

HHI Corp.,* Ogden, Utah, was awarded a $12,214,241 firm-fixed-price contract for design and construction of the Air Support Operations Center expansion. Bids were solicited via the Internet with nine received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of Dec. 20, 2019. Fiscal 2014 and 2018 military construction funds in the amount of $12,214,241 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-C-0011).

*Small Business