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 Some of the information contained within may be outdated and links may not function.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 16, 2019

DEFENSE LOGISTICS AGENCY

Foster Fuels,* Brookneal, Virginia, has been awarded a maximum $475,796,692 fixed-price with economic-price-adjustment contract for the delivery of various types of fuel. This was a competitive acquisition with nine responses received. This is a five-year contract with no option periods. Locations of performance are all 50 states, Guam, American Samoa, and the Commonwealth of the Northern Mariana Islands, with a May 31, 2024, performance completion date. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2019 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-19-D-4001).

NAVY

Alutiiq Information Management LLC.,* Kodiak, Alaska, is being awarded a $115,712,333 small business 8(a) set-aside, cost-plus-fixed-fee, cost reimbursable, firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides logistics support services and technical publications in support of the Logistics Product Data Division. Work will be performed in Cherry Point, North Carolina (38.16 percent); Jacksonville, Florida (10.08 percent); North Island, California (17.04 percent); Lakehurst, New Jersey (10.65 percent); Patuxent River, Maryland (18.6 percent); China Lake, California (4.62 percent); and various locations within the continental U.S. (0.85 percent), and is expected to be completed by June 2023. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. This contract was a small business 8(a) set-aside competitively procured via an electronic request for proposal; four offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0064).

Duke Energy Progress, Raleigh, North Carolina, is awarded a firm-fixed-price task order (N4008519F9952) for $58,876,931 under a General Services Administration area-wide contract for the implementation of four energy conservation measures at Marine Corps Base, Camp Lejeune. The work to be performed provides for implementation of cost-effective energy conservation measures that include: water and waste water Supervisory Control and Data Acquisition system upgrade, lift station conversion to gravity flow, replacement of building lighting with LED, and water and waste water treatment process efficiency improvements to include motor efficiency upgrades, ultraviolet disinfection bulb upgrades, and sludge mixing system improvements. The primary goal of the project is to reduce energy consumption and provide more resilient and sustainable facility infrastructure. Work will be performed in Camp Lejeune, North Carolina, and is expected to be completed by August 2021. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $4,000,000 are obligated at the time of this award and will expire at the end of the current fiscal year. The Energy Independence and Security Act of 2007 authorizes agencies to use appropriations, private financing or a combination to comply with its requirements for utility energy service contracts for evaluations/project implementation. For this project, the Navy has agreed to pay for the remaining costs of services/construction from project financing which will be obtained by Duke Energy Progress. The contract was procured under the authority of Title 10 U.S. Code Section 2304(c)(5), which expressly authorizes or requires that the acquisition be made through another agency or from a specific source, as implemented by Federal Acquisition Regulation 6.302-5. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (GS-00P-14-BSD-1055).

Floor Tech America Inc.,* Pomona, California, is awarded a maximum amount of $49,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations, and repair projects at Naval Base Ventura County. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to: alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Port Hueneme, California (50 percent); and Point Mugu, California (50 percent). The term of the contract is not to exceed 60 months, with an expected completion date of May 2024. Fiscal 2019 operations and maintenance, Navy (O&M, N) 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 O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2619).

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $42,238,558 cost-plus-fixed-fee delivery order (N0001919F2768) against a previously issued basic ordering agreement (N00019-17-G-0002). This order procures fleet software sustainment including engineering and technical support for the V-22 flight control system and on-aircraft avionics for the Marine Corps and Air Force. Work will be performed in Ridley Park, Pennsylvania (93 percent); and Fort Worth, Texas (7 percent), and is expected to be completed in June 2021. Fiscal 2017, 2018 and 2019 aircraft procurement (Navy and Air Force) funds; fiscal 2019 operations and maintenance (Navy and Air Force) funds; and fiscal 2019 research, development, test and evaluation (Air Force) funds in the amount of $38,546,169 will be obligated at the time of award, $10,206,333 of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($25,548,289; 66 percent); and the Air Force ($12,997,880; 34 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems Information and Electronic Systems, Nashua, New Hampshire, is awarded a $36,726,784 firm-fixed-price contract for the demonstration and development of the Dual Band Decoy capability which will leverage existing and projected contractor technologies and expand capabilities relative to the currently fielded Integrated Defense Electronic Countermeasures AN/ALE-55 Fiber Optic Towed Decoy and AN/ALE-50 Advanced Airborne Expendable Decoy used on the F/A-18E/F aircraft. Work will be performed in Nashua, New Hampshire, and is expected to be completed in August 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $12,000,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via broad agency announcement; three offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-1025).

