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 Some of the information contained within may be outdated and links may not function.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 Feb. 13, 2019

NAVY

British Aerospace Engineering Systems Technology Solutions & Services Inc., Rockville, Maryland (N00421-D-0035); Coherent Technical Services Inc.,* Lexington Park, Maryland (N00421-D-0036); Engility Corp., Andover, Maine (N00421-D-0037); J.F. Taylor Inc., Lexington Park, Maryland (N00421-D-0038); KBRwyle Technology Solutions LLC, Columbia, Maryland (N00421-D-0039); Lockheed Martin Rotary and Mission Systems, Manassas, Virginia (N00421-D-0040); and Valkyrie Enterprises Inc.,* Virginia Beach, Virginia (N00421-D-0041), are each awarded indefinite-delivery/indefinite-quantity contracts. The estimated aggregate ceiling for all contracts is $235,005,530, with the companies having an opportunity to compete for individual orders. These contracts provide for Air Traffic Control and Landing Systems Operations Onboard Ship and Shore support services for the Naval Air Warfare Center Aircraft Division (NAWCAD) - Air Traffic Control and Landing Systems Division (NAWCAD 4.11.7). Services to be provided include operational, technical, logistical and system engineering support for system certification; technical assistance; systems analysis and engineering; test and evaluation; installation and maintenance; hardware design, development, technical logistics support; configuration management; training support; equipment manufacturing; quality control; and project management of Mobile Air Battle management systems and communication-electronic systems. Work will be performed in St. Inigoes, Maryland (20 percent); and at various contractor locations within the continental U.S. (80 percent), and is expected to be completed in February 2024. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. These contracts were competitively procured via an electronic request for proposals, with seven offers received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.  

Diversified Maintenance Systems,* Sandy, Utah, is awarded a maximum amount $49,000,000 indefinite-delivery indefinite quantity contract for commercial and institutional building construction alterations, renovations, and repair projects at Naval Air Weapons Station China Lake, California. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Ridgecrest, California. The term of the contract is not to exceed 60 months with an expected completion date of January 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2612).

The Boeing Co., Huntington Beach, California, is awarded a $43,000,000 fixed-priced-incentive modification to previously awarded contract N00024-17-C-6307 for the fabrication, test, and delivery of four Orca Extra Large Unmanned Undersea Vehicles (XLUUVs) and associated support elements. The Orca XLUUV will be an open architecture, reconfigurable Unmanned Undersea Vehicle. The Orca XLUUV will be modular in construction with the core vehicle providing guidance and control, navigation, autonomy, situational awareness, core communications, power distribution, energy and power, propulsion and maneuvering, and mission sensors. The Orca XLUUV will have well-defined interfaces for the potential of implementing cost-effective upgrades in future increments to leverage advances in technology and respond to threat changes. The Orca XLUUV will have a modular payload bay, with defined interfaces to support current and future payloads for employment from the vehicle. The competition for XLUUV requirements is still in source-selection, and therefore the specific contract award amount is considered source-selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation 2.101 and 3.104) and will not be made public at this time. Work will be performed in Huntington Beach, California (29 percent); Virginia Beach, Virginia (27 percent); Waukesha, Wisconsin (8 percent); East Aurora, New York (7 percent); Concord, Massachusetts (7 percent); Camden, New Jersey (5 percent); Smithfield, Pennsylvania (4 percent); Attleboro, Massachusetts (3 percent); City of Industry, California (3 percent); El Cajon, California (3 percent); Fairfield, New Jersey (2 percent); Ontario, California (1 percent); and Farmingdale, New York (1 percent), and is expected to be complete by June 2022. Fiscal 2019 research, development, test, and evaluation (Navy) funds in the amount of $43,000,000 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.

Lockheed Martin Corp., Fort Worth, Texas, is awarded $14,498,758 for modification P00009 to a previously awarded fixed-price incentive firm contract (N0001918C1048) to provide for initial lay-in of repair material for seven F-35 Lightning II systems at various depots in support of the Air Force, Marine Corps, Navy, non-U.S. Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in Orlando, Florida (34 percent); Fort Worth, Texas (27 percent); Jackson, Mississippi (16 percent); Windsor Locks, Connecticut (16 percent); St. Louis, Missouri (4 percent); and East Aurora, New York (3 percent), and is expected to be completed in July 2024. Fiscal 2017 aircraft procurement (Marine Corps, and Navy); fiscal 2018 aircraft procurement (Air Force); non-U.S. DoD participant; and FMS funds in the amount of $14,498,758 are being obligated at time of award, $4,582,113 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($6,332,003; 43.68 percent); Marine Corps ($3,128,745; 21.58 percent); Navy ($1,453,368; 10.02 percent); non-U.S. DoD Participants ($2,470,964; 17.04 percent), and FMS customers ($1,113,678; 7.68 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

EPS Corp., Tinton Falls, New Jersey, is awarded a $10,980,406 modification to a previously awarded hybrid cost-plus-fixed-fee, firm-fixed price, indefinite delivery/indefinite quantity contract (N00174-17-D-0026) to exercise an option for technical expertise in the development and testing of underwater weapons and underwater weapons systems components. This requirement is to develop an underwater weapons system acquisition/procurement program that provides underwater weapons systems (including authentic foreign mines) for research, development, test and evaluation of underwater weapons systems and mine countermeasures systems. Work will be performed in Tinton Falls, New Jersey (95 percent); Montenegro (2 percent); Bulgaria (2 percent); and Italy (1 percent), and is expected to be complete by February 2020. No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. 

