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 Some of the information contained within may be outdated and links may not function.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. 3, 2019

AIR FORCE

Leidos Inc., Reston, Virginia, has been awarded a $445,361,476 indefinite-delivery/indefinite-quantity contract for Air Force National Capital Region information technology services. This contract provides a full range of classified and unclassified information technology services in the National Capital Region. Work will be performed in the National Capital Region to include Joint Base Andrews, Joint Base Anacostia-Bolling and the Pentagon, and is expected to be complete by Sept. 2, 2024. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $7,522,000 are being obligated at the time of award. The Air Force, District of Washington Contracting, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-D-A005).

GTA Containers Inc., South Bend, Indiana, has been awarded a $9,478,079 contract modification (P00004) to previously awarded FA8533-16-D-0001 for collapsible fuel tank production. The contract modification provides for the purchase of additional quantities of 34 10K collapsible fuel tanks; 171 50K collapsible fuel tanks; and 130 210K collapsible fuel tanks being produced under the basic contract. Total cumulative face value of the contract is $15,102,610. Work will be performed at South Bend, Indiana, and is expected to be completed by Jan. 31, 2021. Fiscal 2018 other procurement funds are being used and no funds are being obligated at the time of delivery order award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

NAVY

Science Applications International Corp., Reston, Virginia, is awarded a $69,929,520 firm-fixed-price, cost-plus-fixed-fee modification to previously-awarded contract N00024-16-C-6425 to exercise Option Year Three for the production of Mk 48 Mod 7 heavyweight torpedo afterbody/tailcone sections, production support material, spares, auto-electrical power source test sets, engineering support, other direct costs and hardware repair services. Work will be performed in Bedford, Indiana (50%); Marion, Massachusetts (29%); Middletown, Rhode Island (16%); and Indianapolis, Indiana (5%), and is expected to be completed by March 2021. Fiscal 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2018 shipbuilding and conversion (Navy); and Foreign Military Sales funding in the amount of $69,929,520 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, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $50,307,909 cost-plus-incentive-fee modification to previously awarded contract N00024-15-C-5151 to exercise options for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build 16. The contract provides for Aegis shipboard integration engineering, Aegis test team support, Aegis modernization team engineering support, Ballistic Missile Defense test team support, Aegis ashore support and AWS element assessments. This contract will cover the AWS ship integration and test efforts for nine new construction DDG 51 class ships and the major modernization of seven DDG 51 class ships. It will additionally cover the integrated combat system modifications and upgrades for all current ships with all AWS Baselines up to and including ACB 16. Work will be performed in Moorestown, New Jersey (49%); Deveselu, Romania (12%); Norfolk, Virginia (8%); San Diego, California (8%); Washington, District of Columbia (7%); Pascagoula, Mississippi (5%); Mayport, Florida (4%); Bath, Maine (3%); and various places each below one percent (4% cumulative), and is expected to be complete by September 2024. Fiscal 2014 shipbuilding and conversion (Navy); fiscal 2019 operation and maintenance (Navy); and fiscal 2019 other procurement (Navy) funds in the amount of $4,774,574 will be obligated at time of award and $1,452,864 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Ultra Electronics Ocean Systems, Braintree, Massachusetts, is awarded a $46,679,930 modification to previously awarded contract N00024-18-C-6405 to exercise Option Year One for the production of MK54 MOD 0 lightweight torpedo array kits. This option provides spares, production support material, and related engineering services, hardware support and maintenance of government-furnished equipment. This modification combines purchases for the Navy (23%); the government of Canada (46%); Netherlands (28%); and Norway (3%) under the Foreign Military Sales (FMS) program. Work will be performed in Braintree, Massachusetts (70%); and Lititz, Pennsylvania (30%), and is expected to be completed by September 2022. FMS funding in the amount of $36,031,476; and fiscal 2019 weapons procurement (Navy) in the amount of $10,648,454 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 (N00024-18-C-6405).

General Atomics, San Diego, California, is awarded a $33,187,541 cost-plus-incentive-fee, indefinite-delivery/definite-quantity contract for up to two Bearing Support Structure (BSS) inseparable assemblies in support of the Columbia-class program. This contract is for a five-year ordering period and does not include options. Work will be performed in Tupelo, Mississippi, and is expected to be completed by August 2024. Fiscal 2019 National Sea-Based Deterrence Fund (NSBDF) funding in the amount of $12,497,115 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, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-19-D-0006).

