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 Some of the information contained within may be outdated and links may not function.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 30, 2018

CONTRACTS

 

NAVY

 

The Boeing Co., St. Louis, Missouri, is being awarded an undefinitized contract action with a not-to-exceed value of $1,165,068,022 for long-lead non-recurring engineering required to develop a baseline configuration for the production and delivery of 22 F/A-18E and 6 F/A-18F Super Hornets in support of the government of Kuwait.  In addition, this contract provides for long-lead radar warning receivers and aircraft armament equipment.  Work will be performed in Hazelwood, Missouri (47.2 percent); Goleta, California (22.3 percent); El Segundo, California (20.1 percent); Fort Worth, Texas (3.2 percent); Bloomington, Minnesota (1.7 percent); Mesa, Arizona (1.6 percent); Orlando, Florida (1.5 percent); Greenlawn, New York (0.8 percent); Deerfield Beach, Florida (0.5 percent); Wayne, New Jersey (0.4 percent); Torrance, California (.3 percent); Stillwater, Oklahoma (0.2 percent); and Minneapolis, Minnesota (0.2 percent), and is expected to be completed in September 2022.  Foreign Military Sales funds in the amount of $275,850,901 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 10 U.S. Code 2304(f)(2)(E).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-C-1025).

 

Lockheed Martin Corp., Rotary and Mission Systems, Liverpool, New York, is being awarded a $119,591,000 firm-fixed-price modification to previously awarded contract N00024-16-C-5363 to exercise options for full-rate production of Surface Electronic Warfare Improvement Program (SEWIP) Block 2 subsystems (AN/SLQ-32(V)6).  SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP Block 2 will expand upon the receiver/antenna group necessary to keep capabilities current with the pace of the threat and to yield improved system integration.  Work will be performed in Liverpool, New York (23 percent); Lansdale, Pennsylvania (23 percent); Andover, Massachusetts (21 percent); Frankfort, New York (9 percent); Hamilton, New Jersey (7 percent); Hauppauge, New York (7 percent); Brockton, Massachusetts (3 percent); West Yorkshire, United Kingdom (2 percent); Minneapolis, Minnesota (2 percent); Huntsville, Alabama (2 percent); and Lancaster, Pennsylvania (1 percent), and is expected to be completed by December 2019.  Fiscal 2018 other procurement (Navy); and fiscal 2018, 2017, 2016 shipbuilding and conversion (Navy) funding in the amounts of  $86,763,000; $16,414,000; $8,207,000; and $8,207,000 respectively 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.

 

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $55,822,605 cost-plus-fixed fee modification to previously awarded contract N00024-08-C-2110 for material and labor supporting planning and the preliminary accomplishment of the post-shakedown availability/selected restricted availability (PSA/SRA) on USS Gerald R. Ford (CVN 78). This work will be completed by Huntington Ingalls Inc. (HIINC), under the authority of 10 U.S. Code 2304(c)(1).  HIINC has developed a unique capability encompassing all aspects of CVN 78 class design, construction, modernization, repair, and technical and engineering support which, because of its uniqueness, cannot be acquired elsewhere. Therefore, it is the only source with the knowledge, experience, and facilities required to accomplish this effort in support of the PSA/SRA of CVN 78. This contract includes options which, if exercised, would bring the cumulative value of this contract to $66,587,700.  Work will be accomplished in Hampton Roads, Virginia, and is expected to be completed by June 2019.  Fiscal 2018, 2017 and 2010 shipbuilding and conversion (Navy) funding in the amounts of $26,213,000; $177,895; and $100,000 respectively will be obligated at the time of award and not expire at the end of the current fiscal year.  Fiscal 2018 operations and maintenance (Navy) funding in the amount of $1,775,196 will be obligated at award and expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is being awarded a $33,187,350 cost-plus-fixed-fee order (N0001918F0453) against a previously issued basic ordering agreement (N00019-15-G-0026).  This order provides for non-recurring engineering required to upgrade the current Large Aircraft Infrared Countermeasures System Processor Replacement to resolve Department of Navy -2103 Processor Diminishing Manufacturing Sources and Material Shortage issues and provide growth capability on the AN/AAQ-24 system.  Work will be performed in Rolling Meadows, Illinois (93 percent); and Middletown, Wisconsin (7 percent), and is expected to be completed in June 2020.  Fiscal 2016, 2017 and 2018 aircraft procurement (Navy); and fiscal 2017 and 2018 research, development, test and evaluation (Navy) funds in the amount of $29,880,193 will be obligated at time of award, $6,537,348 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is being awarded a $33,000,000 not-to-exceed, cost-plus-incentive-fee order (N0001918F2410) against a previously issued basic ordering agreement (N00019-14-G-0004).  This order provides for non-recurring engineering tasking associated with developing engineering changes to modify and retrofit the VH-92A forward airstair door design and the 5th multi-function display.  Work will be performed in Stratford, Connecticut, and is expected to be completed in October 2019.  Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $2,000,000 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.