General Electric Co., Cincinnati, Ohio, is awarded a $26,376,678 firm-fixed-price delivery order for LM2500 single shank hot section kits and paired blade components. The material procured under this delivery order will be used to replace worn out nozzles and blades during the repair process, thus extending the life of the engine. Work will be performed in Cincinnati, Ohio, and is expected to be completed by July 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $26,376,678 will be obligated at the time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this order was not competitively procured. Only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-G-4113).

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $14,991,567 cost-plus-fixed-fee modification to previously-awarded contract N00024-19-C-2112 for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (98 percent); and Schenectady, New York (2 percent), and is expected to be completed by September 2026. Fiscal 2019 other procurement (Navy); and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $14,991,567 will be obligated at the 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.

Global, A 1st Flagship Co.,* Newport Beach, California, is awarded a $13,234,068 cost-plus-fixed-fee modification to a previously-awarded contract (N00024-17-C-4404) to exercise Option Period Two to acquire services and material necessary to support and maintain all vessels assigned to the Naval Sea Systems Command (NAVSEA) Inactive Ships Maintenance Office, Bremerton, Washington. Work will be performed in Bremerton, Washington, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,511,232 will be obligated at the time of award and will not expire at the end of the current fiscal year. This option exercise is for services and material necessary to operate and maintain all vessels assigned to the NAVSEA Inactive Ships Maintenance Office, Bremerton, Washington. Services include receipt, inspection, survey, maintenance and disposal of vessels. In addition, the contractor may perform structural, mechanical and electrical repairs. This contract includes options which, if exercised, would bring the cumulative value of this contract to $60,737,344. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin, Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,747,722 modification to previously awarded contract N00024-11-C-2300 to exercise an option for class design and option for post delivery support for USS St. Louis (LCS 19). This option exercise is for post delivery support of USS St. Louis (LCS 19) of the Littoral Combat Ship (LCS) program. Lockheed Martin will perform the planning and implementation of deferred design changes that have been identified during the construction period. The corrections and upgrades are necessary to support St. Louis Sailaway and follow-on post delivery test and trials period. Work will be performed in Marinette, Wisconsin (57 percent); Hampton, Virginia (14 percent); Moorestown, New Jersey (11 percent); San Diego, California (11 percent); and Washington, District of Columbia (7 percent); and is expected to be completed by December 2020. Fiscal 2014 and 2013 shipbuilding and conversion (Navy) funding in the amount of $7,500,000 will be obligated at the 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.