Homeland Security Solutions Inc., Hampton, Virginia, is awarded a $10,951,521 firm-fixed-priced modification to previously awarded contract M00264-19-C-0007 to exercise Option Year One. The work to be performed provides program management support, training, human resources services and non-guard security support services to the Marine Corps. Work will be performed in Camp Lejeune/New River, North Carolina (11%); Camp Pendleton, California (10%); Washington, District of Columbia (9%); Cherry Point, North Carolina (8%); Miramar, California (8%); Quantico, Virginia (8%); Camp Smith and Kaneohe Bay, Hawaii (7%); Beaufort/Parris Island, South Carolina (6%); Yuma, Arizona (5%); Barstow, California (5%); San Diego, California (5%); Albany, Georgia (5%); Okinawa, Japan (5%); Bridgeport, California (2%); Blount Island, Florida (2%); New Orleans, Louisiana (2%); and Iwakuni, Japan (2%), and is expected to be completed by September 2020. Fiscal 2019 operation and maintenance (Marine Corps) funds in the amount of $10,095,934 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations, National Capitol Region - Regional Contracting Office, Marine Corps Base Quantico, Virginia, is the contracting activity.

Progeny Systems Corp., Manassas, Virginia, is awarded a $10,688,154 modification to previously awarded contract N00024-18-C-6410 to exercise Option Year Two for the production of MK54 MOD 1 lightweight torpedo proof of design components, test equipment, associated production support material, spares, and engineering and hardware support services. This modification combines purchases for the Navy (99%); and the government of the United Kingdom (1%) under the Foreign Military Sales (FMS) program. Work will be performed in Charleroi, Pennsylvania (70%); Salt Lake City, Utah (26%); and Manassas, Virginia (4%), and is expected to be completed by March 2022. Fiscal 2019 weapons procurement (Navy) funding in the amount of $10,680,514; and FMS funding in the amount of $32,306 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.

DEFENSE LOGISTICS AGENCY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded an estimated $38,040,445 modification (P00039) to a three-year base contract (SPE7MX-16-D-0100) with two one-year option periods adding vehicle spare parts. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Michigan and South Carolina, with an Aug. 11, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

General Electric Co., Lynn, Massachusetts, has been awarded a maximum $8,845,490 firm-fixed-price delivery order (SPRPA1-19-F-QH08) against a five-year basic ordering agreement (FA8122-19-G-0001) for compressor casings. 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 47-month contract with no option periods. Location of performance is Massachusetts, with a July 31, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

ARMY

RTI Technologies LLC,* McEwen, Tennessee, was awarded an $18,601,016 firm-fixed-price contract for or the procurement of the M700 time blast fuse. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 2, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0086).

CACI-ISS Inc., Chantilly, Virginia, was awarded a $10,172,707 modification (P00058) to contract W15QKN-15-C-0049 for the Integrated Personnel and Pay System. Work will be performed in Arlington, Virginia, with an estimated completion date of Nov. 30, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $10,172,707 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

NW Construction Inc.,* Bozeman, Montana, was awarded a $7,656,775 firm-fixed-price contract for equalizer dam and dike modifications, construction, electrical, controls, and concrete. Bids were solicited via the internet with three received. Work will be performed in Fort Hall Indian Reservation, Idaho, with an estimated completion date of June 30, 2021. Fiscal 2019 Bureau of Indian Affairs construction funds in the amount of $7,656,775 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-19-C-0022).

CORRECTION: A $377,006,101 contract award to Southwest Range Services LLC, Las Cruces, New Mexico (W91151-19-C-0008), was announced Aug. 30, 2019, with an incorrect amount of obligated funds. The correct contract obligation amount is $231,230. All other information in the announcement is correct.

U.S. TRANSPORTATION COMMAND

International Auto Logistics LLC, Brunswick, Georgia, has been awarded a task order modification (P00024) on contract HTC711-14-D-R025 in the estimated amount of $14,950,112. This modification provides continued support of transportation and storage of Department of Defense-sponsored (DoD) shipments of privately owned vehicles belonging to military service members, and transportation of DoD-sponsored shipments of privately owned vehicles belonging to DoD civilian employees. Work will be performed at multiple locations within and outside the U.S. The option period of performance is Sept. 1, 2019, to Sept. 30, 2019. Fiscal 2019 transportation working capital funds were obligated. This modification brings the total cumulative face value of the contract to $942,359,138 from $927,409,026. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small Business