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 Some of the information contained within may be outdated and links may not function.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. 25, 2019

WASHINGTON HEADQUARTERS SERVICE

Microsoft Corporation, Redmond, Washington, has been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a ceiling value of $10,000,000,000 over a period of 10 years, if all options are exercised.  The JEDI Cloud contract will provide enterprise level, commercial Infrastructure as a Service (IaaS) and Platform as a Service (PaaS) to support Department of Defense business and mission operations.  Work performance will take place at the awardee's place of performance.  Fiscal 2020 operations and maintenance funds in the amount of $1,000,000 are being obligated on a task order against this award to cover the minimum guarantee.  The expected completion date is Oct. 24, 2029, if all options are exercised.  Washington Headquarters Services, Alexandria, Virginia, is the contracting activity (HQ0034-20-D-0001).  Task Order HQ0034-20-F-0009 was awarded for the minimum guarantee of $1,000,000.  Task Order HQ0034-20-F-0010 was awarded for $0.00 for Cloud Computing Program Office (CCPO) Program Management (PM) Support.

AIR FORCE

DM Aero LLC, Byron, Georgia (FA8509-20-D-0001); KIHOMAC Inc., Reston, Virginia (FA8509-20-D-0002); iAccess Technologies Inc., Santa Ana, California (FA8509-20-D-0003); Erickson Incorporated, Medford, Oregon (FA8509-20-D-0004); Radiance Technologies Inc., Huntsville, Alabama (FA8509-20-D-0005); Science and Engineering Services LLC, Huntsville, Alabama (FA8509-20-D-0006); Scientific Research Corporation, Atlanta, Georgia (FA8509-20-D-0007); SelectTech Services, Centerville, Ohio (FA8509-20-D-0008); Strata-G Solutions Inc., Huntsville, Alabama (FA8509-20-D-0009); Strategic Enterprise Solutions Corporation, Warner Robins, Georgia (FA8509-20-D-0010); Support System Associates Inc., Melborne, Florida (FA8509-20-D-0011); and T3 Aerospace LLC, Anchorage, Alaska (FA8509-20-D-0012), have been awarded a combined $996,000,000 ceiling, indefinite-delivery/ indefinite-quantity, multiple award contract.  The contracts will provide non-recurring engineering, trial installation kit, trial kit installation, kit proof kit, kit-proof installation, testing, test support, aircraft integration support, production kits, production kit installation, government furnished property/contract acquired property, interim contractor support, contractor logistics support, provisioning, field service representatives, field service representatives, program management, travel and per diem, kit packaging, handling, shipping and transportation, initial spares, other direct costs, over and above, contract data requirements and post award orientation conference travel in support of various aircraft modifications to Air Force fixed wing and rotary aircraft platforms.  Work will be performed in locations according to the individual order level and is expected to be completed by April 16, 2028.  This award is the result of a competitive small business set-aside and 17 offers were received.  Fiscal 2018 and 2019 3010 procurement funds in the amount of $1,500 to each awardee, for a total of $18,000, are being obligated at the time of award.  The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

CACI NSS Inc., Colorado Springs, Colorado, has been awarded a $63,267,131 fixed-price-incentive-firm target modification (P00097) to previously awarded contract FA8823-16-C-000C for support of Consolidated Air Force Satellite Control Network (AFSCN) Modification, Maintenance, and Operations (CAMMO).  The modification exercises the third option period effective Nov. 22, 2019.  This contract provides for continued operations and maintenance at AFSCN mission locations, AFSCN factory compatibility testing and phase-in sustainment activities for same systems.  Work will be performed at Diego Garcia Tracking Station, Diego Garcia, British Indian Ocean Territory; Guam Tracking Station, U.S. Territory of Guam; Hawaii Tracking Station, Ka'ena Point, Hawaii; New Hampshire Tracking Station, New Boston Air Force Station, New Hampshire; Thule Tracking Station, Thule Air Base, Greenland; Vandenberg Tracking Station, Vandenberg Air Force Base, California; Telemetry and Commanding Station, Bordon, Hants, United Kingdom; and Eastern Vehicle Checkout Facility, Cape Canaveral Air Force Station, Florida, and is expected to be completed by May 21, 2024.  The total cumulative face value of the contract is $341,965,067.  Fiscal 2020 operations and maintenance funds in the amount of $19,111,902 are being obligated at the time of award.  The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

Defense Engineering Corp., Beavercreek, Ohio, has been awarded a $38,900,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for research and development for the Laser Radar (LADAR) Innovative Development and Research (LIDR).  The contract provides research and development to conduct innovative research and development into electro-optical components and technology, advancing warfighting capabilities and supporting existing and emerging needs of the Air Force and the Department of Defense.  Work will be performed at Dayton, Ohio, and is expected to be complete by Oct. 31, 2026.  The award is the result of a competitive 1-Step Broad Agency announcement and three offers were received.  Fiscal 2019 research and development funds in the amount of $382,684 are being obligated to the first task order at time of award.  The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-D-1013).

