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 Some of the information contained within may be outdated and links may not function.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 29, 2018

NAVY

Bell Boeing JPO, Amarillo, Texas, is awarded $4,191,533,822 for modification P00008 to convert the previously awarded V-22 tiltrotor aircraft advance acquisition contract (N00019-17-C-0015) to a fixed-price-incentive-fee multiyear contract.  This contract provides for the manufacture and delivery of 39 CMV-22B aircraft for the Navy; 34 MV-22B aircraft for the Marine Corps; 1 CV-22B for the Air Force; and 4 MV-22B aircraft for the government of Japan.  Work will be performed in: Fort Worth, Texas (30.08 percent); Ridley Park, Pennsylvania (15.22 percent); Amarillo, Texas (12.73 percent); Red Oak, Texas (3.33 percent); East Aurora, New York (2.55 percent); Park City, Utah (2.20 percent); McKinney, Texas (1.33 percent); Endicott, New York (1.15 percent); Denton, Texas (0.91 percent); Rockmart, Georgia (0.80 percent); Irvine, California (0.78 percent); Rome, New York (0.76 percent); Crestview, Florida (0.72 percent); Erie, Pennsylvania (0.66 percent); Dublin, California (0.62 percent); Rockford, Illinois (0.62 percent); Tempe, Arizona (0.57 percent); Los Angeles, California (0.57 percent); East Hartford, Connecticut (0.55 percent); Minden, Nebraska (0.50 percent); Hazelwood, Missouri (0.50 percent); and various other locations within the continental U.S. (18.93 percent); and outside the continental U.S. (3.92 percent), and is expected to be completed in November 2024.  Fiscal 2017 aircraft procurement (Navy, Air Force, and Marine Corps); and fiscal 2018 aircraft procurement (Navy) funding in the amount of $1,113,956,972 will be 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 ($2,847,293,666; 67.9 percent); Marine Corps ($1,038,248,567; 24.8 percent); Air Force ($75,705,989; 1.8 percent); and the government of Japan ($230,285,600; 5.5 percent), under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $96,531,053 firm-fixed-price, cost-plus-fixed-fee modification to a previously awarded contract (N00024-17-C-6327) to exercise options for the Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare Increment One Block One systems full-rate production in support of the Expeditionary Warfare Program Office (PMS 408).  This option exercise is for Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (CREW) systems that provide combat troops protection against radio-controlled improvised explosive devices (RCIEDs). CREW systems are designed to provide protection for foot soldiers, vehicles and permanent structures. The Joint CREW Increment One Block One system is the first generation system that develops a common open architecture across all three capabilities and provides protection for worldwide military operations. This integrated design maximizes commonality across all capabilities, reduces life cycle costs and provides increased protection against worldwide threats.  Work will be performed in San Diego, California (97 percent); and Sierra Vista, Arizona (3 percent), and is expected to be completed by April 2020.  Fiscal 2016 and 2017 other procurement (Air Force); fiscal 2017 and 2018 other procurement (Navy); fiscal 2018 research, development, test and evaluation; and fiscal 2018 operations and maintenance (Navy) funding in the amount of $96,531,053 will be obligated at time of award and $1,196,285 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $48,542,355 cost-plus-fixed-fee contract modification to previously awarded contract (N00024-17-C-2110) for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania (94 percent) and Schenectady, New York (6 percent).  No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts.  Fiscal 2018 other procurement (Navy) funding and Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $48,542,355 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.

