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 Some of the information contained within may be outdated and links may not function.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 28, 2018

ARMY

Action Manufacturing Co.,* Bristol, Pennsylvania (W15QKN-18-D-0083); and AMTEC Corp.,* Janesville, Wisconsin (W15QKN-18-D-0084), will compete for each order of the $250,784,252 firm-fixed-price contract to manufacture, inspect, test, package, and deliver M739A1 Point Detonating/Delay Fuzes. Bids were solicited via the Internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 28, 2023. U.S. Army Contracting Command, Fort Dix, New Jersey, is the contracting activity.

NCI Information Systems Inc., Reston, Virginia, was awarded a $45,760,099 cost-plus-fixed-fee contract for information technology services for cyber network operations and security support. One bid was solicited with one bid received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of June 30, 2019. Fiscal 2018 operations and maintenance, Army funds in the amount of $45,760,099 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-18-C-0017).

Microsoft Corp., Redmond, Washington, was awarded a $13,499,934 firm-fixed-price contract for non-personal consulting services for Enterprise directory, systems management, Army Golden Master sustainment support, SharePoint, and Enterprise service management system. One bid was solicited with one bid received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of June 27, 2019. Fiscal 2018 operations and maintenance, Army funds in the amount of $13,499,934 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-18-C-0018).

Tammy Siler, Clairfield, Tennessee, was awarded a $10,999,949 modification (P00005) to contract W9124M-16-D-0006 for paving. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2019. U.S. Army Mission and Installation Contracting Command, Fort Stewart, Georgia, is the contracting activity.

 NAVY

Huntington Ingalls Industries, Newport News Shipbuilding Inc., Newport News, Virginia, is awarded a not-to-exceed $200,446,196 undefinitized fixed-price, incentive firm target modification to a previously awarded contract (N00024-16-C-2116) for the purchase of additional long lead time material in support of USS Enterprise (CVN 80).  Work will be performed in Newport News, Virginia, is expected to be completed by February 2027. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $200,446,196 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured. The statutory authority for this sole-source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

Science Applications International Corp., Reston, Virginia, is awarded a potential value $116,232,173 indefinite-delivery/indefinite quantity, cost-plus-fixed-fee contract to provide sustainment support of integrated afloat and ashore tactical networks.  This three-year contract includes one two-year option period which, if exercised, would bring the overall, potential value of this contract to an estimated $196,526,884.  Work will be performed aboard Navy ships and Department of Defense installations and facilities worldwide by Space and Naval Warfare Systems Command (SPAWAR) Systems Center Pacific in San Diego, California (60 percent); and SPAWAR Systems Center Atlantic in Norfolk, Virginia (40 percent).  Work is expected to be completed June 27, 2021. If the option is exercised, the period of performance would extend through June 27, 2023.  No funds will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  Funds will be obligated as orders are issued using primarily other procurement (Navy); and operations and maintenance (Navy).  This contract was competitively procured via a request for proposal published on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website.  Three offers were received and one was selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0023).

Raytheon Space and Airborne Systems, Goleta, California, is awarded an $80,286,703 indefinite-delivery/indefinite-quantity contract for systems engineering services for software development and system integrity services in support of F/A-18A-D and E/F aircraft for the Navy and the governments of Australia, Canada, Kuwait, and Switzerland.  Services to be provided include enhancing the Operational Flight program, the User Data File (UDF), the UDF Generator, firmware, and tool development in support of ALR-67(V)3 and ALE-50B systems.  Work will be performed in Point Mugu, California (90 percent); Goleta, California (3 percent); China Lake, California (1 percent); St. Louis, Missouri (1 percent); Lexington Park, Maryland (1 percent); Clifton, New Jersey (1 percent); Nashua, New Hampshire (1 percent); Interlaken, Switzerland (1 percent); and Adelaide, Australia (1 percent), and is expected to be completed in June 2023.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $7,200,000 are being obligated at time of award, all 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-0025).

RAM-System (RAMSys) Gesellschaft Mit Beschrankter Haftung, Ottobrunn, Germany, is being awarded a 79,500,000.37 firm-fixed-price undefinitized contract action for fiscal 2018 German Navy’s requirements for Rolling Airframe Missile MK 49 Guided Missile Launching Systems (GMLS), and associated shipboard hardware and spares.  The Rolling Airframe Missile Guided Missile Weapon System is co-developed and co-produced under an International Cooperative program between the U.S. and Federal Republic of Germany’s governments. Rolling Airframe Missile is a missile system designed to provide anti-ship missile defense for multiple ship platforms. This contract will provide for the procurement of 10 RAM MK 49 GMLS, and associated shipboard hardware and spares for the German Navy.  Work will be performed in Tucson, Arizona (21 percent); Louisville, Kentucky (21 percent); Ulm, Germany (17 percent); Roehtenbach, Germany (16 percent); Schrobenhausen, Germany (16 percent); Ottobrunn, Germany (9 percent); and is expected to be completed by September 2022.  Foreign military sales (The Federal Republic of Germany) funding in the amount of 19,702,959.71 will be obligated at the 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)(4), International Agreement.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-18-C-5403). Please note that the funding is expressed in Euros per the memorandum of understanding between the U.S. and Germany for this international cooperative program. (German funding awarded to a German company.)

