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 Some of the information contained within may be outdated and links may not function.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 15, 2017

CONTRACTS


ARMY

The Boeing Co., Mesa, Arizona, was awarded a $3,276,522,609 modification (PZ0002) to foreign military sales (Saudi Arabia) contract W58RGZ-16-C-0023 for Apache attack helicopter multi-year lots 7-11, AH-64E full-rate production of remanufactured aircraft and new build aircraft, remanufacture and new build Longbow crew trainers, peculiar ground support equipment, initial spares, integrated logistics support, and engineering technical services. Work will be performed in Mesa, Arizona, with an estimated completion date of June 30, 2022. Fiscal 2010, 2017, 2018, 2019, 2020, and 2021 other procurement (Army) funds in the amount of $3,276,522,609 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

HX5,* LLC, Fort Walton Beach, Florida, was awarded a $95,000,000 cost-plus-fixed-fee contract for personnel, supervision, and services necessary to provide services for research and development and related activities for the Engineer Research and Development Center Information Technology Laboratory. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of March 14, 2022. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-17-D-0005).

Akahi InGenesis Partners,* LLC, Honolulu, Hawaii (W81K04-17-A-0007); Frontline National LLC, Milford, Ohio (W81K04-17-A-0008); Ghost-Loyal Source JV LLC, Tampa, Florida (W81K04-17-A-0009); and Specialty Government Services, Orlando, Florida (W81K04-17-A-0010) will share in a $48,000,000 firm-fixed-price contract for temporary allied/ancillary services in support of U.S. Army Medical Command medical treatment facilities across the continental U.S. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of March 14, 2022. U.S. Army Medical Command, Fort Sam Houston, Texas, is the contracting activity.

SOL Engineering Services, Jackson, Mississippi, was awarded a $9,950,000 firm-fixed-price contract to provide subject matter expertise to the Department of Defense High Performance Computing Modernization program. 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 14, 2022. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-17-D-0006).

Manxon Construction Co., Seattle, Washington, was awarded an $8,921,000 firm-fixed-price contract for deep draft maintenance hopper dredging of the Galveston, Texas, ship channel; entrance outer, and inner bar channel; and Houston, Texas, ship channel, Bolivar Roads to Redfish Reef, Galveston and Chambers counties, Texas. Bids were solicited via the internet with three received. Work will be performed in Galveston, Texas, with an estimated completion date of Aug. 31, 2017. Fiscal 2017 operations and maintenance (Army) funds in the amount of $8,921,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-17-C-0021).

Milburn Academy Inc., Woodbridge, Virginia, was awarded an $8,220,113 modification (P00002) to contract W91247-16-D-0006 for U.S. Army Forces Command foreign language support services option period No. 1. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2019. U.S. Army Contracting Command, Fort Bragg, North Carolina, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Boeing Co., St. Louis, Missouri, has been awarded a maximum $371,242,450 modification (P00052) to a fixed-price-incentive contract (SPRPA1-14-D-002U) adding performance-based supply chain support for the F-15 platform. This is a five-year base contract with one unpriced five-year option period. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Locations of performance are Missouri and Georgia with a March 14, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

MJL Enterprises, LLC,**** Virginia Beach, Virginia, has been awarded a maximum $33,307,500 firm-fixed-price contract for medical equipment, including maintenance and spare parts for the equipment. This is a five-year contract with no option periods. This was a competitive acquisition with 125 responses received. Location of performance is Virginia, with a March 12, 2022, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-17-D-0026).

