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 Some of the information contained within may be outdated and links may not function.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 May 22, 2017

CONTRACTS

 

MISSILE DEFENSE AGENCY

 

The Boeing Co., Huntsville, Alabama, was awarded a $1,088,305,700 undefinitized modification (P00383) to a previously awarded contract (HQ0147-12-C-0004) for the procurement of Redesigned Kill Vehicle (RKV) development. This includes, but is not limited to, payload development, payload ground testing, integration with the Ground-based Interceptor (GBI) and Ground-based Midcourse Defense (GMD) Ground system, flight testing and four initial production RKVs for initial fielding. The modification brings the total cumulative face value of the contract to $5,837,876,903 from $4,749,571,202. The work will be performed at multiple locations that include Huntsville, Alabama; Tucson, Arizona; Sunnyvale, California; other government designated sites; and other contractor designated prime subcontractor and supplier operating locations with an expected completion date of June 30, 2022. The RKV development will be performed by a cross-industry team consisting of The Boeing Co., Lockheed Martin Space Systems Co. and Raytheon Co., hereto referred to as Boeing, Lockheed Martin and Raytheon, respectively. This acquisition was executed on a sole-source basis under the statutory authority of 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Boeing is the designer, developer, manufacturer and integrator of the GMD GBI.  Boeing is the GMD development and sustainment contract prime contractor and its subcontractors  collectively has demonstrated special capabilities and/or expertise and no other company is known to be able to satisfactorily perform the required services or deliveries without unacceptable delays in fulfilling the agency's requirements. Fiscal 2017 research, development, test and evaluation funds in the amount of $250,000 were obligated at the time of award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Noble Supply and Logistics,* Rockland, Massachusetts, has been awarded a maximum $195,000,000 modification (P00005) exercising the second 18-month option period of two-year base contract (SPM8E3-14-D-0002) with two 18-month option periods for materials supporting military installations and federal agencies located in the U.S. Central Command area of responsibility. This is a firm-fixed price, indefinite delivery/indefinite quantity contract. Locations of performance are Massachusetts; and the Central Command area of responsibility, with a Nov. 24, 2018, performance completion date. Using customers are Army, Marine Corps, Air Force, Navy and federal civilian agencies. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

 

NAVY

 

MLSUSA Corp., Longmeadow, Massachusetts (N00189-17-D-0024); Crane Worldwide Logistics LLC, Houston, Texas (N00189-17-D-0025); and Ship Supply of Florida, Miami, Florida (N00189-17-D-0026), are being awarded an estimated $88,000,000 multiple award indefinite-delivery/indefinite-quantity, firm-fixed-price contract for husbanding supplies and support services to be used by U.S. ships and U.S. naval ships as well as Coast Guard vising non-Navy ports located along the east coast continental U.S.  The contract will include a five-year base ordering period with the option at Federal Acquisition Regulation 52.217-8 - option to extend services.  Work will be performed at various locations to include Maine to Texas, Great Lakes region, Puerto Rico, and Virgin Islands, and percentage of work cannot be determined at this time.  The period of performance is expected to be completed by July 2022; if all options are exercised, work will be completed by January 2023.  Fiscal 2017 operations and maintenance (Navy) funds in the amount of $6,000 will be obligated ($2,000 on each of the three contracts to fund the contracts’ minimum amounts), and will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with four offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity.

 

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded $55,000,000 for modification P0003 to a previously awarded firm-fixed-price advance acquisition contract (N00019-16-C-0048).  This modification is for the long lead items in support of low-rate initial production Lot II for four CH-53K aircraft.  Work will be performed in Stratford, Connecticut, and is expected to be completed in March 2022.  Fiscal 2017 aircraft procurement (Navy) funds in the amount of $55,000,000 will be obligated at time of award, none of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Northrop Grumman Systems Corp., San Diego, California, is being awarded a $49,400,000 advance acquisition contract for the procurement of long-lead components, material, parts and associated efforts required to maintain the MQ-4C Triton unmanned aircraft system planned production schedule.  Work will be performed in Baltimore, Maryland (20.3 percent); Bridgeport, West Virginia (18.9 percent); Salt lake City, Utah (17.1 percent); Red Oak, Texas (15 percent); San Diego, California (13.1 percent); and various locations in the continental U.S. (15.6 percent), and is expected to be completed in December 2017.  Fiscal 2017 aircraft procurement (Navy) funds in the amount of $49,400,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-17-C-0018).

