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 Some of the information contained within may be outdated and links may not function.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 Aug. 9, 2018

NAVY

 

Science Applications International Corp., Reston, Virginia, is awarded a $596,600,000 indefinite-delivery/indefinite-quantity contract (N6523618D8014) with provisions for cost-plus-fixed-fee, fixed-price-incentive, firm-target, and firm-fixed-price delivery/task orders.  The contract is for the production and delivery of integrated command, control, communications, computers, intelligence, surveillance, and reconnaissance systems, networks and support equipment.  The work includes procuring, fabricating, assembling, integrating, testing, inspecting and delivering a highly diverse range of systems that include various complex designs provided by Navy program offices in the form of technical data packages. Systems vary in complexity, but generally include the integration of engineered cable assemblies, mounting kit assemblies, hardware, and software/security applications necessary to provide the warfighter with the capability to communicate, maintain situational awareness, and achieve information dominance.  The contract includes a single five-year ordering period and an additional two-year award term. The award term, if earned, would bring the cumulative value of this contract to an estimated $861,100,000.  Work will be performed in Charleston, South Carolina (90 percent); and Norfolk, Virginia (10 percent), and is expected to be complete by August 2023. If the award term is earned, work could continue until August 2025.  Fiscal 2018 Navy working capital funds in the amount of $25,000 will be placed on the first delivery order and obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with four timely offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $104,991,053 for modification P00003 to a previously awarded cost-plus-fixed-fee contract (N00019-18-C-1004) for continued design maturation and development of contractually identified Block 4 common capabilities.  These efforts are in support of the F-35 Phase 2.2(A)(1) pre-modernization of common capabilities in support of the Air Force, Navy, Marine Corps, and the international partners.  Work will be performed in Fort Worth, Texas, and is expected to be completed in July 2019.  Fiscal 2018 research, development, test and evaluation (Air Force) and international partner funds in the amount of $27,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($83,950,846; 79.96 percent) and the international partners ($21,040,207; 20.04 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Bell Boeing Joint Program Office, California, Maryland, is awarded $74,217,505 for a firm-fixed-price, long-term contract for the repair of 23 items used on the V-22 aircraft. Work will be performed at contractor facilities in Fort Worth, Texas; and Ridley Park, Pennsylvania. The percentage of work at each of those locations cannot be determined at this time. Work will be completed by August 2019. Fiscal 2018 and 2019 working capital funds (Navy) will be obligated as individual orders are issued, and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), in accordance with Federal Acquisition Regulation 6.302-1. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-18-D-NV01).

 

Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is being awarded a $47,006,804 cost-plus-incentive-fee modification to previously awarded contract N00024-09-C-6247 to procure, assemble, integrate, test, and deliver modernization upgrade kits and associated spares for the AN/BLQ-10 system.  Work will be performed in Syracuse, New York (98 percent); Manassas, Virginia (1 percent); and Moorestown, New Jersey (1 percent), and is expected to be completed by December 2020.  Fiscal 2018 other procurement (Navy) and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $41,683,398 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.

 

ARMY

 

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $218,058,001 modification (P00024) to foreign military sales (Romania) contract W31P4Q-16-C-0036 for the procurement of 18 M142 High Mobility Artillery Rocket Systems launchers, associated training, spares and planned enhancement and product improvement modifications. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Dec. 30, 2020. Fiscal 2018 foreign military sales funds in the amount of $106,195,001 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Bukkehave Inc.,* Fort Lauderdale, Florida, was awarded a $10,228,778 firm-fixed-price foreign military sales (Syria) contract for Toyota HiLux pick-up trucks and spare parts to support Combined Joint Task Force-Operation Inherent. Bids were solicited via the Internet with 12 received. Work will be performed in Fort Lauderdale, Florida, with an estimated completion date of Dec. 1, 2018. Fiscal 2018 other procurement, Army funds in the amount of $10,228,778 were obligated at the time of the award. U.S. Army Contracting Command, Warren Michigan, is the contracting activity (W56HZV-18-C-0161).