GSI Pacific Inc.,* Honolulu, Hawaii, is awarded $12,481,550 for a firm-fixed-price task order (N6247818F4183) under a previously awarded multiple award construction contract (N62478-16-D-4015) to overhaul a dry dock caisson and provide dock repairs at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for 10-year ultrasonic testing of the entire caisson in accordance with Military Standard 1625D including, but not limited to, plating of the entire hull, top deck (weather deck), machinery deck, internal strength decks, bulkheads including breast hooks, ballast tank and machinery deck internal structural members such as stiffeners, truss frame members and sea chests/ballast piping seaward of the first closure valve.  Other repair scope items include sandblasting and preserving exterior surfaces of the caisson, including the weather deck; cleaning, priming and painting the exterior of the caisson; removing existing non-skid coating from the weather deck and replacing with industrial strength tape applied to non-skid surface material; replacing non-skid coating on the machinery deck and sandblasting, cleaning, priming and painting of the interior surfaces of the caisson utilizing high solids paint for the interior tanks.  Work will be performed in Oahu, Hawaii, and is expected to be completed by March 2020.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $12,481,550 are obligated on this award and will expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. 

Lockheed Martin Corp., Lockheed Martin Space, Sunnyvale, California, is awarded an $11,877,482 cost-plus-fixed-fee contract for Hypersonic Booster technology development seeking to demonstrate technologies related to intermediate range capability through booster design, fabrication and validation testing.  The work will be performed in Sunnyvale, California (49.34 percent); Magna, Utah (34.16 percent); Elma, New York (10.70 percent); Huntsville, Alabama (3.75 percent); and Mooresville, North Carolina (2.05 percent), with an expected completion date of June 2019.  Fiscal 2018 research, development, test, and evaluation funds in the amount of $11,877,482 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was a competitive acquisition.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-18-C-0025).

Didlake Inc., Manassas, Virginia, is awarded a $9,716,516 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-15-D-0083) to exercise option three for annual custodial services at Norfolk Naval Shipyard and Joint Expeditionary Base Little Creek – Fort Story.  The work to be performed provides for annual custodial services, including, but not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform custodial services for office space, restrooms, and other types of rooms.  After award of this option, the total cumulative contract value will be $34,044,718.  Work will be performed at various installations in Virginia Beach, Virginia (77 percent); and Portsmouth, Virginia (23 percent).  Work is expected to be completed June 2019.  No funds will be obligated at time of award.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $9,585,850 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Ocean Ships Inc., Houston, Texas, is awarded a $9,691,694 modification for the fixed price portion of a previously awarded contract (N00033-13-C-3333).  This modification is for a six-month bridge contract to continue the operation and maintenance of two Expeditionary Transfer Dock ships, USNS Montford Point (T-ESD 1) and USNS John Glenn (T-ESD 2).  Work will be performed worldwide, supporting the Navy afloat prepositioning requirements.  The contract extension is expected to be completed by Jan, 1, 2019.  Working capital contract funds in the amount of $9,415,503 are obligated for the period, and will not expire at the end of the fiscal year.  This contract extension was not competitively procured in accordance with Federal Acquisition Regular 6.302-2 and 10 U.S. Code § 2304(c)(2).  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Raytheon Co., El Segundo, California, is being awarded $9,027,700 for a firm-fixed-price delivery order (N00039-13-D-0075) under a previously awarded contract (N00039-16-D-0075) for 279 NATO Improved Link Eleven Modernized Link Level Communication Security (COMSEC) LLC 7M production units. The LLC 7M provides a secure COMSEC capability for the Link 22 Tactical Data Link System for U.S. and foreign military platforms.  This contract combines purchases for the Navy (approximately 14 percent) and for the governments of Link 22 partner nations (approximately 86 percent) under the Foreign Military Sales program.  Work will be performed in El Segundo, California, and is expected to be completed by April 2020.  Fiscal 2018 special defense acquisition funding; shipbuilding conversion (Navy); and fiscal 2018 other procurement (Navy) funds in the amount of $9,027,700 will be placed on the delivery 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), one source or limited sources (Federal Acquisition Regulation 6.302-1(a)).  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting authority.

