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 Some of the information contained within may be outdated and links may not function.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 March 16, 2020

NAVY

United Technologies Corp., Pratt and Whitney Engines, East Hartford, Connecticut, is awarded a $319,792,357 modification (P00018) to a previously awarded, firm-fixed-price, fixed-price-incentive-fee, cost-plus-fixed-fee, cost reimbursable contract (N00019-18-C-1021). This modification exercises an option for the production and delivery of 20 F135-PW-100 propulsion systems for the Navy, six F135-PW-100 propulsion systems for the Air Force, and six F135-PW-100 propulsion systems for the government of Japan. Work will be performed in East Hartford, Connecticut (67%); Indianapolis, Indiana (26.5%); and Bristol, United Kingdom (6.5%), and is expected to be complete by December 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $193,331,533; fiscal 2019 aircraft procurement (Air Force) funds in the amount of $73,835,550; and Foreign Military Sales funds in the amount of $52,625,274 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.

Manson Construction Co., Seattle, Washington, is awarded $46,100,000 for the second increment of the firm-fixed-price contract for the design and construction replacement of Pier 8, Naval Base San Diego, California. Work will be performed in San Diego, California, and is expected to be complete by October 2021. The work to be performed will provide for the design and construction of a new single-deck pile, and a supported and reinforced concrete pier to replace the existing Pier 8. Utilities include potable water, sanitary sewer, compressed air, oily waste and compensating ballast water collection systems. Electrical utilities include underground distribution lines from shore side to pier including switching station, primary and secondary distribution systems, telephone, fire alarm systems, coaxial and fiber optic communications, supervisory control and data acquisitions systems for energy monitoring and control. The pier includes primary and secondary fenders, and new load out ramp cradles on the quay wall on each side. Fiscal 2020 military construction (Navy) contract funds in the amount of $46,100,000 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-C-1208).

Patriot Contract Services LLC, Concord, California, is awarded a $33,411,234 modification for the fixed price portion of a previously awarded contract (N00033-14-C-3210) to fund the operation and maintenance of eight government-owned, contractor operated Watson-class large, medium-speed roll-on/roll-off ships. Work will be performed at sea worldwide beginning April 2020 and is expected to be complete by September 2020. This modification awards a bridge that includes a six-month base period, and one six-month option period. The ships will continue to support Military Sealift Command's worldwide prepositioning requirements. Working capital funds (Navy) in the amount of $33,411,234 are obligated for fiscal 2020, covering the six-month base period's daily operating hire and will not expire at the end of the fiscal year. This bridge was not competitively procured and was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N00033-14-C-3210).

Naval Systems Inc.,* Lexington Park, Maryland, is awarded a $28,181,538 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides program management, lifecycle logistics, business process improvement, functional assessment, data and gap analysis, engineering requirements as well as management and requirements analysis in support of the Aviation Logistics Environment. Work will be performed in Norfolk, Virginia (70%); Patuxent River, Maryland (28%); and San Diego, California (2%), and is expected to be complete by March 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small business set-aside, competitively procured via an electronic request for proposal. Three offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0019).

Raytheon Co., Indianapolis, Indiana, is awarded $18,189,730 for a ceiling-priced delivery order (N00383-20-F-N700) under previously awarded basic ordering agreement N00383-18-G-N701 for the repair of the APG 65/73 radar systems in support of the F/A-18 aircraft. Work will be performed in Indianapolis, Indiana, and is expected to be complete by March 2022. Fiscal 2020 working capital funds (Navy) in the amount of $8,912,968 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1) with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

West Point-Granite JV LLC,* Tucson, Arizona, is awarded a $14,990,280 firm-fixed-price task order (N62473-20-F-4216) under a multiple award construction contract for the design and construction of water treatment plant repairs to Basins 343-348 and 352-353 Naval Air Facility (NAF) El Centro, El Centro, California. Work will be performed in El Centro, California, and is expected to be complete by September 2021. The contract amount provides for all labor, materials, equipment, transportation, supervision and incidental related work. Work to be performed provides for the construction, procurement and installation services for replacement of six existing damaged and degraded million-gallon, reinforced concrete sedimentation basins; two existing damaged and degraded 200,000-gallon decant basins; and their associated piping and infrastructure replacement within the existing water treatment plant at NAF El Centro. Work includes demolition and replacement with a new million-gallon reinforced concrete sedimentation basin to be constructed in its original size, footprint and volume. Structural repairs include replacement of structural slabs, reinforced concrete grade beams and helical anchorage of the reinforced concrete basins to address buoyancy. The existing source water intake channel will be replaced with a new intake system, including a screening vault, a flow metering vault, a mixing vault and distribution pipes. Cross-basin transfer piping will be replaced with new pipes, overflow weirs and slide gates to maintain existing basin operations. A chemical storage building will be included to replace the existing chemical storage shed. Mechanical repairs include the replacement of valves and pumps, replacement of waste water piping and replacement of the existing eye-wash station for code compliance. Electrical repairs include replacing electrical panels, service for mechanical pumps and providing site lighting for code compliance. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $14,990,280 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-1206).

