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 Some of the information contained within may be outdated and links may not function.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 17, 2018

AIR FORCE 

Aero-Glen International LLC, Dallas/Fort Worth International Airport, Texas, has been awarded a $403,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-16 Systems Program Office support at Hill Air Force Base, Utah. The contractor will provide F-16 service life extension program kits for the F-16 fleet. Work will be performed in Dallas/Fort Worth International Airport, Texas, and is expected to be completed by May 31, 2029.  This award is the result of a competitive, small-business acquisition. Procurement funds in the amount of $1,669,548 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill AFB, Utah, is the contracting activity (FA8232-18-D-0001).

The Boeing Co., Seattle, Washington, has been awarded a firm-fixed-price undefinitized contract modification (P00032) to the previously-awarded contract FA8625-16-C-6599 for engineering and manufacturing development, to include detailed design, modification, testing, certification, and fielding of two presidential, mission-ready 747-8 aircraft. Work will be performed in San Antonio and is expected to be completed by December 2024. This award is the result of a sole-source acquisition. Fiscal 2018 research and development funds in the amount of $64,000,000 are being obligated at the time of award. The total value of all contract actions for the program is $3,900,000,000. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. 

ARMY 

Wamore Inc.,* Phoenix, Arizona, was awarded an $18,827,411 firm-fixed-price contract for the procurement of the Advanced Cargo Parachute Release System (ACPRS) and ACPRS coupling assembly. Bids were solicited via the Internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of July 16, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-D-0064). 

NAVY

Leidos Innovations Corp., Gaithersburg, Maryland, is awarded $15,948,573 for cost-plus-fixed-fee order N6893618F0598 against a previously awarded indefinite-delivery/indefinite-quantity contract (N68936-16-D-0018).  This order provides for the procurement of 135 Joint Threat Emitter spare parts for the repair and sustainment of Electronic Warfare Target/Threat systems deployed at test and training ranges in support of the Air Force.  Work will be performed at the Naval Air Warfare Center Weapons Division, China Lake, California, and is expected to be completed in July 2019.  Fiscal 2016 and 2017 other procurement (Air Force) funds in the amount of $5,948,674 are being obligated at the time of award, $96,095 of which will expire at the end of the fiscal year.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

Massa Products Corp.,* Hingham, Massachusetts, is awarded a $15,495,569 firm-fixed-price, indefinite delivery/indefinite quantity (IDIQ) contract for production of transducers. As an IDIQ contract, only a minimum guarantee is established, and all firm government requirements will be established at the order level. It does not include options. Work will be performed in Hingham, Massachusetts, and is expected to be completed by July 2019. Fiscal 2018 other procurement (Navy) funding in the amount of $1,056,549 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside via the Federal Business Opportunities website, with two offers received. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-18-D-E800).

L3 Vertex Aerospace LLC, Madison, Mississippi, is awarded $8,479,381 for modification P00001 to a previously awarded firm-fixed-price, cost contract (N00019-17-C-0080) to exercise an option to provide logistics and supply support as well as organizational and authorized intermediate level aircraft maintenance on three KC-130J aircraft in support of the government of Kuwait.  Work will be performed at Abdullah Al-Mubarak Air Base, Kuwait, and is expected to be completed in August 2019.  Foreign military sales funds in the amount of $8,479,381 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. 

DEFENSE HEALTH AGENCY 

EHRTS LLC, Arlington, Virginia, was awarded the second option year with a potential of $14,436,145 for an indefinite-delivery/indefinite-quantity contract (HT0011--16-D-0001 P0004). This award, titled “Next Generation Tri-Service Workflow Services,” provides workflow and website sustainment.  This is a non-personal services contract to provide subject matter experts in the form of senior physicians, senior physician assistants/nurse practitioners, and junior physicians, training management, and program managers.  The contractor will provide medical and information technology workflow support services for enterprise systems. Tri-service workflow services specifically leverage enterprise Department of Defense information technology (IT) solutions to help standardize functionally directed clinical workflows at every military hospital and clinic worldwide for the legacy electronic health record systems and the new Military Health System GENESIS system.  The level of effort is dictated by clinical needs, policy and IT limitations.  This contract encompasses the entirety of the development lifecycle (planning, implementation, testing, documentation, deployment/training, analysis, and eventual closure) of workflow solutions across the enterprise. The work will be performed in Falls Church, Virginia, for a period of performance from July 14, 2018, to July 13, 2019.   This contract was competitively procured on Federal Business Opportunities (FBO.gov) in 2017.   The Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded July 13, 2018)

*Small Business