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 Some of the information contained within may be outdated and links may not function.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 23, 2017

CONTRACTS

 

NAVY

 

Austal USA, Mobile, Alabama, is being awarded a not-to-exceed Congressional cost cap of $584,200,000 fixed-price-incentive firm target contract for the construction of a littoral combat ship (LCS), to include associated cost-plus-fixed-fee LCS class services and related material, and firm-fixed-price integrated data environment support.  The contract also includes options for the construction of additional LCS, class services, and post-delivery availability support.  The Navy expects to release a competitive solicitation(s) for additional LCS class ships in future years, and therefore the specific contract award amount for these ships is considered source selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104) and will not be made public at this time.  Work will be performed in Mobile, Alabama (54 percent); Pittsfield, Massachusetts (9 percent); California, Maryland (4 percent); Cincinnati, Ohio (4 percent); Leesburg, Virginia (3 percent); Williston, Vermont (3 percent); Linthicum, Maryland (3 percent); East Syracuse, New York (2 percent); Franklin, Massachusetts (2 percent); and various other locations of less than 2 percent each (totaling 16 percent), and is expected to be completed by December 2022.  Fiscal 2017 shipbuilding and conversion (Navy) funding not-to-exceed the Congressional cost cap of $584,200,000 for construction of one fiscal 2017 littoral combat ship; and 2016 shipbuilding and conversion (Navy) in the amount of $6,568,800 for LCS class services and integrated data environment support will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was awarded via a limited competition pursuant to 10 U.S. Code 2304(c)(1), and Federal Acquisition Regulation 6.302-1 - full and open competition need not be provided for when it is necessary to award the supplies or services needed by the agency which are available from only one responsible source or only from a limited number of responsible sources and no other type of supplies or services will satisfy the needs of the agency.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-2301).

 

General Dynamics Electric Boat, Groton, Connecticut, is being awarded an $85,000,000 cost-plus-fixed-fee modification to a previously awarded contract (N00024-17-C-2100) for additional long-lead time material associated with the fiscal 2019 Virginia-class submarines (SSN 802) and (SSN 803).  This contract provides long-lead time material 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 to support SSNs 802 and 803 ship construction. Work will be performed in Spring Grove, Illinois (15 percent); Coatesville, Pennsylvania (13 percent); Bethlehem, Pennsylvania (6 percent); Arvada, Colorado (5 percent); Irvine, California (5 percent); Cleveland, Ohio (5 percent); Philadelphia, Pennsylvania (3 percent); Mossville, Illinois (2 percent); Florence, New Jersey (2 percent); Loanhead, United Kingdom (2 percent); Milwaukee, Wisconsin (2 percent); Warren, Massachusetts (2 percent); Manchester, New Hampshire (2 percent); High Bridge, New Jersey (2 percent); New Castle, Pennsylvania (2 percent); York, Pennsylvania (2 percent); Orrville, Ohio (1 percent); Newport News, Virginia (1 percent); Westfield, Massachusetts (1 percent); Pewaukee, Wisconsin (1 percent); Groton, Connecticut (1 percent); South El Monte, California (1 percent); Northhampton, Massachusetts (1 percent); Erie, Pennsylvania (1 percent); Fairfax, Virginia (1 percent); Chesapeake, Virginia (1 percent); Bloomfield, Connecticut (1 percent); and other efforts performed at various sites throughout the U.S. (19 percent), and is expected to be completed by January 2018.  Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $85,000,000 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.

 

RAMSYS GmbH Ottobrunn, Germany, is being awarded an €82,277,709 firm-fixed-price contract for design and development activities resulting in a rolling airframe missile (RAM) Block 2B guided missile round pack. The RAM guided missile weapon system is co-developed and co-produced under an international cooperative program between the governments of the U.S. and the Federal Republic of Germany.  RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms.  This contract will be funded 100 percent by the Federal Republic of Germany.  Work will be performed in Ueberlingen, Germany (89 percent); Ottobrunn, Germany (6 percent); and Ulm, Germany (5 percent), and is expected to be completed by June 2021.  Federal Republic of Germany funding in the amount of €82,277,709 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 under the exception 10 U.S. Code 2304(c)(4), international agreement.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-5430).  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.)

 

General Electric Energy Power Conversion USA Inc., Pittsburgh, Pennsylvania, is being awarded a $21,914,405 modification to previously awarded contract (N00024-09-C-4203) for the procurement of provisioned item orders, and an increase in engineering services and associated support ceiling for the DDG 1000 Class High Voltage Power System (HVPS).  The DDG 1000 Class HVPS includes an advanced induction motor, motor drive, harmonic filters and resistors for dynamic braking and neutral grounding.  The HVPS distributes electrical power from the ship’s turbine-generators to the various electrical loads and also provides for electric propulsion.  The provisioned item order line item is for installation/check-out and interim spares required to support the commissioning of the HVPS systems aboard ship and allow for initial spare and repair parts to be available before the spares are established in the Navy standard supply schedule.  The engineering services line will support commissioning and initial light-off of the three ships of the class.  Work will be performed in Houston, Texas (90 percent); and Pittsburgh, Pennsylvania (10 percent), and is expected to be completed by September 2022.  Fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $850,000 will be obligated at the 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.