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $33,266,732 modification under a previously awarded contract (N00174-17-C-0022) to exercise option year one for fiscal 2017 through2020 production of the Mk 38 mod 3 machine gun system (MGS) and associated spares.  This contract is to fulfill specified requirements and technical performance requirements for the Mk38 mod 3 25mm MGS ordnance alteration and to provide additional spare parts. The MGS produced is derived from application of an ordnance alteration to the Mk 38 mod 1 25mm MGS. Once installed, the upgraded version incorporates two-axis stabilization, an improved electro-optical sight system, improved multi-function display, modified main control panel, a new main computing unit, a 7.62mm machine gun and remote control operation.  Work will be performed in Hafia, Israel (67 percent); and Louisville, Kentucky (33 percent), and is expected to be completed by June 2020.  Fiscal 2018 weapons procurement (Navy); and fiscal 2018 weapons procurement (Coast Guard) funding in the amount of $33,266,732 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 Federal Acquisition Regulation 6.302-1(a)(2) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

RQC-DPR JV, Carlsbad, California, is awarded a $30,121,000 firm-fixed-price contract for design and construction of a dental clinic replacement at the Marine Corps Air Base, Camp Lejeune.  The work to be performed provides for a new multi-story free-standing facility with a partial third floor.  All engineering systems will be furnished including structural, fire suppression, plumbing, heating, ventilation and air conditioning, electrical, and communications.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by July 2020.  Fiscal 2017 military construction (defense-wide) contract funds in the amount of $30,121,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-C-0637).

Integral Aerospace,* Santa Ana, California, is awarded a $25,860,460 firm-fixed-price contract for the procurement of 212 external fuel tanks for F/A-18E/F and EA-18G aircraft in support of the Navy (120); and the government of Kuwait (92).  Work will be performed in Santa Ana, California, and is expected to be completed in May 2023.  Fiscal 2016, 2017, and 2018 aircraft procurement (Navy); and foreign military sales (FMS) funds in the amount of $25,860,460 are being obligated at time of award, $5,833,680 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.  This contract combines purchase for the Navy ($14,584,200; 56 percent); and the government of Kuwait ($11,276,260; 44 percent) under the FMS program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-C-1036).

Lockheed Martin Corp., Fort Worth, Texas, is awarded $19,886,882 for modification P00038 to a previously awarded cost-plus-fixed-fee contract (N00019-16-C-0004) for the low rate initial production Lot 10 Non-Annualized Sustainment Contract Autonomic Logistics Information System (ALIS) 3.0 rollout.  This modification provides for the ALIS 3.0 software fleet release and installation into operational and production ALIS assets as well as required training to U.S. Government and international partner personnel in support of the F-35 aircraft.  Work will be performed in Orlando, Florida (98 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in December 2018.  Fiscal 2018 aircraft procurement (Air Force, Navy and Marine Corps); non-U.S. Department of Defense (DoD) participant and foreign military sales (FMS) funds in the amount of $19,886,882 will be 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 ($6,181,442; 31 percent); Navy ($2,581,008; 13 percent); Marine Corps ($2,501,953; 12.6 percent); non-U.S. DoD participants ($6,959,754; 35 percent); and FMS ($1,662,725; 8.4 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded an $18,277,667 cost-plus-incentive-fee modification to a previously awarded contract (N00024-09-C-6246) to exercise options for the AN/BYG-1 Weapons Control System (WCS) Technology Insertion and Advanced Processing Build software upgrade. General Dynamics Mission Systems shall continue development of AN/BYG-1 WCS Technology Insertion (TI-16) Advanced Processing Build (APB-15) software for delivery to multiple submarine platforms, complete development of TI-14 APB-15, and perform continued maintenance activities for earlier legacy baselines.  Work will be performed in Pittsfield, Massachusetts and is expected to be completed by June 2019. Fiscal 2018 other procurement (Navy); and Armament Cooperative program (Royal Australian Navy) funding in the amount of $2,704,472 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.

IAP World Services Inc., Cape Canaveral, Florida, is awarded a $16,290,665 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-14-D-0302) to exercise option four for base operations support services at the Naval Air Station Patuxent River and Webster Outlying Field.  The work to be performed provides for all management supervision, labor hours, training, equipment and supplies necessary to perform base operating support services to include but not limited to providing trouble calls, minor work calls, facilities management and investment, integrated solid waste, and environmental services.  After award of this option, the total cumulative contract value will be $77,877,108.  Work will be performed in Patuxent River, Maryland (85 percent); St. Inigoes, Maryland (9 percent); and Solomons Island, Maryland (6 percent).  Work is expected to be completed June 2019.  No funds will be obligated at time of award.  Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 Navy working capital funds in the amount of $11,200,261 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Public Works Department, Patuxent River, Maryland, is the contracting activity.

