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 Some of the information contained within may be outdated and links may not function.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 Sept. 13, 2018

NAVY 

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $480,601,156 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-2117 in preparation for fiscal 2019 and 2020 lead ship advance procurement/advance construction, and long lead time material funding in support of the Columbia class fleet ballistic missile submarines. Work will be performed in Quonset, Rhode Island (55 percent); Newport News, Virginia (40 percent); and Groton, Connecticut (5 percent), and will be subsumed into the lead ship construction contract in October 2020.  The award is being combined with a previously scheduled United Kingdom funding modification in the amount of $10,000,000. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $266,062,462 cost-plus-incentive-fee, fixed-price-incentive-firm-target contract for the procurement of program administrative labor for non-recurring sustainment activities; supplies, services and planning for depot activations; material and support equipment for depot maintenance facilities and mockup engines and modules for test cells in support of F-35 Air Force, Marine Corps, Navy, non-U.S. Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers.  Work will be performed in East Hartford, Connecticut, and is expected to be completed in October 2021.  Fiscal 2017 aircraft procurement (Air Force, Marine Corps and Navy); non-U.S. DoD participant, and FMS funds in the amount of $266,062,462 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($83,646,823, 31 percent); Marine Corps ($43,446,086, 16 percent); Navy ($32,271,482, 12 percent); non-U.S. DoD participants ($99,075,389; 37 percent); and FMS ($7,662,682; 3 percent).  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-C-1069).

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded $187,553,466 for modification P00001 to a previously awarded fixed-price-incentive-firm target contract (N00019-18-C-1021).  This modification provides for fiscal 2018 Initial Spare Modules, Parts and Afloat/Deployment Spares Package in support of the F135 Lot 12 Propulsion Production contract.  This modification provides for the procurement of initial spare common fan modules, augmentors, power and gearbox modules, engine nozzles, lift fans and clutches in support of in support of the Marine Corps, Air Force, Navy, non-U.S. Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers.  Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in September 2021.  Fiscal 2018 aircraft procurement (Marine Corps, Air Force and Navy); non-U.S. DoD participant, and FMS funds in the amount of $187,553,466 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for Marine Corps ($67,324,338, 36 percent); Air Force ($44,322,884, 24 percent); Navy ($1,071,466, 1 percent); non-U.S. DoD participants ($57,460,076; 31 percent); and FMS ($17,374,702; 9 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

RQ Construction LLC, Carlsbad, California, is awarded a $63,586,000 firm-fixed-price contract for design and construction of Special Operations Forces, Sea, Air, and Land Team Operations Facilities for Seal Teams One and Three at the Naval Special Warfare Coastal Campus.  The work to be performed provides for the design and construction of two separate military construction projects.  The facilities will support a variety of functions including operational gear storage, applied instruction, administrative, and includes both interior and exterior operational load out areas.  Project includes all pertinent site improvements and site preparations, mechanical and electrical utilities, telecommunications, emergency generator, landscaping, irrigation, drainage, parking and exterior lighting.  The contract also contains 11 unexercised options and six planned modifications, which if exercised would increase cumulative contract value to $73,154,492.  Work will be performed in Coronado, California, and is expected to be completed by March 2021.  Fiscal 2018 military construction (Defense-Wide) contract funds in the amount of $63,586,000 are obligated on this award; of which $1,498,366 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with nine proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-C-1017).

Vysnova Partners Inc., Bethesda, Maryland, is awarded a $38,000,000 indefinite-delivery/indefinite-quantity contract with firm-fixed-price and cost-plus-fixed-fee task orders for research support services for the Naval Medical Research Unit-2 located in Singapore.  Research study support will be performed throughout Southeast Asia.  The base contract has a continuous ordering period of 60 months and work performed under this contract is expected to be completed as of Sept. 12, 2023.  Initial incrementally funded task orders using fiscal 2018 research, development, testing and evaluation funds in the amount of $282,637 will be obligated upon 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 two proposals received.  The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-18-D-5058) 

