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 Some of the information contained within may be outdated and links may not function.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 May 24, 2018

CONTRACTS

 

DEFENSE HEALTH AGENCY

 

Akahi InGenesis Partners LLC,* Honolulu, Hawaii (HT001418D0003); American Hospital Services Group LLC,* Exton, Pennsylvania (HT001418D0004); Anthony & Associates Inc.,* Peachtree Corners, Georgia (HT001418D0005); Arapaho Technical Services LLC,* San Antonio, Texas (HT001418D0006); Avosys Technology Inc.,* San Antonio, Texas (HT001418D0007); Caban Resources LLC,* El Segundo, California (HT001418D0008); Cherokee Nation Healthcare Services LLC,* Stilwell, Oklahoma (HT001418D0009); CNI Professional Services LLC,* Norman, Oklahoma (HT001418D0010); Defense Health Professionals LLC,* Rockville, Maryland (HT001418D0011); Destiny Management Services LLC,* Washington, District of Columbia (HT001418D0012); Distinctive Spectrum Healthcare Solutions JC LLC,* Bowie, Maryland (HT001418D0013); Empowered Management Solutions LLC,* San Antonio, Texas (HT001418D0014); ERProsource360 LLC,* Washington, District of Columbia (HT001418D0015); General Infomatics-A Service Disabled Owned Small Business Inc.,* McLean, Virginia (HT001418D0016); Godwin Corp.,* Hyattsville, Maryland (HT001418D0017); Health Partners Management Group,* Poplar Bluff, Missouri (HT001418D0018); Healthcare Resolution Services Inc.,* Laurel, Maryland (HT001418D0019); Medforce Government Solutions Inc.,* Fairfax, Virginia (HT001418D0020); Mindleaf Technologies Inc.,* Lowell, Massachusetts (HT001418D0021); Modern Healthcare Services JV LLC,* Madison, Alabama (HT001418D0022); National Associates Inc.,* Washington, District of Columbia (HT001418D0023); Reef FSR - Healthcare LLC,* Cary, North Carolina (HT001418D0024); Shadowbox Consulting Associates LLC,* Alexandria, Virginia (HT001418D0025); Standard Technology Inc.,* Bethesda, Maryland (HT001418D0026); Stratus Federal Solutions LLC,* San Antonio, Texas (HT001418D0027); T. A. Consulting Inc., Virginia Beach, Virginia (HT001418D0028); and Dilligas Corp. doing business as U.S. Got People, San Antonio, Texas (HT001418D0029), will share in multiple award, indefinite–delivery/indefinite-quantity contract with a maximum cumulative ceiling of $969,000,000 to provide medical support services to supplement staffing at Department of Defense military treatment facilities within the 50 U.S., District of Columbia, Guam and Puerto Rico.  These contracts shall serve as a vehicle to procure qualified clerical, certified, specialized and technical medical support services for routine staffing, temporary increases in workload, new mission support, reorganization support, limited duration need, start-up/shut-down needs, and workforce fluctuations for Defense Health Agency, Air Force, Army, and Navy military treatment facilities.  The services will not include direct patient care, advisory and assistance, information technology, housekeeping or facility management or services requiring access to classified information.  Services are procured on separate task orders by ordering locations.  The ordering period is for five years from July 11, 2018, to July 10, 2023.  Work location is task order dependent but will occur within the 50 U.S., District of Columbia, Guam and Puerto Rico.  Task orders will be funded by funds available at time of task order award.  The contracts were competitively solicited via the Federal Business Opportunity website.  The Defense Health Agency, Contracting Office - National Capital Region, Falls Church, Virginia, is the contracting activity.