 

CFM International Inc., West Chester, Ohio, is being awarded a $27,951,607 modification under a previously awarded firm-fixed-price indefinite delivery/indefinite quantity contract (N00019-16-D-2000) to exercise an option for supplies and services required for the CFM56 engine field assessment, unscheduled engine repair, technical assistance for removal and replacement of engines, depot unscheduled maintenance and repair, and the introduction of Sermetel protective coatings and other non-standard repairs as required in support of the P-8A Multi-mission Maritime Aircraft.  Work will be performed in Cincinnati, Ohio, and is expected to be completed in May 2018.  No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

                                                                                            

Northrop Grumman Systems Corp., San Diego, California, is being awarded $13,000,000 for firm-fixed-fee delivery order 0044 against a previously issued basic ordering agreement (N00019-15-G-0026) to procure one multi-function active sensor for the MQ-4C Triton unmanned aircraft system.  Work will be performed in Baltimore, Maryland, and is expected to be completed in February 2021.  Fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $13,000,000 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.

 

AIR FORCE

 

Exbon Development, Garden Grove, California (FA48617-17-D-A100); DSB-RLR JV, American Fork, Utah (FA4861-17-D-A101); North Star Construction, Yuba City, California (FA4861-17-D-A102); North Wind Construction, Las Vegas, Nevada (FA4861-17-D-A103); Kautaq-Northcon Team, Tempe, Arizona (FA4861-17-D-A104); and Sierra Range Construction, Visalia, California (FA4861-17-D-A105) have been awarded a combined, not-to-exceed $40,000,000 indefinite-delivery/indefinite-quantity contract. Contractors will provide a broad range of maintenance, repair, and minor construction work. Work will be performed at Nellis Air Force Base, Nevada; and Creech Air Force Base, Nevada, and is expected to be complete by May 19, 2022. This award is the result of a competitive acquisition with 23 offers were received. Fiscal 2017 operations and maintenance funds in the amount of $1,000 are being obligated to each contractor at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity.

 

Linquest Corp., Los Angeles, California, has been awarded a $13,546,889 modification (P00005) to previously awarded contract FA8810-16-F-0003 for technical support under the Space and Missile Systems Center's Remote Sensing Systems Directorate. Contractor will provide engineering consulting and technical advisory services to the Remote Sensing Systems Directorate. Work will be performed at Los Angeles Air Force Base, California, and is expected to be complete by May 22, 2018. Fiscal 2017 space procurement funds in the amount of $13,546,889 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

 

RCF Information Systems Inc., Dayton, Ohio, has been awarded a $9,474,352 firm-fixed-price contract for information technology services support. Contractor will provide a full range of information technology services to ensure an effective information management concept and structure that fosters timely deployment and optimal operation of information systems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Nov. 30, 2017. This award is the result of a sole-source acquisition. Fiscal 2017 research, development, test and evaluation funds in the amount of $5,538,722 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-17-C-2000).

 

Northrop Grumman, San Diego, California, has been awarded a not-to-exceed $7,940,905 modification (P00130) on modification (P00120) to previously awarded contract FA8726-09-C-0010. Contractor will provide Battle Field Airborne Communications Node payload operations and support. Work will be performed at San Diego, California and overseas locations, and is expected to be complete by Jan. 23, 2018. Fiscal 2017 overseas contingency operation; and operations and maintenance funds in the amount of $5,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-09-C-0010).

 

ARMY

 

CGI Federal Inc., Fairfax, Virginia, was awarded a $13,849,802 firm-fixed-price contract for the Army Contract Writing System. Bids were solicited via the Internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of May 21, 2027. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-17-D-0031).

 

*Small business