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $31,010,405 for firm-fixed-price delivery order N6833518F0461 against a previously issued basic ordering agreement (N00019-15-G-0026).  This order provides for the procurement of two engineering development model operational test program sets in support of the E-2D Advanced Hawkeye aircraft.  Work will be performed in Melbourne, Florida, and is expected to be completed in September 2021.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $31,010,405 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $24,693,652 fixed-price-incentive-firm undefinitized contract action for the procurement of urgent spares, containers, and materials in support of refurbishment required to repair Air Intercept Missile (AIM)-9X Tactical and Captive Air Training Missiles (CATMs).  This contract provides for the procurement of four active optical target detectors (AOTD) and radio frequency (RF) data links, four tactical guidance units, eight CATM guidance units, five AOTD containers, one Block I propulsion steering section (PSS), one Block 2 PSS, five all-up-round containers and 19 Block 2 EUs for the Navy.  In addition, this contract procures two AOTDs, two guidance units, 12 CATM guidance units, six AOTD containers, one Block I PSS and two Block 2 PSSs for the Air Force.  Work will be performed in Cheshire, Connecticut (28 percent); Tucson, Arizona (16 percent); Tewksbury, Massachusetts (15 percent); Valencia, California (9 percent); Heilbronn, Germany (6 percent); Goleta, California (5 percent); Calgary, Alberta, Canada (5 percent); and various locations within the continental U.S. (16 percent), and is expected to be completed in March 2021.  Fiscal 2016 weapons procurement (Navy); fiscal 2017 and 2018 weapons procurement (Navy and Air Force); and fiscal 2018 operations and maintenance (Navy and Air Force) funds in the amount of $20,340,987 will be obligated at time of award; $8,275,324 of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304 (c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-C-1068).

Hourigan Construction Corp., Virginia Beach, Virginia, is awarded a $21,262,656 firm-fixed-price contract for the design and construction of a Small Arms Testing and Evaluation Center (SATEC) at Joint Expeditionary Base Little Creek-Fort Story.  The work to be performed provides for the design and construction of seven new training buildings to expand the urban style training area at the center of the existing SATEC.  A new, permanent range control building will also be constructed near the main entry to the compound for control, safety and monitoring activities on the SATEC.  Site improvements will include expansion of the gravel roadway network in the central urban area to encompass the new training building.  In addition, a network of stabilized gravel and dirt roadways will be established around the compound for training and evaluation of methods to defeat improvised explosive devices including pedestrian overpasses and culverts crossing under the roadways. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by March 2021.  Fiscal 2018 military construction, (Defense-Wide) contract funds in the amount of $21,262,656 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with seven proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-C-1103).

Total Logistics,* Manassas, Virginia, is awarded $20,590,045 for modification P00003 to a previously awarded cost-plus-fixed-fee, cost-type indefinite-delivery/indefinite-quantity contract (N00421-17-D-0015).  This modification provides for additional planning, analysis, development, training, support equipment management, facilities and execution in support of the Naval Air Systems Command’s Industrial and Logistics Management Planning/Sustainment Department (AIR 6.7).  Work will be performed in Patuxent River, Maryland, and is expected to be completed in December 2021.  No funding is being obligated at time of award; funds will be obligated on individual task orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Leidos Inc., Reston, Virginia, is awarded a $13,934,702 cost-plus-incentive-fee, cost-plus-fixed-fee contract to design and develop Acoustic Device Countermeasure (ADC) MK5 developmental devices including engineering and technical services and non-recurring engineering services, including software and hardware development in support of the ADC MK 5 devices. This contract includes options which, if exercised, would bring the cumulative value of this contract to $36,069,591. Work will be performed in De Leon Springs, Florida (57 percent); Reston, Virginia (33 percent); and Worthington, Ohio (10 percent), and is expected to be completed by February 2020. Fiscal 2018 research, development, test and evaluation funding in the amount of $2,500,000 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 two offers received.  The Naval Sea Systems Command, Washington, District of Columbia is the contracting activity (N00024-18-C-6209).

Federal Equipment Co.,* Cincinnati, Ohio, is awarded a $13,204,230 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the procurement of Advanced Weapons Elevator (AWE) land-based unit (LBU) for the Land-Based Engineering Test Site (LBETS), installation services and technical support for the LBETS and the AWE systems on CVN-class ships. Work will be performed in Philadelphia, Pennsylvania (50 percent); Cincinnati, Ohio (30 percent); and at other locations based on CVN location (20 percent). Delivery dates and periods of performance for the required supplies and services will be determined on an individual delivery order level. This action will contain a five-year ordering period and is expected to be completed by September 2023. Fiscal 2018 other procurement (Navy) funding in the amount of $4,095,228 will be obligated at time of award via the first delivery order and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-4022).

