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 Some of the information contained within may be outdated and links may not function.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 June 29, 2017

CONTRACTS

 

AIR FORCE

 

United Launch Services LLC has been awarded a $191,141,581 firm-fixed-price contract for launch services, to deliver the Space Test Program-3 (STP-3) satellite to its intended orbit. Contractor will provide launch vehicle production, mission integration, launch operations, spaceflight worthiness and mission unique activities for an STP-3 mission. Work will be performed at Centennial, Colorado; Decatur, Alabama; and Cape Canaveral, Florida, with an initial launch capability date of June 2019 and is expected to be complete by Aug. 31, 2019. This award is the result of a competitive acquisition with two proposals received. Fiscal 2017 space procurement; and research, development, test, and evaluation funds in the amount of $184,905,023 are being obligated at the time of award. Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-17-C-0008).

 

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $178,969,767 modification (P00275) for large aircraft infrared counter measures (LAIRCM) calendar year 2017 base hardware buy and needed LAIRCM support. Work will be performed in Rolling Meadows, Illinois, and is expected to be complete by April 30, 2019. Fiscal 2015, 2016 and 2017 procurement; operations and maintenance; research, development, test, and evaluation; National Guard; and overseas contingency operations funds in the amount of $14,816,851 are being obligated at the time of award, and $157,091 of the modification is foreign military sales to Australia, Canada, Saudi-Arabia and Strategic Airlift Capability/NATO Airlift Management Program. Air Force Life Cycle management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-12-C-6598).

 

Boeing Defense, Space & Security, Oklahoma City, Oklahoma, has been awarded a $38,400,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price, cost-plus-incentive-fee, fixed-price incentive-fee, and cost-reimbursable-no-fee contract for recurring and non-recurring engineering services to support the French E-3F Airborne Warning and Control System mid-life upgrade in-service sustainment support. Work will be performed in Oklahoma City, Oklahoma, and is expected to be complete by July 16, 2022.  This award is the result of a sole-source acquisition. Funds in the amount of $1,896,846 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8102-17-D-0002).

 

Signal Engineering Inc., San Diego, California, has been awarded a $19,876,973 for personnel locator beacons. Contractor will provide peacetime devices which automatically emit on emergency frequencies, to assist in locating downed aircrew after ejection or bailout. Work will be performed at Signal Engineering, San Diego, California, and is expected to be complete by Dec. 31, 2018.  This award is the result of a competitive acquisition, and three offers were received. Fiscal 2016 other procurement funds in the amount of $8,923,235 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8606-17-C-0001).

 

Herrick Technology Laboratories Inc., Manchester, New Hampshire, has been awarded a $12,704,705 modification (P00009) for Poly-Function Transceiver hardware and software. Contractor will provide airborne-qualified, software-defined radio frequency transceiver capable of tactically supporting multiple mission functions in the electromagnetic spectrum. Work will be performed in Manchester, New Hampshire; and Germantown, Maryland, and is expected to be complete by Nov. 19, 2018.  Fiscal 2017 research, development, test, and evaluation funds in the amount of $4,000,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0118).

 

NAVY

 

Asturian Group Inc.,* Virginia Beach, Virginia (N40085-17-D-5045); CCI Energy and Construction Services LLC,* Augusta, Maine (N40085-17-D-5046); Cornerstone Construction Services LLC,* Woburn, Massachusetts (N40085-17-D-5047); Structural Associates Inc.,* East Syracuse, New York (N40085-17-D-5048) and Tantara Corp.,* Worcester, Massachusetts (N40085-17-D-5049), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award design-build, design-bid-build construction contract for facilities primarily located within the area of responsibility (AOR) of Public Works Department (PWD) Maine, Portsmouth Naval Shipyard, Kittery, Maine.  The maximum dollar value including the base period and four option years for all five contracts combined is $95,000,000.  The work to be performed provides for but is not limited to new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, fire protection, and communication systems.  Types of facilities include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads.  CCI Energy and Construction Services LLC is being awarded task order 0001 at $5,614,874 for the Williams seawall repair at Boston Harbor, Boston, Massachusetts.  Work for this task order is expected to be completed by April 2018.  All work on this contract will be performed primarily within the PWD Maine AOR.  Fiscal 2017 federal buildings fund (General Services Administration) contract funds in the amount of $5,634,874 are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by operations and maintenance (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

 

The Haskell Co., Jacksonville, Florida, is being awarded a $69,915,945 firm-fixed-price contract for design and construction of an aircraft maintenance hangar at Marine Corps Air Station Beaufort, South Carolina.  The hangar will consist of high bay space, crew and equipment space, administrative space, data network areas, and pilot brief and debrief rooms.  An operational support facility and a pilot fit facility will be built for pilot support equipment, fitting, and storage.  Due to site limitations and parking being demolished to make room for the new facilities, a parking facility is required to meet the existing and additional parking needs.  The contract also contains three unexercised options and five unexercised planned modifications, which if exercised would increase cumulative contract value to $81,787,893.  Work will be performed in Beaufort, South Carolina, and is expected to be completed by July 2020.  Fiscal 2017 military construction (Navy) contract funds in the amount of $69,915,945 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with ten proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-C-8327).