 

Four LLC, Herndon, Virginia, is being awarded a $16,465,882, firm-fixed-price blanket purchase agreement (BPA) call order M67854-17-F-4051 under previously awarded Enterprise Software Initiative BPA W52P1J-14-A-0003.  This contract converts existing IBM Cognos Business Intelligence Processor Value Unit (PVU) perpetual software licenses and associated sustainment to a new PVU unlimited enterprise license model with associated sustainment.  This procurement will be a Marine Corps Enterprise Agreement available across the Marine Corps.  This contract contains four 12-month option periods, which if exercised, will bring the contract value to $38,833,086.  Work will be performed in Centreville, Virginia, and work is expected to be completed June 30, 2018.  With options exercised, work will continue through June 30, 2022.  Fiscal 2017 operations and maintenance (Marine Corps) funds in the amount of $16,465,882 will be obligated at the time of award and will expire at the end of the current fiscal year.  This contract is being awarded as a sole-source in accordance with 10 U.S. Code 2304(c)(1).  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

 

Baldi Bros. Inc.,* Beaumont, California, is being awarded $12,782,300 for firm-fixed-price task order N6247317F4025 under a previously awarded multiple award construction contract (N62473-15-D-2443) for repair of parking aprons and taxiways at Naval Air Weapons Station China Lake.  The work to be performed provides for the repair, realignment and reconfiguration of Taxiway Echo and Parking Apron 2.  Site work will include demolition of existing Taxiway Echo, Taxiway Foxtrot (abandoned) and Parking Apron 2, including asphalt pavements, concrete pavements and base material.  Upgraded native subgrade and stabilized base material will be installed for durability.  Taxiway Echo and Parking Apron 2 will be realigned, reconfigured and reconstructed with portland cement concrete and include aircraft mooring eyes, infield culvert drainage system, pavement markings, improved apron grounding system, upgraded light-emitting diode taxiway edge lighting and illuminated signage.  The project also will repair Taxiway Kilo and replaces storm drain culverts and headwalls.  Work will be performed in Ridgecrest, California, and is expected to be completed by December 2018.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $12,782,300 are obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

 

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded a $9,616,992 delivery order (N0001917F1618) against a previously issued basic ordering agreement (N00019-14-G-0004) for aircraft spares and manufacturing labor for the Marine Corps’ CH-53K system demonstration test article.  Work will be performed in Stratford, Connecticut, and is expected to be completed in May 2018.  Fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $9,616,992 are being obligated on this 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.

 

The Boeing Co., St. Louis, Missouri, is being awarded $7,542,000 for firm-fixed-price delivery order GBB0 under a previously awarded contract (SPE4A1-14-G-0007) for the procurement of arresting hook points in support of the F/A-18 aircraft.  Work will be performed in St. Louis, Missouri, and is expected to be completed by December 2020.  Fiscal 2017 working capital (Navy) funds in the full amount of $7,542,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  One firm was solicited for this sole-source requirement, and one offer was received under authority 10 U.S. Code 2304(C)(1). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

 

AIR FORCE

 

Boecore Inc., Colorado Springs, Colorado, has been awarded a $93,000,000 indefinite-delivery/indefinite-quantity contract for shared early warning system (SEWS) support. Contractor will provide sustainment, operations, maintenance and support of SEWS under Air Force Space Command responsibility. Work will be performed at Peterson Air Force Base, Colorado, and is expected to be complete by June 30, 2022. This contract involves foreign military sales to combatant commands and combatant command-sponsored foreign partners. This award is the result of a competitive acquisition with seven offers received. Air Force Life Cycle Management Center, Peterson, Air Force Base, Colorado, is the contracting activity (FA8723-17-D-0001).

 

Strategic Mission Systems LLC, Midwest City, Oklahoma, has been awarded a $73,100,000 indefinite-delivery/indefinite-quantity contract for national and nuclear communications support for the E-4B fleet. Contractor will provide management, engineering services, field service representatives, mission support facilities operations and management, software engineering services and material support. Work will be performed at Offutt Air Force Base, Nebraska; Richardson, Texas; and Midwest City, Oklahoma, and is expected to be complete by June 24, 2024.  This award is the result of a competitive acquisition, and one offer was received. Fiscal 2017 operations and maintenance funds in the amount of $4,699,995 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-17-D-0006).

 

Parsons Government Support Services Inc., Dallas, Texas, has been awarded a $7,320,681 modification (P00052) to exercise an option on a previously awarded contract for an additional year of ground support equipment maintenance services. Work will be performed at Robins Air Force Base, Georgia, and is expected to be complete by June 30, 2018.  Fiscal 2017 consolidated sustainment activity group – maintenance funds, in the amount of $7,233,562, and operations and maintenance funds, in the amount of $87,119 are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8501-08-C-0024).

 

DEFENSE LOGISTICS AGENCY

 

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $17,975,001 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for main extension assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2), "Only one responsible source and no other supplies or services will satisfy agency requirements." This is a three-year contract with no option periods. Location of performance is Connecticut, with a June 30, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-17-D-0125).

 

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $15,526,134 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wheel and tire assemblies. This was a competitive acquisition with three offers received. This is a three-year base contract with three one-year option periods. Location of performance is Wisconsin, with a June 23, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-17-D-0073).

 

*Small business