Sygnos Inc.,* San Diego, California, is awarded a maximum amount $15,000,000 indefinite-delivery/indefinite-quantity contract for water and sewer line and related structure alterations, repairs and construction at various government facilities located within the Naval Base San Diego.  Work will be performed in San Diego, California.  The term of the contract is not to exceed 60 months with an expected completion date of June 2023.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $5,000 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) funding.  This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-1601).

Northrop Grumman Systems Corp., Annapolis, Maryland, is awarded a $14,304,010 firm-fixed-price, cost-plus-fixed-fee modification to a previously awarded contract (N00024-15-C-6320) to exercise options for the fabrication, testing, production and delivery of AN/AQS-24C mine hunting sonar systems.  The AN/AQS-24C system provides high-speed capability to detect and classify volume (moored) mines while simultaneously hunting bottom mines. The 24C system modification integrates ahead-looking topographic large area survey (ATLAS) volume search sonar capability and associated minehunting software into the AN/AQS-24B configuration. The system is deployed from the MH-53E Sea Dragon helicopter.  Work will be performed in Annapolis, Maryland (83 percent); and Panama City, Florida (17 percent), and is expected to be completed by June 2021.  Fiscal 2017 and 2018 other procurement (Navy) funding in the amount of $14,304,010 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.

Northrop Grumman Systems Corp., Marine Systems, Sunnyvale, California, is awarded $13,992,038 for cost-plus-incentive-fee, cost-plus-fixed-fee and firm-fixed price contract modification P00027 to a previously awarded contract (N00030-16-C-0010), for U.S. and United Kingdom expendable hardware to include Trident II (D5) gas generator cases and launch tube closures, spare and repair parts, and a refresh of launcher subsystems components to address obsolescence of existing hardware.  The refresh of the launcher subsystem will include update of the firing circuit with a laser-based launcher initiation system and the overhaul and refurbishment of the fleet population of missile hoists.  Work will be performed in Sunnyvale, California (64 percent); Kings Bay, Georgia (30 percent); Bangor, Washington (4 percent); St. Charles, Missouri (1 percent); and Cape Canaveral, Florida (1 percent), with an expected completion date of June 2022.  United Kingdom funding in the amount of $4,021,490; fiscal 2018 other procurement (Navy) funds in the amount of $5,048,777; and fiscal 2018 operations and maintenance (Navy) funds in the amount of $4,921,771 are being obligated on this award.  Funds in the amount of $4,921,771 will expire at the end of the current fiscal year.  This contract was not a competitive acquisition in pursuant to 10 U.S. Code 2304(c)(1) and (c)(4), the Polaris Sales Agreement.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. 

APTIM Federal Services, Alexandria, Virginia, is awarded $13,594,868 for firm-fixed-price task order N6247318F4761 under a previously awarded environmental multiple award contract (N62473-17-D-0006) for Parcel E Remedial Action Phase II at Hunters Point Naval Shipyard.  Work will be performed in San Francisco, California, and is expected to be completed by June 2021.  Fiscal 2018 base realignment and closure environmental (Navy) contract funds in the amount of $13,594,868 are obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Applied Research Associates Inc., Arlington, Virginia, was awarded a $10,581,411 modification to a previously awarded cost plus fixed fee, indefinite-delivery/indefinite-quantity contract (N00174-17-D-0032) to exercise option year I for continued non-lethal weapons and research and development.  Work will be performed in Arlington, Virginia, and is expected to be completed by June 2019.  No funds are being obligated at time of award.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.  (Awarded June 28, 2018)

Booz Allen Hamilton, McLean, Virginia, was awarded a $9,570,003 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00174-17-D-0034) to exercise option year I for continued non-lethal weapons and research and development.  Work will be performed in McLean, Virginia, and is expected to be completed by June 2019.  No funds are being obligated at time of award.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.  (Awarded June 28, 2018)

