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 Some of the information contained within may be outdated and links may not function.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 Oct. 11, 2019

NAVY

Electric Boat Corp., Groton, Connecticut, is awarded a $434,370,635 contract for lead yard support and development studies and design efforts related to Virginia class submarines. Work will be performed in Groton, Connecticut (94.1%); Newport News, Virginia (4.8%); and Newport and Quonset, Rhode Island (combined 1.1%), and is expected to be complete by September 2020. The contract provides lead yard support for Virginia class submarines that will maintain, update and support the Virginia class design and related drawings and data for each Virginia class submarine, including technology insertion, throughout its construction and post-shakedown availability period. The contractor will also provide all engineering and related lead yard support necessary for direct maintenance and support of Virginia class ship specifications. In addition, the contract provides development studies and design efforts related to the Virginia class submarine design and design improvements; preliminary and detail component and system design; integration of system engineering, design engineering, test engineering, logistics engineering and production engineering. The contractor will continue development studies and design efforts related to components and systems to accomplish research and development tasks, and prototypes and engineering development models required to fully evaluate new technologies to be inserted in succeeding Virginia class submarines. Fiscal 2014, 2016, 2017, 2018 and 2019 shipbuilding and conversion (SCN) (Navy); and fiscal 2019 research, development, test and engineering (RDT&E) (Navy) funding in the amount of $68,321,021 will be obligated at time of award. Fiscal 2014 shipbuilding and conversion (Navy) funds in the amount of $4,050,000; and fiscal 2019 research, development, test and engineering (Navy) funds in the amount of $7,341,250 will expire at the end of the current fiscal year — fiscal 2018 SCN (38.8%); fiscal 2017 SCN (34.9%); fiscal 2019 RDT&E (10.7%); fiscal 2014 SCN (7.1%); fiscal 2019 SCN (5%); fiscal 2016 SCN (3.4%). This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-2120).

Space Ground Systems Solutions LLC, West Melbourne, Florida, awarded a $17,082,880 cost-plus-fixed-fee contract modification to overall ceiling for previously awarded contract (N00173-15-D-2015) for spacecraft engineering, software, research and development services to the Naval Center for Space Technology (NCST). Specifically, the indefinite-delivery/indefinite-quantity (IDIQ) provides support for software engineering development, maintenance, enhancement and configuration management support for all components contained within the Neptune™ software suite under the direction of the NRL Configuration Control Board, and the VMOC™ software framework under the direction of the VMOC™ program management and software engineering teams. Funding will be obligated for each task order and no funds are obligated on the base IDIQ contract. Work will be performed in Washington, District of Columbia (50%); and West Melbourne, Florida (50%), and is expected to be completed by March 2020.  The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity.

Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $9,066,270 modification (P00013) to a previously awarded firm-fixed-price contract (N00019-17-C-0081). This modification exercises an option to procure three spare AE1107C engines in support of the V-22 Osprey program for the government of Japan. Work will be performed in Indianapolis, Indiana, and is expected to be completed in November 2020. Foreign military sales funds in the amount of $9,066,270 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.

ARMY

Northrop Grumman Systems Corp., Huntsville, Alabama, was awarded a $60,619,031 modification (P00185) to contract W31P4Q-08-C-0418 for engineering, logistics, integration, test and evaluation, and program management activities. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $5,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded an $8,309,050 cost-plus-fixed-fee contract to incorporate a requirement to stabilize the legacy nitroglycerin area facility at Radford Army Ammunition Plant.  One bid was solicited with one bid received. Work will be performed in Radford, Virginia, with an estimated completion date of Dec. 31, 2021. Fiscal 2019 procurement of ammunition, Army funds in the amount of $8,309,050 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0021).

DEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., El Segundo, California, has been awarded a maximum $24,299,972 firm-fixed-priced delivery order (SPRPA1-19-F-LT31) against a five-year basic ordering agreement (SPRPA1-15-G-001Z) for rudders in support of the F/A-18 aircraft platform. 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 seven-year contract with no option periods. Location of performance is California, with an Aug. 31, 2026, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2026 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Belleville Shoe Co.,* Belleville, Illinois, has been awarded a maximum $12,524,036 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Air Force temperate weather, Coyote boots. This was a competitive acquisition with two responses received. This is a one-year base contract with three one-year option periods. Location of performance is Illinois, with an Oct. 10, 2020, performance completion date. Using customer is Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1208).

*Small Business