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 Some of the information contained within may be outdated and links may not function.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 8, 2018

CONTRACTS

 

DEFENSE INTELLIGENCE AGENCY

 

Parsons Government Services Inc., Huntsville, Alabama, has been awarded a five-year indefinite-delivery/indefinite-quantity task order contract (HHM402-18-D-0004) with a potential five-year option and a ceiling of $164,693,682 to provide support services for the Defense Intelligence Agency’s (DIA) Missile and Space Intelligence Center (MSIC) located at Redstone Arsenal, Huntsville, Alabama. Through this award, DIA will procure services to support a variety of functions at MSIC, including modeling and simulation architecture analytical tools, model development and integration, integrated forces analysis, and C4 exploitation and analysis. Work will be performed in Huntsville, Alabama with an expected completion date of May 7, 2028. This contract was awarded through a full and open competition and two offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

 

NAVY

 

Accenture Federal Services LLC, Arlington, Virginia (N00189-18-D-Z030); and Booz Allen Hamilton Inc., McLean, Virginia (N00189-18-D-Z031), are awarded an estimated $153,789,957 multiple award, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders for financial improvement and audit readiness in support of the Department of the Navy Financial Improvement and Audit Readiness program.  This announcement is for two additional firms selected for award under request for proposals N00189-15-R-Z006.  Each of the contracts will run concurrently and include a 12-month base ordering period, and four 12-month options for a total potential ordering period of 60 months if all options are exercised. If the options are exercised, the total estimated value of the four contracts combined will be $980,000,000.  Work will be performed at various contractor locations throughout the U.S. (85 percent); and percentage of work at each of those locations cannot be determined at this time.  Work will also be performed at government facilities in Washington, District of Columbia (13 percent); San Diego, California (1 percent); and Pearl Harbor, Hawaii (1 percent). Work is expected to be completed by May 2019; if the option is exercised, work will continue through May 2023.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $50,000 will be obligated on each of the two contracts to fund the minimum amounts, and that total $100,000 of funds will expire at the end of the current fiscal year.  This fiscal 2018 operations and maintenance (Navy) funding will also be obligated as individual orders are issued.  This contract was competitively procured pursuant to Federal Acquisition regulation 16.504, with the solicitation posted to the Federal Business Opportunities website, with eight offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.

 

Gentex Corp., Simpson, Pennsylvania, is being awarded a $45,206,792 modification P00006 to a previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of enhanced combat helmets and data reports.  This modification will increase the maximum quantity of helmets by 65,800 from 84,376 to 150,176 and increase the maximum value of the contract by $45,206,792 from $54,480,381 to $99,687,173.  All work will be performed in Simpson, Pennsylvania, and is expected to be complete by May 18, 2022.  Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $22,389,877 will be obligated at the time of award and will expire the end of the current fiscal year.  This modification is awarded on a sole-source justification and approval to increase the ceiling of the contract. The original contract was competitively procured via the Federal Business Opportunities website with three offers received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-17-D-1221 P00006).

 

The Boeing Co., St. Louis, Missouri, is awarded $41,317,000 firm-fixed-price advance acquisition contract for long-lead materials in support of the full rate production of Lot 43 F/A-18E/F aircraft for the Navy (20 F/A-18E and 4 F/A-18F aircraft).  Work will be performed in St. Louis, Missouri, and is expected to be completed in March 2022.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $41,317,000 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 Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-18-C-1046).

 

IAP Worldwide Services Inc., Cape Canaveral, Florida, is being awarded a $19,300,000 modification (P00042) to a previously awarded firm-fixed-price, cost-reimbursable contract (N00019-15-C-0120) to provide additional funding for spare parts/inventory replenishment in support of the E-6B Take Charge and Move Out (TACAMO) aircraft and Airborne Command Post Service Life Extension program.  Work will be performed at Tinker Air Force Base, Oklahoma City, Oklahoma (75 percent); Offutt Air Force Base, Bellevue, Nebraska (15 percent); Travis Air Force Base, Fairfield, California (five percent); and the Naval Air Station, Patuxent River, Maryland (5 percent), and is expected to be completed in November 2020.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $8,443,472 will be obligated at time of award, all 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, Baltimore, Maryland, is being awarded an $11,769,528 firm-fixed-price contract to provide common Machinery Control System consoles and cabinets for the DDG 51 New Construction Ship program and DDG 51 Midlife Modernization program.  The DDG 51 Class Machinery Control System (MCS) provides control and monitoring capability of the ship’s auxiliary, damage control, electrical, and propulsion systems. As part of its electrical capability, MCS interfaces with the ship’s power generation and electrical distribution system.  The contract includes options which, if exercised, would bring the cumulative value to $194,287,280.  Work will be performed in Orlando, Florida (90 percent); and Baltimore, Maryland (10 percent), and is expected to be completed by May 2019.  Fiscal 2018, 2017 and 2016 shipbuilding and conversion (Navy) funding in the amount of $11,769,528 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 one offer received.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-18-C-4208).

 

ARMY

 

PCCP Constructors, JV, New Orleans, Louisiana, was awarded a $33,150,000 modification (P00036) to contract W912P8-12-C-0049 to settle all outstanding claims and payments associated with the contract for permanent canal closures and pumps 17th Street, Orleans Avenue and London Avenue outfall canals at or near Lake Pontchartrain, Louisiana. Work will be performed in Metairie, Louisiana, with an estimated completion date of May 9, 2018. Fiscal 2014 civil works funds in the amount of $33,150,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

 

Northrop Grumman Technical Services Inc., McLean, Virginia, was awarded an $18,523,982 modification (P00095) to contract W911S0-11-C-0014 for technical support services. Work will be performed in Fort Leavenworth, Kansas, with an estimated completion date of Aug. 31, 2018. Fiscal 2018 operations and maintenance (Army) funds in the amount of $18,523,982 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Moog Inc., Elma, New York, has been awarded a maximum $9,576,000 firm-fixed-price contract for V-22 swashplates. This is a stand-alone requirement with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. Location of performance is New York, with a May 14, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-18-F-KR05).