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 Some of the information contained within may be outdated and links may not function.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 Aug. 21, 2017

CONTRACTS

 

NAVY

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded not-to-exceed $427,088,637 for undefinitized order N0001917F0027 against a previously issued basic ordering agreement (N00019-14-G-0020).  This order provides for the procurement of ancillary military equipment and pilot flight equipment for low rate initial production Lot 11 F-35 Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, non-Department of Defense (DoD) participants and foreign military sales (FMS) customers.  Work will be performed in Inglewood, California (60 percent); White Plains, New York (25 percent); St. Petersburg, Florida (5 percent); Orlando, Florida (5 percent); and Fort Worth, Texas (5 percent).  Work is expected to be completed in December 2020.  Fiscal 2015 aircraft procurement (Air Force and Navy); fiscal 2016 aircraft procurement (Air Force, Marine Corps and Navy); fiscal 2017 aircraft procurement (Air Force, Marine Corps and Navy); non-DoD participants; and FMS funds in the amount of $212,097,843 are being obligated on this award, $13,234,516 of which will expire at the end of the current fiscal year.  This order combines purchases for Air Force ($152,080,223; 36 percent); Marine Corps ($84,392,523; 20 percent); Navy ($53,091,592; 12 percent); non-DoD participants ($81,671,979; 19 percent); and FMS customers ($55,852,320; 13 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Hawaiian Dredging Construction Co. Inc., Honolulu, Hawaii, is being awarded a $60,648,252 firm-fixed-price contract for new construction (design-bid-build) of a two story of a regimental consolidated communications/electronics facility and a six story multi-level concrete framed parking facility at Marine Corps Base, Hawaii.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $63,358,424.  Work will be performed in Kaneohe, Hawaii, and is expected to be completed by March 2020.  Fiscal 2017 military construction (Navy) contract funds in the amount of $60,648,252 are obligated on this 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 five proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-17-C-1307).

 

Contrack Watts Inc., McLean, Virginia, is being awarded a $41,167,515 firm-fixed-price contract for construction of upgrades to the existing sanitary sewer system at the Naval Base Guam.  The work to be performed provides for replacement, rehabilitation and upgrade of sewage collection systems throughout the Naval Base Guam and outlying areas.  The outlying areas include Nimitz Hill, Naval Hospital, Polaris Point, Ordnance Annex, and Apra Palms Housing.  Work will be performed in Joint Region Marianas, Guam, and is expected to be completed by January 2020.  Fiscal 2016 military construction (Navy) contract funds in the amount of $41,167,515 are obligated on this award, of which $9,732,991 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-17-C-1325).

 

Raytheon Co., McKinney Texas, is being awarded a maximum ceiling $33,100,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the Firepower Enhancement Program (FEP), System Technical Support.  The FEP was developed in order to implement a second generation forward looking infrared that met detection and identification ranges under different battlefield conditions as well as a far target location capability.  This contract contains one five-year ordering period from Aug. 21, 2017 through Aug. 20, 2022, and one option consisting of a five-year ordering period from Aug. 21, 2022 through Aug. 20, 2027.  Work will be performed in McKinney, Texas, with an expected completion date of Aug. 20, 2027.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $485,500 will be obligated at the time of award and will expire and the end of the current fiscal year.  Fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $335,000 will also be obligated at the time of award, for a total obligation of $820,500. Subsequent funding will be applied to future delivery orders.  This contract is being awarded as a sole-source contract in accordance with 10 U.S. Code 2304(c)(1).  The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-17-D-1249).

 

Trimble Inc., Dayton, Ohio is being awarded $9,860,584 for firm-fixed-price delivery order M67854-17-F-5037 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-13-D-5023) for 95 Laser Leveling systems, 95 Global Positioning Satellite systems, four Army 120M road grader kits, installation kits, and associated transportation and installation, to sustain operational readiness of the systems.  Work will be performed in Dayton, Ohio, and is expected to be completed by March 31, 2018.  Fiscal 2017 (Army) procurement funds in the amount of $9,860,584 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Virginia, is the procuring contracting activity.  

 

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded $8,770,696 for cost-plus-incentive-fee contract modification P00015 to fund previously exercised options under a previously awarded and announced contract (N00030-16-C-0100) for Trident II (D5) missile deployed system support.  The work will be performed in Cape Canaveral, Florida (55.88 percent); Sunnyvale, California (22.75 percent); Silverdale, Washington (11.67 percent); Merritt Island, Florida (3.54 percent); Oakridge, Tennessee (2.11 percent); Franklin, Pennsylvania (1.94 percent); Tullahoma, Tennessee (0.59 percent); North Hollywood, California (0.38 percent); and other various locations (less than 0.10 percent each, 1.14 percent total), with an estimated completion date of Sept. 30, 2021.  Fiscal 2017 weapons procurement (Navy) funds in the amount of $8,770,696 are being obligated on this award, none of which will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. 