Dimensions Construction Inc.,* San Diego, California, is awarded $7,689,264 for a firm-fixed-price task order (N6247318F4566) under a previously awarded multiple award construction contract (N62473-18-D-5819) for the renovation of Bachelor Enlisted Quarters Building 150 at Naval Base Ventura County, San Nicolas Island.  The work to be performed provides for repair and replacement of deteriorated flooring, walls, ceiling, doors, windows, soffits, and stairs.  Work will also include upgrades to improve energy efficiency for heating, ventilation, and air conditioning, windows, toilets, faucets, and photovoltaic system.  This facility will be repaired and modernized to meet current configuration guidance and safety criteria.  Work will be performed in Port Hueneme, California, and is expected to be completed by December 2019.  Fiscal 2018 operation and maintenance (Navy) contract funds in the amount of $7,689,264 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. 

Martin-Baker Aircraft Co. Ltd., Uxbridge, United Kingdom (N00104-18-C-K060), is being awarded a $7,687,490 firm-fixed-price contract for the manufacture of 614 explosive cartridge kits; and 943 each of 12 different explosive cartridges used in the Martin-Baker ejection seat in F-35 aircraft for the Joint Strike Fighter program. This announcement involves foreign military sales: Korea (5.19 percent); Israel (3.78 percent); and Japan (3.05 percent).  The contract does not contain a provision for an option quantity. Work will be performed in the United Kingdom (85 percent); and Hollister, California (15 percent), and will be completed by February 2020.   Fiscal 2018 operations and maintenance (International Partner Funding) (23.50 percent); fiscal 2018 procurement (Air Force) (20.35 percent); fiscal 2018 operations and maintenance (Air Force) (18.85 percent); fiscal 2018 procurement (Marine Corps) (9 percent); fiscal 2018 operations and maintenance (Marine Corps) (7.65 percent); Foreign military sales (FMS) Korea (5.19 percent); fiscal 2018 operations and maintenance (Navy) (4.36 percent); fiscal 2018 procurement (Navy) (4.27 percent); FMS Israel (3.78 percent); and FMS Japan (3.05 percent) funding in the amount of $7,687,490 will be obligated at the time of award.  Funds will expire at the end of the fiscal year.  One source was solicited for this non-competitive requirement and one offer was received in response to the solicitation.   Naval Supply Systems Command Weapon Systems Support in Mechanicsburg, Pennsylvania, is the contracting activity.

AIR FORCE

Raytheon Co. Missile Systems, Tucson, Arizona, has been awarded a $93,000,000 indefinite-delivery/indefinite-quantity contract, for Small Diameter Bomb II (SDB II) F/A-18E/F integration. This contract provides for the testing, analysis, support and sustainment of SDB II weapon onto the F/A-18E/F platform with developmental and operational testing. Work will be performed in Tucson, Arizona, and is expected to be completed by July 1, 2023.  No funds are being obligated at the time of award. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-18-D-0011). 

Lockheed Martin Space, Sunnyvale, California, has been awarded a $48,647,969 modification (P00737) to contract F04701-02-C-0002 for Advanced Extremely High Frequency (AEHF) Satellite Vehicle 1-4.  The contract modification is for system-capability augmentation to provide mission-planning functionality to support the AEHF extended data rate transition.  Work will be performed in Sunnyvale, California, and is expected to be completed by June 30, 2020.  Fiscal 2018 research, development, test and evaluation funds in the amount of $10,215,360 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. Total cumulative face value of the contract is $9,151,451,549.

Northrop Grumman, Linthicum Heights, Maryland, has been awarded a $35,093,943 cost-plus-fixed-fee contract for Arrays at Commercial Timescales IV program. This contract provides for development of an advanced ground-based demonstration antenna with a software mode development kit.  Work will be performed in Linthicum Heights, Maryland; and Wright-Patterson Air Force Base, Ohio, and is expected to be complete by November 2020. This award is the result sole-source acquisition. Fiscal 2017 research and development funding in the amount of $4,039,058; and fiscal 2018 research and development funds in the amount of $9,300,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (WPAFB, OH, FA8650-18-C-7841).

Global Aviation Technologies LLC, Wichita, Kansas, has been awarded a $35,000,000 multiple-award indefinite-quantity/indefinite-delivery contract, for F-16 harness kits and parts. Work will be performed at Global Aviation Technologies LLC in Wichita, Kansas, and is expected to be completed June 27, 2025. National Guard and Reserve Equipment Appropriation funds in the amount of $200 is being obligated at the time of award. This award is the result of a competitive acquisition.  Hill Air Force Base, Utah, is the contracting activity (FA8232-18-D-0005, FA8232-18-F-0127).

Interconnect Wiring Harnesses Inc., Fort Worth, Texas, has been awarded a $35,000,000 multiple-award indefinite-quantity/indefinite-delivery contract, for F-16 harness kits and parts. Work will be performed at Interconnect Wiring Harnesses Inc., in Fort Worth, Texas, and is expected to be completed June 27, 2025. National Guard and Reserve Equipment Appropriation funds in the amount of $200 is being obligated at the time of award. This award is the result of a competitive acquisition. Hill Air Force Base, Utah, is the contracting activity (FA8232-18-D-0006, FA8232-18-F-0128).

