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 Some of the information contained within may be outdated and links may not function.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 Feb. 14, 2017

CONTRACTS

NAVY

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded $540,834,051 for fixed-price-incentive-fee, cost-plus-fixed-fee modification P00008 to a previously awarded contract (N00030-16-C-0100) for Trident II (D5) missile production and deployed system support.  The work will be performed in Magna, Utah (29.50 percent); Sunnyvale, California (25.40 percent); Bloomington, Minnesota (7.05 percent); Kings Bay, Georgia (6.55 percent); Silverdale, Washington (4.66 percent); Gainesville, Virginia (4.46 percent); Kingsport, Tennessee (4.40 percent); Cape Canaveral, Florida (3.87 percent); El Segundo, California (2.55 percent); Lancaster, Pennsylvania (1.76 percent); Bethel, Connecticut (1.22 percent); Inglewood, California (1.11 percent); Clearwater, Florida (1.04 percent); Joplin, Missouri (0.71 percent); Denver, Colorado (0.60 percent); St. Charles, Missouri (0.42 percent); Miamisburg, Ohio (0.35 percent); Jenkintown, Pennsylvania (0.30 percent); Palo Alto, California (0.21 percent); Campbell, California (0.18 percent); Hayward, California (0.16 percent); Carson, California (0.15 percent); Middletown, Pennsylvania (0.15 percent); Simi Valley, California (0.15 percent); O'Fallon, Missouri (0.15 percent); Huntington Beach, California (0.14 percent); San Jose, California (0.13 percent); Simsbury, Connecticut (0.12 percent); St. Joseph, Missouri (0.11 percent); Union City, California (0.11 percent); Elm City, North Carolina (0.10 percent); Newark, California (0.10 percent); Torrance, California (0.10 percent); and other various locations (less than 0.10 percent each, 1.99 percent total). Work is expected to be completed Sept. 30, 2021.  Fiscal 2017 weapons procurement (Navy) funds in the amount of $453,981,651; United Kingdom funds in the amount of $50,714,400; and fiscal 2017 operations and maintenance (Navy) funds in the amount of $36,138,000 are being obligated on this award, $36,138,000 of which will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.  

Electric Boat Corp., Groton, Connecticut, is being awarded a $126,524,000 cost-plus-fixed-fee undefinitized contract action for long lead time material (LLTM) associated with the fiscal 2019 construction of Virginia-class submarines (SSN 802) and (SSN 803).  This contract provides LLTM for steam and electric plant components, the main propulsion unit efforts and ship service turbine generator efforts, and miscellaneous hull, mechanical and electrical system components.  Work will be performed in Sunnyvale, California (61 percent); Florence, New Jersey (5 percent); Coatesville, Pennsylvania (5 percent); Arvada, Colorado (4 percent); Groton, Connecticut/Quonset Point, Rhode Island (3 percent); Newport News, Virginia (3 percent); Windsor Locks, Connecticut (3 percent); Bethlehem, Pennsylvania (2 percent); Tacoma, Washington (2 percent); and other efforts performed at various sites throughout the U.S. (12 percent), and is expected to be completed by January 2018.  Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $126,524,000 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-2100).    

General Dynamics Advanced Information Systems, Pittsfield, Massachusetts, is being awarded $58,691,232 cost-plus-incentive-fee, cost-plus-fixed-fee modification P00008 to a previously awarded contract (N00030-16-C-0005) for sustainment of the US. and United Kingdom (U.K.) SSBN fire control system, the U.S. SSGN attack weapon control system, including training and support equipment, and the missile fire control for the Columbia-class and U.K. Dreadnaught-class Common Missile Compartment program development, through first unit U.K. production.  Work will be performed in Pittsfield Massachusetts (90 percent); Bremerton, Washington, (3.8 percent); Kings Bay, Georgia (2.8 percent); Dahlgren, Virginia (1 percent); Cape Canaveral, Florida (1 percent); Portsmouth, Virginia (1 percent); and the United Kingdom (0.4 percent), with an expected completion date of Sept. 30, 2021.  Fiscal 2017 other procurement (Navy) funds in the amount of $19,429,432; fiscal 2017 operations and maintenance (Navy) funds in the amount of $17,803,365; fiscal 2017 research, development, test and evaluation funds in the amount of $16,241,862; and U.K. funding in the amount of $5,216,573 are being obligated on this award.  Funds in the amount of $17,803,365 will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.  

