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 Some of the information contained within may be outdated and links may not function.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 Oct. 17, 2018

NAVY 

Northrop Grumman Systems Corp., doing business as Northrop Grumman Mission Systems Sector, Bethpage, New York, is awarded a $697,029,788 indefinite-delivery/indefinite-quantity contract for system upgrades for the EA-18G system configuration sets, Airborne Electronic Attack and Electronic Warfare systems and final upgrades for the EA-6B system for the Navy and the government of Australia under the Foreign Military Sales program.  Work will be performed in Pt. Mugu, California (50 percent); Baltimore, Maryland (29 percent); Bethpage, New York (20 percent); and Rolling Meadows, Illinois (1 percent), and is expected to be completed in October 2023.  Fiscal 2019 operations and maintenance (Navy) funds in amount of $996,902 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity (N68936-19-D-0007).

LGS Innovations LLC, Westminster, Colorado, is awarded a $15,528,008 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract for engineering services, materials, training, and testing to support integration and operation of information operations payloads into unmanned aerial vehicles used by the U.S. Special Operations Command and the Navy. This two-year contract includes a three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $34,996,905. Work will be performed across three geographic zones in the areas of Westminster, Colorado (40 percent); Florham Park, New Jersey (40 percent); and Jessup, Maryland (20 percent). The work is expected to be completed Oct. 16, 2020. If the option is exercised, the period of performance would extend through Oct. 16, 2023. No funds will be obligated at the time of award.  Funding will be obligated via task/delivery orders using anticipated types of funding to include: operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy).   Contract funds will not expire at the end of the current fiscal year. This sole-source procurement is issued using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1) - only one responsible source. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3401).

Wiley Wilson Burns and McDonnell JV, Alexandria, Virginia, is awarded $15,000,000 firm-fixed-price modification under a previously awarded indefinite-quantity architect-engineering contract (N40080-15-D-0452) to exercise option four for engineering and design services for general and administrative facilities within the Naval Facilities Engineering Command.  The total contract amount after exercise of this option will be is $75,000,000.  No task orders are being issued at this time.  Work will be performed at various administrative facilities within the Naval Facilities Engineering Command Washington area of responsibility, including but not limited to, Maryland (45 percent); Washington, District of Columbia (30 percent); and Virginia (20 percent).  Work may also be performed in the remainder of the U.S. (5 percent), and is expected to be completed in October 2019.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by fiscal 2019 operations and maintenance (Navy and Marine Corps); and fiscal 2019 Navy working capital funds. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

Rockwell Collins Inc. Government Systems Division, Cedar Rapids, Iowa, is awarded a $7,062,238 five-year long-term contract for repair of 22 various navigation and communication items that are a part of the KC-130J, H-1, E-2C, P-3, common systems and other aircraft. Work will be performed at contractor facilities in Atlanta, Georgia; Cedar Rapids, Iowa; Calexico, California; and Wichita, Kansas. The percentage of work at each of those locations cannot be determined at this time, and work is expected to be completed by October 2023. Working capital (Navy) funds will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year.  One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1) and 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 (N00383-19-D-PS01).

General Electric Co., Lynn, Massachusetts, was awarded $7,041,528 for modification P00012 to a previously awarded firm-fixed-price contract (N00019-17-C-0047) for the procurement of 24 F414-GE-400 engine devices for Lot 42 F/A-18 aircraft.  Work will be performed in Evendale, Ohio, and is expected to be completed in February 2019.  Fiscal 2018 aircraft procurement (Navy) funds in the amount $7,041,528 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. (Awarded Oct. 15, 2018)

AIR FORCE

The Boeing Co., Layton, Utah, has been awarded a $55,567,613 undefinitized, firm-price incentive-fee contract, for Intercontinental Ballistic Missile Cryptography Upgrade Increment II production. This contract provides for the government’s minimum requirement of the production of 75 message processor drawers; 8 digital components; and program management support. Work will be performed in Huntsville, Alabama; and Huntington Beach, California, and is expected to be completed by Feb. 11, 2019. This award is the result of a sole-source acquisition and one offer was received. Fiscal 2018 missile procurement funds in the amount of $17,864,050 are being obligated at the time of award. Intercontinental Ballistic Missile Contracting Division, Hill Air Force Base, Utah, is the contracting activity (FA8204-19-C-0001).

ARMY

TGS USA,* McLean, Virginia, was awarded a $39,543,009 firm-fixed-price Foreign Military Sales (Iraq) contract for Toyota Land Cruisers and spare parts. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 16, 2018. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0010).

DEFENSE LOGISTICS AGENCY

UPDATE: US Eco Products Corp., Haverhill, Massachusetts (SPE8EC-19-D-0030), has been added as an awardee to the multiple-award contract for commercial snow removal equipment, issued against solicitation SPE8EC-17-R-0009, announced May 5, 2017.

*Small Business