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 Some of the information contained within may be outdated and links may not function.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 July 10, 2018

MISSILE DEFENSE AGENCY

 

Raytheon Co., Woburn, Massachusetts (HQ0147-18-D-0008); Lockheed Martin Corp., Moorestown, New Jersey (HQ0147-18-D-0011); and Northrop Grumman Systems Corp. acting through Missile Defense and Protective Systems Division, Huntsville, Alabama (HQ0147-18-D-0010), are each being awarded a multiple award indefinite-delivery/indefinite-quantity (MAIDIQ) contract with a minimum amount of $10,000 and a maximum amount of $4,100,000,000. The primary purpose of this contract is to provide autonomous acquisition and persistent precision tracking and discrimination to optimize the defensive capability of the Ballistic Missile Defense system and counter evolving threats. No task orders or delivery orders are being issued at this time. The three awardees of this MAIDIQ contract will compete for each order. This contract was competitively procured via publication on the Federal Business Opportunities website with three proposals received. Type of appropriation is fiscal 2018 through fiscal 2024 research, development, test, and evaluation funds. The ordering period is from July 10, 2018, through July 9, 2023. The Missile Defense Agency, Redstone Arsenal, Alabama is the contracting activity.

 

U.S. TRANSPORTATION COMMAND

 

American President Lines Ltd. Inc., Scottsdale, Arizona, has been awarded an estimated $204,369,317 indefinite-delivery/indefinite-quantity, fixed-price option year modification for international ocean transportation and intermodal distribution services (HTC711-16-D-W002). Work will be performed worldwide as specified on each individual order and is expected to be completed Aug. 31, 2019. Type of appropriation is fiscal 2018 and 2019 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

Maersk Line Ltd., Norfolk, Virginia, has been awarded an estimated $181,084,200 indefinite-delivery/indefinite-quantity, fixed-price option year modification for international ocean transportation and intermodal distribution services (HTC711-16-D-W014). Work will be performed worldwide as specified on each individual order and is expected to be completed Aug. 31, 2019. Type of appropriation is fiscal 2018 and 2019 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

Matson Navigation Company Inc., Oakland, California, has been awarded an estimated $75,739,213 indefinite-delivery/indefinite-quantity, fixed-price option year modification for international ocean transportation and intermodal distribution services (HTC711-16-D-W015). Work will be performed worldwide as specified on each individual order and is expected to be completed Aug. 31, 2019. Type of appropriation is fiscal 2018 and 2019 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

Hapag-Lloyd USA LLC, Piscataway, New Jersey, has been awarded an estimated $73,180,199 indefinite-delivery/indefinite-quantity, fixed-price option year modification for international ocean transportation and intermodal distribution services (HTC711-16-D-W012). Work will be performed worldwide as specified on each individual order and is expected to be completed Aug. 31, 2019. Type of appropriation is fiscal 2018 and 2019 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

American Roll-On Roll-Off Carrier LLC,* Woodcliff Lake, New Jersey, has been awarded an estimated $53,203,386 indefinite-delivery/indefinite-quantity, fixed-price option year modification for international ocean transportation and intermodal distribution services (HTC711-16-D-W003). Work will be performed worldwide as specified on each individual order and is expected to be completed Aug. 31, 2019. Type of appropriation is fiscal 2018 and 2019 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

Farrell Lines Inc., Norfolk, Virginia, has been awarded an estimated $51,152,366 indefinite-delivery/indefinite-quantity, fixed-price option year modification for international ocean transportation and intermodal distribution services (HTC711-16-D-W009). Work will be performed worldwide as specified on each individual order and is expected to be completed Aug. 31, 2019. Type of appropriation is fiscal 2018 and 2019 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

Liberty Global Logistics LLC,* Lake Success, New York, has been awarded an estimated $44,338,913 indefinite-delivery/indefinite-quantity, fixed-price option year modification for international ocean transportation and intermodal distribution services (HTC711-16-D-W013). Work will be performed worldwide as specified on each individual order and is expected to be completed Aug. 31, 2019. Type of appropriation is fiscal 2018 and 2019 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