Mustang Technology Group LP, doing business as L3 Mustang Technology, Plano, Texas, is awarded a $14,849,324 fixed-price-incentive-firm-target modification to previously awarded contract N00024-19-C-5313 for 808 rounds of 57mm MK 332 high explosive-4 bolt guided (HE-4G) cartridge ammunition. Work will be performed in Plano, Texas (78%); and Cincinnati, Ohio (22%); and is expected to be complete by March 2021. This contract action is for the delivery of 808 rounds of 57mm MK 332 HE-4G cartridge ammunition leveraging the long lead materials procured at time of award. The HE-4G cartridge is a 57mm electrically-primed cartridge which is designed to function in the 57mm MK 110 GM and is intended for combating surface and air targets. Fiscal 2019 procurement of ammunition (Navy and Marine Corps) funding in the amount of $14,849,324 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 Missiles and Fire Control, Archbald, Pennsylvania, is awarded a $14,686,324 modification (P00009) to a previously awarded firm-fixed-price contract (N00019-17-C-0022). This modification provides for the procurement of 4,001 laser guided training rounds BDU-59B/B. Work will be performed in Archbald, Pennsylvania (45%); Marlton, New Jersey (10%); Vaudreuil-dorion, Canada (6.5%); Rochester, New York (5.5%); Westford, Massachusetts (3%); Plainville, Connecticut (2.75%); Joplin, Missouri (2.75%); Hauppage, New York (1.5%); Quakertown, Pennsylvania (1.5%); San Jose, California (1.5%); Laconia, New Hampshire (1.5%); Dunedin, Florida (1%); Clifton, New Jersey (1%); Londonderry, New Hampshire (1%); Canton, Pennsylvania (1%); Honesdale, Pennsylvania (1%); Mount Laurel, New Jersey (1%); Medford, New Jersey (1%); Irvine, California (0.5%) and various locations within the continental U.S. (11%). Work is expected to be complete by July 2021. Fiscal 2020 procurement of ammunition (Navy and Marine Corps) funds in the amount of $14,686,324 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Lakehurst, New Jersey, is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $13,107,282 cost-plus-fixed-fee modification to previously awarded contract N00024-20-C-2120 for additional fiscal 2020 development studies and design efforts for Virginia Class Submarines. Work will be performed in McLeansville, North Carolina, and is expected to be complete by September 2020. This contract modification provides additional development studies and design efforts related to Virginia class submarine improvements. The contractor will continue development studies and design efforts required to fully evaluate new technologies for Virginia class submarines. Fiscal 2020 research, development, test and evaluation (Navy) 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. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

Blaine Warren Advertising LLC, Las Vegas, Nevada, has been awarded a $20,057,674 modification (P00007) to previously awarded contract FA6643‐17‐D‐0001 for Air Force Reserve Command (AFRC) Recruiting Service advertising. This modification exercises Option III under a requirements contract for all necessary management, supervision, labor, material and equipment required to plan, create, design, produce, place, evaluate and measure the effectiveness of advertising and special events in support of AFRC national, regional, and local recruiting marketing. Work will be performed in Las Vegas, Nevada, and is expected to be complete by March 31, 2021. No funds are being obligated at the time of award. The total cumulative face value of the contract is $78,339,534. Headquarters AFRC, Robins Air Force Base, Georgia, is the contracting activity.

L3 Technologies Inc., Link Training and Simulation Division, Arlington, Texas, has been awarded a $10,863,740 firm-fixed-price modification (P00029) to previously awarded task order FA8621-19-F-6251 for F-16 aircraft simulator training program services. This modification will provide contractor logistics support to manage, maintain, and support the F-16 Simulators Training Program to include all training devices, software, firmware, spares and the Training System Support Center. Work will be performed in various locations within the continental U.S. and outside continental U.S. locations. Work is expected to be complete by March 31, 2021. Fiscal 2020 operations and maintenance; and research, test, development and evaluation funds in the full amount are being obligated at the time of award. The total cumulative face value of the contract is $51,180,238. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-19-F-6251).

ARMY

Maersk Line Ltd., Norfolk, Virginia, was awarded a $13,419,452 modification (000182) to contract W52P1J-14-G-0023 for logistics support services for the Enhanced Army Global Logistics Enterprise (EAGLE) program. Work will be performed in Yokohama, Japan, with an estimated completion date of Feb. 16, 2021. Fiscal 2020 operations and maintenance, defense funds in the amount of $13,419,452 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Rae Management Services LLC,* North Charleston, South Carolina, was awarded a $10,100,516 firm-fixed price contract for laundry services supporting organizational linens, sleeping systems and blankets for 60 military locations. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of March 11, 2025. The 419th Combat Support Brigade, Fort Bragg, North Carolina, is the contracting activity (W9124-C-20-D0001). 

*Small Business