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 Some of the information contained within may be outdated and links may not function.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 31, 2018

CONTRACTS

 

NAVY

 

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded $2,016,115,217 for modification P00004 to a previously awarded fixed-price-incentive-firm target, cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00019-17-C-0020) in support of the F-35 Lightning II low-rate initial production Lot 11 aircraft.  This modification provides additional funding for production non-recurring/tooling, administrative labor, partner unique items and Lot 11 production propulsion systems to include 10 F135-PW-100 propulsions systems for the Navy; 51 F135-PW-100 propulsion systems for the Air Force; and 24 F135-PW-600 propulsion systems for the Marine Corps.  Additionally, this contract procures 49 F135-PW-100 and 1 F135-PW-600 propulsion system for non-U.S. Department of Defense (DoD) participants and foreign military sales (FMS) customers.  Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in May 2021.  Fiscal 2016 and 2017 aircraft procurement (Marine Corps, Air Force and Navy); and non-U.S. DoD participant and FMS funds in the amount of $2,016,115,217 will be obligated at time of award, $288,147,086 of which will expire at the end of the current fiscal year.  This modification combines purchases for the Marine Corps ($663,472,076, 33 percent); Air Force ($592,022,963, 29 percent); Navy ($136,042,051, 7 percent); non-U.S. DoD participants ($335,600,247; 17 percent); and FMS customers ($288,977,880; 14 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

General Dynamics National Steel and Shipbuilding Co.-Bremerton, Bremerton, Washington (N0024-18-D-4412, Lot 1); Pacific Ship Repair and Fabrication, Everett, Washington (N0024-18-D-4413, Lots 1 & 2); Vigor Marine LLC, Portland, Oregon (N0024-18-D-4414, Lot 1); Delphinus Engineering Inc., Eddystone, Pennsylvania (N0024-18-D-4415, Lot 2); Propulsion Controls Engineering, Everett, Washington (N0024-18-D-4416, Lot 2); and Técnico Corp., Chesapeake, Virginia (N0024-18-D-4417, Lot 2), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract to provide complex emergent and continuous maintenance and chief of naval operations availabilities on surface ships in the Pacific Northwest, including surface combatants (DDG and CG) class ships and amphibious (LSD, LPD, LHA, and LHD) class ships. This contract includes options which, if exercised, would bring the cumulative value of these contracts to $497,043,548 ($363,785,796 for Lot 1; and $133,257,752 for Lot 2). Fiscal 2018 operations and maintenance (Navy) funding in the amount of $60,000 ($10,000 minimum guarantee per contract) will be obligated at time of award under each contract’s initial delivery order and will expire at the end of the current fiscal year.  These contracts were competitively procured via the Federal Business Opportunities website, with eight offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

SRA International Inc., a General Dynamics Information Technology company in Falls Church, Virginia, is being awarded a maximum potential value $93,200,000 modification under a previously awarded indefinite-delivery/indefinite-quantity contract for the existing personnel modernization contract (N00039-14-D-0001). There are existing individual task orders under this contract and additional orders that will be awarded to fulfill the system consolidation envisioned under the original Defense Integrated Military Human Resources System program and subsequent personnel modernization strategy, and to modernize the Navy Standard Integrated Personnel System Enterprise Resource Program system.  Work will be performed in New Orleans, Louisiana, and is expected to be completed by September 2020.  If all increments are implemented, work could continue until June 2021.  No additional funding will be placed on contract or obligated at the time of modification award.  This action is a result of a justification and approval that authorizes total incremental increases to the contract ceiling of $177,000,000 by $189,000,000 to a total of $366,000,000, and to potentially extend the ordering period, on an incremental basis by contract modification, allowing up to one year of additional ordering through June 2020.  This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1), one source or limited sources (Federal Acquisition Regulation subpart 6.302-1).  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

 