 

Engineered Construction Services Inc.,* Raymond, Maine, is being awarded a $26,649,472 firm-fixed-price contract for construction of utility improvements for nuclear facilities at Portsmouth Naval Shipyard.  The contract also contains 21 unexercised options, which if exercised, would increase cumulative contract value to $32,298,681.  The work to be performed provides for construction of a comprehensive utility backbone, which includes an electrical substation on the pier between Berths 1 and 2 and provides integrated shore power to Dry Dock 1.  Creating this substation will meet recently adopted standby power requirements for nuclear-powered submarines.  It also integrates primary and standby power for the Dry Dock 1 Nuclear Load House and the Defueling Complex, and integrates power integration distribution centers currently being constructed by Naval Sea Systems Command to meet standby power requirements. Work will be performed in Kittery, Maine, and is expected to be completed by September 2021.  Fiscal 2017 military construction, (Navy) contract funds in the amount of $26,649,472 will be obligated at time of award and none of which will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-C-8719).

 

Professional Contract Services Inc., Austin, Texas, is being awarded a $25,075,278 indefinite-delivery/indefinite-quantity (IDIQ) modification to previously awarded contract N62470-15-D-4009 exercising option three under an IDIQ contract for base operations support services at Naval Medical Center Portsmouth and its outlying support sites all located in Virginia. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities maintenance and equipment repair services in support of Naval Medical Center Portsmouth and its outlying support sites.  After award of this option, the total cumulative contract value will be $93,986,621.  Work will be performed in Portsmouth, Virginia.  This option period is from April 2018 to March 2019.  No funds will be obligated at time of award.  Fiscal 2018 operation and maintenance, (Navy) contract funds in the amount of $22,778,628 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

 

Detyens Shipyard Inc., Charleston, South Carolina, is being awarded a $20,672,008 firm, fixed-price contract for a 94-calendar day shipyard availability for the regular overhaul and dry docking of USNS Lewis and Clark (T-AKE 1).  The $20,672,008 consists of the amounts listed in the following areas: Category “A” work item cost, additional government requirement , other direct costs, and the general and administrative costs. Work will include furnish general services for the ship, physical security at private contractor's facility (Force Protection Condition Bravo); deck house cleaning and painting (near White Blast); cargo crane 10 year retest survey; hydraulic hoses replacement and recertification; lifeboat certification and falls renewal (5 year); docking and un-docking vessel; propeller shaft and stern tube inspection; underwater hull cleaning and painting; freeboard cleaning and painting (near White Blast); freshwater stern tube lubrication system installation T-Alt 403; sliding block and transfer head refurbishment; chain replacement; and flight deck nonskid renewal.  The contract includes options which, if exercised, would bring the total contract value to $20,672,008. Work will be performed in Charleston, South Carolina, and is expected to be completed by August 2018. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $20,672,008 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 two proposals received.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-18-C-4253).

