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 Some of the information contained within may be outdated and links may not function.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 March 6, 2019

ARMY

Ceradyne Inc., Irvine, California (W91CRB-19-D-0012); Leading Technology Composites,* Wichita, Kansas (W91CRB-19-D-0013); and TenCate Advanced Armor USA Inc., Hebron, Ohio (W91CRB-19-D-0014), will compete for each order of the $704,238,806 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for Enhanced Small Arms Protective Insert and X-Small Arms Protective Insert hard armor plates. 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 March 5, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. 

Salient Federal Solutions, also known as Salient CRGT, Fairfax, Virginia, was awarded a $21,295,700 firm-fixed-price contract for mission critical information-technology communications infrastructure and services. One bid was solicited with one bid received. Work will be performed in Fayetteville, North Carolina; and Bagram, Afghanistan, with an estimated completion date of March 14, 2023. Fiscal 2019 operations and maintenance, Army funds in the amount of $21,295,700 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-C-0020).

Conti Federal Services Inc., Edison, New Jersey, was awarded a $15,346,734 firm-fixed-price Foreign Military Sales (Israel) contract for construction and renovation of an existing kitchen and runway renovations. Six bids were solicited with four bids received. Work will be performed in Tel Aviv, Israel, with an estimated completion date of Sept. 17, 2020. Fiscal 2019 military construction funds in the amount of $15,346,734 were obligated at the time of the award. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity (W912GB-19-F-0027). 

Bosch Rexroth Corp., Bethlehem, Pennsylvania, was awarded an $11,401,973 firm-fixed-price contract to install replacement hydraulic doors on Building 27496 at Kirtland Air Force Base, New Mexico. Bids were solicited via the internet with one received. Work will be performed in Albuquerque, New Mexico, with an estimated completion date of March 31, 2023. Fiscal 2019 military construction funds in the amount of $11,401,973 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-19-C-0015).

Southern Dredging Co. Inc.,* Charleston, South Carolina, was awarded a $9,773,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Kings Bay, Georgia, with an estimated completion date of Jan. 31, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,773,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0013). 

AIR FORCE 

General Dynamics Information Technology, Falls Church, Virginia, has been awarded a not-to-exceed $217,000,000 task order under General Services Administration Alliant 2 Unrestricted Government-Wide (GWAC) for the 480th Intelligence, Surveillance and Reconnaissance Wing technical operations support. This task order provides for support of the Distributed Common Ground System network weapon system and all supporting activities, such as the development, integration, maintenance, administration, management, documentation, assessment, disposal and troubleshooting of 480 ISRW information technology assets from the network and enterprise level. Work will be performed at Joint Base Langley-Eustis, Virginia; and Beale Air Force Base, California, and is expected to be complete by Jan. 31, 2027. This task order is the result of a competitive acquisition and five offers were received. Fiscal 2019 operations and maintenance funds in the amount of $11,589,147 are being obligated at the time of award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-19-F-A022).

Assured Information Security Inc.,* Rome, New York, has been awarded a $48,444,066 cost-plus-fixed-fee contract for full spectrum cyber capabilities. The objective of this effort is to provide the Air Force with tools and technologies to aid in cyber warfare. This contract provides for research, development, and transition of cyber technologies to enable rapid cyber operations and will result in the accelerated delivery of innovative cyber solutions to the warfighter. Work will be performed in Rome, New York, and is expected to be completed by March 5, 2024. This award is the result of a competitive acquisition and two offers were received. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0013).

NAVY

Huntington Ingalls Industries, San Diego Shipyard Inc., San Diego, California, is awarded a $118,446,807 firm-fixed-price contract for the execution of USS Rushmore (LSD 47) fiscal 2019 drydock selected restricted availability. 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. This availability will include a combination of maintenance, modernization, and repair of USS Rushmore. This contract includes options which, if exercised, would bring the cumulative value of this contract to $154,235,955. Work will be performed in San Diego, California, and is expected to be complete by May 2020. Fiscal 2019 operations and maintenance (Navy); and 2019 other procurement (Navy) funding in the amount of $118,446,807 will be obligated at time of award, and $108,971,062 will 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 three offers were received in response to solicitation no. N00024-18-R-4410. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4410). 

Raytheon Missile Systems, Tucson, Arizona, is awarded a $91,872,559 firm-fixed-price option to previously awarded contract N00024-18-C-5425 for fiscal 2019 Navy procurements of Rolling Airframe Missile (RAM) Block 2 guided missile round pack and spare replacement components. The RAM Guided Missile Weapon System is co-developed and co-produced under an International Cooperative Program between the U.S.’ and Federal Republic of Germany’s governments. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms. Work will be performed in Ottobrunn, Germany (44 percent); Tucson, Arizona (35 percent); Rocket Center, West Virginia (9 percent); Dallas, Texas (2 percent); Mason, Ohio (2 percent); Glenrothes, Scotland (1 percent); Cincinnati, Ohio (1 percent); Andover, Massachusetts (1 percent); and other U.S. locations (5 percent), and is expected to be completed by November 2021. Fiscal 2019 weapons procurement (Navy) funding in the amount of $91,872,559 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.

