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 Some of the information contained within may be outdated and links may not function.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 June 7, 2019

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $1,808,545,655 cost-plus-incentive-fee, cost-plus-award-fee, cost-plus-fixed-fee contract for continued design maturation and development of Block 4 capabilities in support of the F-35 Lightning II Phase 2.3 Pre-Modernization for the Air Force, Navy, Marine Corps; and non-U.S. Department of Defense (DoD) participants.  Work will be performed in Fort Worth, Texas, and is expected to be completed in August 2026.  Fiscal 2019 research, development, test and evaluation (Air Force, Navy, and Marine Corps); and non-U.S. DoD participant funds in the amount of $98,998,910 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 Air Force ($732,460,990; 40.50 percent); Navy ($371,475,278; 20.54 percent), Marine Corps ($345,974,784; 19.13 percent) and non-U.S. DoD participants ($358,634,603; 19.83 percent).  This contract was not competitive procured pursuant to U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0010).

Northrop Grumman Systems Corp., Baltimore, Maryland, is awarded a $958,049,562 firm-fixed-price contract for the procurement of 30 full-rate production Ground/Air Task Oriented Radar units under the portfolio management of Program Executive Officer Land Systems, Quantico, Virginia.  This procurement also includes spares parts and retrofit kits.  Work will be performed in Linthicum, Maryland (37 percent); East Syracuse, New York (28 percent); Stafford Springs, Connecticut (7 percent); Tulsa, Oklahoma (6 percent); Syracuse, New York (4 percent); Valencia, California (3 percent); San Diego, California (3 percent); Richardson, Texas (3 percent); Farmingdale, New York (2 percent); St. Paul, Minnesota (2 percent); Gilbert, Arizona (1 percent); Phoenix, Arizona (1 percent); Lowell, Massachusetts (1 percent); Littleton, Colorado (1 percent); and Durham, North Carolina (1 percent), and is expected to be complete by Jan. 13, 2025.  Fiscal 2019 procurement funds (Marine Corps) in the amount of $194,748,327 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This contract award was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1).  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-0043).

Bath Iron Works, Bath, Maine, is awarded a $61,697,197 cost-plus-award-fee modification to previously-awarded contract N00024-18-C-2313 to exercise options for accomplishment of lead yard services (LYS) for the DDG 51-class destroyer program.  LYS provides necessary engineering, technical, material procurement and production support; configuration; class flight and baseline upgrades and new technology support; data and logistics management; lessons-learned analysis; acceptance trials; post-delivery test and trials; post-shakedown availability support; reliability and maintainability; system safety program support; material and fleet turnover support; shipyard engineering team; turnkey; crew indoctrination, design tool/design standardization, detail design development, and other technical and engineering analyses for the purpose of supporting DDG 51 Class ship construction and test and trials.  In addition, DDG 51 Class LYS may provide design, engineering, procurement and manufacturing/production services to support design feasibility studies and analyses that modify DDG 51-class destroyers for foreign military sales programs sponsored by the Department of the Navy and the Department of Defense.  Work will be performed in Bath, Maine (95 percent); Brunswick, Maine (4 percent), and other locations below one percent (1 percent) and is expected to be completed by June 2020.  Fiscal 2015, 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $58,345,440 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.

L3 Communications MariPro Inc., Goleta, California, is awarded a $41,440,334 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, sole-source contract to provide support services to sustain U.S. and allied navy training and test and evaluation ranges around the world.  L3 will repair or replace original equipment manufacturer systems.  Services and associated deliverables include the design, production and installation of both shore electronic systems and ocean sensor system hardware assemblies; operation and maintenance of the delivered hardware to support operational test events of the delivered system, and data products identified in the contract data requirements lists.  Other services under this requirement include operating, maintaining, repairing, performing logistics support, refurbishing, modernizing, upgrading, revising, improving, performing information assurance and expanding of range hardware, software and its performance.  Work will be performed at various locations throughout the world and is expected to be completed by June 2024.  Fiscal 2019 operation and maintenance (Navy) funding in the amount of $245,477 will be obligated at time of award and will 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 Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-A900).

AIR FORCE

EMC Corp., Irvine, California, has been awarded a $74,423,388 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for instrumentation support, configuration, management, development, loading, integration, analysis and decommutation (ILIAD) and flight test instrumentation systems operation.  This contract provides for greater mission capabilities by accessing contractor personnel with specialized training and expertise in utilization and troubleshooting of the ILIAD system.  Work will be performed at Edwards Air Force Base and Irvine, California, and is expected to be complete by June 6, 2024.  This award is the result of a sole-source acquisition.  Fiscal 2019 research and development funds in the amount of $109,387 are being obligated at the time of award.  The Air Force Test Center, Directorate of Contracting, Test Range and Specialized Contracting Branch, Edwards AFB, California, is the contracting activity (FA9304-19-D-0001).

