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 Some of the information contained within may be outdated and links may not function.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 18, 2018

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Co., Ridley Park, Pennsylvania, was awarded a maximum $264,000,000 indefinite-delivery/indefinite-quantity contract for engineering support services for the MH-47 helicopter in support of U.S. Special Operations Command. This requirement will furnish all labor, services, personnel, data, transportation, equipment, facilities and materials required to accomplish the work and perform engineering tasks. Contract funds will not expire at the end of the current fiscal year. The first task order of the contract in the amount of $120,497 is funded with fiscal 2017 procurement funds and is multiyear. All subsequent task orders shall be funded with appropriate funding. This contract has a five-year ordering period. The majority of the work will be performed in Ridley Park, Pennsylvania. U.S. Special Operations Command Contracting office, MacDill Air Force Base, Florida, is the contracting activity (H92241-18-D-0002). 

 MISSILE DEFENSE AGENCY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, is being awarded a $164,000,000 contract modification (P00034) to previously awarded, sole-source, cost-plus-incentive-fee, cost-plus fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract, HQ0147-10-D-0001, for the Terminal High Altitude Area Defense Field Support Contract (TFSC). This modification will increase the total ceiling value from $561,000,000 to $725,000,000. The contractor will continue to perform the same effort under the general scope of the TFSC which includes logistics performance requirements, forward stationing for theater support, logistics information capabilities, post deployment software support, product assurance, safety, missile support, security and engineering services. This modification will also incorporate the International Engineering Services Program and Field Surveillance Program activity. The work will be performed in Huntsville, Alabama; Sunnyvale, California; Grand Prairie, Texas; and Troy, Alabama. The ordering period remains from March 25, 2010, through March 31, 2019. This contract was awarded under the sole-source authority pursuant to Federal Acquisition Regulations 6302-1, “Only one responsible source and no other supplies or services will satisfy agency requirements”.  No additional funds are being obligated by this modification; fiscal 2017, 2018 and 2019, operations and maintenance and procurement funds will be obligated with execution of future task orders. No task orders are being issued at this time. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-10-D-0001).

 NAVY

General Dynamics National Steel and Shipbuilding Co., San Diego, California, is awarded a $72,520,873 firm-fixed-price contract for the execution of USS Higgins (DDG 76) fiscal 2018 Extended Dry-Docking Selected Restricted Availability.  This availability will include a combination of maintenance, modernization, and repair of USS Higgins.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $89,137,388. Work will be performed in San Diego, California, and is expected to be completed by September 2019. Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $72,520,873 will be obligated at time of award. Contract funds in the amount of $58,938,888 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two received in response to Solicitation No. N00024-18-R-4400.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-4400).

Northrop Grumman Corp., Rolling Meadows, Illinois, is awarded $38,462,037 for a firm-fixed-price requirements long-term contract for the repair of 17 National Item Identification Numbers under the consolidated Automated Support System Electro-Optic Console to support Fleet repairs of the F-18 Advanced Targeting Forward Looking Infrared weapon systems. Work will be performed in Rolling Meadows, Illinois, and will be completed by July 2023. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), and one offer was received in accordance with Federal Acquisition Regulation 6.302-1. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-18-D-PA01).

Northrop Grumman Systems Corp., San Diego, California, is awarded $19,328,060 for fixed-price-incentive successive target modification P00007 to a previously awarded contract (N00019-17-C-0018) to procure integrated functional capability (IFC) 4.0 unique material for the MQ-4C Triton Unmanned Aircraft System.  The material will be utilized for inline modifications and retrofit efforts to convert the MQ-4C Triton to the IFC 4.0 configuration. Work will be performed in San Diego, California (22 percent); Waco, Texas (16 percent); New Town, North Dakota (15 percent); West Chester, Ohio (9 percent); Middletown, Wisconsin (9 percent); Malabar, Florida (9 percent); Menlo Park, California (4 percent); Placentia, California (3 percent), Medford, New York (3 percent); San Clemente, California (2 percent); Bridgeport, West Virginia (less than 1 percent); and various locations in the continental U.S. (8 percent), and is expected to be completed in July 2020.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $19,328,060 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.

