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 Some of the information contained within may be outdated and links may not function.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. 20, 2018

ARMY

 

AOC Program Solutions LLC,* Chantilly, Virginia (W15QKN-18-D-0057); Sumaria Systems Inc.,* Danvers, Massachusetts (W15QKN-18-D-0058); PSI Pax Inc.,* California, Maryland (W15QKN-18-D-0059); Management and Engineering Technologies International,* El Paso, Texas (W15QKN-18-D-0060); AM Pierce & Associates Inc.,* California, Maryland (W15QKN-18-D-0061); X Technologies Inc.,* San Antonio, Texas (W15QKN-18-D-0062); DKW Communications Inc.,* Washington, District of Columbia (W15QKN-18-D-0063); Advanced Concepts and Technologies International,* Waco, Texas (W15QKN-18-D-0070); Andromeda Systems Inc.,* Virginia Beach, Virginia (W15QKN-18-D-0064); Naval Systems Inc.,* Lexington Park, Maryland (W15QKN-18-D-0065); Ricardo Control Point,* Goleta, California (W15QKN-18-D-0066); Technology Security Associates Inc.,* California, Maryland (W15QKN-18-D-0067); Spalding Consulting Inc.,* Lexington Park, Maryland (W15QKN-18-D-0068); and AVIAN LLC,* Lexington Park, Maryland (W15QKN-18-D-0069), will compete for each order of the $499,267,406 hybrid (cost and firm-fixed-price) contract for project, program and portfolio management; business, cost estimating and financial management; life cycle logistics (integrated product support) systems engineering; business analytics; information technology; facilitation, education and training; and technical editor, writing and illustration; and physical security operations. Bids were solicited via the internet with 47 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 19, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity.

 

BAE Systems Technology Solutions and Services, Rockville, Maryland, was awarded a $70,809,966 modification (P00019) to contract W911W4-16-C-0008 for intelligence support services. Work will be performed in Kabul, Afghanistan, with an estimated completion date of Feb. 28, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $13,783,108 were obligated at the time of the award. U.S Army Contracting Command, Warren, Michigan, is the contracting activity.

 

NAVY

 

Rockwell Collins Government Systems, Cedar Rapids, Iowa, is awarded $288,537,270 for modification P00001 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-18-D-0004) to exercise option year one for the manufacture and delivery of the AN/ARC-210 family of radio equipment in support of Navy, Air Force, Marine Corps, and Foreign Military Sales customers.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2021.  No funds will be obligated at time of award.  Funds will be obligated on individual orders as they are issued.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

 

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is awarded a $146,342,267 firm-fixed-price contract for the execution of USS Gettysburg (CG 64) fiscal 2018 modernization period availability. The purpose of this availability is a combination of maintenance, modernization and repair of USS Gettysburg.  This is a “long-term” availability and was competed on a coast-wide (West coast) basis without limiting the place of performance to the vessel’s homeport. BAE will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $151,342,267. Work will be performed in Norfolk, Virginia, and is expected to be completed by March 2020. Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $146,342,267 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with one offer received in response to solicitation N00024-18-R-4439.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-4440).

 

Camber Corp., Huntsville, Alabama, is awarded $15,278,843 for cost-plus-fixed-fee modification P00009 to exercise option period one under previously awarded contract M95494-17-F-0021.  The work to be performed provides Headquarters Marine Corps, Plans, Policies and Operations; and Marine Corps Installations Command, with technical and engineering support for the Chemical, Biological, Radiological, Nuclear and High-Yield Explosive Consequence Management Program.  Work will be performed in Washington, District of Columbia, and is expected to be completed Aug. 22, 2019.  Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $1,390,842 will be obligated at the time of award and will expire at the end of the current fiscal year, Sept. 30, 2018.  Marine Corps Installations Command, Arlington, Virginia, is the contracting activity.