Carahsoft Technology Corp., Reston, Virginia, is awarded an estimated value $49,730,000 for contract modification to previously awarded blanket purchase agreement (BPA) N66001-16-A-0001 for the continued ordering of VMware software maintenance and new VMware software licenses. This contract modification increases the estimated value of the BPA from $42,970,000 to $92,700,000.  This BPA does not obligate funds.  However, firm-fixed-price orders will continue to be placed against the BPA using primarily operations and maintenance (Navy) funds. This increase in estimated value is supported by a limited source justification in accordance with Federal Acquisition Regulation (FAR) 8.405-6, which will be posted in accordance with FAR 8.405-6(b)(3). This BPA continues to be in support of the Department of Navy’s Enterprise Software Licensing initiative.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

 

Advanced Crane Technologies LLC,* Reading, Pennsylvania (N62470-18-D-2014); Crane Technologies Group Inc.,* Rochester Hills, Michigan (N62470-18-D-2015); Heco-Pacific Manufacturing Inc.,* Union City, California (N62470-18-D-2016); Piedmont Hoist and Crane Inc.,* Colfax, North Carolina (N62470-18-D-2017); and Somatex Inc.,* Detroit, Maine (N62470-18-D-2018), are each awarded an indefinite-delivery/indefinite-quantity multiple award contract for ordering new, and overhauling existing, weight handling equipment located primarily within Navy, Marine Corps, and other federal activities worldwide.  The maximum dollar value including the base period and four option years for all five contracts combined is $40,000,000.  Work includes but is not limited to, site survey/investigation; design; fabrication; crane rail alignment survey/installation; demolition/removal of existing cranes and equipment in compliance with environmental disposal restrictions; runway/equipment electrification; crane installation; crane testing; and operational training.  Crane Technologies Group Inc. is being awarded the initial delivery order at $1,695,773 for the design, fabrication, installation, and testing of one 100-ton double girder, molten metal handling, cab operated overhead electric traveling crane with a 40-ton auxiliary hoist at Naval Foundry and Propeller Center Philadelphia, Naval Shipyard, Building 20, Philadelphia, Pennsylvania.  Work for this delivery order is expected to be completed by October 2019.  All work on this contract will be performed for Navy, Marine Corps, and other federal activities worldwide, including work on existing or installation of new weight handling equipment.  Manufacturing or crane fabrication includes sites in Pennsylvania (20 percent); Michigan (20 percent); California (20 percent); North Carolina (20 percent); and Maine (20 percent), with an expected completion date of May 2023.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $1,735,773 are obligated on this award and will expire at the end of the current fiscal year.  Future delivery orders will be primarily funded by military construction (Navy); operations and maintenance (Navy); and Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  These five contractors may compete for delivery orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity.

 

Rolls-Royce Corp., Indianapolis, Indiana, is awarded $28,257,940 for modification P00004 to a previously awarded firm-fixed-fee contract (N00019-17-C-0081) to exercise an option for the procurement of 15 production AE1107C engines for the V-22 Osprey for the Marine Corps (7); Navy (6), and Air Force (2).  Work will be performed in Indianapolis, Indiana, and is expected to be completed in May 2019.  Fiscal 2017 aircraft procurement (Air Force); and fiscal 2018 aircraft procurement (Navy) funding in the amount of $28,602,240 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.

 

RQ-DPR JV, Carlsbad, California, is awarded a $22,051,000 firm-fixed-price contract for renovation of the Fleet Training Building N25A at Naval Station Norfolk.  The work to be performed provides lead and asbestos removal, investigate and treat termite infestation and make essential repairs.  The work also includes repair of canopy, portico, façade and painting the exterior in addition to replacement of roof and insulation with site and utilities repairs.  Interior renovations will include finishes, electrical, mechanical, plumbing and lighting systems along with replacement of doors, frames and floor finishes.  Renovations will also replace the elevator, toilets, fire suppression systems, smoke detection systems and building egress.  The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $24,591,746.  Work will be performed in Norfolk, Virginia, and is expected to be completed by January 2022.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $22,051,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-C-1136).