Pentaq Manufacturing Corp.,*** Sabana Grande, Puerto Rico, has been awarded a maximum $27,133,200 modification (P00139) exercising the fourth one-year option of a one-year base contract (SPM1C1-13-D-1036) with four one-year option periods for various types of coats. The modification brings the maximum dollar value of the contract to $55,389,227 from $27,539,112. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico, Alabama, and North Carolina, with a Sept. 17, 2018, performance completion date. Using customers are Army and Afghanistan government. Types of appropriation are fiscal year 2017 through 2018 defense working capital; and foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

API LLC,*** Camuy, Puerto Rico, has been awarded a maximum $12,258,950 modification (P00131) exercising the fourth one-year option of a one-year base contract (SPM1C1-13-D-1037) with four one-year option periods for various types of coats. The modification brings the maximum dollar value of the contract to $25,482,813 from $13,223,863. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico and North Carolina, with a March 17, 2018, performance completion date. Using military service is Army. Type of appropriation is fiscal year 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Allison Transmission, Indianapolis, Indiana, has been awarded an $11,211,692 firm-fixed-price contract for transmission overhaul kits. This is a nine-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S .Code 2304 (c)(1). Location of performance is Indiana, with a Dec. 31, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-17-C-0083).

NAVY

Lockheed Martin Mission Systems Sensors, Morristown, New Jersey, is being awarded an $80,556,000 cost-plus-fixed-fee contract modification to a previously-awarded contract (N00024-16-C-5103) for additional Aegis implementation studies for future foreign military sales Aegis shipbuilding programs in support of the Japan Maritime Self -Defense Force, Republic of Korea Navy, Spanish Armada, Royal Australian Navy and Royal Norwegian Navy, with scope available to support other potential foreign military sales customers. Work will be performed in Moorestown, New Jersey (98 percent); Tokyo, Japan (1 percent); and Seoul, South Korea (1 percent), and is expected to be completed by November 2019. Foreign military sales funding in the amount of $54,933,437 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.

L-3 KEO, Northampton, Massachusetts, is being awarded a $14,534,269 firm-fixed-price modification to a previously awarded contract (N00024-15-C-6252) to exercise options for the production of universal modular masts. Work will be performed in Bologna, Italy (74 percent); and Northampton, Massachusetts (26 percent), and is expected to be completed by Aug. 2019.  Fiscal 2016 and 2015 shipbuilding and conversion (Navy) funding in the amount of $14,534,269 will be obligated at time of award. Contract funds 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

Lockheed Martin Corp.- Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $40,062,000 modification (P00797) to previously awarded contract FA8611-08-C-2897 for F-22 sustainment. Contractor will provide proofing of time compliance technical orders created to strip and recoat coatings that are reverting on the F-22 fleet earlier than expected. Work will be performed at Palmdale, California; Marietta, Georgia; Hill Air Force Base, Utah; and Fort Worth, Texas, and is expected to be complete by June 30, 2019. Fiscal 2017 operations and maintenance funds in the amount of $6,474,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, has been awarded a $14,262,000 modification (P00029) to previously-awarded cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract, HQ0147-10-D-0001, for the Terminal High Altitude Area Defense (THAAD) Field Support Contract (TFSC) system support.  The ceiling value of this contract modification is $14,262,000, increasing the total contract ceiling value from $434,738,000 to $449,000,000.  Under this modification, the contractor will continue to perform the same scope of the TFSC which includes logistics performance requirements, forward stationing for theater support, logistics information capabilities, post deployment software support, product assurance, safety, missile support, and security and engineering services.  The work will be performed in Huntsville, Alabama; Sunnyvale, California; Grand Prairie, Texas; and Troy, Alabama.  The work is expected to be completed by March 31, 2019.  No additional funds are being obligated by this modification.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Johns Hopkins University Applied Physics Laboratory, Laurel, Maryland, is being awarded a cost-plus-fixed-fee contract for $7,551,000 to provide assessments and alternatives of offensive capabilities within the domains of air, land, sea, space and cyberspace, missions and warfare areas that asymmetrically mitigate threat effectiveness, impose cost, and/or create ambiguity in adversary decision-making.  Work performance will take place in Arlington, Virginia; Alexandria, Virginia; and potentially other metropolitan Washington, District of Columbia, locations. The expected completion date is Feb. 7, 2018.  Fiscal 2017 research development test and evaluation funds are being obligated at the time of the award.  Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-13-D-0003).

*Small business
**Veteran-owned small business
***Small disadvantaged business
****Veteran-owned small business