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 Some of the information contained within may be outdated and links may not function.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 July 3, 2018

AIR FORCE

Rolls-Royce Corp., Indianapolis, has been awarded a $420,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract, for AE 3007H (F137) engine-sustainment services. This contract provides for maintenance, repair and overhaul of the engine, as well as program management and sustaining engineering services.  Work will be performed in Montreal, Canada; and Tinker Air Force Base, Oklahoma, and is expected to be completed June 30, 2024. This award is the result of sole-source acquisition and only one offer was received. Air Force fiscal year 2018 operations and maintenance funds; and Navy fiscal year 2018 operations and maintenance funds in the amount of $8,234,270 are being obligated at the time of award against an undefinitized contract order (FA8124-18-F-0043) with a not-to-exceed price of $10,979,027. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-18-D-0004). (Awarded June 29, 2018)

DEFENSE LOGISTICS AGENCY 

Lockheed Martin Gyrocam Systems LLC, Orlando, Florida, has been awarded a maximum $80,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of spare parts for the AN/VSQ-6B Vehicle Optics Sensor system. 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 five-year contract with no option periods. Location of performance is Florida, with a July 3, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds; and fiscal 2018 through 2023 other procurement (Army) funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-18-D-0024).

UUSI LLC, doing business as Nartron,* Reed City, Michigan, has been awarded a maximum $19,586,880 firm-fixed-price, indefinite-quantity contract for automotive directional signal lights. 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 five-year contract with no option periods. Location of performance is Michigan, with a July 15, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-18-D-0216).

Parker Hannifin Corp., Irvine, California, has been awarded a maximum $7,156,565 modification (P00172) to a five-year base contract (SPE4AX-14-D-9413) with one five-year option period for 31 additional national stock numbers to support multiple aircrafts. This is a firm-fixed-price contract. The modification brings the total cumulative face value of the contract to $395,956,755 from $388,800,190. Locations of performance are California, Florida, Georgia, Massachusetts, Michigan, New York and Ohio, with a Sept. 30, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. 

NAVY

Whiting-Turner Contracting Co., Greenbelt, Maryland, is awarded $33,262,387 for firm-fixed-price task order N6247318F4783 under a previously awarded multiple award construction contract (N62473-17-D-0822) for the construction of a dining facility for enlisted Marines, an administration building and an operations building for Marine Corps community services, and a library building for the Marines on board Marine Corps Air Station, Yuma.  Work will be performed in Yuma, Arizona, and is expected to be completed by July 2021.  Fiscal 2018 military construction (Navy) contract funds in the amount of $33,262,387 are obligated on this award and will not expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. 

Booz Allen & Hamilton Inc., McLean, Virginia, is being awarded $13,202,807 for modification P000010 to extend the previously awarded indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N00189-15-D-0043) to exercise Federal Acquisition Regulation 52.217-9 for third option year for enterprise management and technical support to the Navy Information Force’s Shore Modernization and Integration Directorate in the areas of enterprise architecture and operational transition planning; shore network and communications modernization; information technology service management process standardization; cyber security; and information technology portfolio management support. The contract includes a 12-month base year and four 12-month option periods.  The exercise of this option will bring the estimated cumulative value of the task order to $52,794,273, and if all options are exercised, total estimated contract value to $66,000,020. Work will be performed in Suffolk, Virginia (88 percent); San Diego, California (11 percent); and Charleston, South Carolina (1 percent), and is expected to be completed by August 2019. If all options on the contract are exercised, work will be completed by August 2020. No funding will be obligated at the time of award. Fiscal 2018 and 2019 operations and maintenance (Navy) funds will be obligated as individual task orders are issued, and funds will not expire at the end of the current fiscal year. This requirement was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity.

Northrop Grumman Undersea Systems, Annapolis, Maryland, is awarded a $9,948,825 firm-fixed-priced, cost-plus-fixed-fee modification to the previously awarded contract (N61331-15-D-0011) to exercise options for the accomplishment of depot level repair, maintenance, and modifications of the AN/AQS-24 mine detecting system to support the Navy for the currently deployed airborne mine countermeasures legacy systems.  Northrop Grumman Undersea Systems will provide depot repairs and incorporation of engineering change proposals, including the updates of all integrated logistics support documentation to support the conversions and sustainment. Work will be performed in Annapolis, Maryland, and is expected to be completed by April 2019.  No funding will be obligated at time of award. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity.

Correction:  The contract modification awarded on June 29, 2018, to Bell Boeing Joint Project Office, Amarillo, Texas, for $4,191,533,822 announced an incorrect number of aircraft.  The award should have stated that the Marine Corps would receive 14 MV-22B aircraft.  All other contract information is correct.

MISSILE DEFENSE AGENCY

Raytheon Missile Systems (RMS), is being awarded a sole-source, cost reimbursement modification in the amount of $7,499,171 to previously awarded contract HQ0276-15-C-0005 to allow RMS to develop, build, test, qualify and integrate a digital data link (DDL) solution to resolve existing Plate 3A transceiver obsolescence for the SM-3 IB missile. The DDL shall meet all applicable round level and subcomponent level (Guidance Section, etc.) requirements as flowed down to the existing Plate 3A for the SM-3 Block IB missile. The DDL shall successfully replace the existing Plate 3A and meet all related integration and qualification requirements as flowed down from the guidance section, the SM-3 IB all-up-round (AUR), and all related interface control documents.  This modification increases the total cumulative face value of the contract by $7,499,171 (from $1,728,699,872 to $1,736,199,043).  The work will be performed in Tucson, Arizona, with an expected completion date of December 2019.  Fiscal 2017 procurement (defense wide) funds for obsolescence in the amount of $7,499,171 will be obligated at the time of award, in accordance with the signed Acquisition Decision Memorandum.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

*Small Business