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $17,868,222 undefinitized contract action for the France MQ‐9 Block 5 weaponization and Foreign Military Sales (FMS) Pod Integration effort.  This contract provides for the weaponization of the French Air Force MQ‐9 Block 5 aircraft and integration of the FMS Pod onto the French Air Force MQ‐9 Block 5 aircraft. Work will be performed in Poway, California, and is expected to be complete by Nov. 30, 2021.  This contract involves 100% foreign military sales to France.  Foreign military sales funds in the amount of $8,755,428 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8620‐20‐F‐2390).

The Boeing Co., St. Louis, Missouri, has been awarded a 16,699,088 cost-plus, fixed-fee contract for Universal Armament Interface.  This contract provides for system engineering and program management universal armament interface development.  Work will be performed at St. Louis, Missouri, and is expected to be completed by Oct. 31, 2024.  This award is the result of a sole source acquisition.  Fiscal 2020 research, development, test and evaluation funds in the amount of $850,000 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8628-20-C-2269).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $148,417,608 cost-plus-incentive-fee, cost-plus-fixed-fee order (N00019-20-F-0301) against a previously issued basic ordering agreement (N00019-19-G-0008).  This order procures durability testing support for the certification of the F-35B aircraft variant to a minimum of 8,000 flight hours/30 year service life in support of the Marine Corps and non-Department of Defense participants.  The effort includes the test article configuration, the test article build, the test plan, the testing itself, and teardown and analysis.  Work will be performed in Fort Worth, Texas (65%); Palmdale, California (25%); and Samlesbury, United Kingdom (10%), and is expected to be completed in July 2032.  Fiscal 2020 research, development, test and evaluation (Marine Corps) and non-DOD participant funds in the amount of $6,083,023 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.

Strategic Data Systems Inc., Keller, Texas, is awarded a $121,644,033 cost-plus-fixed-fee (CPFF), indefinite-delivery/indefinite-quantity single award contract with CPFF and firm-fixed-price ordering provisions on behalf of Navy Personnel Command within the Manpower, Personnel, Training and Education domain to obtain MyNavy Career Center support services.  The contract will include a five-year ordering period and is expected to be begin January 2020 and will be completed by January 2025.  Work will be performed in Millington, Tennessee, (87%) and Norfolk, Virginia (13%). Fiscal 2020 operations and maintenance (Navy) funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year.  This contract was competitively procured, with eight offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-20-D-Z003).

DEFENSE LOGISTICS AGENCY

Honeywell International Inc., Tempe, Arizona, has been awarded an estimated $77,071,521 modification (P00210) to a three-year contract (SPE4AX-15-D-9409), for an additional three years of pricing in support of the F/A-18 aircraft.  This is a firm-fixed-price requirements type contract.  This is three-year contract with no option periods.  Location of performance is Arizona, with an Oct. 29, 2022, performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2019 through 2022 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Clipper Oil,* San Diego, California, has been awarded a minimum $8,508,150 fixed-price with economic-price-adjustment contract for marine gas oil.  This was a competitive acquisition with 41 responses received.  This is a 60-month contract with one six-month option period.  Locations of performance are California, American Samoa, Hawaii, Oregon and Alaska, with an Oct. 31, 2024, performance completion date.  Using customers are Army, Navy, Military Sealift Command, Coast Guard and federal civilian agencies.  Type of appropriation is fiscal 2020 through 2024 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE608-20-D-0351).

Tennier Industries,* Delray, Florida, has been awarded a maximum $7,152,750 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the GEN III Layer 5 Soft Shell Jacket.  This was a competitive acquisition with one response received.  This is a one-year base contract with two one-year option periods.  Location of performance is Florida, with an Oct. 24, 2020, performance completion date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2020 through 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1203).

*Small Business