Detyens Shipyards Inc., North Charleston, South Carolina, is awarded a $10,517,749 firm-fixed-price contract for a 50-calendar day shipyard availability for the regular overhaul and dry docking of USNS William McLean (T-AKE 12). Work will include clean and gas-free tanks, voids, cofferdams and spaces, main engine and electric motor maintenance, 10-year crane maintenance and recertification, dry-docking and undocking, propeller shaft and stern tube inspect, freshwater (closed loop) stern tube lubrication, underwater hull cleaning and painting, 2.5-year bow thruster maintenance and tunnel grating modification, renew flight deck nonskid, and auxiliary pre-stage area refrigeration installation. The contract includes options which, if exercised, would bring the total contract value to $10,583,543. Work will be performed in North Charleston, South Carolina, and is expected to be completed by July 16, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $10,517,749 are obligated at the time of award and funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The U. S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6002).

AIR FORCE

Nimbis Services Inc.,* Oro Valley, Arizona, has been awarded a ceiling increase of $49,500,000 to their indefinite-delivery/indefinite-quantity (IDIQ) contract with cost-plus-fixed-fee task orders for research and development. The Trusted Silicon Stratus contract’s objective is to achieve an initial operational capability of a novel microelectronics life-cycle verification ecosystem implemented to enhance microelectronics supply chain risk management. Work will be performed in Columbus, Ohio. There are two orders currently on this IDIQ. The first task order (FA8650-18-F-1605) is expected to be complete by July 30, 2021, and the second task order (FA8650-18-F-1656) is expected to be completed by Nov. 30, 2021. Fiscal 2018 and 2019 research, development, test and evaluation funds will be obligated on future task orders. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Tau Technologies LLC, Albuquerque, New Mexico, has been awarded a cost reimbursement type contract with a base period contract price of $8,913,357 for directed energy modeling for cross-domain analysis. This contract seeks to advance directed energy technologies and weapon systems in engagement and mission-level analysis to enable data-driven wargaming, military utility assessments, and weaponeering. Work will be performed in Albuquerque, New Mexico, and is expected to be completed May 31, 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $300,000 will be obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-19-C-0002).

ARMY

Phylway Construction LLC,* Thibodaux, Louisiana, was awarded a $48,654,095 firm-fixed-price contract for Mississippi River levee construction. Bids were solicited via the internet with six received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Feb. 21, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $48,654,095 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0015).

DEFENSE LOGISTICS AGENCY

Lions Services, Charlotte, North Carolina, has been awarded a maximum $11,403,650 modification (P00020) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B008) with two one-year option periods for advanced combat helmet chinstraps and hardware. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are North Carolina and Texas, with a Feb. 16, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019, through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

WASHINGTON HEADQUARTERS SERVICES

CompQsoft Inc., Leesburg, Virginia, has been awarded a $7,710,468 a hybrid contract which includes firm-fixed-price labor hour and time and materials contract line item numbers. The contract is to provide audio-visual/video conference support services, by Joint Service Provider to supported agencies in the most efficient manner possible. Work performance will take place primarily in the National Capital Region, including the Pentagon, Mark Center and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $7,710,468 are being obligated on this award. The expected completion date is Sept. 29, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-18-C-0118).

DEFENSE INFORMATION SYSTEMS AGENCY

Solers Inc., Arlington, Virginia, was awarded an indefinite-delivery/indefinite-quantity (ID/IQ) contract for Systems Engineering, Technology, and Innovation. This was a competitive solicitation for a multiple-award ID/IQ contract, with an unrestricted pool and a pool set-aside for small businesses. The original awards for the unrestricted pool were initially made in June 2018. Four post-award protests were submitted to the Government Accountability Office (GAO). Following the GAO decisions, issued in October 2018, the agency took corrective action that resulted in the decision to award a contract to Solers Inc. The face value of this action is a ceiling amount of $7,500,000,000. The awardee will each receive a minimum guarantee of $500 applicable to the base ordering period only. All other funding will be obligated at the task order level. The primary performance will be at Defense Information Systems Agency Headquarters, Fort Meade, Maryland, as well as contractor facilities and DoD locations worldwide to be determined at the task order level. The period of performance is a five-year base period with one five-year option period. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-2015).  

*Small Business