 

NAVY

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $558,276,346 cost-plus-incentive-fee, cost-plus-fixed-fee, fixed-price-incentive-firm, firm-fixed-price contract.  This contract provides for sustainment support, including equipment, training devices, training facilities, non-aircraft spares, Autonomic Logistics Information System hardware and software, and facilities standup in support of low-rate initial production Lot 11 F-35 Lightning II aircraft in support of the Air Force, Marine Corps, Navy; non-Department of Defense (DoD) participants, and foreign military sales (FMS) customers.  Work will be performed in Orlando, Florida (71 percent); Redondo Beach, California (13 percent); Fort Worth, Texas (11 percent); Owego, New York (4 percent); and Samlesbury, United Kingdom (1 percent), and is expected to be completed in February 2023.  Fiscal 2016, 2017, and 2018 aircraft procurement (Air Force, Marine Corps, and Navy); non-DoD participant; and FMS funds in the amount of $558,276,346 will be obligated at time of award, $19,550,597 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Air Force ($173,171,727; 31 percent); Marine Corps ($62,285,043; 11 percent); Navy ($50,968,348; 9 percent); non-DoD participants ($232,144,112; 42 percent); and FMS customers ($39,707,116; 7 percent).  This contract was not competitively procured pursuant to 10 U.S. Code 2304(C)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-C-1048).


The Boeing Co., Seattle, Washington, is being awarded a $416,438,385 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0067) for the manufacture and delivery of three Lot 9 full-rate production P-8A multi-mission maritime aircraft for the Navy.  Work will be performed in Seattle, Washington (82.5 percent); Baltimore, Maryland (2.7 percent); Greenlawn, New York (2.4percent); Cambridge, United Kingdom (1.6 percent); North Amityville, New York (0.9 percent); Rockford, Illinois (0.7 percent); Rancho Santa Margarita, California (0.6 percent); Dickinson, North Dakota (0.6 percent); and various other locations within the U.S. (8 percent); and is expected to be completed in October 2020.  Fiscal 2018 aircraft procurement (Navy), funds in the amount of $416,438,385 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.

 

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a $34,633,650 cost-plus-incentive-fee modification to a previously awarded contract (N00024-16-C-5102) to exercise options for Baseline 9 integration and delivery, capability improvements, Navy integrated fire control-counter air collateral and Baseline 9 engineering.  Work will be performed in Moorestown, New Jersey, and is expected to be completed by July 2019. Fiscal 2018 research, development, test and evaluation (Navy); and fiscal 2018 weapon procurement (Navy) funding in the amount of $5,391,451 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.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $19,860,194 for modification P00014 to cost-plus-incentive-fee, firm-fixed-price delivery order 5503 previously issued against basic ordering agreement N00019-14-G-0020.  This modification provides for additional radar upgrades to Block 3F configuration Air Force and Marine Corp F-35 Lightning II aircraft.  Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2021.  Fiscal 2016 aircraft procurement (Air Force and Marine Corps) funding in the amount of $19,860,194 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($11,434,657; 58 percent); and Marine Corps ($8,425,537; 42 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Edifice Solutions,* Beltsville, Maryland, is awarded $11,179,388 for firm-fixed-price task order N4008018F4544 under a previously awarded multiple award construction contract (N40080-17-D-0009) for construction of a 21 point firing range at Joint Base Andrews.  The fully enclosed firing range will increase the range capability to meet Air Force standards and to handle the influx of personnel requiring weapons training.  New facilities include two structures a new one story steel framed 21 point enclosed firing range and a new freestanding one story administration building adjacent to the existing administration building.  The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $11,428,886.  Work will be performed in Camp Springs, Maryland, and is expected to be completed by February 2020.  Fiscal 2017 military construction (Air Force) contract funds in the amount of $11,179,388 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. 

