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 Some of the information contained within may be outdated and links may not function.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 25, 2018

CONTRACTS

 

DEFENSE INFORMATION SYSTEMS AGENCY

 

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a competitive, single award, indefinite-delivery/indefinite-quantity contract for an Army requirement known as Mounted Family of Computer Systems (MFOCS) II. The MFOCS is a modular family of computing platforms which integrates networked-battle command information system capabilities onto a common computing platform.  MFOCS supports situational awareness, command and control, and maneuver capability using next-generation computing and display hardware at multiple configurable levels.  These MFOCS systems include dismountable tablets, processor units, keyboard units, removable solid-state disk storage, display units, and cabling designed for various platforms, and all ruggedized for continuous operation in a wide range of military and combat environments.  It is the government’s objective to procure MFOCS II hardware and engineering support services to address full-rate production fielding and replacement requirements to meet the Joint Battle Command - Platform program’s approved acquisition objective. The contract ceiling is $841,500,000, and the minimum guarantee to be awarded via issuance of the first task order is $5,000,000, funded with Army’s fiscal 2018 other procurement funds.  Performance will be at DRS’s location.  Proposals were solicited via FedBizOpps and one proposal was received.  The ordering period for the initial five-year base period is from May 25, 2018, through May 24, 2023, with five one-year option periods.  The Defense Information Technology Contracting Organization, Scott AFB, Illinois, is the procuring contracting activity  (HC102818D0045).

 

ARMY

 

American Ordnance LLC, Middletown, Iowa (W52P1J-18-D-0058); and General Dynamics Ordnance and Tactical Systems, Marion, Illinois (W52P1J-18-D-0059), will compete for each order of the $511,226,923 firm-fixed-price contract for 60mm, 81mm, and 120mm mortar propelling charges. 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 May 24, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

The Boeing Co.-Philadelphia, Ridley Township, Pennsylvania, was awarded a $25,747,525 modification (P00091) to Foreign Military Sales (Saudi Arabia) contract W58RGZ-13-C-0002 for eight CH-47F new-build helicopters for the Royal Saudi Land Forces Aviation Command. Work will be performed in Ridley Township, Pennsylvania, with an estimated completion date of July 31, 2021. Fiscal 2017 foreign military sales funds in the amount of $25,747,525 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Ashford Leebcor Enterprises LLC,* Williamsburg, Virginia, was awarded a $22,573,386 firm-fixed-price contract for construction of the Guardian Angel Facility at Patrick Air Force Base, Florida. Bids were solicited via the Internet with four received. Work will be performed in Patrick Air Force Base, Florida, with an estimated completion date of June 1, 2020. Fiscal 2016 and 2018 military construction funds in the amount of $22,573,386 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0018).

 

Lockheed Martin Rotary and Mission Systems, Orlando, Florida, was awarded a $16,119,639 modification (P00038) to contract W900KK-14-C-0020 for National Cyber Range end-of-life/end-of-service issues. Work will be performed in Orlando, Florida, with an estimated completion date of Nov. 25, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $6,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity.

 

Global Connections to Employment Inc., Pensacola, Florida, was awarded a $10,661,876 modification (P00010) to contract W911S8-15-D-0005 for dining facility and cook support at Joint Base Lewis-McChord, Washington. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2020. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity.

 

Southeastern Kentucky Rehabilitation Industries,* Corbin, Kentucky, was awarded a $10,481,247 firm-fixed-price contract for Individual First Aid Kit II's contents kits. One bid was solicited with one bid received. Work will be performed in Corbin, Kentucky, with an estimated completion date of March 31, 2021. Fiscal 2018 operations and maintenance Army funds in the amount of $10,481,247 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-C-0151).

 

DEFENSE HEALTH AGENCY

 

Logistics Health Inc., La Crosse, Wisconsin, was awarded up to a $99,000,000 option to extend services under an indefinite delivery, indefinite quantity contract (HT0011-13-D-0001 P00014). This award, titled “Reserve Health Readiness Program,” provides health readiness support services to the military service components to meet medical and dental standards essential in maintaining a deployable force.  The extension will permit time to complete a competitive follow-on to this requirement.  Services include immunizations, physical examinations, periodic health assessments, post-deployment health reassessments, mental health assessments, dental examinations, dental treatment, laboratory services, and other services as required to satisfy military service component health readiness needs.  Services are delivered at military service component designated sites during group events, through the contractor’s call center, and within an integrated network.  The work will be performed in every U.S. state, U.S. territory, the District of Columbia, and Germany, with an estimated completion date of Nov. 30, 2018.   This base contract was competitively procured on Federal Business Opportunities (FBO.gov).   The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

 

NAVY

 

EnerSys Energy Products Inc., Warrensburg, Missouri, is awarded one of two firm-fixed-price, indefinite-delivery/indefinite-quantity contracts with a five-year ordering period and an aggregate ceiling of $75,000,000 for submarine valve regulated lead acid battery cells, packaging, storage, trays, tray lid covers, and battery cell boosting.  The submarine valve regulated lead acid batteries provide emergency backup power supply for the nuclear reactor onboard strategic and fast attack nuclear submarines.  Work will be performed in Warrensburg, Missouri, and is expected to be completed by May 2023.  Fiscal 2018 other procurement (Navy) funding in the amount of $2,304,235 will be obligated at time of award and will not expire at end of fiscal year.  The contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016418DJM05).

