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 Some of the information contained within may be outdated and links may not function.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 15, 2018

CONTRACTS

 

ARMY

 

URS Federal Services Inc., Germantown, Maryland, was awarded a $59,582,595 modification (0001 82) to contract W52P1J-12-G-0028 for logistics support services at Fort Polk, Louisiana. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of May 17, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $26,098,329 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity.

 

NAVY

 

Environmental Chemical Corp., Burlingame, California, is awarded $16,929,799 for firm-fixed-price task order N6945018F0078 under a multiple award construction contract (N62470-13-D-6020) for construction of Hurricane Matthew repairs (Phase 4A and 4B repairs, demolition of water tower, fencing and lighting replacement), at Atlantic Underwater Testing and Evaluation Center, Andros Islands.  The work to be performed provides for a modified/hybrid design build where the contractor is required to provide a designer of record for design development and design, construction submittal approval and oversight of all repairs such as building exteriors, roofs, fences and lighting as a result of Hurricane Matthew.  Work also includes any and all ancillary and incidental mechanical and electrical support services needed to accomplish required work including, but not limited to, disconnects, temporary reconnects, removals, extensions, modifications, alterations, reinstalls, new components, and permanent reconnects necessary for functional operation.  The task order also contains seven unexercised options, which if exercised would increase cumulative task order value to $33,839,225.  Work will be performed in Andros Islands, Bahamas, and is expected to be completed by June 2019.  Fiscal 2017 research, development, test and evaluation (Navy) contract funds in the amount of $16,929,799 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $24,076,058 for modification P00655 to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00019-02-C-3002).  This modification provides for the F-35 Joint Strike Fighter Verification Simulation F-35 In-A-Box (FIAB) Phase II for delivery of the FIAB software model, software license fees, and continued FIAB software model development, integration, and support.  Work will be performed in Fort Worth, Texas (90 percent); and Marietta, Georgia (10 percent), and is expected to be completed in September 2018.  Fiscal 2018 research, development, test and evaluation (Navy, Marine Corps and Air Force) funds in the amount of $20,363,600 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This effort combines purchases for the Navy ($7,500,000; 37 percent); Marine Corps ($6,883,000; 34 percent); and  Air Force ($5,980,600; 29 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Naval Automatic Group Marine LLC,* Norfolk, Virginia, is awarded a $14,577,290 firm-fixed-price, indefinite-delivery/indefinite-quantity supply contract for the acquisition of Motor Operated Pilot Valves (MOPV).  Naval Automatic Group Marine LLC, will design and construct the MOPV for use aboard Navy ships, which will replace the existing solenoid-operated pilot valves which are installed in Aqueous Film Forming Foam (AFFF) and Washdown Counter Measure systems. The MOPV will provide two control functions, as a four-port master MOPV and a 3-port service MOPV. The four-port master MOPV will be used to initiate AFFF concentrate flow and firemain flow for mixing and disbursement to AFFF systems aboard ship. The 3-port MOPV serves as the local disbursement valve for either firemain flow or the AFFF mixture. The MOPV specified herein shall be a 4-port valve with capability to function as a 3-port valve.  Work will be performed in Norfolk, Virginia, and is expected to be completed by September 2023.  Fiscal 2018 other procurement (Navy) funds in the amount of $217,500 will be obligated at contract award and will not expire at the end of the current fiscal year. This contract was competitively procured as a small business set aside with two proposals received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-4000).

 

Canadian Commercial Corp., Ottawa, Ontario, Canada, is awarded a $12,209,025 indefinite-delivery/indefinite-quantity contract for the in-service engineering and software support for the modification and delivery of I-SIM software for the Naval Air Warfare Center Aircraft Division’s Air Traffic Control Division.  Support services to be provided include development, repair, update, modernization and delivery of I-SIM. All of the work will be performed in Ottawa, Ontario, Canada, by Kongsberg Geospatial Ltd in accordance with Defense Federal Acquisition Regulation Supplement 225.870, and is expected to be completed in May 2023.  No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-18-D-0019).