Global Research and Technology Corp.,* Camarillo, California, is awarded a $12,803,365 cost-plus-fixed-fee contract, cost-reimbursable indefinite-delivery/indefinite-quantity contract for services in support of the Naval Air Warfare Center Weapons Division’s (NAWCWD) Aegis Externally Directed Team Leader and Weapons Test and Evaluation Division.  Services to be provided include systems engineering, test and evaluation, instrumentation, logistics and life cycle management, management, and training.  Work will be performed at NAWCWD, Pt. Mugu, California (80 percent); Kauai, Hawaii (6 percent); Norfolk, Virginia (5 percent); Washington, District of Columbia (3 percent); Naval Air Station, China Lake, California (2 percent), Wallops Island, Virginia (2 percent); and Edwards Air Force Base, Rosamond, California (1 percent), and is expected to be completed in September 2023.  Fiscal 2017 other procurement (Navy) funds in the amount of $50,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($10,243,365; 80 percent); and the governments of Japan ($1,280,000; 10 percent); Australia ($640,000; 5 percent); and Spain ($640,000; 5 percent) under the Foreign Military Sales program.  This contract was competitively procured via an electronic request for proposals as a 100 percent small business set aside; one offer was received.  The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity (N68936-18-D-0036). 

Antenna Associates Inc.,* Brockton, Massachusetts, is awarded a $12,735,759 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of Band III semi-omni antennas in support of the AN/SLQ-32(V) Electronic Countermeasure Warfare System.  The Band III semi-omni antenna assembly allows U.S. Navy, USCG and Foreign Military Sale ships to provide frequency information from microwave signals to a shipboard receiver system. The AN/SLQ-32(V) Electronic Countermeasure System is an electronic warfare system that provides surveillance, warning, and countermeasures against complex missile attacks. This contract combines purchases for the Navy (60 percent); and the governments of Egypt, Poland, and Taiwan (combined, 40 percent) under the Foreign Military Sales program. Work will be performed in Brockton, Massachusetts, and is expected to be completed by September 2028. Fiscal 2018 Navy working capital funds in the amount of $959,400 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 three offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-WM96) 

RORE Inc.,* San Diego, California, is awarded $11,710,102 for firm-fixed-price task order N6247818F4253 under a previously awarded multiple award construction contract (N62478-18-D-4024) for consolidating the Sheet Metal Shop into Building 155 at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for renovating Bay 3 of Building 155.  Renovations will be made to bathrooms, locker rooms, training rooms and work rooms.  Work will include demolition of fences, walls, flooring, ceilings, fixtures, portable buildings, miscellaneous ducts, piping and equipment.  Eight-inch drain, 8-inch diameter water line, fire separation wall, fire protection systems and telecommunications will be installed. The task order also contains one unexercised option, which if exercised would increase cumulative contract value to $12,136,402.  Work will be performed in Oahu, Hawaii, and is expected to be completed by November 2020.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $11,710,102 are obligated on this award and will expire at the end of the current fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Solpac Construction, doing business as Soltek Pacific Construction Inc., San Diego, California, is awarded $10,183,000 for firm-fixed-price task order N6247318F5283 under a previously awarded multiple award construction contract (N62473-17-D-0821) for the design and construction of the Mobile Communication Detachment Facility at the Naval Special Warfare Coastal Campus.  The facility will support a variety of functions including operational gear storage, applied instruction, training, and administration.  The project also includes all pertinent site improvements and site preparations, mechanical and electrical utilities, telecommunications, foundations, landscaping, fencing, irrigation, drainage, parking, and exterior lighting.  The task order also contains one unexercised option and two planned modifications, which if exercised would increase the cumulative task order value to $10,605,500.  Work will be performed in Coronado, California, and is expected to be completed by January 2021.  Fiscal 2018 military construction (Defense-wide) contract funds in the amount of $10,183,000 are obligated on this award and will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

L3 Interstate Electronics Corp., Anaheim, California, is awarded a not-to-exceed $10,000,000 for cost-plus-fixed-fee undefinitized contract action PH0007 under previously awarded contract N00030-18-C-0001 for the S-Band Mobile Array Telemetry (SMART) Antenna Component Refresh.  The work will be performed in Anaheim, California (85 percent); and Cape Canaveral, Florida (15 percent), with an expected completion date of March 30, 2021. Fiscal 2018 weapons procurement (Navy) funds in the amount of $1,400,000 are being obligated at the time of award.  No funds will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. 