 

Harris Corp., Palm Bay, Florida, is awarded $14,223,776 for modification P00007 to a previously awarded firm-fixed-price contract (N00421-17-C-0024) to exercise an option to procure 143 Lot 42 fiber channel network switches (FCNS-24) -- 106 in support of the F/A-18E/F/G aircraft; four in support of the E-2D aircraft; 28 in support of the government of Kuwait; and five in support of the government of Australia.  In addition to the FCNS-24 buy, this modification provides for the procurement of 19 mounting kits in support of the E-2D aircraft.  Work will be performed in Malabar, Florida, and is expected to be completed in February 2021.  Fiscal 2018 aircraft procurement (Navy); research, development, test and evaluation (Navy); and Foreign Military Sales (FMS) funds in the amount of $14,223,776 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 Navy ($10,946,711; 77 percent); and FMS ($3,277,065; 23 percent).  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

 

Jacobs Technology Inc., Tampa, Florida, is awarded a $13,879,811 cost-plus-fixed-fee-term contract.  This is a bridge contract that provides for uninterrupted contractor support services, most importantly in the areas of information technology (IT) and information assurance (IA), for the F-35 Joint Program Office.  Services to be provided under this contract include program management, IT, IA, enterprise architecture, emerging capabilities and requirements, operations management, enterprise management, and asset management support.  Work will be performed in Arlington, Virginia (77 percent); Edwards Air Force Base, California (6 percent); Patuxent River, Maryland (4 percent); Eglin AFB, Florida (4 percent); Wright Patterson AFB, Ohio (3 percent); China Lake, California (2 percent); Fort Worth, Texas (2 percent); and Jacksonville, Florida (2 percent), and is expected to be completed in January 2019.  Fiscal 2018 aircraft procurement (Air Force) funds in the amount of $7,545,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-2.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-C-0674).

 

MISSILE DEFENSE AGENCY

 

General Atomics Electromagnetic Systems, San Diego, California, is being awarded a competitive cost-plus-award fee contract with a total value of $133,969,081. Under this new contract, the contractor will complete the development, integration, and flight test of an advanced sensor into an MQ-9 unmanned aerial vehicle in realistic test scenarios at continental U.S. and outside the continental U.S. locations. The work will be performed in San Diego, California. The performance period is from August 2018 through October 2021. This contract was competitively procured via publication on the Federal Business Opportunities website under the Missile Defense Agency's broad agency announcement for advanced technology innovation, HQ0147-15-ATI-BAA. Fiscal 2018 research, development, test and engineering funds in the amount of $7,100,000 are being obligated at the time of award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity (HQ0277-18-C-0005).

 

DEFENSE LOGISTICS AGENCY

 

Seashore Fruit & Produce Co Inc.,* Vineland, New Jersey, has been awarded a maximum $48,360,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This is a 48-month contract with no option periods. This was a competitive acquisition with two responses received. Locations of performance are New Jersey and Pennsylvania, with an Aug. 20, 2022, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and non-Department of Defense U.S. Department of Agriculture schools. Type of appropriation is fiscal 2018 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-18-D-P334).

 

Ideal Industries, Sycamore, Illinois, has been awarded a maximum $24,214,623 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for refrigeration tool sets. This is a five-year contract with no option periods. This was a competitive acquisition with four responses received. Location of performance is Illinois, with an Aug. 19, 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-0129).

 

General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a $15,215,560 modification (P00001) exercising the option of a one-year base contract (SPRDL1-18-C-0317) with one one-year option period for assault breacher vehicle electronic components. This is a firm-fixed-price contract. 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 Sept. 28, 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.

 

Bremen Bowdon Investment Co., Bowdon, Georgia, has been awarded a maximum $7,810,621 modification (P00003) exercising the first one-year option period of a one-year base contract (SPM1C1-17-D-1085) with four one-year option periods for men’s trousers. The modification brings the total cumulative face value of the contract to $15,467,393. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Georgia, with an Aug. 22, 2019, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

UPDATE: Hoist Liftruck Manufacturing LLC, East Chicago, Indiana (SPE8EC-18-D-0024), has been added as an awardee to the multiple-award contract for commercial material handling equipment, issued against solicitation SPE8EC-17-R-0002, announced Nov. 8, 2016.

 

AIR FORCE

 

Peerless Technologies Corp., Fairborn, Ohio, has been awarded a $24,414,940 task order for modeling and simulation software development, operation and sustainment.  This contract provides for the design, analysis, development, operation, and sustainment of both commercial and non-commercial software products to better provide and improve the nuclear enterprise's analytic and decision making capabilities. Work will be performed in Fairborn, Ohio, and is expected to be completed by Aug. 26, 2023.  This award is the result of a competitive acquisition and seven offers were received. Fiscal 2018 operations and maintenance funds in the amount of $2,264,709; and fiscal 2017 research and development funds in the amount of $1,450,000 are being obligated at the time of award. Air Force Nuclear Weapons Center, Kirtland Air Force Base, Albuquerque, New Mexico, is the contracting activity (FA9422-18-F-6019).

 

*Small Business