 

Booz Allen Hamilton Inc., McLean, Virginia, was awarded a $10,944,445 task order under previously awarded contract (M67400-18-F-0065) for analysis support service in support of III Marine Expeditionary Force and Marine Corps Installations Pacific.  This contract contains options, which if exercised, would bring the cumulative value of the contract to $56,946,309.  Work will be performed on Marine Corps; bases and Air Stations in Japan, with expected completion date of July 6, 2023.  Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $10,944,445 will be obligated at the time of award, and funds in the amount of $1,679,950 will expire at the end of the current fiscal year.  This contract was competitively procured via proposals solicited among General Services Administration One Acquisition Solution for Integrated Services Pool 1 contractor holders, with three offers received.  The Marine Corps Installation Pacific Regional Contracting Office, Okinawa, Japan, is the contracting activity.

(Awarded May 11, 2018)

 

Harris Corp., Rochester, New York, is awarded an $8,387,393 firm fixed price, commercial contract for high frequency radios and associated equipment for system upgrades and refurbishments at shore sites to provide command and control and enterprise engineering support for the Kingdom of Saudi Arabia foreign military sales case number SR-P-SBQ.  This seven-month contract includes no options.  Work will be performed at the contractor’s facilities in Rochester, New York, and work is expected to be completed by Dec. 31, 2018.  Foreign military sales funding in the amount of $8,387,393 will be obligated at the time of award and contract funds will not expire at the end of the current fiscal year.  This sole-source procurement is issued using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1) only one responsible source. This contract was announced on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-commerce website.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-C-0191).

 

DEFENSE LOGISTICS AGENCY

 

Lancair Corp.,* San Diego, California, has been awarded a minimum $16,403,846 fixed-price with economic-price-adjustment contract for fuel. This was a sole source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 46-month contract with a six-month option period. Location of performance is California, with a March 31, 2022, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-18-D-0064).

 

MISSILE DEFENSE AGENCY

 

Lockheed Martin Corp., Rotary and Mission Systems Division, Moorestown, New Jersey, has been awarded a $12,834,172 cost-plus-incentive-fee modification (P00282) under contract HQ0276-10-C-0001.  This modification increases the total cumulative contract value from $2,792,595,094 to $2,805,429,266.  Under this modification, the contractor will procure materials necessary to support Aegis Ballistic Missile Defense 6.0 modeling and simulation, (contract line item number 0048).  The work will be performed in Moorestown, New Jersey, with an expected completion date of September 29, 2018.  Fiscal 2018 research, development, test, and evaluation funds in the amount of $12,834,172 are being obligated at the time of award.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

 

AIR FORCE

 

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $31,383,983 indefinite-delivery/indefinite-quantity contract for software maintenance.  This contract provides for software maintenance and updates, as well as Systems Integration Laboratory maintenance and engineering support, on the C-5M Galaxy system.  Work will be performed in Marietta, Georgia, and is expected to be complete by May 13, 2024. This award is a result of a sole-source acquisition. Fiscal year 2017-2023 transportation working capital funds in the amount of $4,990,452 are being obligated at the time of award.  Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8525-18-D-0001).  (Awarded on May 14, 2018)

 

22nd Century Technologies Inc., McLean, Virginia, has been awarded a $7,217,980 firm-fixed-price contract for information technology and process support services in support of the 88th Medical Group Information Technology support services.  This contract provides for cyber and medically focused information technology services for the Wright-Patterson Medical Center by furnishing personnel and supervision.  Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by November 9, 2023.  This award is the result of a competitive acquisition and 15 offers were received.  Fiscal 2018 Defense Health program funds in the amount of $1,200,000 are being obligated at the time of award.  Air Force Life Cycle Management Center Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-18-C-2000). 

 

*Small business