Loughmiller Machine, Tool and Design Inc.,* Loogootee, Indiana, is awarded a $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of AN/SPS-48E radar antenna arrays. The newly-manufactured antenna arrays will replace existing antenna arrays on the AN/SPS-48E radar set after the existing antenna arrays have reached the end of their service life.  The AN/SPS-48E radar set is a long-range, three-dimensional air search radar system that provides contact range, bearing and height information to be displayed on consoles/workstations. The radar set consists of multiple arrays that are exposed to the weather. The antennas must be overhauled and restored on a regular basis to keep systems operational. Work will be performed in Loogootee, Indiana, and is expected to be completed by June 2023. Fiscal 2018 other procurement (Navy) funding in the amount of $2,578,538 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 three offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-WP24).

Applied Technology Inc., King George, Virginia, was awarded a $9,337,514 modification to a previously awarded cost-plus-fixed- fee, indefinite-delivery/indefinite-quantity contract (N00174-17-D-0033) to exercise option year I for continued non-lethal weapons and research and development.  Work will be performed in King George, Virginia, and is expected to be completed by June 2019.  No funds are being obligated at time of award.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. (Awarded June 28, 2018)

American Systems Corp., Chantilly, Virginia, was awarded a $9,318,724 modification to a previously awarded cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract (N00174-17-D-0031) to exercise option year I for continued non-lethal weapons and research and development.  Work will be performed in Chantilly, Virginia, and is expected to be completed by June 2019.  No funds are being obligated at time of award.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.  (Awarded June 28, 2018)

ECS Federal LLC,* Fairfax, Virginia, is awarded $9,087,154 for modification P00031 to a previously awarded cost-plus-fixed-fee, Government Services Administration Alliant contract (GS06F06212) to provide enterprise-wide information technology services to the Naval Air Systems Command and its respective customers.  This effort shall provide help desk services, desk-side services as well as organizational messaging and communication.  Work will be performed in Patuxent River, Maryland, and is expected to be completed in June 2019.  Fiscal 2018 working capital (Navy) funds in the amount of $2,145,975 will be 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, Patuxent River, Maryland, is the contracting activity.

Insitu Inc., Bingen, Washington, is awarded $8,215,759 for firm-fixed-price order N0001918F0487 against a previously issued basic ordering agreement (N00019-17-G-0001) for the procurement of six ScanEagle unmanned aircraft systems, related support equipment, training, site activation, technical services, and data for the government of Lebanon.  Work will be performed in Bingen, Washington (70 percent); and White Salmon, Washington (30 percent), and is expected to be completed in June 2020.  Foreign military sales funds in the amount of $8,215,759 are being obligated at the time of the 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.

Five Directions Inc., Columbia, Maryland, is awarded a $7,432,710 firm-fixed-priced contract for research and development of data-driven cyber hunting tools for real-time cyber threat detection, characterization, and protection with enterprise-scale networks.  This four-year contract includes optional taskings valued at $2,362,857.  Work will be performed at the contractor’s facility in Columbia, Maryland, and work is expected to be competed June 28, 2022. The optional taskings will not extend the period of performance.  Research, development, test and evaluation (Navy) funds in the amount of $571,873 will be obligated at the time of award.  This contract was competitively procured via publication on the Federal Business Opportunities website, 45 offers received and 11 selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-C-4034).

General Dynamics Bath Iron Works, Bath, Maine, is awarded a $7,000,000 cost-plus-fixed-fee modification to a previously awarded contract (N00024-11-C-2306) for design and logistics support for DDG 1000-class destroyers. Work will be performed in Bath, Maine, and is expected to be completed by October 2018. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $7,000,000 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. 