GHD-COWI JV, San Diego, California, is awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineer contract for waterfront engineering services located in the Naval Facilities Engineering Command (NAVFAC) Southwest (SW) Area of Responsibility (AOR). The work to be performed provides for the preparation of design-build requests for proposals; design-bid-build construction contract packages; reports/studies including utilities studies; technical reviews of government pre-prepared request for proposal packages for design-build projects and government pre-prepared design documents for design-bid-build projects; site investigations to support new development of facilities on raw land or redevelopment of existing facilities on developed sites; support and coordination of various technical disciplines; preparation of DD Form 1391 or similar planning and programming related documents; and post construction award services. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC SW AOR including, but not limited to California (87 percent); Arizona (5 percent); Nevada (5 percent); Colorado (1 percent); New Mexico (1 percent); and Utah (1 percent), and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy and Marine Corps). This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2432). 

General Dynamics, Electric Boat Corp., Groton, Connecticut, is awarded a $23,689,683 delivery order under a previously awarded, multiple award, indefinite-delivery/indefinite-quantity contract N00024-16-D-4300 for the planning and material procurement requirements associated with repair work for USS John Warner (SSN 785). Work will be performed in Groton, Connecticut, and is expected to be complete by June 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $6,200,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Raytheon Co., El Segundo, California, is awarded a $12,192,816 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and test support services for the ALQ-249 Next Generation Jammer (NGJ) currently in development for the Navy EA-18G aircraft. Services to be provided include software support for NGJ pod and integration, including requirements analysis, design, development, integration, testing, training, and tools related to and in support of ALQ-249 and advanced electronic warfare initiatives. Work will be performed in El Segundo, California (75 percent); and Point Mugu, California (25 percent), and is expected to be completed in March 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $349,858 will be obligated at 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 6.302-1. The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity (N68936-19-D-0017).

Optics 1 Inc., Bedford, New Hampshire, is awarded a $12,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for production, repair, and engineering support services for the ground based operational surveillance system light optical camera. The primary work is to manufacture and deliver a tripod mounted electro-optical and infrared sensor that provides both daylight and night vision imagery for detecting, classifying, and identifying targets to be mounted on a variant of the ground based operational surveillance system. Work will be performed in Bedford, New Hampshire, and is expected to be complete by March 2024. Fiscal 2019 and 2018 research, development, test, and evaluation (Navy) funding in the amount of $253,413 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 two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016419DJV28).

SimVentions Inc., Fredericksburg, Virginia, is awarded a $12,000,000 indefinite-delivery/indefinite-quantity contract for the continued development, extension, and upgrade of the AN/SLQ-32(V)X Tactical Simulator tools and capabilities delivered in support of Navy training and integration and test efforts. Work will be performed in Fredericksburg, Virginia (88 percent); Fairmont, West Virginia (8 percent); and Pensacola, Florida (4 percent), and is expected to be completed by February 2024. Fiscal 2019 research, development, test, and evaluation (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,514,452 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(ii) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-19-D-4502).

Bath Iron Works, Bath, Maine, is awarded a $10,950,758 cost-plus-award-fee modification to previously-awarded contract N00024-18-C-2313 for DDG 51 class lead yard services, including engineering and technical assistance for new-construction DDG 51-class ships. This modification to the contract is for continued lead yard services for the DDG 51 Class Destroyer Program. Lead yard services include liaison for follow ship construction, general class services, class design contractor services, class change design services for follow ships, and ship trials and post-shakedown availability support. Work will be performed in Bath, Maine (96 percent); Brunswick, Maine (3 percent); and other locations below one percent (1 percent), and is expected to be completed by July 2019. Fiscal 2014 and 2015 shipbuilding and conversion (Navy) funding in the amount of $10,379,684 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.

DEFENSE LOGISTICS AGENCY

Datex-Ohmeda Inc., Madison, Wisconsin, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for patient monitoring systems, accessories and training. This was a competitive acquisition with 36 responses received. This is a five-year base contract with one five‐year option period. Location of performance is Wisconsin, with a March 5, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0013).

Raytheon Co., El Segundo, California, has been awarded an estimated $17,828,176 firm-fixed-priced delivery order (SPRPA1-19-F-C303) against a five-year basic ordering agreement (SPRPA1-17-G-C301) for aircraft radar system spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Location of performance is Mississippi, with a Dec. 20, 2021, performance completion date. Using customers are Navy and Canadian Armed Forces. Type of appropriation is fiscal 2019 Navy working capital funds and Foreign Military Sales. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

MISSILE DEFENSE AGENCY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a sole-source cost-plus-fixed-fee modification in the amount of $14,162,806 to previously awarded contract HQ0276-15-C-0005, Contract Line Item Number 3002, to provide continued production support and engineering for the Standard Missile SM-3 Block IB program. This modification increases the total cumulative face value of the contract by $14,162,806 from $1,794,948,196 to $1,809,111,002. The work will be performed in Tucson, Arizona, with an expected completion date of October 2019. Fiscal 2019 Defense Wide Procurement funding in the amount of $14,162,806.00 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

*Small business