 

 

 

AIR FORCE

 

The Boeing Co., Huntsville, Alabama, has been awarded a $349,159,962 contract for Ground-based Strategic Deterrent. This contract is to conduct technology maturation and risk reduction to deliver a low technical risk, affordable total system replacement of Minuteman III to meet intercontinental ballistic missiles operational requirements. Work will be performed in Huntsville, Alabama, and other various locations as needed and is expected to be completed by Aug. 20, 2020. This award is the result of competitive acquisition and three offers were received. Fiscal 2017 research, development, test and evaluation funds in the amount of $5,700,000 are being obligated at time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA819-17-C-0001).

 

Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded a $328,584,830 contract for Ground-based Strategic Deterrent. This contract is to conduct technology maturation and risk reduction to deliver a low technical risk, affordable total system replacement of Minuteman III to meet intercontinental ballistic missiles operational requirements. Work will be performed in Redondo Beach, California, and other various locations as needed and is expected to be completed by Aug. 20, 2020. This award is the result of competitive acquisition and three offers were received. Fiscal 2017 research, development, test and evaluation funds in the amount of $5,700,000 are being obligated at time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA819-17-C-0002).

 

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded an $18,772,521 contract to fabricate, deliver and/or provide hardware, software, and documentation to activate the organic depot maintenance capability for software management system computer software configuration item. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be completed by Sept. 4, 2019. This award is the result of a sole-source acquisition.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-17-F-2357).

 

ARMY

 

Universal Hospital Services Inc., Minneapolis, Minnesota, was awarded a $ 64,000,000 firm-fixed-price contract for maintenance and repair services for medical device/medical device systems for Air Force Medical Services.  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 Aug. 20, 2022.  U.S. Army Health Contracting Activity Health Readiness Contracting Office, is the contracting activity (W81K04-17-D-0013).

 

Airbus Helicopters Inc., Grand Prairie, Texas, was awarded a $34,473,142 firm-fixed-price modification (P00040) to contract W58RGZ-17-C-0010 for UH-72 Lakota contractor logistics support parts support and sustainment additional flying hours.  Work will be performed in Grand Prairie, Texas, with an estimated completion date of April 30, 2018.  Fiscal 2017 operations and maintenance (Army) funds in the amount of $34,473,142 were obligated at the time of the award.  U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

 

Vanquish Worldwide LLC, Maryville, Tennessee,* was awarded a $22,632,141 cost-plus-fixed-fee modification (P0002 31) to contract W52P1J-14-G-0026 for supply, maintenance and transportation in support of Logistics Support Services at Fort Stewart, Georgia.  Work will be performed in Liberty and Savannah, Georgia, with an estimated completion date of Aug. 21, 2021.  Fiscal 2017 operations and maintenance (Army) funds in the amount of $7,694,888 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

WASHINGTON HEADQUARTERS SERVICES

 

Markon Solutions, Falls Church, Virginia, is being awarded a $60,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract. The objective of this contract action is to acquire construction management technical support services for Washington Headquarters Services. Services include construction project planning, design planning, and construction management. Work performance will take place in Washington, District of Columbia; Alexandria, Virginia; and Adams County, Pennsylvania.  $200,000 will be obligated at award of the basic IDIQ contract. Appropriate fiscal year Pentagon Reservation maintenance revolving funds will be obligated on all subsequent task orders. The expected completion date is Feb. 20, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting office.

 

DEFENSE LOGISTICS AGENCY

 

American Water Operations and Maintenance Inc., Voorhees, New Jersey, has been awarded a maximum $22,885,856 modification (P00133) to a 50-year contract (SP0600-08-C-8250) with no option periods for the ownership, operation and maintenance of the water and wastewater utility distribution systems at Fort Hood, Texas. This is a fixed-price with prospective price redetermination contract. Locations of performance are New Jersey, and Texas, with a Jan. 8, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

DEFENSE FINANCE AND ACCOUNTING SERVICE

 

Enterprise Services LLC, Herndon, Virginia, has been awarded a $7,293,539 modification P00009 to previously awarded task order HQ0423-16-F-0044 for support of the Defense Civilian Payroll system.  The modification brings the total cumulative face value of the contract to $14,115,613. Work will be performed at Indianapolis, Indiana, with an expected completion date of Sept. 30, 2018.  Fiscal 2018 operating funds in the amount of $7,293,539 are being obligated at time of award. The Defense Finance and Accounting Service, Columbus, Ohio, is the contracting activity.

 

*Small business