 

Hodges Transportation Inc., doing business as Nevada Automotive Test Center, Carson City, Nevada, is being awarded a $49,500,000 five-year, firm-fixed-price, cost-plus-fixed-fee basic ordering agreement (M67854-17-G-0240) to provide prototype development, testing, technical support, systems engineering, program management, and logistical support for ground vehicle systems for Program Executive Office Land Systems, Marine Corps Systems Command, and other Department of Defense agencies.  Work will be performed in Carson City, Nevada, and is expected to be completed by June 30, 2022.  No funds will be obligated at the time of award and will be executed at the task order level as issued.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

 

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is being awarded a maximum ceiling $36,189,219 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wargame support services in support of the Marine Corps Warfighting Lab (MCWL).  Work includes research, planning, execution, and assessment focused principally on MCWL’s responsibilities for executing the Marine Corps Wargaming Title 10 Program, Expeditionary Warrior, and support for various wargames.  Work will be performed at Marine Corps Base Quantico, Virginia, and is expected to be complete by June 30, 2022.  Fiscal 2017 research, development, test, and evaluation (Marine Corps) funds in the amount of $1,193,794 will be obligated on the first task order immediately following contract award.  Funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-17-D-7401).

 

Hensel Phelps Construction Co., Orlando, Florida, is being awarded $35,845,000 for firm-fixed-price task order N6945017F0700 under a previously awarded multiple award construction contract (N69450-14-D-1269) for construction of a Triton Forward Operating Base Hangar at Naval Station Mayport.  The work to be performed provides for the design and construction of a multi-story, steel-framed, concrete masonry unit aircraft maintenance hangar and storage facility to accommodate the triton program forward operating base requirements and associated facilities.  Work will be performed in Jacksonville, Florida, and is expected to be completed by September 2019.  Fiscal 2017 military construction (Navy) contract funds in the amount of $35,845,000 are obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

 

M.A. Mortenson Co., Minneapolis, Minnesota, is being awarded $24,538,456 for firm-fixed-price task order N6945017F0703 under a previously awarded multiple award construction contract (N69450-14-D-1270) for repairs and improvements to the Explosive Handling Wharf One, Phase One, Naval Submarine Base, Kings Bay.  The work includes repairs to reinforced concrete piles, pile caps, bull rails, and under deck and capstan foundations.  Improvements to the wharf under this project will include metalizing and cathodic protection, grout filled reinforced polymer jackets, new fender wraps, and repairs to mooring hardware and fender piles.  Work will be performed in Kings Bay, Georgia, and is expected to be completed by September 2018.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $24,538,456 are obligated on this award and will expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

 

Lockheed Martin Corp., Fort Worth, Texas, is being awarded $22,806,587 for modification P00019 to a previously awarded fixed-price-incentive-firm contract (N00019-16-C-0004) for interim contractor support for the Navy and Marine Corps in support of F-35 Lightning II Joint Strike Fighter.  Support to be provided includes capabilities and services associated with Autonomic Logistics Information System maintenance, system administration, database administration, networks administration and operational mission software administration.  Additional support includes the establishment or expansion of on-site support equipment operations.  Work will be performed at the Naval Air Station, Lemoore, California (55 percent); and Marine Corps Air Station, Iwakuni, Japan (45 percent), and is expected to be completed in December 2017.  Fiscal 2017 aircraft procurement (Navy and Marine Corps) funds in the amount of $22,806,587 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.

 

L.S. Black Constructors-Loeffel Construction,* Excelsior, Minnesota, is being awarded a $17,051,875 firm-fixed-price contract for construction of unaccompanied housing at Portsmouth Naval Shipyard.  The work to be performed provides for the consolidation of mission essential housing by constructing approximately 55 rooms with 110 beds using the Navy's Shared Mobilization Unit as a basis.  Project includes a double occupancy sleeping area, two personal closets, a shared toilet with a shower compartment, a sink service area and a kitchenette.  Project will demolish existing Quarters X and Garage A75.  Work will be performed in Kittery, Maine, and is expected to be completed by May 2019.  Fiscal 2017 military construction (Navy) contract funds in the amount of $17,051,875 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  This contract action is a re-award as a result of corrective action taken due to the discovery of a mistake after award.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-C-5056).