 

Swiftships, LLC, Morgan City, Louisiana, is being awarded an $18,053,376 fixed-price incentive contract for the detail design and construction of the Landing Craft, Utility (LCU) 1700. Swiftships is contracted to deliver the LCU 1700 detail design and construction of one craft  (including data license rights) approximately 31 months after contract award, with options for the construction of up to 31 craft with the latest delivery date, if all options are exercised, in 2027.  This solicitation also includes options for product support, technical manuals; up to 10,000 hours of special studies services; a technical data package; and orders for interim support, engineering and industrial services, training, and shipping.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $429,422,280 based on a most likely option exercise scenario and exclusive of any orders.  The base work will be performed in Morgan City, Louisiana (83 percent); Houston, Texas (15 percent); and Virginia Beach, Virginia (2 percent), and is expected to be completed by July 2020.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $18,053,376 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 five offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2401).

 

Rohde & Schwarz USA Inc., Columbia, Maryland, is being awarded a $15,992,056 indefinite-delivery/indefinite-quantity, performance-based, commercial, firm-fixed-price contract for acquisition of new Rohde & Schwarz high frequency (HF) transceiver systems.  This requirement also includes the procurement of training, technical and repair services for existing HF systems in support of Foreign Military Sales and Department of Navy customers.  The contract includes a seven-year ordering period.  A delivery order for two XK2900L HF transceivers with ancillary equipment in the amount of $482,888 will be placed on contract and obligated at the time of award. Work will be performed in Columbia, Maryland, and is expected to be completed March 2025.  Fiscal 2017 acquisition, construction, and improvements (Coast Guard) funds in the amount of $482,888 are being obligated at the time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) , only one responsible source (Federal Acquisition Regulation Subpart 6.302-1).  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity (N6523618D1003).

 

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $14,705,210 cost-plus-fixed-fee modification to a previously awarded contract (N00024-09-C-2104) for planning and execution of USS Colorado (SSN 788) post-delivery work period (PDWP). Electric Boat Corp. will perform planning and execution efforts, including long lead time material procurement, in preparation to accomplish the maintenance, repair, alterations, testing, and other work on USS Colorado (SSN 788) during its scheduled PDWP.  Work will be performed in Groton, Connecticut and is expected to be completed by September 2018.  Fiscal 2016, 2017 and 2018 shipbuilding and conversion (Navy) funding in the amount of $10,155,210 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

 

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $12,657,714 cost-plus-fixed-fee modification to previously awarded contract (N00024-11-C-2306) for post hull, mechanical, and electrical (HM&E) support efforts for DDG 1001. This procurement is for post HM&E delivery support for DDG 1001, including shore support; industrial work in support of ship operations; configuration management; kitting and fabrication; 4E specification development; and long lead time materials and spare parts procurement. Work will be performed in Bath, Maine, and is expected to be completed by December 2018.  Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $2,500,000 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.

 

Insitu Inc., Bingen, Washington, is being awarded an $11,357,809 modification (P00020) to a previously awarded firm-fixed-price contract (N00019-16-C-0054) to exercise an option for the procurement of one full-rate production RQ-21A Blackjack unmanned aircraft system for the government of Poland under the Foreign Military Sales program.  This option includes the air vehicle, ground control station, launch and recovery equipment and systems engineering and program management.  Work will be performed in Bingen, Washington (70 percent); and Hood River, Oregon (30 percent), and is expected to be completed in July 2018.  Foreign military sales funds in the amount of $11,357,809 are being 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.

 

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $9,880,009 cost-plus-incentive-fee modification to previously awarded contract N00024-09-C-6247 to exercise options for technical insertions and support additional requirements of the Integrated Submarine Imaging System (ISIS) program. The ISIS provides visual and other capabilities for Navy submarines. These requirements include the production of ISIS TI-16 and TI-18 and associated components. Work will be performed in Manassas, Virginia (66 percent); Chantilly, Virginia (18 percent); Marion, Massachusetts (10 percent); and Newport, Rhode Island (6 percent), and is expected to be completed by September 2021. Fiscal 2018 shipbuilding and conversion (Navy); and fiscal 2018 other procurement (Navy) in the amount of $9,880,009 will be obligated at time of award and will not expire at the end of fiscal 2018. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

 

