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 Some of the information contained within may be outdated and links may not function.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 April 26, 2017

 CONTRACTS

 

U.S. TRANSPORTATION COMMAND

 

Federal Express Corp., Memphis, Tennessee, was awarded a five-year $2,351,165,436 (estimated) indefinite-delivery/indefinite-quantity, fixed-price next generation delivery service contract.  This contract provides express small package delivery services for international shipments and express and ground small package delivery services for domestic shipments.  Service shall be provided for the federal government, contractors who have a cost-reimbursable contract line item number under another government contract which includes transportation of small packages, and other authorized users.  Services required include time-definite, door-to-door pickup and delivery, transportation, timely and accurate in-transit visibility, and customs clearance processing (if applicable).  This contract may include shipments of foreign military sales.  Work will be performed internationally and domestically, with an expected completion date of Sept. 30, 2022.  Fiscal 2017 transportation working capital funds in the amount of $1,500 are being obligated at time of award as a minimum guarantee per awardee; remaining funds will be obligated on individual task orders.  This contract was a competitive acquisition and three offers were received.  The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity (HTC711-17-D-C001).

 

United Parcel Service Co., Louisville, Kentucky, was awarded a five-year $2,350,140,238 (estimated) indefinite-delivery/indefinite-quantity, fixed-price next generation delivery service contract.  This contract provides express small package delivery services for international shipments and express and ground small package delivery services for domestic shipments.  Service shall be provided for the federal government, contractors who have a cost-reimbursable contract line item number under another government contract which includes transportation of small packages, and other authorized users.  Services required include time-definite, door-to-door pickup and delivery, transportation, timely and accurate in-transit visibility, and customs clearance processing (if applicable).  This contract may include shipments of foreign military sales.  Work will be performed internationally and domestically, with an expected completion date of Sept. 30, 2022.  Fiscal 2017 transportation working capital funds in the amount of $1,500 are being obligated at time of award as a minimum guarantee per awardee; remaining funds will be obligated on individual task orders.  This contract was a competitive acquisition and three offers were received.  The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity (HTC711-17-D-C003).

 

Polar Air Cargo Worldwide Inc., Purchase, New York, was awarded a five-year $199,006,989 (estimated) indefinite-delivery/indefinite-quantity, fixed-price next generation delivery service contract. This contract provides express small package delivery services for international shipments. Service shall be provided for the federal government, contractors who have a cost-reimbursable contract line item number under another government contract which includes transportation of small packages, and other authorized users.  Services required include time-definite, door-to-door pickup and delivery, transportation, timely and accurate in-transit visibility, and customs clearance processing (if applicable). This contract may include shipments of foreign military sales.  Work will be performed internationally and domestically, with an expected completion date of Sept. 30, 2022.  Fiscal 2017 transportation working capital funds in the amount of $1,500 are being obligated at time of award as a minimum guarantee per awardee; remaining funds will be obligated on individual task orders.  This contract was a competitive acquisition and three offers were received.  The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity (HTC71117DC002).

 

NAVY

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $422,738,589 for cost-plus-fixed-fee modification P00022 to the previously awarded low-rate initial production Lot 10 F-35 Lightning II advance acquisition contract (N00019-15-C-0003).  This modification provides the procurement of production non-recurring special tooling and special test equipment to support the F-35 Joint Strike Fighter production.  Work will be performed in Fort Worth, Texas (28.4 percent); Nashua, New Hampshire (8 percent); El Segundo, California (7.6 percent);  San Diego, California (6.4 percent); Baltimore, Maryland (4.5 percent); Palmdale, California (3.3 percent); Orlando, Florida (2.5 percent);  Cedar Rapids, Iowa (2.1 percent); Garden Grove, California (1.9 percent); Marietta, Georgia (1.6 percent); Rolling Meadows, Illinois (1.5 percent); East Aurora, New York (0.9 percent); Melbourne, Florida (0.7 percent); Owego, New York (0.7 percent); Tempe, Arizona (0.5 percent); Hauppauge, New York (0.3 percent); Williston, Vermont (0.2 percent); and various other locations inside and outside the continental U.S. (28.9 percent), and is expected to be completed in December 2020.  Fiscal 2015 and 2016 aircraft procurement (Air Force, Navy, Marine Corps); international partner; and foreign military sales funds in the amount of $422,738,589 are being obligated at time of award, $102,044,001 of which will expire at the end of the current fiscal year.  This order combines purchases for the Air Force ($142,002,213; 33.6 percent); Navy ($71,001,106; 16.8 percent); Marine Corps ($71,001,106; 16.8 percent); international partners ($71,818,559; 17 percent), and foreign military sales customers ($66,915,605; 15.8 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $18,878,328 for modification 00006 to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0040) to provide additional sustainment, integration and test, training, and database production in support of the F-35 Lighting II Joint Strike Fighter for the government of Japan under the Foreign Military Sales program.  Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2019.  Foreign military sales funds in the amount of $18,832,398 are being 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.