TOTE Maritime Alaska Inc., Federal Way, Washington, has been awarded an estimated $24,190,653 indefinite-delivery/indefinite-quantity, fixed-price option year modification for international ocean transportation and intermodal distribution services (HTC711-16-D-W025). Work will be performed worldwide as specified on each individual order and is expected to be completed Aug. 31, 2019. Type of appropriation is fiscal 2018 and 2019 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

Central Gulf Lines Inc., Mobile, Alabama, has been awarded an estimated $19,466,320 indefinite-delivery/indefinite-quantity, fixed-price option year modification for international ocean transportation and intermodal distribution services (HTC711-16-D-W005). Work will be performed worldwide as specified on each individual order and is expected to be completed Aug. 31, 2019. Type of appropriation is fiscal 2018 and 2019 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

TOTE Maritime Puerto Rico LLC, Jacksonville, Florida, has been awarded an estimated $16,011,970 indefinite-delivery/indefinite-quantity, fixed-price option year modification for international ocean transportation and intermodal distribution services (HTC711-16-D-W020). Work will be performed worldwide as specified on each individual order and is expected to be completed Aug. 31, 2019. Type of appropriation is fiscal 2018 and 2019 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

Young Brothers Ltd.,* Honolulu, Hawaii, has been awarded an estimated $14,697,539 indefinite-delivery/indefinite-quantity, fixed-price option year modification for international ocean transportation and intermodal distribution services (HTC711-16-D-W029). Work will be performed worldwide as specified on each individual order and is expected to be completed Aug. 31, 2019. Type of appropriation is fiscal 2018 and 2019 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

NAVY

 

Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-16-D-6300); Daniels & Daniels Construction Co. Inc.,* Goldsboro, North Carolina (N40085-16-D-6301); Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-16-D-6302); Military & Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-16-D-6303); Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-16-D-6304); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-16-D-6305), are awarded an $87,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity, multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility.  After award of this modification, the total maximum dollar value for all six contracts combined will be $182,000,000.  Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90 percent); Georgia (3 percent); South Carolina (3 percent); Virginia (3 percent); and other areas of the U.S. (1 percent), and is expected to be completed by December 2020.  No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued.  Future task orders will be primarily funded by operations and maintenance (Marine Corps); and military construction funds.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. 

 

Physical Optics Corp.,* Torrance, California, is awarded $32,844,760 for cost-plus-fixed-fee delivery order (N6833518F0061) against a previously issued basic ordering agreement (N6833517G0032) in support of the Navy and the Air Force.  This order provides for non-recurring effort to mature the Joint Avionics Reconfigurable Visual Information System (JARVIS) Small Business Innovation Research Phase II prototype through Engineering Manufacturing and Development to Technical Readiness Level 8.  JARVIS is a mission processing system that will operate in conformance with the Future Airborne Computing Environment standard, incorporate software re-configurability, leverage distributed processing and address cybersecurity requirements.  Work will be performed in Torrance, California (77 percent); Indianapolis, Indiana (20 percent); and Atlanta, Georgia (3 percent), and is expected to be completed in July 2023.  Fiscal 2017 research, development, test and evaluation (Navy); and fiscal 2018 research, development, test and evaluation (Navy and Air Force) funds in the amount of $6,865,358 are being obligated at time of award, $3,923,523 of which will expire at the end of the current fiscal year.  This order combines purchases for the Navy ($27,261,151; 83 percent); and the Air Force ($5,583,609; 17 percent).  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

 

AT&T Government Solutions Inc., Vienna, Virginia, is awarded $9,281,843 for modification P00003 to a previously awarded firm-fixed-price contract (M67854-17-F-4419 P00003) to provide operations and sustainment support to Marine Corps Information Technology Service Management (ITSM) and assist the government in expanding and sustaining Marine Corps ITSM capabilities across the enterprise.  The scope of this contract includes planning, system enhancement, documentation, configuration, systems engineering, operational support, integration, installation, certification and accreditation, training, maintenance, and testing.  Work will be performed in Quantico, Virginia, and is expected to be completed by Sept. 30, 2019.  Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $9,281,843 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the General Services Administration Alliant Government Wide Acquisition Contract with two offers received. The Marine Corps System Command, Quantico, Virginia, is the contracting activity.