 

Raytheon Co., Missile Systems, Tucson, Arizona, is awarded a $14,856,016 firm-fixed-price contract for Over-the-Horizon Weapon Systems.  This contract will manufacture and deliver Over-the-Horizon Weapon Systems, which consists of encanistered missiles (EM) loaded into launching mechanisms (LM); and a single fire control suite (FCS). This contract consists of EMs (tactical, telemetered and inert operational); FCSs; LMs; mission support equipment, training equipment and courses; engineering services; and travel and other direct costs.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $847,611,857.  Work will be performed in Kongsberg, Norway (75 percent); Tucson, Arizona (15 percent); Schrobenhausen, Germany (4 percent); Raufoss, Norway (3 percent); McKinney, Texas (2 percent); and Louisville, Kentucky (1 percent), and is expected to be completed by May 2020.  Fiscal 2018 research, development, test and evaluation (Navy) funding; and fiscal 2018 other procurement (Navy) funding in the amount of $14,856,016 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with one offer received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-5432).

 

Raytheon Co., McKinney, Texas, is awarded an $11,016,000 firm-fixed-price modification to previously awarded contract (N00164-18-C-JQ40) for the procurement of eight common sensor payloads (CSP) (one turret and one electronics unit in each system) and data.  The CSP is an electro-optical/infrared (EO/IR) sensor system for the Army Gray Eagle unmanned aircraft system.  The primary mission of the EO/IR sensor system is to provide enhanced visual imagery to augment existing electronic sensors that will enhance low visibility and night navigation; interception, observation and surveillance; insertion and extraction operations; combat search and rescue; identification, real-time situational awareness and threat warning; reconnaissance and surveillance; as well as visit, board, search and seizure operations. Work will be performed in McKinney, Texas, and is expected to be completed by March 2020.  Fiscal 2018 aircraft procurement (Army) funding in the amount of $11,016,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

 

Carahsoft Technology Corp., Reston, Virginia, is awarded $7,083,668 for firm-fixed-price purchase order N66001-18-F-1035 under previously awarded blanket purchase agreement N66001-16-A-0001 for the renewal of existing VMware software maintenance and new VMware software licenses for the Marine Corps.  Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $7,083,668 will be obligated at the time of award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

 

AIR FORCE

 

Pivotal Software Inc., San Francisco, California, has been awarded a $47,537,079 fixed-base, production, other transaction agreement. This agreement will utilize the prototyped methodology, and the software and services that support them, across the entire Air Operations Center, as well as the targeting and geospatial-intelligence enterprises. Work will be performed in San Francisco, California; Cambridge, Massachusetts; Denver, Colorado; Washington, District of Columbia; Tyndall Air Force Base, Florida; Osan Air Base, Republic of Korea; Shaw AFB, South Carolina; Al Udeid AB, Qatar; Hickam AFB, Hawaii; Langley AFB, Virginia; Ramstein AB, Germany; Davis-Monthan AFB, Arizona; Joint Base Elmendorf-Richardson, Alaska, and is expected to be completed by May 31, 2019. Fiscal 2017 research, development, test and evaluation funds; and fiscal 2018 operations and maintenance funding in the amount of $10,514,658 will be obligated at the time of award.  Air Force Life Cycle Management Center, Battle Management, Hanscom AFB, Massachusetts, is the agreement activity (FA8730-18-9-0001).

 

Raytheon Missile Co., Tucson, Arizona, has been awarded a $14,131,006 fixed-price-incentive (firm target) contract modification (P00005) to a previously awarded contract (FA8675-18-C-0003) for Advanced Medium Range Air-to-Air Missile production Lot 32, for 18 additional AIM-120D missiles. Work will be performed in Tucson, Arizona, with an expected completion date of Jan. 31, 2021. Fiscal 2018 production funds in the amount of $14,131,006 are being obligated at the time of award. Air Force Life Cycle Management Center, Air Dominance Contracting Office, Eglin Air Force Base, Florida, is the contracting activity.

 

ARMY

 

AM General LLC, South Bend, Indiana, was awarded a $44,139,080 modification (P00003) to contract W56HZV-17-D-0071 for 300 High Mobility Multi-purpose Wheeled Vehicle Expanded Capacity Vehicles and optional equipment. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2023. U.S. Army Contacting Command, Warren, Michigan, is the contracting activity.