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $58,319,151 for cost-plus-fixed-fee delivery order N0001917F1011 against a previously issued basic ordering agreement (N00019-17-G-0002) in support of the V-22.  This order provides for fleet software sustainment that includes engineering and technical support for the V-22 flight control system and on-aircraft avionics software; flight test planning and coordination of changed avionics and flight control configuration; upgrade planning of avionics and flight controls, including performance of qualification testing and integration testing on software products.  Work will be performed at Ridley Park, Pennsylvania (89 percent); and Fort Worth, Texas (11 percent), and is expected to be completed in December 2019.  Fiscal 2015 aircraft procurement (Navy); fiscal 2017 aircraft procurement (Navy and Air Force); and fiscal 2017 operations and maintenance (Navy) funds in the amount of $33,418,716 will be obligated at time of award, $25,910,573 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Cardno GS Inc., Charlottesville, Virginia, is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for encroachment management implementation services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The work to be performed provides for land use planning; air installation and/or range installation compatible use zones; encroachment action plans; outreach planning materials; other related studies/analysis: range complex management plans, analytical assessments, geospatial analysis, traffic studies, and socio-economic studies; strategic engagement plans; and strategic engagement electronic database.  No task orders are being issued at this time.  Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (87 percent); Arizona (5 percent); Nevada (5 percent); Colorado (1 percent); New Mexico (1 percent); and Utah (1 percent), and is expected to be completed by February 2022.  Fiscal 2017 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 and Marine Corps).  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 (N62473-17-D-4622).

SDV International LLC,* Alexandria, Virginia (N62645-17-D-5011); Standard Technology Inc.,* Bethesda, Maryland (N62645-17-D-5012); and Technology, Automation & Management Inc.,* Fairfax, Virginia (N62645-17-D-5013), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for medical record coding, auditing, and training services, as well as clinical documentation improvement specialist services.  The aggregate not-to-exceed amount for these multiple award contracts combined is $20,768,875 and each company will receive at least one lot.  This contract contains options, which if exercised, will bring the contract value to $64,962,972.  Work will be performed at Naval military treatment facilities and their associated branch clinics in the Eastern U.S. which include Naval Hospital Jacksonville (11 percent); Naval Medical Center Portsmouth (10 percent); Naval Hospital Pensacola (6 percent); Naval Hospital Camp Lejeune (6 percent); Naval Health Clinic New England (5 percent); Naval Health Clinic Great Lakes (3 percent); Naval Health Clinic Patuxent River (3 percent); Naval Health Clinic Corpus Christi (2 percent); Naval Health Clinic Quantico (2 percent); Naval Health Clinic Annapolis (1 percent); Naval Hospital Beaufort (1 percent); Naval Health Clinic Cherry Point (1 percent); and Navy Medicine East Region Portsmouth (less than one percent).  Work will also be performed at the following sites outside the continental U.S. that fall under the Navy Medicine East area of responsibility:  Naval Hospital Guantanamo Bay (1 percent); Naval Hospital Rota (1 percent); Naval Hospital Sigonella (1 percent); and Naval Hospital Naples (less than one percent). Work will be performed at Naval military treatment facilities and their associated branch clinics in the Western U.S. which include Naval Medical Center San Diego, California (18 percent); Naval Hospital Twentynine Palms, California (6 percent); Naval Hospital Camp Pendleton, California (3 percent); Naval Hospital Lemoore, California (2 percent); Naval Hospital Oak Harbor, Washington (2 percent); Naval Hospital Bremerton, Washington (2 percent); and Naval Health Clinic Hawaii (2 percent).  Work will also be performed at the following sites outside the continental U.S. that fall under the Navy Medicine West area of responsibility Naval Hospital Okinawa (4 percent); Naval Hospital Guam (3 percent); and Naval Hospital Yokosuka (3 percent).  Work performed under these contracts is expected to be completed Feb. 28, 2018.  If all options are exercised, work will continue through Feb. 28, 2020.  Fiscal 2017 Defense Health Program funds in the amount of $20,768,875 will be obligated at the time of award, and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website as a 100 percent small business set-aside, with 14 offers received.  The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