 

Sauer Inc., Jacksonville, Florida, is being awarded a $10,937,000 firm-fixed-price contract for construction of a Joint Reserve Intelligence Center (JRIC) at Naval Air Station New Orleans.  The work to be performed provides for a design bid build project to construct a single-story addition to existing Building 558.  The JRIC includes a service-owned and managed sensitive compartmented information facility and surrounding collateral and unclassified areas.  The facility includes emergency/redundant power and heating, ventilation, and air conditioning systems, including remote monitoring system.  The contract also contains one planned modification, which if awarded would increase cumulative contract value to $11,557,897.  Work will be performed in New Orleans, Louisiana, and is expected to be completed by February 2019.  Fiscal 2017 military construction, (Navy Reserve) and 2017 operations and maintenance, (Navy) contract funds in the amount of $10,937,000 are obligated on this award, of which $629,000 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-17-C-1613).

 

Raytheon Co., Portsmouth, Rhode Island, is being awarded a $9,600,009 firm-fixed-price contract for the procurement of five launcher control processors for the Takanmai-class ships along with all associated supplies and support for the government of Japan.  This contract involves foreign military sales (FMS) to Japan.  Work will be performed in Portsmouth, Rhode Island (63 percent); and Poway, California (37 percent), and is expected to be complete by June 2019.  FMS funding in the amount of $9,600,009 will be obligated at time of award and will not expire at the end of the current fiscal year.  This procurement is a FMS effort with a designated sole-source.  In accordance with 10 U.S. Code 2304(c)(4), this contract was not competitively procured.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-5439).

 

Didlake Inc., Manassas, Virginia, is being awarded a $9,119,499 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-15-D-0083) to exercise option two for annual custodial services at Norfolk Naval Shipyard and Joint Expeditionary Base Little Creek – Fort Story.  The work to be performed provides for annual custodial services, including, but not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform custodial services for office space, restrooms, and other types of rooms.  After award of this option, the total cumulative contract value will be $24,328,202.  Work will be performed at various installations in Virginia Beach, Virginia (76 percent); and Portsmouth, Virginia (24 percent), and work is expected to be completed June 2018.  No funds will be obligated at time of award.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $8,992,624 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

 

Lockheed Martin Corp., Akron, Ohio, is being awarded $7,514,694 for undefinitized contract action delivery order 0008 under a previously awarded basic ordering agreement (N00104-12-G-0726) for the repair and refurbishment of 11 vertical launch anti-submarine rocket motors; and 11 thrust vector controls used on the vertical launch anti-submarine rocket.  Work will be performed in Elkton, Maryland (43 percent); Owego, New York (28 percent); East Aurora, New York (15 percent); Baltimore, Maryland (9 percent); and Simi Valley, California (5 percent).  Work will be completed by October 2018.  Fiscal 2017 weapons procurement (Navy) funds in the amount of $3,682,200 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 non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received.   Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

 

ARMY

 

Cantu Services Inc.,* Wichita Falls, Texas, was awarded a $71,160,945 firm-fixed-price contract for full food service for four dining facilities located at Fort Lee, Virginia. Bids were solicited via the Internet with seven received. Work will be performed in Fort Lee, Virginia, with an estimated completion date of Aug. 31, 2022. Fiscal 2017 operations and maintenance (Army) funds in the amount of $71,160,945 were obligated at the time of the award. U.S. Army Contracting Command, Fort Eustis, Virginia, is the contracting activity (W91QF5-17-D-0003).

 

Vista Outdoor Sales LLC, Anoka, Minnesota, was awarded a $52,800,000 firm-fixed-price contract for the delivery of 5.56mm MK311 Mod 3 frangible cartridges. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of June 25, 2022. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-17-D-0058).

 

CGI Federal Inc., Fairfax, Virginia, was awarded a $34,414,829 modification (P00020) to contract W911S0-15-C-0004 for operational and environment core functions requirement for U.S. Army Training and Doctrine Command. Work will be performed in Fort Eustis, Virginia, with an estimated completion date of Sept. 9, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $19,409,494 were obligated at the time of the award. U.S. Army Contracting Command, Fort Eustis, Virginia, is the contracting activity.

 

Honeywell, Clearwater, Florida, was awarded a $21,340,800 firm-fixed-price contract for 216 north finding system units. One bid was solicited and one bid received. Work will be performed in Clearwater, Florida, with an estimated completion date of Jan. 31, 2020. Fiscal 2017 other procurement (Army) funds in the amount of $21,340,800 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-C-0152).