Mercury Defense Systems Inc., Cypress, California, is awarded an $11,916,919 firm-fixed-price delivery order (N6833519F0051) against a previously issued basic ordering agreement (N68335-17-G-0017). This order provides for 22 Type II Advanced Digital Radio Frequency Memories (DRFM) hardware and software in support of Small Business Innovation Research (SBIR) Phase III that derives from, extends, or completes an effort performed under SBIR Topic N06-036 entitled “Advanced Techniques for DRFM” in support of Air Force weapon test programs. Work will be performed in Cypress, California (60 percent); and West Caldwell, New Jersey (40 percent), and is expected to be completed in January 2021. Fiscal 2019 aircraft procurement (Air Force) funds in the amount of $11,919,616 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Global, A 1st Flagship Co.,* Newport Beach, California, is awarded a $9,683,697 cost-plus-fixed-fee modification to a previously awarded contract (N00024-17-C-4410) to exercise Option Period Two to acquire services and material necessary to support and maintain all vessels assigned to the Naval Sea Systems Command (NAVSEA) Inactive Ship Maintenance Office, Pearl Harbor, Hawaii. This option exercise is for services and material necessary to operate and maintain all vessels assigned to the NAVSEA Inactive Ship Maintenance Office, Pearl Harbor, Hawaii. Services include receipt, inspection, survey, maintenance and disposal of vessels. In addition, the contractor may perform structural, mechanical, and electrical repairs. This contract includes options which, if exercised, would bring the cumulative value of this contract to $45,854,642. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by June 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $3,170,697 will be obligated at the 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.

Serco Inc., Herndon, Virginia, is awarded a $9,478,782 cost-plus-fixed-fee, firm-fixed-price modification to a previously-awarded indefinite-delivery/indefinite-quantity contract (N00174-18-D-0018) to exercise Option Year One ordering period for Close-In Weapons System (CIWS) waterfront installation support. This contract provides support in performing the functions of an alteration installation team with the installation of ship alterations, ship change documents and ordnance alterations as related to the CIWS on Navy, Army, Coast Guard and Foreign Military Sales vessels. This modification brings the cumulative value of this contract to $17,781,581. This contract involves foreign military sales to Saudi Arabia. Work will be performed in Norfolk, Virginia (41 percent); San Diego, California (30 percent); Everett, Washington (6 percent); Mayport, Florida (6 percent); Yokosuka, Japan (6 percent); Pearl Harbor, Hawaii (5 percent); Jubail & Jeddah, Saudi Arabia (4 percent); and Rota, Spain (2 percent), and is expected to be completed by August 2020. No funding is being obligated at the time of this award. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

Continental Tide Defense Systems Inc.,* Reading, Pennsylvania (N0017819D4002); Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N0017819D4003); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N0017819D4004); and R&P Technologies,* Dublin, Pennsylvania (N0017819D4005), are awarded a maximum value $8,484,743 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple award contract to provide fiber optic repair and modernization services for scheduled fiber optic shipboard modernization installations onboard ships or submarines. These services are needed to fulfill traditional In-Service Engineering Agent (ISEA) roles/responsibilities while allowing other organizations working with the ISEA to deliver modernization/repair capabilities to the fleet outside of ISEA assessments. The contractor will support the needs of multiple ships/classes and future ships/classes. This is a new requirement to fiber optic repair and modernization services to address scheduled fiber optic shipboard modernization installations during availabilities and repair of deficiencies found onboard ships or submarines. This work will be performed in Norfolk, Virginia (40 percent); San Diego, California (40 percent); Yokosuka, Japan (10 percent); Mayport, Florida (5 percent); and Pearl Harbor, Hawaii (5 percent), and is expected to be completed by May 2024. Fiscal 2019 operations and maintenance, (Navy) funding in the amount of $2,982 for initial delivery orders will be obligated at contract announcement and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with five offers received. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity.
 