TWD and Associates Inc., McLean, Virginia, is being awarded an $8,367,860 cost-plus-fixed-fee modification to previously awarded contract N00174-17-C-0005 for information technology (IT) support services for continued enhancement, operation, maintenance, and life-cycle support for software and systems applications supporting mission command networks, systems, and operations. TWD and Associates Inc. is the incumbent currently providing these services for NAVSEA Headquarters, 00I. TWD’s contractor personnel represent a deep knowledge of the IT certification and accreditation process. Expert knowledge in this process is critical to assuring that systems are secure and accredited. Without TWD’s continuity of support,lapses in certification and accreditation of IT systems create significant risks to Naval Sea Systems Command (NAVSEA)’s cybersecurity. A short delay in services would create a backlog of systems that require accreditation resulting in persistent, exploitable system vulnerabilities undermining the entire command’s cybersecurity. Cyber-threats of this nature directly impact our national security.  As it is critical that no lapse in IT support services is incurred, this bridge effort will provide the necessary services until a full and open competition can be awarded.  Currently, the follow-on solicitation will be awarded in the fourth quarter of fiscal 2018. For these reasons, TWD and Associates Inc. is currently the only source capable of providing the required support.  Work will be performed at NAVSEA Headquarters in Washington, District of Columbia, and is expected to be completed by September 2018.  Fiscal 2018 operations and maintenance (Navy) funding in the amount of $4,330,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1),  only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

 

Centerra Group LLC, Palm Beach Gardens, Florida, is being awarded a $7,553,751 indefinite-delivery/indefinite-quantity (IDIQ) modification (N62742-16-D-3600) for the exercise of the second option period under an IDIQ contract for base operations support services at military and civilian installations in the Republic of Singapore.  The work to be performed provides for general management and administration services; air operations (airfield facilities and passenger terminal and cargo handling); operations support supply (material management); housing (family housing and unaccompanied housing); facilities support (facility management, facility investment, custodial, pest control, integrated solid waste management, other (swimming pool), and grounds maintenance and landscaping); utilities (water); base support vehicles and equipment; and environmental.  After award of this option, the total cumulative contract value will be $66,122,149.  Work will be performed in the Republic of Singapore.  This option period is from April 2018 to March 2019.  Fiscal 2018 operation and maintenance (O&M), (Navy); fiscal 2018 O&M, (Air Force); and fiscal 2018 non-appropriated funds in the amount of $7,030,551 for recurring work will be obligated on individual task orders issued during the option period; of which $6,414,000 will expire at the end of the current fiscal year and $616,551 is subject to the availability of funds for the next fiscal year.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

 

ARMY

 

HDT Expeditionary Systems Inc., Solon, Ohio (W911QY-18-D-0213); Saab Barracuda LLC, Lillington, North Carolina (W911QY-18-D-2011); and Fibrotex USA Inc., Washington, District of Columbia (W911QY-18-D-0210), will share in a $480,000,000 firm-fixed-price contract for development and procurement of the Ultra-Lightweight Camouflage Net System Increment 1. 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 April 30, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

 