EMR Inc.,* Niceville, Florida, is awarded $7,137,000 for firm-fixed-price task order N6945018F1034 under a previously awarded multiple award construction contract (N69450-17-D-0507) for repairs and modifications to Building 484 at Naval Support Activity, Panama City.  The work to be performed provides for comprehensive repairs and modifications to the building shell, fire protection systems, fire exits and all interior areas associated with these components.  The work also includes removal and installation of a new standing seam roof and removal and replacement of windows.  Work will be performed in Panama City, Florida, and is expected to be completed by September 2020.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $7,137,000 are obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.  

DEFENSE LOGISTICS AGENCY 

BAE Systems Land & Armaments L.P., Anniston, Alabama, has been awarded a maximum $91,176,702, hybrid cost-reimbursement (no fee), indefinite-delivery/indefinite-quantity contract for eight Bradley Fighting Vehicle common module logic items. 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 five-year contract with no option periods. Locations of performance are Alabama and California, with a July 30, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-D-0022).

Carter Enterprises LLC, doing business as Mil-Spec Enterprises, Brooklyn, New York, has been awarded a maximum $24,177,388 modification (P00022) to a one-year contract (SPE1C1-16-D-1071) with three one-year option periods for improved Generation IV outer tactical vests. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is New York, with a Sept. 15, 2019, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Lykins Oil Co.,* Milford, Ohio (SPE605-18-D-4014; $22,925,649); Fannon Petroleum Services,* Gainesville, Virginia (SPE605-18-D-4009; $9,084,858); and Petroleum Traders Corp.,* Fort Wayne, Indiana (SPE605-18-D-4019; $9,052,780) have each been awarded a fixed-price with economic-price-adjustment, requirements contract under solicitation SPE605-18-R-0215 for various types of fuel. These were competitive acquisitions with 21 responses received. These are four-year contracts with a 31-day carryover. Locations of performance are Delaware, Indiana, Kentucky, Maryland, Ohio, Tennessee, Virginia, West Virginia, and Washington, District of Columbia, with an Aug. 31, 2022, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. 

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $13,948,623 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for fire extinguishers. 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 five-year contract with no option periods. Location of performance is Wisconsin, with a Sept. 11, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-D-0131).

I Miller Precision Optical Instruments Inc.,* Feasterville, Pennsylvania, has been awarded a maximum $10,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog.  This is a five-year contract with no option periods. This was a competitive acquisition awarded against solicitation SPE2DH-16-R-0002 with 51 responses received; twelve contracts have been awarded to date. Using customers are Department of Defense and other federal organizations.  Location of performance is Pennsylvania, with a Sept. 12, 2023, performance completion date. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-18-D-0011).

Northrop Grumman Systems Corp., Annapolis, Maryland, has been awarded a maximum $7,250,350 firm-fixed-price delivery order (SPRMM1-18-F-LJ04) against basic ordering agreement SPRMM1-15-G-0900 for sonar acoustic baffles. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Maryland and Utah, with a Feb. 20, 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.

 ARMY 

Seaside Engineering & Surveying LLC,* Baker, Florida (W91278-18-D-0082); Gustin, Cothern & Tucker,* Niceville, Florida (W91278-18-D-0083); Joyner Keeny PLLC,* Rocky Mount, North Carolina (W91278-18-D-0084); Maptech Inc., Jackson, Mississippi (W91278-18-D-0085); Merrick & Co., Greenwood Village, Colorado (W91278-18-D-0086); SurvTech Solutions Inc.,* Tampa, Florida (W91278-18-D-0088); and Woolpert Inc., Dayton, Ohio (W91278-18-D-0090), will compete for each order of the $49,000,000 firm-fixed-price contract for architect and engineering services for survey and mapping. Bids were solicited via the internet with 42 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 12, 2021. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. 

General Dynamics Ordnance and Tactical Systems, Garland, Texas, was awarded a $20,471,717 firm-fixed-price contract for bomb bodies. Bids were solicited via the internet with one received. Work will be performed in Garland, Texas, with an estimated completion date of Dec. 31, 2022. Fiscal 2016, 2017, 2018 aircraft procurement, Army funds in the amount of $20,471,717 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-C-0052).