AIR FORCE

Northrop Grumman Systems Corp., Woodland Hills, California, has been awarded a $65,890,870 definitization modification (PZ0001) to contract FA8540-19-C-0001 for Embedded Global Positioning System (GPS)/Inertial Navigation System (EGI) engineering, manufacturing and development. The contract modification provides for the engineering design, development, and test capability to incorporate a modernized GPS receiver card into existing fielded and reducing the number of configurations of future production EGIs. Work will be performed in Woodland Hills, California, and is expected to be complete by Nov. 27, 2020, with two one-year options. This modification brings the total cumulative face value of the contract to $125,011,413. Fiscal 2019 research and development funds in the amount of $13,000,000 is being obligated at the time of the award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Isometrics Inc., Reidsville, North Carolina, has been awarded an $11,292,728 delivery order (FA8534-19-F-0032) against previously awarded contract FA8533-14-D-0001 for the production of A/S32 R-11 aircraft re-fueling/defueling/hydrant servicing trucks. This delivery order brings the total cumulative face value of the contract to $69,490,102. Work will be performed in Reidsville, North Carolina, and is expected to be complete by May 31, 2023. Fiscal 2019 procurement funds in the full amount are being obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Two Six Labs,* Arlington, Virginia, has been awarded an $8,451,182 cost-plus-fixed-fee-completion contract for facilitating interchange and nonpublic information sharing while hiding within local inhospitable network environments software and hardware. This effort develops a unique software architecture and systems integration approach that is specifically designed to address secure and anonymous messaging systems. Work will be performed in Arlington, Virginia, and is expected to be complete by May 16, 2023. This award is the result of a competitive acquisition and 24 offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $839,448 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0501).

The Entwistle Co., Danville, Virginia, has been awarded an $8,141,420 delivery order (FA8534-19-F-0045) against previously awarded contract FA8533-12-D-0005 for the fuels operational readiness capability equipment (FORCE). FORCE is a deployable and modular fuel system that provides joint capability to fuel aircraft and support equipment at forward locations. This delivery order brings the total cumulative face value of the contract to $75,378,213. Work will be performed in Danville, Virginia, and is expected to be complete by Oct. 31, 2025. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 procurement funds in the full amount are being obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Arizona, is being awarded a sole-source, cost-plus-fixed-fee modification in the amount of $30,369,205 to previously awarded contract HQ0276-15-C-0005, Contract Line Item Number 3034 to provide Service Life Evaluation Program support. This modification increases the total cumulative face value of the contract by $30,369,205 from $1,808,713,136 to $1,839,082,341. The place of performance is Tucson, Arizona, with an expected completion date of December 2023. Defense-wide procurement funds in the amount of $30,369,205 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

ARMY

PBI-CYS Civil & Structural Consultants LLC,* Folsom, California (W91238-19-D-0005); and MGE Engineering Inc.,* Sacramento, California (W91238-19-D-0004), will compete for each order of the $10,000,000 firm-fixed-price contract for civil works design services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of May 15, 2024. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

Multi-MAC JV,* Yuma, Arizona, was awarded a $10,000,000 firm-fixed-price contract for architect and engineers 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 16, 2024. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-D-0001).

H.P. White Laboratory Inc., Street, Maryland (W91CRB-19-D-0022); Chesapeake Testing Services Inc. National Technical Systems, Belcamp, Maryland (W91CRB-19-D-0023); and Oregon Ballistic Laboratories LLC,* Salem, Oregon (W91CRB-19-D-0024), will compete for each order of the $9,900,000 firm-fixed-price contract for ballistic testing of personal body armor. 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 May 15, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Crosby Dredging LLC, Galliano, Louisiana, was awarded a $9,274,000 firm-fixed-price contract for Mississippi River maintenance dredging in Plaquemines Parish, Louisiana. Bids were solicited via the internet with four received. Work will be performed in Venice, Louisiana, with an estimated completion date of Jan. 17, 2020. Fiscal 2017, 2018 and 2019 operations and maintenance, Corps of Engineers funds in the amount of $9,274,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0030).
 
DEFENSE INFORMATION SYSTEMS AGENCY

Peraton Government Communications Inc., Herndon, Virginia, was awarded a firm-fixed-price contract modification (P00011), 47QTCA18D00FD/HC101315F0023, for commercial satellite communications service. The face value of this action is $7,479,248 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $37,406,240. Performance directly supports the U.S. Central Command commercial satellite bandwidth support. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and one quotation was received from 25 offerors solicited. The period of performance for Option Period Four is June 1, 2019, through May 31, 2020; there are no remaining unexercised option periods for this task order. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity.

*Small business