iRobot Defense Holdings Inc., doing business as Endeavor Robotics, Chelmsford, Massachusetts (W56HZV-18-D-0036); and Foster-Miller Inc., doing business as QinetiQ North America, Waltham, Massachusetts (W56HZV-18-D-0037), will share in a $429,082,857 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for two indefinite-delivery/indefinite-quantity contracts that will have an engineering and manufacturing development (EMD) phase of approximately 10 months, during which the contractors will each deliver two run-off test assets that the government will test and evaluate. Additionally during the EMD period, the contractors will deliver seven Common Robotic System (individual) systems and eight production representative systems to support government testing and activities, and will provide support for system interoperability profile instantiation conformance test, early security control assessment and penetration assessment (cyber) tests. Once EMD is complete, the government will evaluate the results of the run-off test along with revised price proposals to determine which contractor will be awarded the low-rate initial production phase and convert its multiple award contract to a single award. 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 Feb. 2, 2027. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $278,839,837 modification (P000015) to Foreign Military Sales (Saudi Arabia) contract W31P4Q-17-C-0006 to increase fiscal 2018 PATRIOT Advanced Capability-3 production contract to include Cost-Reduction Initiative missiles and associated ground support equipment. Work will be performed in Grand Prairie, Texas; Huntsville, Alabama; Camden, Arkansas; Lufkin, Texas; Chelmsford, Massachusetts; and Ocala, Florida, with an estimated completion date of Feb. 28, 2023. Fiscal 2018 other procurement, Army funds in the amount of $278,839,837 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $251,131,238 modification (P00014) to Foreign Military Sales (Saudi Arabia and Romania) contract W31P4Q-17-C-0006 for PATRIOT Advanced Capability-3 production near-term obsolescence requirements, missile segment enhancements, command launch station, initial spares and unique costs.  Work will be performed in Grand Prairie, Texas; Huntsville, Alabama; Camden, Arkansas; Lufkin, Texas; Chelmsford, Massachusetts; and Ocala, Florida, with an estimated completion date of Feb. 28, 2023. Fiscal 2018 other procurement, Army and foreign military sales funds in the amount of $123,054,307 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Lockheed Martin Corp., Orlando, Florida, was awarded a $33,490,882 modification (P00062) to contract W31P4Q-15-C-0043 for 331 M299 Hellfire legacy launchers and 32 launcher electronic assemblies. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2020. Fiscal 2016, 2017 and 2018 aviation procurement, Army; aviation procurement, Air Force; and operations and maintenance Army funds in the combined amount of $33,490,882 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

The Boeing Co., Mesa, Arizona, was awarded a $30,749,970 hybrid (cost, firm-fixed-price, cost-plus-fixed-fee, and cost-no-fee) Foreign Military Sales (Taiwan) contract for post-production support services for the Taiwan Armed Forces AH-64E aircraft fleet. One bid was solicited with one bid received. Work will be performed in Mesa, Arizona, with an estimated completion date of March 31, 2023. Fiscal 2010 foreign military sales funds in the amount of $30,749,970 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-18-C-0008).

 

URS Federal Services Inc., Germantown, Maryland, was awarded an $18,239,926 modification (0003 26) to contract W52P1J-12-G-0028 for maintenance, supply and transportation logistics support services for Enhanced Army Global Logistics Enterprise Army Prepositioned Stocks - 5. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of Jan. 2, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $13,679,944 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Longbow LLC, Orlando, Florida, was awarded a $15,200,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) Foreign Military Sales (Republic of Korea) contract for procurement of Fire Control Radar post-production support services in support of the Republic of Korea’s Army AH-64E Guardian Apache helicopters. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of April 30, 2023. Fiscal 2017 and 2018 foreign military sales funds in the amount of $7,448,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-C-0026).

 

Oklahoma Department of Rehabilitation Services, Oklahoma City, Oklahoma, was awarded a $13,047,202 modification (P00007) to contract W9124L-16-D-0001 for full food service. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 3018. U.S. Army Mission and Installation Contracting Command, Fort Sill, Oklahoma, is the contracting activity.

 

Weeks Marine Inc., Covington, Louisiana, was awarded a $12,431,000 firm-fixed-price contract for Mississippi River Southwest Pass maintenance dredging. Bids were solicited via the Internet with one received. Work will be performed in Covington, Louisiana, with an estimated completion date of Sept. 17, 2018. Fiscal 2018 operations and maintenance Army funds in the amount of $12,431,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-18-C-0023).

 

Carahsoft Technology Corp. Reston, Virginia, was awarded an $11,495,000 firm-fixed-price contract for the establishment of an enterprise license agreement for Veritas software maintenance on previously acquired licenses in support of the Headquarters Department of the Army Chief Information Officer G6. Bids were solicited via the Internet with two received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of March 31, 2018. Fiscal 2018 operations and maintenance Army funds in the amount of $11,495,000 were obligated at the time of the award. U.S. Army Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-F-0029).