ARMY

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $484,268,130 modification (P00119) to contract W56HZV-15-C-0095 for 1,574 vehicles and 7,538 kits (includes installed and packaged kits). Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2019. Fiscal 2016 and other procurement (Army); and research, development, test and evaluation funds in the combined amount of $484,268,130 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, was awarded a $288,347,355 modification (0006) to domestic and foreign military sales (United Arab Emirates) contract W52P1J-17-D-0043 for Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor Systems, subcomponent production, and technical services for the Apache attack helicopter. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2021. Fiscal 2018 foreign military sales; and aircraft procurement (Army) funds in the combined amount of $288,347,355 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Arcadis U.S. Inc., Highlands Ranch, Colorado (W912DQ-18-D-3007); CDM Federal Programs Corp., Kansas City, Missouri (W912DQ-18-D-3008); CH2M Hill Inc., Englewood, Colorado (W912DQ-18-D-3009); HDR-OBG A JV, Omaha, Nebraska (W912DQ-18-D-3010); Louis Berger U.S. Inc., Morristown, New Jersey (W912DQ-18-D-3011); and Tetra Tec Inc., Parsippany, New Jersey (W912DQ-18-D-3012), will compete for each order of the $120,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for unrestricted architect-engineer services. Bids were solicited via the Internet with 11 received. Work locations and functions will be determined with each order, with an estimated completion date of June 28, 2023. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

SOS International, Reston, Virginia, was awarded a $78,198,375 firm-fixed-price contract for intelligence technical support services in Europe. Bids were solicited via the Internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of June 29, 2018. U.S. Army 409th Combat Support Battalion, Kaiserslautern, Germany is the contracting activity (W564KV-18-D-0001).

Ultra Electronics Advanced Tactical Systems Inc., Austin, Texas, was awarded a $46,978,802 hybrid (cost, cost-plus-fixed-fee, and firm-fixed-price-level-of-effort) contract for maintenance, testing, training, software deliveries, resetting, fielding, and continuing support of Air Defense Systems Integrator systems. Bids were solicited via the Internet with one 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, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-18-D-0050).

Kilgore Flares Co., Toone, Tennessee, was awarded a $31,738,980 modification (P00020) to foreign military sales (Kuwait, Romania and Pakistan) contract W52P1J-15-C-0004 for infrared countermeasures flares. Work will be performed in Toone, Tennessee, with an estimated completion date of Jan. 31, 2020. Fiscal 2016, 2017 and 2018 other procurement (Army) funds in the amount of $31,738,980 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

BCE Engineers Inc.,* Fife, Washington (W912DW-18-D-1018); Yaeger Architecture Inc.,* Overland Park, Kansas (W912DW-18-D-1019); and Raymond Pond SB JV LLC, Conyers, Georgia (W912DW-18-D-1020), will compete for each order of the $30,000,000 firm-fixed-price contract for design and construction support services. Bids were solicited via the Internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of June 28, 2023. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity.

Carahsoft Technology Corp., Reston, Virginia, was awarded a $24,300,000 modification (BA06 12) to contract W91QUZ-09-A-0003 for software maintenance against VMware products. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of March 31, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $24,300,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Weldin Construction LLC,* Palmer, Alaska, was awarded a $15,294,500 firm-fixed-price contract for minor construction, sustainment, restoration and modernization projects. Bids were solicited via the Internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of June 28, 2023. U.S. Army Mission and Installation Contracting Command, Fort Bragg, North Carolina, is the contracting activity (W9124M-18-D-0002).

Armtec Countermeasures Co., Coachella, California, was awarded a $14,837,452 modification (P00017) to contract W52P1J-15-C-0005 for infrared countermeasures flares. Work will be performed in Camden, Arizona, with an estimated completion date of Oct. 31, 2019. Fiscal 2016 and 2018 other procurement (Army) funds in the amount of $14,837,452 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