DEFENSE LOGISTICS AGENCY

Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $90,000,000 firm-fixed-price, 254-day bridge contract for facilities maintenance, repair, and operations 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.  Locations of performance are New Jersey, California, Arizona, Nevada, and Utah, with a Feb. 18, 2020, performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2019 through 2020 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D0008).

ARMY

Quantum Spatial Inc., St. Petersburg, Florida (W912GB-19-D-0021); and Woolpert-Black & Veatch, Beavercreek, Ohio (W912GB-19-D-0022) will compete for each order of the $49,000,000 firm-fixed-price contract for surveying and mapping services.  Bids were solicited via the internet with 10 received.  Work locations and funding will be determined with each order, with an estimated completion date of June 6, 2024.  U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity.

Encanto Facility Services 2 LLC,* Albuquerque, New Mexico, was awarded a $45,000,000 firm-fixed-price contract for maintenance, repair, upgrade and minor construction of real property facilities at Fort Hood, Texas.  Bids were solicited via the internet with 10 received.  Work locations and funding will be determined with each order, with an estimated completion date of June 7, 2022.  U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-D-0031).

Exp Federal, Chicago, Illinois (W912GB-19-D-0013); Stanley COWI JV, Muscatine, Iowa (W912GB-19-D-0014); Black & Veatch, Overland Park, Kansas (W912GB-19-D-0012); and WSP USA Inc., Virginia Beach, Virginia (W912GB-19-D-0015) will compete for each order of the $36,000,000 firm-fixed-price contract for general architect and engineering services.  Bids were solicited via the internet with five received.  Work locations and funding will be determined with each order, with an estimated completion date of June 6, 2024.  U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity.

Komada LLC,* Colorado Springs, Colorado, was awarded a $22,090,954 firm-fixed-price contract for repair of Teller Dam at Fort Carson, Colorado.  Bids were solicited via the internet with seven received.  Work will be performed in Fort Carson, Colorado, with an estimated completion date of Oct. 30, 2020.  Fiscal 2019 operations and maintenance Army funds in the amount of $22,090,954 were obligated at the time of the award.  U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0028).

Medvolt Construction Services LLC,* Kansas City, Missouri, was awarded a $18,058,404 firm-fixed-price contract for construction of flood walls, earthen levees, interior storm water piping, tributary channel realignment and bank stabilization, and detention pond with gatewell, at Swope Park Industrial Area in Kansas City, Missouri.  Bids were solicited via the internet with three received.  Work will be performed in Kansas City, Missouri, with an estimated completion date of Nov. 28, 2022.  Fiscal 2019 civil construction funds in the amount of $18,058,404 were obligated at the time of the award.  U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-1074).

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $10,115,993 modification (P00025) to contract W58RGZ-17-C-0059 to support CH-47F Block II Engineering and Manufacturing Development program.  Work will be performed in Ridley Park, Pennsylvania, with an estimated completion date of July 27, 2021.  Fiscal 2019 research, development, test and evaluation funds in the amount of $10,115,993 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Eco & Associates Inc.,* Tustin, California, was awarded a $10,000,000 firm-fixed-price contract for architect and engineer services.  Bids were solicited via the internet with nine received.  Work locations and funding will be determined with each order, with an estimated completion date of Dec. 7, 2024.  U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-D-0004).

NWI&T Atkins SB JV LLC,* Idaho Falls, Idaho, was awarded a $10,000,000 firm-fixed-price contract for architect and engineer services.  Bids were solicited via the internet with nine received.  Work locations and funding will be determined with each order, with an estimated completion date of Dec. 7, 2024.  U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-D-0005).

WASHINGTON HEADQUARTERS SERVICES

Copper River Technologies, Anchorage, Alaska, has been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity with a maximum amount of $21,000,000.  The contract is to provide professional-level analytical, communication, event management, and logistics services as well as administrative-level general and executive services to provide continuous process improvement, business process reengineering, and organizational efficiencies support services to Facilities Services Directorate (FSD), Space Portfolio Management Division, other FSD Divisions and satisfy Department of Defense, Office of the Secretary of Defense, and Washington Headquarters Services requirements.  Work performance will take place in Arlington, Virginia.  Fiscal 2019 operations and maintenance funds in the amount of $3,322,696 are being obligated at time of award.  The expected completion date is June 6, 2024.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D-0015).


*Small business