 

Caterpillar Inc., Mossvillee, Illinois, was awarded a $9,935,144 modification (0011) to contract W56HZV-15-D-0003 to induct 64 compaction equipment vehicles into the Service Life Extension Program. Work will be performed in Lake Charles, Louisiana, with an estimated completion date of Sept. 22, 2020. Fiscal 2018 other procurement, Army funds in the amount of $9,935,144 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, is the contracting activity.

 

B3 Enterprises LLC, Woodbridge, Virginia, was awarded a $9,907,596 firm-fixed-price contract for refuel and defuel support services for the U.S. Army Aviation Center of Excellence, Fort Rucker, Alabama. Bids were solicited via the Internet with six received. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of March 30, 2025. Fiscal 2018 operations and maintenance, Army funds in the amount of $9,907,596 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia is the contracting activity (W9124G-18-C-0001).

 

Central Care Inc., Annandale, Virginia, was awarded a $9,775,474 contract for dental services at dental treatment facilities. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2018. U.S. Army Contracting Command, 411th Combat Support Battalion, is the contracting activity (W81K04-18-D-0010).

 

Korean Air Lines Co. LTD, Seoul, Republic of Korea, was awarded a $9,091,396 modification (P00002) to Foreign Military Sales (Republic of Korea) contract W91QVN-17-D-0003 to provide join depot level maintenance service for helicopter maintenance for the Air Force of the Republic of Korea. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2022. U.S. Army Contracting Command, 411th Combat Support Battalion, is the contracting activity.

 

Lockheed Martin Corp., Orlando, Florida, was awarded a $7,720,628 modification (0005 05) to Foreign Military Sales (Egypt) contract W52P1J-17-D-0043 for Arrowhead upgrade kits in support of the Egyptian Air Force AH-64 Apache helicopter. Work will be performed in Orlando, Florida, with an estimated completion date of Oct. 31, 2022. Fiscal 2018 foreign military sales funds in the amount of $7,720,628 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $429,922,459 firm-fixed-price delivery order (SPRPA1-18-F-0003) against a five-year base contract (SPRPA1-14-D-002U) with one five-year option period for F/A-18 planned maintenance interval-1 high flight hour depot support. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), based on Federal Acquisition Regulation 6.302-1(a)(2). This is a five-year contract with no option periods. Locations of performance are Missouri, California, Florida and North Carolina, with a March 29, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

 

McRae Industries Inc.,* Mt. Gilead, North Carolina, has been awarded a maximum $75,476,836 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for temperate-weather combat boots. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Maximum dollar amount is for the life of the contract. Location of performance is North Carolina, with a March 29, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1034).

 

Breeze-Eastern Corp., Whippany, New Jersey, has been awarded a maximum $64,386,015 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aircraft winches. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), based on Federal Acquisition Regulation 6.302-1(a)(2). This is a five-year contract with no option periods. Location of performance is New Jersey, with a March 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0113).

 

National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $8,739,000 modification (P00005) exercising the second one-year option period of a one-year base contract (SPE1C1-16-D-B006) with four one-year option periods for Army physical fitness uniform pants. This is a firm-fixed-price, indefinite-delivery contract. Locations of performance are Virginia, Tennessee and North Carolina, with an April 6, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

AIR FORCE

 

The Boeing Co., Defense, Space, and Security, Huntington Beach, California, has been awarded a $262,000,000 not-to-exceed undefinitized contract action for one C-17 aircraft.  This contract provides for delivery of a C-17 aircraft in the India unique configuration. Work will be performed in San Antonio, Texas, and is expected to be complete by Aug. 22, 2019.  This contract involves foreign military sales to the country of India. This award is the result of a sole-source acquisition. Foreign military sales funds in the amount of $2,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-18-C-0003).

 

Reliance Test & Technology, Crestview, Florida, has been awarded a $227,375,998 modification (P00030) to previously awarded contract FA2486-16-C-0002 for Eglin Operation & Maintenance Support Service.  This contract modification exercises option period one and brings the total cumulative face value of the contract to $1,210,104,140.  Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by March 31, 2020.  Fiscal year 2018 research and development funds in the amount of $21,768,270 are being obligated at the time of award.  Air Force Test Center, Eglin AFB, Florida, is the contracting activity.