AeroVironment Inc.,* Simi Valle, California, was awarded an $11,511,473 modification (P00006) to contract W31P4Q-17-C-0193 for hardware in support of switchblade production. Work will be performed in Simi Valley, California, with an estimated completion date of Sept. 30, 2020. Fiscal 2017 and 2018 other procurement (Army) funds in the amount of $11,511,473 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $9,238,232 modification (P00060) to contract W56HZV-13-C-0319 for the railroad infrastructure upgrade and to remove and replace two damaged machine elevation screws on Stryker fabrication rollover at the Joint Systems Manufacturing Center in Lima, Ohio. Work will be performed in Lima, Ohio, with an estimated completion date of June 30, 2020. Fiscal 2018 other procurement (Army) funds in the amount of $9,238,232 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Intuitive Research and Technology Corp., Huntsville, Alabama, was awarded an $8,031,092 modification (000002) to domestic and foreign military sales (Egypt, Finland, India, Indonesia and Qatar) contract W31P4Q-18-A-0018 for technical support services for Cruise Missile Defense systems. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 30, 2018. Fiscal 2018, 2019 and 2020 research, development, test and evaluation; other procurement (Army); operations and maintenance (Army); and foreign military sales funds in the combined amount of $8,031,092 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

General Electric Co., Cincinnati, Ohio, has been awarded a $437,032,792 cost-plus-incentive-fee modification (P00029) to contract FA8626-16-2138 for designing, fabricating, integrating, and testing complete, flight-weight adaptive engines. The contract modification is for the execution of next generation adaptive propulsion risk reduction for air superiority applications. Work will be performed in Cincinnati, Ohio, and is expected to be completed by March 30, 2022. Fiscal 2018 research and development funds in the amount of $25,566,999 are being obligated at the time of award. Total cumulative face value of the contract is $1,449,920,786. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $96,125,000 firm-fixed-price contract modification (P00008) to contract FA8682-16-C-0004, for Lot 11 Miniature Air Launched Decoy Jammer vehicles and support equipment. Work will be performed in Tucson, Arizona, and is expected to be completed by June 30, 2020. This award is the result of a sole-source acquisition. Fiscal 2016 procurement funds in the amount of $96,125,000 are being obligated at the time of award. Total cumulative face value of the contract is $290,996,754. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Lockheed Martin Aeronautics Corp., Marietta, Georgia, has been awarded an $85,722,754.86 five-year contract order on June 28, 2018 (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 $16,080,536.62 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.

National Aerospace Solutions LLC, Arnold Air Force Base, Tennessee, has been awarded a $65,417,452 modification (P00048) to contract FA9101-15-C-0500 for test operations and sustainment. This modification provides for test operations, technology development, equipment and facility sustainment, capital improvements and some support services for Arnold Engineering Development Complex. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be completed by Sept. 30, 2018. No funds are being obligated at the time of award. The overall value of the contract is $501,041,760. Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity.

Woolpert Inc., Dayton, Ohio, has been awarded a ceiling $4,900,000 indefinite-delivery/indefinite quantity contract for architect and engineering services. This contract requires contractors to provide expertise for multi-discipline architect and engineer services to support Wright-Patterson Air Force Base. Work will be performed on Wright-Patterson Air Force Base, Ohio, and is expected to be completed by June 28, 2023. This award is the result of a competitive-technical with sole-source price-negotiation acquisition. No funding will be obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8601-18-D-0007).

U.S. SPECIAL OPERATIONS COMMAND 

Raytheon Company Missile Systems, Tucson, Arizona, was awarded a $315,000,000 indefinite-delivery/indefinite-quantity contract for the production of the Griffin missile as well as related support for product improvements and operations and sustainment. Work will be performed at contractor facilities in Tucson. Fiscal 2018 research, development, testing, and evaluation funds will be obligated to satisfy the contract minimum amount. Additional funding will be obligated on a delivery/task order basis. This contract was a sole-source acquisition made in accordance with 10 U.S. Code 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. A request for information (RFI) was posted to the Federal Business Opportunities (FBO) website from Feb. 26, 2018, to March 8, 2018, with only Raytheon Company Missile Systems providing a response. Based on the single response to the RFI, a pre-solicitation notice/intent to sole-source was posted to FBO from March 9, 2018, to 19, 2018, with no responses. U.S. Special Operations Command contracting office, Tampa, Florida, is the contracting activity (H92403-18-D-0004). 