 

AIR FORCE

 

Titan LSC, Amman, Jordan, has been awarded a $68,466,560 indefinite-delivery-requirements contract for the F-15 Royal Saudi Air Force transportation supply support effort. This effort provides for the acquisition of various different commercial vehicles and trailers in support of the RSAF F-15 Fleet Modernization program. Titan LSC shall procure all vehicles and trailers from in-Kingdom sources, deliver free on board destination to the Dhahran Supply Depot at King Abdul Aziz Air Base in Saudi Arabia, and maintain an operating location in the Dammam Metropolitan Area in Saudi Arabia to provide a liaison function. Work will be performed at Titan LSC, Amman, Jordan, and in the subcontractor’s facility in the Kingdom of Saudi Arabia. The contract is expected to be completed by July 10, 2021. This contract involves foreign military sales to the Kingdom of Saudi Arabia. The award is the result of a competitive acquisition where 12 offers were received in response to the request for proposal. This contract includes a three-year ordering period. This is not a multi‐year contract. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8505‐18‐D-0003).

 

Vencore Services and Solutions Inc., Herndon, Virginia; and Melbourne, Florida, has been awarded a $49,800,000 cost-plus-fixed-fee with firm-fixed-price and cost-reimbursable indefinite-delivery/indefinite-quantity contract for expert scientific and analytics support. This contract provides for the advancement of detection and analysis methods, techniques, tools and systems.  The contract supports the research and development of future systems and other advanced detection technologies to meet operational mission requirements for nuclear detonation monitoring of treaties and other directed technology applications.  The contractor support shall provide highly-specialized scientific, engineering, and analytical services to both the atmosphere, space and the subsurface nuclear detonation detection missions. Work will be performed at Patrick Air Force Base, Florida; and Melbourne, Florida. Work is expected to be completed by Aug. 20, 2024. This award is the result of a competitive acquisition and two offers received. Fiscal 2018 research and development funding in the amount of $636,674 are being obligated at the time of award. Acquisition Management and Integration Center, Detachment 2, Patrick Air Force Base, Florida, is the contracting activity (FA7022-18-D-0004).

 

ARMY

 

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $17,473,647 firm-fixed-price contract for construction of a training support facility at Fort Benning, Georgia. Bids were solicited via the Internet with seven received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of Jan. 1, 2020. Fiscal 2014 and 2018 military construction funds in the amount of $17,473,647 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-18-C-3001).

 

Central Environmental Inc.,* Anchorage, Alaska, was awarded a $15,832,469 firm-fixed-price contract for replacement of a water distribution system. Bids were solicited via the Internet with five received. Work will be performed in Tracy, California, with an estimated completion date of Jan. 1, 2020. Fiscal 2017 military construction funds in the amount of $15,832,469 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-C-0018).

 

CGI Federal Inc., Fairfax, Virginia, was awarded a $10,559,277 modification (P00030) to contract W52P1J-15-C-0068 for maintenance and sustainment of software systems. Work will be performed in Fairfax, Virginia; Rock Island, Illinois; Charleston, West Virginia; Livorno, Italy; Grafenwoehr, Germany; Doha, Qatar; Camp Arifjan and Kuwait Naval Base, Kuwait; Sagami, Okinawa and Yokohama, Japan; Bagram and Kandahar, Afghanistan; Camp Carroll and Pusan, Republic of Korea; Eygelshoven, Netherlands; and Zutendaal, Belgium, with an estimated completion date of July 31, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $2,608,900 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

 

Mabey Inc., Elkridge, Maryland, was awarded a $9,166,535 firm-fixed-price contract for procurement and delivery of 80 meter and 320 meter Wet Gap Line of Communication Bridge systems. Bids were solicited via the Internet with two received. Work will be performed in Elkridge, Maryland, with an estimated completion date of July 9, 2019. Fiscal 2018 other procurement, Army funds in the amount of $9,166,535 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-C-0128).

 

DEFENSE LOGISTICS AGENCY

 

Vericor Power Systems, Alpharetta, Georgia, has been awarded an $8,428,347 firm-fixed-price contract for digital engine controls. This is a one-time buy with an option for additional units. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Georgia, with a Nov. 2, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-18-C-YB05).

 

UPDATE: Sewer Equipment of America, Dixon, Illinois (SPE8EC-18-D-0019), has been added as an awardee to the multiple-award contract for commercial sweeper and scrubbers, issued against solicitation SPE8EC-17-R-0003, announced Jan. 2, 2017.

 

*Small Business