Progeny Systems Corp.,* Manassas, Virginia, is being awarded a $7,954,769 cost-plus-fixed-fee modification to a previously awarded contract (N00024-14-C-6294) to exercise options for engineering and technical services to upgrade and modernize existing and emergent information assurance (IA) systems.  This contract involves custom application of the generic IA toolset to simultaneously and affordably satisfy specific combat system configuration requirements.  Progeny will acquire technical refresh kits to upgrade and/or modernize existing and emergent IA improvements for in-service IA systems and delivery of specific products to support technology improvements and enhanced capabilities for integration into IA units and submarine warfare federated tactical systems subsystems.  Work will be performed in Manassas, Virginia, and is expected to be completed by December 2017.  Fiscal 2017 and 2016 research, development, test, and evaluation (Navy); and fiscal 2017, 2016, and 2015 other procurement (Navy) funding in the amount of $6,135,000 will be obligated at time of award and funds in the amount of $175,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. 

AIR FORCE

Raytheon Co., Dulles, Virginia, has been awarded a $128,450,262 firm-fixed-price with cost reimbursable indefinite-delivery/indefinite-quantity contract for mobile sensors operations and maintenance. Contractor will provide non-personal services for operations and maintenance services that will ensure the availability of the Cobra King and Gray Star radar facilities to collect 100 percent of the tasked data collection opportunities that pass through its field of view. This includes necessary support is provided 24 hours per day, 365 days per year. Work will be performed at Patrick Air Force Base, Florida; and various overseas locations, and is expected to be complete by Oct. 31, 2021. This award is the result of a competitive acquisition with one offer received. Fiscal 2017 operations and maintenance funds in the amount of $18,235,868 are being obligated at the time of award. Acquisition Management and Integration Center, Patrick Air Force Base, Florida, is the contracting activity (FA7022-17-D-0001). 

Volant Associates LLC,* Chantilly, Virginia, has been awarded a $14,005,098 cost-plus-fixed-fee completion contract for Defense Intelligence Information Enterprise (DI2E) Framework Integrated Collaborative Environment. Contractor will foster interoperability and collaboration of mission systems and capabilities within the Department of Defense and intelligence community by planning, analyzing, evaluating, designing, developing, and testing a feasibility demonstration model of a collaborative framework for members of the DI2E community. Work will be performed at Chantilly, Virginia, and is expected to be complete by April 13, 2019. This award is the result of a competitive acquisition with two offers received. Fiscal 2017 research, development, test, and evaluation funds in the amount of $524,950 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-17-C-0001). 

Food Services Inc.,* Gainesville, Georgia, has been awarded a $8,423,492 firm-fixed-price requirements contract for mission essential full food services. Contractor will provide dining facility management, accounting, cooking, maintenance and repair of food service property, and handling of operational rations. Work will be performed at Joint Base San Antonio - Fort Sam Houston, Texas; and Camp Bullis, Texas, and is expected to be complete by Feb. 28, 2018. This award is the result of a competitive acquisition with eight offers received. Fiscal 2017 operations and maintenance funds in the amount of $4,637,171 are being obligated at the time of award. The 502d Contracting Squadron, Joint Base San Antonio – Randolph, Texas, is the contracting activity (FA3016-17-D-0007).

DEFENSE LOGISTICS AGENCY

Propper International Inc., Mayaguez, Puerto Rico, has been awarded a maximum $32,467,504 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hot weather combat boots. This was a competitive acquisition with three responses received. This is a three-year contract with no option periods. Location of performance is Puerto Rico, with a Feb. 13, 2020, performance completion date. Using military service is Army and Afghanistan military. Type of appropriation is fiscal 2017 through 2020 defense working capital; and foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-17-D-1041).

ARMY

L3 Communications Sonoma EO Inc., Santa Rosa, California, was awarded a $12,957,870 cost-plus-fixed-fee contract for a chemical surface detector. Bids were solicited via the Internet with six received. Work will be performed in Santa Rosa, California, with an estimated completion date of Feb. 7, 2019. Fiscal 2017 research, development, test and evaluation funds in the amount of $1,665,000 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-17-C-0017).

Agentase LLC, Elkridge, Maryland, was awarded an $8,659,565 cost-plus-fixed-fee contract for a chemical surface detector. Bids were solicited via the Internet with six received. Work will be performed in Elkridge, Maryland, with an estimated completion date of Feb. 7, 2019. Fiscal 2017 research, development, test and evaluation funds in the amount of $985,000 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-17-C-0019).

*Small business