DEFENSE LOGISTICS AGENCY

Base Utilities Inc.,* Minot, North Dakota, has been awarded a maximum a $285,523,192 fixed-price with economic-price-adjustment contract for the ownership, operation, and maintenance of the water and wastewater utility systems at Grand Forks Air Force Base, North Dakota; and Cavalier Air Force Station, North Dakota.  This was a competitive acquisition with eight responses received. This is a 50-year contract with no option periods. Location of performance is North Dakota, with a Dec. 31, 2068, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-18-C-8322).

Nodak Electric Cooperative Inc.,* Grand Forks, North Dakota, has been awarded a maximum $85,567,101 fixed-price with economic-price-adjustment contract for the ownership, operation and maintenance of the electric distribution systems at Grand Forks Air Force Base, North Dakota; and Cavalier Air Force Station, North Dakota. This was a competitive acquisition with one response received. This is a 50-year contract with no option periods. Location of performance is North Dakota, with a Nov. 30, 2068, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-18-C-8321).

The Boeing Co., St. Louis, Missouri, has been awarded a $23,696,354 firm-fixed-price contract for F-15 vertical stabilizers. 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 four-year contract with no option periods. Location of performance is Missouri, with a May 31, 2022, performance completion date.  Using military service is Air Force. Type of appropriation is fiscal 2018 through 2022 defense working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A5-18-F-871A).

BP West Coast Products LLC, Blain, Washington, has been awarded a $15,323,666 modification (P00004) to a one-year contract (SPE600-17-D-0518), with a 30-day carryover for additional jet fuel. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Washington, with a Sept. 30, 2018, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Argo Turboserve Corp.,* Virginia Beach, Virginia, has been awarded a $7,101,748 firm-fixed-price contract for rotor and shaft extensions. 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-time buy with no option periods. Locations of performance are New York; and Virginia, with a June 9, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-18-C-HX01).

UPDATE: Crown Equipment Corp., doing business as Crown Lift Trucks, New Bremen, Ohio (SPE8EC-18-D-0023), has been added as an awardee to the multiple-award contract for commercial material handling equipment, issued against solicitation SPE8EC-17-R-0002, announced Dec. 2, 2016.

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

Lincoln Public Schools, Lincoln, Massachusetts, is being awarded a $15,077,513 fixed-price contract under solicitation HE1254-18-R-0011 for services that will assist the Department of Defense Education Activity in special arraignment services for education.  This contract includes one-year options which, if exercised, would bring the cumulative value of this contract to $30,777,991. This was a sole-source acquisition. Location of performance is Lincoln, Massachusetts, with a performance completion date of June 30, 2019, for the base year and a June 30, 2020, completion date if the option is exercised. Type of appropriation is fiscal 2017 operations and maintenance funds. The contracting activity is the Department of Defense Education Activity, contract number HE1254-18-C-0010.

Caesar Rodney School District, Wyoming, Delaware, is being awarded a $9,254,433 fixed-price contract under solicitation HE1254-18-R-0007 for services that will assist the Department of Defense Education Activity in special arraignment services for education. This contract includes one-year options which, if exercised, would bring the cumulative value of this contract to $18,787,999. This was a sole-source acquisition. Location of performance is Wyoming, Delaware, with a performance completion date of June 30, 2019 for the base year and a June 30, 2020 completion date if the option is exercised. Type of appropriation is fiscal 2017 operations and maintenance funds. The contracting activity is the Department of Defense Education Activity, contract number HE1254-18-C-0009.

WASHINGTON HEADQUARTERS SERVICES

NetCentrics Corp., Herndon, Virginia, has been awarded a $10,696,142 firm-fixed-price/time–and-materials hybrid contract.  The contract is to obtain Joint Service Provider Information Technology Service Delivery support services for Washington Headquarters Services (WHS), WHS supported organizations, the Office of the Secretary of Defense, and Pentagon Force Protection Agency.  Work performance will take place in the national capital region, including Arlington, Virginia; and Alexandria, Virginia.  Fiscal 2018 operations and maintenance funds in the amount of $10,696,142 are being obligated on this award.  The expected completion date is Nov. 30, 2018.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small Business