PC Mechanical Inc., Santa Maria, California, is awarded a $19,000,000 firm-fixed-price modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N39430-15-D-1604) to exercise option three for inspection, overhaul, repair, refurbishment, preventive maintenance, and logistics management information services to reconstitute the force of Civil Engineer Support Equipment (CESE) and Civil Engineer End Items (CEEI) under the CESE/CEEI Life Extension Program (CLEP) at Naval Base Ventura County.  The total contract amount after exercise of this option will be $76,000,000.  No task orders are being issued at this time.  Work will be performed in Port Hueneme, California (90 percent); and Gulfport, Mississippi (10 percent), and this option period is from July 2018 to July 2019.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by fiscal 2018 operations and maintenance (Navy).  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

 AIR FORCE

Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $25,800,901 firm-fixed price delivery order (FA8504-18-F-0051) to contract FA8504-17-D-0002 for C-130J propulsion long term sustainment. This order provides for propulsion spares. Work will be performed at Robins Air Force Base, Georgia; and Wright-Patterson AFB, Ohio. Work is expected to be completed by Dec. 31, 2020. Fiscal 2018 procurement funds are being obligated at the time of award. Total cumulative face value of the contract is $25,800,901. Air Force Life Cycle Management Center, Robins AFB, Georgia, is the contracting activity.

GSD&M Idea City LLC, Austin, Texas, has been awarded a $9,554,177 task order to a previously awarded requirements contract for Mobile Tours (2019 Season). The contractor will provide a mobile tour operations program to assist Air Force Recruiting Service achieve advertising and marketing objectives in 2019.  Work will be performed in Austin, Texas, and is expected to be completed Nov. 30, 2019.  Fiscal 2018 operations and maintenance funds in the amount of $9,554,177 are being obligated at the time of award.  The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-18-D-0008).

Harris Corp., Rochester, New York, has been awarded a $7,999,668 firm-fixed price contract, for AN/PRC-160 radios.  This contract provides 264 Harris Corporation High Frequency Falcon III AN/PRC-160 radios.  The radios will be delivered to Fort Benning, Georgia; Pope Army Airfield, North Carolina; JB Lewis-McChord, Washington; Hurlburt Field, Florida; Cannon Air Force Base, New Mexico; Louisville, Kentucky; and Portland, Oregon.  The radios will be delivered by Sept. 20 2018.  This award is a result of a competitive acquisition that was posted to Federal Business Opportunities, with two offers received.  Fiscal 2018 operations and maintenance funds in the amount of $7,999,668 are being obligated at the time of award.  Total cumulative face value of the contract is $7,999,668.  1st Special Operations Contracting Squadron, Hurlburt Field, Florida, is the contracting activity. 

ARMY

CAS Inc., Huntsville, Alabama, was awarded a $19,435,773 modification (004 01) to domestic and foreign military sales (Germany, Israel, Netherlands, Qatar, United Arab Emirates, Saudi Arabia, Romania, Kuwait, Japan, Taiwan, Spain, and Republic of Korea) contract W31P4Q-18-A-0018 for technical engineering services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Feb. 28, 2019. Fiscal 2017 and 2018 other procurement, Army; research, development, test and evaluation; operations and maintenance (Army); and foreign military sales funds in the combined amount of $19,435,773 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Accenture Federal Services LLC, Arlington, Virginia, was awarded an $18,383,343 modification (P00011) to contract W52P1J-17-C-0022 for the development, implementation, and sustainment support of the General Fund Enterprise Business System - Sensitive Activities. Work will be performed in Arlington, Virginia, with an estimated completion date of May 31, 2021. Fiscal 2016, 2017 and 2018 research, development, test and evaluation; and other procurement, Army funds in the combined amount of $1,260,951 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Northrop Grumman Systems Corp., McLean, Virginia, was awarded a $16,634,000 modification (0006) to contract W91RUS-14-D-0002 for non-personal Information Technology support services for the U.S. Army Regional Cyber Center-Europe. Work will be performed in Wiesbaden Erbenheim, Germany, with an estimated completion date of July 18, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $2,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Goodwill Industries of South Florida, Miami, Florida, was awarded a $14,547,195 firm-fixed-price contract for procurement of the Improved Hot Weather Combat Uniform trouser. One bid was were solicited with one bid received. Work will be performed in Miami, Florida, with an estimated completion date of Feb. 28, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $14,547,195 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-C-0186).

DEFENSE LOGISTICS AGENCY

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $18,478,458 firm-fixed price, indefinite-delivery/indefinite-quantity contract for aircraft 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 three-year contract with no option periods. Locations of performance are Connecticut and Alabama, with an Aug. 30, 2021, performance completion date. Using military service is Army. The type of appropriation is fiscal 2018 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0160).