Richard Manufacturing Co., Ogden, Utah, has been awarded a $35,000,000 multiple-award indefinite-quantity/indefinite-delivery contract, for F-16 harness kits and parts.  Work will be performed at Richard Manufacturing Co. in Ogden, Utah, and is expected to be completed June 27, 2025. National Guard and Reserve Equipment Appropriation funds in the amount of $132,247 is being obligated at the time of award. This award is the result of a competitive acquisition.  Hill Air Force Base, Utah, is the contracting activity (FA8232-18-D-0007, FA8232-18-F-0124).

Cherokee Nation Aerospace and Defense LLC, Stilwell, Oklahoma, has been awarded a $35,000,000 multiple-award indefinite-quantity/indefinite-delivery contract, for F-16 harness kits and parts. Work will be performed at Cherokee Nation Aerospace and Defense LLC, in Stilwell, Oklahoma, and is expected to be completed June 27, 2025.  National Guard and Reserve Equipment Appropriation funds in the amount of $200 is being obligated at the time of award. This award is the result of a competitive acquisition. Hill Air Force Base, Utah, is the contracting activity (FA8232-18-D-0004, FA8232-18-F 0126).

Borsight Inc., Ogden, Utah, has been awarded a $35,000,000 multiple-award indefinite-quantity/indefinite-delivery contract, for F-16 harness kits and parts.  Work will be performed at Borsight Inc. in Ogden, Utah, and is expected to be completed June 27, 2025. National Guard and Reserve Equipment Appropriation funds in the amount of $200 is being obligated at the time of award. This award is the result of a competitive acquisition. Hill Air Force Base, Utah, is the contracting activity (FA8232-18-D-0003, FA8232-18-F-0125).

Harris Corp., Colorado Springs, Colorado, has been awarded a $9,198,600 modification (P00877) to contract F19628-02-C-0010 for the National Space Defense Center sustainment effort. Work will be performed at Schriever Air Force Base in Colorado Springs, Colorado, and is expected to be completed by June 29, 2019. Fiscal 2018 operations and maintenance funds in the amount of $9,198,600 are being obligated at the time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Co., Ridley Park, Pennsylvania, was awarded an $80,729,096.00 cost-plus-fixed-fee delivery order for four new build MH-47G rotary wing aircraft.  This action is required to satisfy an urgent need to sustain U.S. Special Operations Forces (SOF) heavy assault, rotary wing aircraft and to mitigate the impact of the MH-47G aircraft availability in light of increased SOF operational demands.  This delivery order is a non-competitive award in accordance with Federal Acquisition Regulation 6.302-1.  Fiscal 2018 procurement funds in the amount of $33,729,096; and fiscal 2018 aircraft procurement, Army (APA) funds in the amount of $47,000,000 shall be obligated at time of award.  A majority of the work will be performed in Ridley Park, Pennsylvania.  U.S. Special Operations Command, Tampa, Florida, is the contracting activity.  The contract number and delivery order are W91215-16-G-0001/H92241-18-F-0022.

 

DEFENSE LOGISTICS AGENCY

Goodwill Services Inc.,* Richmond, Virginia, has been awarded a maximum $10,350,000 fixed-price contract for base supply and pharmacy system services. This is a one-year base contract with two one-year option periods. Maximum dollar amount is for the life of the contract, including options. Location of performance is Virginia, with a June 30, 2021, performance completion date. Using customer is Defense Logistics Agency Aviation. Type of appropriation is fiscal 2018 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Virginia (SP4703-18-C-0509).

Omega Apparel Inc., Smithville, Tennessee, has been awarded a maximum $8,200,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for trousers. 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. This was a competitive acquisition with four offers received. Location of performance is Tennessee, with a June 25, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1066). (Awarded June 22, 2018)

DEFENSE INFORMATION SYSTEMS AGENCY

Sprint Federal Operations LLC, Reston, Virginia, was awarded a firm-fixed price contract modification for the Defense Information Systems Network European Optical Network Enhancement at Royal Air Force Lakenheath and Link 102 on contract HC1047-15-C-4000.  The face value of this action is $7,085,472, funded by fiscal 2018 defense working capital funds.  The total cumulative face value of the contract is $215,700,000.  Performance will be at various locations within Europe.  This modification and the original solicitation were issued on the basis of other than full and open competition, pursuant to 10 U.S. Code 2304(c)(1), only one responsible source and no other type of supplies or services would satisfy agency requirements.  The period of performance is a one year base period with nine one-year option periods.  The contract is in Option Period Three, Oct. 1, 2017- Sept. 30, 2018.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC104715C4000P00023).

*Small Business