 

Tiya Services,* Baton Rouge, Louisiana, was awarded a $30,366,620 cost-plus-fixed-fee contract for base operations support services. Bids were solicited via the Internet with six received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of May 31, 2023. Fiscal 2018 operations and maintenance Army funds in the amount of $19,517,809 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Benning, Georgia, is the contracting activity (W911SF-18-C-0011).

 

Pride Industries, Roseville, California, was awarded a $19,947,204 firm-fixed-price contract for repair and maintenance support to the real property assets of the Joint Training Readiness Center and Fort Polk, Louisiana. One bid was solicited with one bid received. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of May 31, 2022. Fiscal 2018 operations and maintenance Army funds in the amount of $4,986,801 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Bragg, North Carolina, is the contracting activity (W91247-18-C-0011).

 

Leidos Innovations Corp., Gaithersburg, Maryland, was awarded a $15,814,767 modification (P00016) to Foreign Military Sales (Taiwan, Saudi Arabia and Kuwait) contract W31P4Q-15-C-0099 for fabrication and delivery of General Electronics Test Station hardware and equipment. Work will be performed in Huntsville, Alabama, with an estimated completion date of Dec. 31, 2020. Fiscal 2018 foreign military sales funds in the amount of $15,814,767 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Vectrus Systems Corp, Colorado Springs, Colorado, was awarded an $8,785,133 firm-fixed-price contract for installation maintenance services for US Army Garrison, Germany. Bids were solicited via the Internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2023. U.S. Army Combat Support Battalion, Kaiserslautern, Germany, is the contracting activity (W564KV-18-D-0005).

 

AECOM Technical Services Inc., Los Angeles, California, was awarded a $8,396,325 firm-fixed-price contract to provide technical services including, but not limited to, inspections, assessments, repairs, reports and training for facilities and operations related projects within the U.S. Central Command Area of Responsibility, excluding Afghanistan. Bids were solicited via the Internet with five received. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of May 30, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $8,396,325 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-18-C-0012).

 

DEFENSE LOGISTICS AGENCY

 

Haroldson Group International LLC,* Lake Oswego, Oregon (SPE8E6-18-D-0003; $7,881,330); Forest Products,* Rapid City, South Dakota (SPE8E6-18-D-0004; $7,881,330); and S&S Forest Products LLC,* Boerne, Texas (SPE8E6-18-D-0005; $7,881,330), have each been awarded a fixed-price, indefinite-delivery/indefinite-quantity contract for various lumber, millwork and plywood products under solicitation SPE8E6-18-R-0002. These were competitive acquisitions with three acceptable responses received. These are two-year base contracts with three one-year option periods. Locations of performance are Oregon, South Dakota, Texas and regions outside the continental U.S., with a May 30, 2020, performance completion date. The maximum dollar value is a combined $40,000,000. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

Burlington Apparel Fabrics, Greensboro, North Carolina, has been awarded a maximum $39,689,600 firm-fixed-price, indefinite-delivery contract for green poly/wool cloth. This is a one-year contract with four one-year option periods. The maximum dollar amount is for the life of the contract. This was a competitive acquisition with one response received. Location of performance is North Carolina, with a May 29, 2023, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1054). (Awarded May 30, 2018)

 

General Dynamics Land Systems, Inc., Sterling Heights, Michigan, has been awarded a $9,151,320 modification (P00022) to a three-year base contract (SPE7MX-16-D-0100) with two one-year option periods adding vehicle spare parts. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Michigan and South Carolina, with an Aug. 11, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio. (Awarded May 30, 2018)

 

U.S. SPECIAL OPERATIONS COMMAND

 

Summit Aviation Inc., Middletown, Delaware, is being awarded an $8,998,544 cost-plus-fixed-fee contract for induction of legacy aircraft in support of U.S. Special Operation Command, Technology Applications Contracting Office, for MH47G induction program. Subject contract will be a non-competitive award in accordance with FAR 6.302-1. The sources sought and pre-solicitation notices for the contract were posted on the Federal Business Opportunity website. The majority of the work will be performed in Middleton, Delaware.  U.S. Special Operations Command, Tampa, Florida, is the contracting activity (H92241-18-C-0005).

 

*Small business