 

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded $11,125,847 for modification P00019 to a previously awarded cost-plus-fixed-fee contract (N00030-15-C-0005) to provide engineering and operations efforts in support of the X-Link Pod Refresh (XPR), to include the procurement of one Spiral 2 flight hardware kit with spares for use on the Demonstration and Shakedown Operation (DASO) -29 flight test.  The contractor will build, install, and support flight of the XPR Spiral 2 kit on DASO-29.  Work will be performed in Cape Canaveral, Florida, with a completion date of Sept. 30, 2019.  Fiscal 2017 weapons procurement (Navy) in the amount of $11,125,847 will be obligated at the time of award.  No contract funds will expire at the end of the current fiscal year.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1).  The Navy’s Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.   

 

ARMY

 

Jacobs Field Services North America Inc., Oak Ridge, Tennessee, was awarded a $350,000,000 cost-plus-fixed-fee contract to support the Formerly Utilized Sites Remedial Action Program for remedial activities at the Shallow Land Disposal Area, which may include, but are not limited to, development of work plans, emergency response preparedness, environmental monitoring, excavation, waste characterization and segregation, waste evaluation, waste packaging, and transport and disposal of radiologically contaminated materials. 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 30, 2027. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-17-D-0001).

 

URS Federal Services Inc., Annapolis Junction, Maryland, was awarded a $47,682,245 modification (000157) to contract W52P1J-12-G-0028 for logistical support (supply, transportation, maintenance) to the Fort Polk installation and the Joint Readiness Training Center. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of May 17, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $18,494,400 were obligated at the time of the award. U.S. Army Contracting Command, Fort Polk, Louisiana, is the contracting activity.

 

GCCS Inc.,* Louisville, Kentucky, was awarded a $7,693,264 modification (0034) to contract W912DY-12-D-0006 for building infrastructure repairs of the Central Energy Plant – Bldg. 779, David Grant Medical Center, Travis Air Force Base, California. Work will be performed in Travis Air Force Base, California, with an estimated completion date of Feb. 3, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $7,693,264 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

American Water Operations and Maintenance Inc., Voorhees, New Jersey, has been awarded a maximum $27,388,212 modification (P00128) to a 50-year contract (SP0600-08-C-8250) with no option periods for the ownership, operation and maintenance of the water and wastewater utility distribution systems at Fort Hood, Texas. This is a fixed-price with prospective price redetermination contract. Locations of performance are New Jersey, and Texas, with a Jan. 8, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2059 Army operations and maintenance funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

DEFENSE HEALTH AGENCY

 

NCS Technologies Inc., Gainesville, Virginia, was awarded a $10,240,518 fixed price contract. The contract supports upgrading of laptops, computers, and other devices upgrading current Defense Health Agency and Military Health System, enterprise wide, end user devices to support current and future military medical interoperability standards of performance. The delivery location is Fort Sam Houston, Texas, with delivery starting within 75 days of award. Contract completion date is Feb. 28, 2018. There are no associated contract options years. The contract is a small business set aside with 11 offers received. The requirement is funded with fiscal 2017 procurement funds in the amount of $10,240,518.  The Defense Health Agency, Contract Operations Division, San Antonio, Texas, is the contracting activity (HT0015).

 

*Small business