 

ARMY

 

Raytheon IDS, Andover, Massachusetts, was awarded a $395,847,480 modification (P00026) to foreign military sales (Romania) contract W31P4Q-15-C-0022 for Phased Array Tracking on Radar to Intercept Option Fire Unit. Work will be performed in Andover, Massachusetts; Pelham, New Hampshire; Tewksbury, Massachusetts; Marlborough, Massachusetts; Burlington, Massachusetts; McKinney, Texas; Portsmouth, Rhode Island; and Chambersburg, Pennsylvania, with an estimated completion date of April 30, 2020. Fiscal 2018 foreign military sales funds in the amount of $289,649,493 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Tetra Tech Inc., Portland, Oregon (W9127N-18-D-0003); MCM Stantec JV, Boise, Idaho (W9127N-18-D-0004); HDR Engineering Inc., Omaha, Nebraska (W9127N-18-D-0005); and AECOM Technical Services Inc., Los Angeles, California (W9127N-18-D-0006), will compete for each order of the $60,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the Internet with nine received. Work locations and funds will be determined with each order, with an estimated completion date of May 23, 2023. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity.

 

KL House Construction Co.,* Albuquerque, New Mexico, was awarded a $53,856,000 firm-fixed-price contract for design and construction of a Special Operations Forces squadron operations facility and Special Tactics squadron operational facilities at Cannon Air Force Base, New Mexico. Bids were solicited via the Internet with four received. Work will be performed in Cannon Air Force Base, New Mexico, with an estimated completion date of July 24, 2020. Fiscal 2015 and 2016 military construction funds in the amount of $53,856,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-18-C-0014).

 

Skookum Educational Programs, Bremerton, Washington, was awarded a $34,340,572 firm-fixed-price contract for custodial services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2023. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-18-D-0004).

 

Motorola Solutions Inc., Linthicum Heights, Maryland, was awarded a $19,370,000 firm-fixed-price contract to upgrade, expand and connect sites to the current Joint Japan Land Mobile Radio system and upgrade the Army backup core infrastructure in Japan. 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 May 14, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-D-0036).

 

LS Black Constructors Inc., St. Paul, Minnesota, was awarded a $12,384,200 firm-fixed-price contract for construction of annual training and mobilization dining facility at Fort McCoy, Wisconsin. Bids were solicited via the Internet with three received. Work will be performed in Fort McCoy, Wisconsin, with an estimated completion date of Aug. 9, 2019. Fiscal 2014 and 2018 military construction; and operations and maintenance (Army) funds in the combined amount of $12,384,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0019).

 

DEFENSE LOGISTICS AGENCY

 

Ocenco Inc.,* Pleasant Prairie, Wisconsin, has been awarded a maximum $28,507,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for emergency escape breathing device trainers, and new and requalified emergency escape breathing device breathing apparatuses. This is a three-year base contract with two one-year option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Wisconsin, with a May 23, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2021 Navy working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-18-D-DN01).

 

General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a $9,753,600 firm-fixed-price contract for remote control switches. This is a one-year contract with a one-year option period that is being exercised at time of award. This was a sole-source acquisition using justification 10 U.S .Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Michigan and Florida, with an Aug. 31, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-C-0260).

 

AIR FORCE

 

PreTalen LTD, Dayton, Ohio, has been awarded a $23,741,397 cost-plus-fixed-fee, completion contract for Operational Multi-Domain Enhanced Global Navigation Satellite System applications research and development. This contract will concentrate on extending position navigation and time autonomous negotiator applying cognitive effects-based analysis, to control multiple global navigation satellite systems (e.g. GLONASS, BeiDou, and Galileo), their host platforms and expand the capability to automate the analysis of these platforms dependent on these signals. Work will be performed at Wright-Patterson Air Force Base, Ohio; and Dayton, Ohio, and is expected to be complete by Aug. 25, 2023. Fiscal 2018 research and development funds in the amount of $137,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8650-18-C-1650)

 

Raytheon Missile Systems, Tucson, Arizona, with has been awarded a $13,377,288, firm-fixed-price modification (P00005) to a previously awarded contract (FA8681-18-C0010) for GBU-49 Enhanced Paveway IIs. Work will be performed in Tucson, Arizona, and is expected to be completed by Jan. 31, 2019.  Fiscal 2018 ammunition funds are being obligated at the time of award. This is not a multiyear contract, and total cumulative face value of the contract is $73,764,070. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

 

*Small business