 

General Atomics Aeronautical Systems, Inc., Poway, California, has been awarded a not-to-exceed $80,869,382 cost-plus-fixed-fee undefinitized contract action for the United Kingdom MQ-9B Protector program.  This contract provides for design, development, integration, and component level testing.  Work will be performed in Poway, California, and is expected to be complete by Aug. 31, 2021.  This contract involves 100 percent foreign military sales to the United Kingdom. This award is the result of a sole-source acquisition. Foreign military sales funds in the amount of $33,523,382 are being obligated at the time of award. Air Force Life Cycle Management Center, Medium Altitude Unmanned Aircraft Systems Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-18-C-2009).

 

Harris Corp., Clifton, New Jersey, has been awarded $49,950,976 cost-plus-fixed-fee contract for engineering services applicable to the AN/ALQ-172 countermeasures system. This contract provides for non-recurring engineering services that include AN/ ALQ-172 systems test product engineering; test program set/test program interface hardware development, sustainment, testing and evaluation related to system; line replaceable unit; shop replaceable units and component issues, as well as associated technical documents and/or technical orders. Work will be performed in Clifton, New Jersey, and is expected to be complete by March 2023. This award is the result of a sole-source acquisition. Fiscal 2018 consolidated sustainment activity group-engineering funds in the amount of $43,768,087 are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8522-18-C-0001).

 

ViaSat Inc., Carlsbad, California, has been awarded a $42,000,000 requirements contract for systems sustainment.  This contract provides for repairs, spares, support services for line repairable units and shop replaceable units to support the AN/USQ-140(V) MIDS system.  This contract involves foreign military sales, although specific countries will be driven by requirements.  Work will be performed in Carlsbad, California, and is expected to be complete by March 29, 2023.  This award is the result of a sole-source acquisition.  Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8539-18-D-0002).

 

Lockheed Martin Corp., Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $32,348,217 hybrid cost-plus-fixed-fee and firm-fixed-price modification (P00042) to previously awarded contract FA8615-12-C-6016 for contractor logistics support to the Taiwan F-16 Peace Phoenix Rising program. This modification provides for contractor logistics support, repair and return, and diminishing manufacturing source management services for six years after initial delivery of the kit proof jets for selected contractor furnished equipment installed on the Taiwan F-16s.    Work will be performed in Fort Worth, Texas; and Taiwan, and is expected to be complete by March 31, 2024. This modification involves 100 percent foreign military sales to Taiwan. Foreign military sales funds in the amount of $32,348,217 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity.

 

Parker-Hannifin Corp., Irvine, California, has been awarded a $30,227,890 nine-year requirements supply contract for the procurement of all Air Force needs for nine spare national stock numbers items and the remanufacture of eight additional national stock numbers to support the A-10, B-1, B-52, C-135, C-5, C-130, C-17, E-3, F-15, F-16, and HH-60 aircraft.  These items also support the TF33, F100, F101, F110, and F118 engines. Work will be performed in Irvine, California; Glendale, Arizona; Mentor, Ohio; and Kalamazoo, Michigan, and is expected to be complete by March 2027. This award is the result of a sole-source acquisition. No funding is being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8109-18-D-0004).  (Awarded March 26, 2018)

 

Arctic Slope Regional Corp. Federal System Solutions, LLC, Beltsville, Maryland, has been awarded a $21,554,240 firm-fixed-priced services contract for operations and maintenance of the Enhanced Polar System (EPS) control and planning segment, gateways and terminals.  The contract provides for the procurement of EPS operations and maintenance services to operate the EPS program, which is scheduled for initial operational capability in 2018. Work will be performed at Clear Air Force Station, Alaska; and Schriever Air Force Base, Colorado.  This award is the result of a sole-source acquisition.  Fiscal 2018 research and development funds in the amount of $3,000,000 are being obligated at the time of award.  Space and Missile Systems Center, Los Angeles AFB, El Segundo, California, is the contracting activity (FA8808-18-C-0006).