 

Northrup Grunman Systems Corp., McLean, Virginia, was awarded a $16,468,221 modification (0001CF) to contract W91QUZ-07-D-0005 for services related to Global Support System Army Enterprise Resources Planning program. Work will be performed in Richmond, Virginia, with an estimated completion date of Dec. 31, 2017. Fiscal 2017 other funds in the amount of $61,607,057 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Booz Allen Hamilton Inc., McLean, Virginia, was awarded a $12,883,666 modification (P00026) to contract W15QKN-14-C-0032 for the continuation of system engineering and technical assistance support services in support of Program Executive Office Enterprise Information Systems, Project Management Office Integrated Personnel and Pay System-Army. Work will be performed in Arlington, Virginia, with an estimated completion date of Dec. 31, 2017. Fiscal 2017 research, development, test, and evaluation funds in the amount of $8,953,734 were obligated at the time of the award. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

 

AAI Corp. doing business as Textron Systems, Hunt Valley, Maryland, was awarded an $11,999,885 modification (P00113) to contract W58RGZ-13-C-0108 for Shadow v2 release 6 system baseline update for the Engineering Services Memorandum program. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of March 22, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $11,999,885 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Walsh Federal LLC, Chicago, Illinois, was awarded a $10,748,000 firm-fixed-price contract for construction of an air traffic control tower. Bids were solicited via the Internet with six received. Work will be performed in Wichita, Kansas, with an estimated completion date of Jan. 2, 2019. Fiscal 2016 and 2017 military construction funds in the amount of $10,542,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-17-C-4006).

 

Raytheon Southwest Asia System Co., Andover, Massachusetts, was awarded a $9,427,385 modification (P00010) to foreign military sales (Kuwait) contract to support the Kuwait system installation and check-out effort. Work will be performed in Andover, Massachusetts, with an estimated completion date of Dec. 31, 2018. Fiscal 2017 other funds in the amount of $9,427,385 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Maersk Line Ltd., Norfolk, Virginia, was awarded a $9,222,485 modification (000138) to contract W52P1J-14-G-0023 for Army Prepositioned Stock-4, Japan watercraft, logistics support services under the Enhanced Army Global Logistics Enterprise program. Work will be performed in Japan with an estimated completion date of Sept. 17, 2018. Fiscal 2017 funds in the amount of $9,222,485 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

DRS Sustainment Systems, St. Louis, Missouri, was awarded a $7,820,549 cost-plus-fixed-fee contract for services in support of the Mobile Gun Solution effort. One bid was solicited and one bid received. Work will be performed in St. Louis, Missouri, with an estimated completion date of June 30, 2018. Fiscal 2017 research, development, test, and evaluation funds in the amount of $7,820,549 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-C-0113).

 

BAE Systems Land and Armaments L.P., San Jose, California, was awarded a $7,166,890 modification (P00043) to contract W56HZV-15-C-0099 for system technical support and sustainment system technical support for the Bradley family of vehicles. Work will be performed in San Jose, California, with an estimated completion date of July 8, 2020. Fiscal 2017 operations and maintenance (Army) funds in the amount of $7,166,890 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Federal Prison Industries Inc.,* doing business as UNICOR, El Reno, Oklahoma, has been awarded a maximum $65,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for warehouse racking and storage aid systems. This is a five-year contract with no option periods. Location of performance is Oklahoma, with a June 28, 2022, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300-17-D-0008).

 

National Industries for the Blind,* Alexandria, Virginia, has been awarded a maximum $12,697,035 modification (P00007) exercising the second one-year option period of a one-year base contract (SPE1C1-15-D-B004) with two one-year option periods for innerspring mattresses. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are North Carolina, and Virginia, with a July 9, 2018, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

EFW Inc., Fort Worth, Texas, has been awarded a maximum $9,598,330 firm-fixed-price delivery order (0001) against a five-year basic ordering agreement (SPRPA1-13-G-004X) with no option periods for integrated avionics processors. This delivery order is a one-year contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Locations of performance are Texas, and Israel, with a July 30, 2018, performance completion date. Using customers are Navy and Japanese Navy. Types of appropriation are fiscal 2017 through 2018 Navy working capital, foreign military sales and appropriated funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

 

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $8,000,000 firm-fixed-price delivery order (0005) against a three-year contract (SPRPA1-17-D-003U) for P-8 aircraft emergent consumable parts support. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This delivery order is a one-year contract with no option periods. Locations of performance are Missouri, Seattle, and Dallas, with a June 28, 2018, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.


*Small business