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 Some of the information contained within may be outdated and links may not function.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 2, 2019

AIR FORCE

Black River Systems Co.,* Utica, New York, has been awarded an $88,733,141 cost-plus-fixed-fee contract for operational counter-small unmanned aircraft systems (s-UAS) open systems architecture software/hardware systems. This contract provides for system analysis, simulation and modeling, technique development, hardware and software rapid prototyping, integration, test, demonstration, data analysis, transition, operational assessment, and hardware and software enhancement relative to the objective. Work will be performed in Utica, New York, and is expected to be complete by May 1, 2022. This award is the result of a Small Business Innovation Research III contract. Fiscal 2018 and 2019 research, development, test, and evaluation funds in the amount of $5,031,500; and fiscal 2018 and 2019 procurement funds in the amount of $9,716,140, are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0040).

Northrop Grumman Systems Corp. Mission Systems, Chantilly, Virginia, has been awarded an $82,320,000 cost contract for Enhanced Polar System Recapitalization (EPS-R) Control and Planning Segment (CAPS). This contract provides for the development of software to address international host accommodations for new out of band link functions, cyber architecture, orbit planning, and the capability for controlling four EPS Payloads simultaneously on a single software baseline. Work will be performed in Redondo Beach, California, and is expected to be complete by Sept. 30, 2023. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $14,700,000 are being obligated at the time of award. The Space and Missile Systems Center, Military Satellite Communications Directorate, Los Angeles Air Force Base, California, is the contracting activity (FA8808-19-C-0001).

Engility Corp., Andover, Massachusetts, has been awarded a $58,486,192 cost-plus-fixed-fee contract for research and development. This contract provides for the enhancement of airman combat survivability by enabling forces to counter optical hazards and threats while exploiting optical systems. The goal of the research is to further scientific knowledge of optical radiation to protect against and exploit physical, physiological, psychological, and other effects of optical radiation. Work will be performed primarily at Fort Sam Houston, Texas, and is expected to be complete by April 30, 2025. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $5,997,330 are being obligated at the time of award. Air Force Research Laboratory, Wright Research Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-6024).

MISSILE DEFENSE AGENCY

Orbital Sciences Corp. (a wholly owned subsidiary of Northrop Grumman Innovation Systems), Chandler, Arizona, is being awarded a $46,809,398 cost-plus-award-fee, cost-plus-incentive-fee, fixed-price-award-fee modification (P00237) to a previously awarded contract (HQ0147-11-C-0006). The value of this contract is being increased from $1,209,315,046 by $46,809,398 to $1,256,124,444. Under this modification, the contractor will provide Intercontinental Ballistic Missile (ICBM) target capability upgrade kits and associated nonrecurring engineering. The work will be performed in Chandler, Arizona. The performance period is from April 2019 through December 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $12,730,000 are being obligated on this award. One offer was solicited and one offer was received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

NAVY

Harper Construction Co. Inc., San Diego, California, is awarded $41,578,195 for firm-fixed-price task order N6247319F4561 under a previously awarded multiple award construction contract (N62473-18-D-5853) for construction of a maintenance and warehouse facility at Marine Corps Base Camp Pendleton, California. The work to be performed provides for a design-build project, consisting of demolition of existing structures, utilities, and pavement, to make room for a new amphibious vehicle maintenance complex. The complex will include a maintenance facility, general purpose warehouse, armory, overhead cover structure, and a general storage area. New utilities and pavement will be added to the maintenance complex. Work will be performed in Oceanside, California, and is expected to be completed by June 2022. Fiscal 2019 military construction (Navy) contract funds in the amount of $41,578,195 are obligated on this award and will not expire at the end of the current fiscal year. Seven proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity.

Magnum Medical Overseas JV LLC, Angleton, Texas, is awarded a $20,800,000 firm-fixed-price contract for educational and developmental intervention services at naval military treatment facilities and any associated branch clinics outside the contiguous U.S. Pacific and Atlantic regions to include: Naval Hospital Okinawa, Japan (20 percent); Naval Hospital Yokosuka, Japan (20 percent); Naval Hospital Guam, Guam (20 percent); Naval Hospital Sigonella, Italy (20 percent); Naval Hospital Rota, Spain (10 percent); and Naval Hospital Naples, Italy (10 percent). This is a five-year single award contract and all work is expected to be completed by Jan. 31, 2024. Fiscal 2019 Defense Health Program funds in the amount of $2,198,241 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-C-0003).

AAI Corp., Hunt Valley, Maryland, is awarded a $20,452,716 cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-6322 for engineering and technical services for the Unmanned Influence Sweep System (UISS) Unmanned Surface Vehicle program. The UISS is the system which will allow the Littoral Combat Ship to perform its mine warfare sweep mission. UISS will target acoustic, magnetic, and magnetic/acoustic combination mine types. The UISS program will satisfy the Navy’s need for a rapid, wide-area coverage mine clearance capability, required to neutralize magnetic/acoustic influence mines. UISS seeks to provide a high area coverage rate in a small, lightweight package with minimal impact on the host platform. Work will be performed in Hunt Valley, Maryland (70 percent); and Slidell, Louisiana (30 percent), and is expected to be complete by September 2019. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $7,670,225 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

Luhr Brothers Inc., Columbia, Illinois, was awarded a $22,936,000 firm-fixed-price contract for Mississippi River and tributaries flood control. Bids were solicited via the internet with three received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of May 1, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $22,936,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0010).

Pond & Co., Metairie, Louisiana (W912BV-19-D-0007); Jacobs Government Services Co., Fort Worth, Texas (W912BV-19-D-0008); and Michael Baker International Inc., Moon Township, Pennsylvania (W912BV-19-D-0009), will compete for each order of the $20,000,000 firm-fixed-price contract for architect-engineer master planning services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of May 1, 2024. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

DEFENSE LOGISTICS AGENCY

National Industries For The Blind,** has been awarded a maximum $15,036,000 modification (P00007) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B022) with two one-year option periods for Army Physical Fitness Uniform (APFU) jackets. This is an indefinite-delivery contract. Locations of performance are North Carolina and Maryland, with a May 10, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Raytheon Co., McKinney, Texas, has been awarded a maximum $9,362,924 firm-fixed-priced delivery order (SPRPA1-19-F-LG07) against a five-year basic ordering agreement (SPRPA1-14-G-001X) with no option periods for aircraft spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. Location of performance is Texas, with a Feb. 28, 2021, performance completion date. Using customers are Navy and Japan. Type of appropriation is fiscal 2019 through 2021 Navy working capital funds and foreign military sales. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

CORRECTION: The contracts announced on April 26, 2019, for Sea Box,* Cinnaminson, New Jersey (SPRD11-19-D-0100; $471,828,000); W&K Containers,* Mill Valley, California (SPRDL1-19-D-0101; $19,513,750); and NexGen Composites,* Franklin, Ohio (SPRDL1-19-D-0097, $253,608,919), were announced with an incorrect award date. The correct award date is May 2, 2019. They were also announced without the solicitation number. The solicitation number is SPRDL1-18-R-0353.

*Small business

**Mandatory source