Burns & McDonnell Engineering Co., Kansas City, Missouri, was awarded a $20,000,000 firm-fixed-price contract for architect engineer general design services. Bids were solicited via the internet with 36 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 12, 2023. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-18-D-2002).

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $15,796,523 firm-fixed-price contract for the procurement of MQ-1C Gray Eagle extended range aircraft unique initial spares and ground support equipment. Bids were solicited via the internet with one received. Work will be performed in Poway, California, with an estimated completion date of Feb. 28, 2020. Fiscal 2016 aircraft procurement, Army funds in the amount of $15,796,523 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-18-C-0037). 

DEFENSE INTELLIGENCE AGENCY 

ADC Ltd. NM, Albuquerque, New Mexico, was awarded a firm-fixed-price contract (HHM402-18-F-0236) with a maximum value of $34,711,277 over a four-year ordering period for background investigations support services to support the operation of the Defense Intelligence Agency Personnel Security Division's mission to make sensitive compartmented information (SCI) clearance eligibility determinations. Background investigations will be performed worldwide and will be coordinated in Reston, Virginia. This award has a base year value of $3,989,716, and an estimated completion date of April 13, 2023. This contract was awarded via www.gsaadvantage.gov under full and open competition in accordance with Federal Acquisition Regulation Part 8.405-2. The basis for selection was best value-trade off with four proposals received. The funding type will be operations and maintenance. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. 

MISSILE DEFENSE AGENCY 

Orbital Sciences Corp. (a wholly owned subsidiary of Northrup Grumman Innovative Systems), Chandler, Arizona, is being awarded a $34,239,122 cost-plus-award-fee, fixed-price incentive modification (P00221) to a previously awarded contract (HQ0147-11-C-0006). The value of this contract is being increased from $1,103,811,081 by $34,239,122 to $1,138,050,203. Under this modification, the contractor will provide three Intercontinental Ballistic Missile (ICBM) target kits (Stage 0 conversion kits) and associated support services. The work will be performed in Chandler, Arizona; and Promontory, Utah. The performance period is from September 2018 through December 2023. Fiscal 2018 research, development, test and evaluation funds in the amount of $2,000,000 are being obligated on this award. One offeror was solicited and one offer was received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. 

U.S. SPECIAL OPERATIONS COMMAND

Chesapeake Technology International Corp.,* California, Maryland, was awarded a maximum $30,000,000 single award, indefinite-delivery, indefinite-quantity, Small Business Innovative Research Phase III contract (H-92-40118-D-0004) for data management architecture synchronization, sustainment and support to U.S. Special Operations Command (USSOCOM).  Fiscal 2018 operations and maintenance funds in the amount of $2,159,241 were obligated at the time of award.  A majority of the work will be performed in Colorado Springs, Colorado.  Performance is expected through September 2023. This procurement is excluded from the Competition in Contracting Act per 10 U.S. Code 2304(b)(2) and SBIR Phase III guidance.  USSOCOM, Tampa, Florida, is the contracting activity.

AIR FORCE

Mesotech International, Sacramento, California, has been awarded a $20,000,000 contract for the consolidation of the sustainment for the FMQ-19 and the FMQ-22 weather system programs. It will include contractor logistics support, help desk, spares support, and special projects. Work will be performed in Sacramento, California, and is expected to be completed Sept. 24, 2024. The ordering period for this is five years after contract award with a six-month option to extend and a performance period of six years from contract award. This award is a result of a competitive acquisition where two acceptable offers were received. Fiscal 2018 operations and maintenance will fund the contract. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-18-D-0013).

Four Tribes Construction Services LLC, Gaithersburg, Maryland, has been awarded a $9,570,862 firm-fixed-price contract. This contract is to expand the Base Expeditionary Airfield Resource Complex by constructing sever concrete storage pads and to repair the existing infrastructure throughout the compound. Work will be performed at Holloman Air Force Base, New Mexico, and is expected to be completed Sept. 13, 2019. Fiscal 2018 operations and maintenance in the amount of $9,570,862 will be obligated at the time of award. 49th Contracting Squadron, Holloman AFB, New Mexico, is the contracting activity (FA4801-18-C-0011).

*Small Business