 

Exide Technologies, Milton, Georgia, is awarded one of two firm-fixed-price, indefinite-delivery/indefinite-quantity contracts with a five-year ordering period and an aggregate ceiling of $75,000,000 for submarine valve regulated lead acid battery cells, packaging, storage, trays, tray lid covers, and battery cell boosting.  The submarine valve regulated lead acid batteries provide emergency backup power supply for the nuclear reactor onboard strategic and fast attack nuclear submarines.  Work will be performed in Fort Smith, Arkansas, and is expected to be completed by May 2023.  Fiscal 2018 other procurement (Navy) funding in the amount of $2,255,537 will be obligated at time of award and will not expire at end of the current fiscal year.  The contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016418DJM29).

 

Oshkosh Defense LLC, Oshkosh, Wisconsin, is awarded a $43,239,803 indefinite-delivery/indefinite-quantity contract to procure Engineering Change Proposal kits, parts and/or hardware components to support the Medium Tactical Vehicle Replacement for Program Executive Officer Land Systems and Marine Corps Systems Command.  Work will be performed in Oshkosh, Wisconsin, and is expected to be completed by May 2023.  No funds will be obligated at the time of award.  Funding will be provided at the task order level.  This contract was awarded on a sole-source basis under the authority of the Federal Acquisition Regulation, Part 6.302-1.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-0038).

 

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $22,762,517 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 for the procurement of Technical Insertion-18/20 acoustic rapid commercial-off-the-shelf insertion systems, pre-cable kits, spares and production support.  This modification establishes other options that, if exercised, would increase the cumulative value of this contract by $433,000,000.  Work will be performed in Manassas, Virginia (65 percent); Clearwater, Florida (32percent); Syracuse, New York (2 percent); and Marion, Florida (1 percent), and is expected to be completed by May 2024.  Fiscal 2018 other procurement (Navy) funding in the amount of $22,762,517 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.

 

Northrop Grumman Systems Corp., Charlottesville, Virginia, is awarded a $10,907,802 firm-fixed-price delivery order to previously awarded indefinite-delivery/indefinite-quantity contract (N00024-15-D-5208) to exercise a one-year option for production and associated provisioned items of the Navy’s WSN-7 navigation system.  The AN/WSN-7(V) RLGN system is a self-contained inertial navigator designed for Navy surface ships. The AN/WSN-7B(V) RLG is a self-contained gyrocompass system utilizing ring laser gyroscope technology. The RLG is a replacement for the gyrocompasses installed onboard Navy surface ships (AN/WSN-2) and submarines (AN/WSN-2A).  Work will be performed in Charlottesville, Virginia, and is expected to be completed by December 2019.  Fiscal 2012, 2017, 2018 shipbuilding and conversion (Navy); and fiscal 2018 operations and maintenance (Navy) funding in the amount of $10,907,802 will be obligated at the time of award.  Funding in the amount $1,915,616 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-D-5208).

 

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded an $8,407,928 cost-plus-incentive-fee modification to previously awarded contract (N00024-16-C-5136) for software cybersecurity and combat system integration and test requirements.  Work will be performed in Moorestown, New Jersey, and is expected to be completed by June 2021.  Fiscal 2017 research, development, test and evaluation (Navy) 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.

 

DEFENSE LOGISTICS AGENCY

 

CACI Enterprise Solutions Inc., Chantilly, Virginia, has been awarded a $10,379,425 modification (P00010) exercising the second one-year option of a one-year base contract (SP4701-16-C-0040) with two one-year option periods, and one three-month transition out period for Defense Agency Initiative compliance and configuration management support services. This is a firm-fixed-price, cost-plus-incentive-fee contract. This brings the cumulative value of the contract to $34,079,843. Location of performance is Virginia, with a June 3, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 operations and maintenance funds; and fiscal 2018 through 2019 research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania.

 

CORRECTION: Caterpillar Inc., Peoria, Illinois (SPE8EC-18-D-0020), was incorrectly announced as an awardee to a multiple-award contract for commercial material handling equipment on May 21, 2018. The correct award date is May 25, 2018.

 

DEFENSE FINANCE AND ACCOUNTING SERVICE

 

Deloitte & Touche LLP, Alexandria, Virginia, is being awarded a labor-hour contract option valued at maximum $8,042,071 for Deputy Chief Financial Officer Mission Support services. Work will be performed in Alexandria, Virginia, with an expected completion date of May 25, 2019.  This contract is the result of a competitive acquisition for which two quotes were received. The contract had an 8-month base period plus four individual one-year option periods, with a maximum value of $30,181,245. Fiscal 2018 Office of the Undersecretary of Defense (Comptroller) defense-wide operations and maintenance funds in the amount of $8,042,071 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-15-F-5003).

 

*Small business