 

Relyant Global LLC,* Maryville, Tennessee, was awarded a $7,030,235 firm-fixed-price contract to design and build a shipping and receiving building at Fort McCoy, Wisconsin. Bids were solicited via the Internet with five received. Work will be performed in Fort McCoy, Wisconsin, with an estimated completion date of Dec. 17, 2019. Fiscal 2014 and 2015 military construction funds in the amount of $7,030,235 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0026).

 

AIR FORCE

 

Raytheon Co., Tucson, Arizona, has been awarded an $110,000,000 total-package approach, indefinite-delivery/indefinite-quantity contract for the Paveway Family of Weapons. The contract action provides a total-package approach for Paveway-specific activities including but not limited to: studies, production, certification, integration, and sustainment. Work will be performed in Tucson, Arizona, and is expected to be completed Feb. 9, 2029. This contract involves foreign military sales (FMS) to the Philippines and countries with active cases to acquire Paveway weapon systems or have expressed interest in the Paveway Family of Weapons.  FMS funds in the amount of $1,554,527 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-18-D-0001).

 

Rockwell Collins, Cedar Rapids, Iowa, has been awarded a $27,922,870 firm-fixed-price and cost-plus-fixed-fee modification (PZ0001) to contract FA8730-18-C-0017 that will definitize the undefinitized contract action (UCA) for the five UCA contract line item numbers (CLINs) and award the remaining efforts, not associated with the five UCA CLINs to Rockwell Collins for aircraft B-kits, Avionics Integration Support Facility development and non-recurring engineering support. Work will be performed in Oklahoma City, Oklahoma; and Cedar Rapids, Iowa, and is expected to be completed Aug. 31, 2022. Fiscal 2017 procurement funds in the amount of $7,720,889 are being obligated at the time of award. Air Force Life Cycle Material Command, Hanscom Air Force Base, Massachusetts, is the contracting activity.

 

The Boeing Co., St. Louis, Missouri, has been awarded an $11,229,796 firm-fixed price modification (P00019) to contract FA8621-16-C-6397 F-15C and F-15E mission training center services contractor-furnished, high-fidelity simulation equipment to provide simulation capability to train pilots and weapons system operators. The contract modification is to update the simulation devices to incorporate Suite 9.0/Multifunctional Informational Distribution System-Joint Tactical Radio System and Suite 7.2 C Infrared Search & Track Pod for training concurrency with the F-15C and F-15E aircraft platform. Work will be performed at Seymour Johnson Air Force Base, North Carolina; Mountain Home AFB, Idaho; Langley AFB, Virginia; Kadena Air Base, Japan; and Royal Air Force, Lakenheath, England, and is expected to be completed by Nov. 30, 2020. Fiscal 2018 operations and maintenance funds are being obligated at the time of award.  Total cumulative face value of the contract is $154,373,119. This award is a result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Center Industries Corp.,*** Wichita, Kansas, has been awarded a maximum $66,315,938 firm-fixed-price contract for magazine cartridges. This is a five-year contract with no option periods. Locations of performance is Kansas, with an Aug. 9, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-D-0124).

 

M&M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $43,646,220 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for female coats and trousers for the Army Combat Uniform. This was a competitive acquisition with nine responses received. This is a one-year base contract with four one-year option periods. Maximum dollar amount is for the life of the contract, including options. Location of performance is Puerto Rico, with a Feb. 8, 2024, estimated performance completion date. Using military service is Army. 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-1076).

 

M&M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $37,733,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for female coats and trousers for the Army Combat Uniform. This was a competitive acquisition with nine responses received. This is a one-year base contract with four one-year option periods. Maximum dollar amount is for the life of the contract, including options. Location of performance is Puerto Rico, with a Feb. 8, 2024, estimated performance completion date. Using military service is Army. 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-1077).

 

Crown Clothing Inc.,* Vineland, New Jersey, has been awarded a maximum $12,268,595 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s Marine Corps dress blues coats. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Location of performance is New Jersey, with an Aug. 9, 2019, performance completion date. Using customers are Marine Corps and Defense Logistics Agency. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1079).

 

General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a $12,129,494 firm-fixed-price delivery order (VD02) against a three-year basic ordering agreement (SPE7MX-16-D-0100) with two one-year option periods for observation windows and power supply. 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 a Dec. 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.

 

*Small Business

**Woman-owned small business in historically underutilized business zones

***Mandatory Source