 

Lockheed Martin Corp., Rotary and Mission Systems, King of Prussia, Pennsylvania, has been awarded a $10,911,145 cost-plus-fixed-fee contract for Joint Air-to-Air Surface Standoff Missile (JASSM) Enterprise Management System 7.0.  This contract provides for enhancements to the software package known as the JASSM Enterprise Management System. Work will be performed in King of Prussia, Pennsylvania, and is expected to be complete by March 29, 2019. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $2,600,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-18-C-0005).

 

Cloud Lake Technology, Herndon, Virginia, has been awarded an $8,619,696 modification (P00006) to previously awarded contract FA8075-17-C-0002 for Information Analysis Center Program Management Office support (IAC PMO). This modification exercises an option under the basic contract and provides program management analysis, acquisition management, operations analysis, financial analysis, process improvement, strategic communications and performance measurement support to the IAC PMO. This modification brings the total cumulative face value of the contract to $12,994,742. Work will be performed at Fort Belvoir, Virginia, and is expected to be complete by March 31, 2019. Fiscal year 2018 and 2019 research and development funds in the amount of $2,644,492 are being obligated at the time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

 

DEFENSE HEALTH AGENCY

 

Medical Center Orthotics and Prosthetics LLC, of Silver Spring, Maryland, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity single award contract, with a maximum value of $91,801,202, to supply upper and lower human extremity prosthetics for the amputee patients served by the Orthotic & Prosthetic Service - Department of Rehabilitation & Directorate of Surgical Services, at the Walter Reed National Military Medical Center (WRNMMC), Bethesda, Maryland.  The contractor will measure; fabricate; manufacture; assemble, fit, and test; either new or existing post-operative prosthetic devices.  The period of performance is for a 12-month base period, with two option periods, with an estimated completion date of March 31, 2021. Work location is at the contractor's facility in Silver Spring, Maryland; at WRNMMC, Bethesda, Maryland; and, as needed task orders may be written for other medical treatment facilities (MTFs) in the National Capital Region.  Task orders fulfilling prosthetic patient prescriptions for their prosthetic devices funded by the fiscal 2018 Department of Defense Health Services appropriation.  This contract was a competitive, small business solicitation via Federal Business Opportunity website, with four (4) proposals being received.  The Defense Health Agency - Contracting Office, National Capital Region (NCR), Falls Church, Virginia is the contracting activity (HT0014-18-D-0001).

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

Raytheon Co., Tucson, Arizona, has been awarded a $22,784,990 modification (P00012) to previously awarded HR0011-15-C-0081 to add Phase IIB/IIC tasks for the Multi-Azimuth Defense Fast Intercept Round Engagement System (MAD-FIRES) program. The Phase IIB/C program will further advance MAD-FIRES system design finalization work, perform spread-bench testing of the final system design, and create a final form-fit-function design that can be demonstrated through a series of flight tests. The modification brings the total cumulative face value of the contract to $50,710,385 from $27,925,395. Work will be performed in Tucson, Arizona (90 percent); and Raufoss, Norway (10 percent), with an estimated completion date of May 2020. Fiscal 2017 research and development funds in the amount of $276,378; and fiscal 2018 research and development funds in the amount of $7,200,000 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

 

DEFENSE THREAT REDUCTION AGENCY

 

Raytheon Technical Services Co. LLC, Sterling, Virginia, is being awarded a $14,442,302 task order for Philippines maritime proliferation prevention under the indefinite-delivery/indefinite-quantity contract HDTRA1-11-D-0007 for the Weapons of Mass Destruction Proliferation Prevention Program for the Defense Threat Reduction Agency (DTRA) in support of DTRA/Cooperative Threat Reduction.  Work will be performed at multiple locations in the Philippines with support services in the Washington, District of Columbia, commuting area. Proposals were solicited and received by one offeror.  The contracting activity is the Defense Threat Reduction Agency, Fort Belvoir, Virginia. 

 

*Small Business

**Mandatory source