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 Some of the information contained within may be outdated and links may not function.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 Dec. 11, 2017

CONTRACTS

 

NAVY

 

Lockheed Martin Corp., Manassas, Virginia, is being awarded a $77,706,749 indefinite-delivery/indefinite-quantity contract for cyber security support services to sustain the analysis, design, development, test, integration, deployment and operations of information technology systems and services for the cyber security workforce.  Work will be performed in China Lake, California (80 percent); Point Mugu, California (10 percent); Norfolk, Virginia (7 percent); and Patuxent River, Maryland (3 percent), and is expected to be completed in December 2022.  Fiscal 2018 working capital funds (Navy) in the amount of $2,292,477 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals, five offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-18-D-0014).

 

ULTRA Electronics Advanced Tactical Systems Inc., Austin, Texas, is being awarded a $26,328,344 indefinite-delivery/indefinite-quantity, commercial, firm-fixed-price contract (N6523618D1002). This contract is for support and sustainment of the AN/TSQ-214 Air Defense Systems Integrator (ADSI) products and ancillary equipment for the Navy, Joint Department of Defense Forces, and Department of Homeland Security. ADSI systems provide situational awareness to ashore and afloat units and provide commanders with needed information to make critical decisions. Such systems include the following, AN/TSQ-214 ADSI, Range Guardian System, Advanced Fusion Tracking System, Advanced Tactical Airborne System, and Joint Range Extension Applications Protocol. The work includes incidental engineering and technical services encompassing information assurance, help desk support, software trouble reports, equipment failure solutions, and mitigation plans for end of life issues. The contract includes a five-year ordering period and a four-year option period. Work will be performed in Austin, Texas, and is expected to be complete by December 2022.  If the option is exercised, work could continue until December 2026.  The contract option, if exercised, would bring the cumulative value of this contract to an estimated $49,223,589. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $25,000 will be placed on contract and obligated at the time of award and will expire at the end of the current fiscal year.  This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) only one responsible source (Federal Acquisition Regulation subpart 6.302-1).  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina is the contracting activity.

 

Bath Iron Works, Bath, Maine, is being awarded a $23,902,104 cost-plus-award-fee modification to a previously awarded contract (N00024-12-C-2313) for DDG 51 Arleigh Burke-class lead yard services. This work will provide engineering and technical assistance for new construction DDG 51 class ships. Lead yard services include liaison for follow ship construction, general class services, class logistic services, class design agent services, continuation of the DDG 51 Arleigh Burke-class Flight III upgrade design efforts and class change design services for follow ships.  Work will be performed in Brunswick, Maine (50 percent); Bath, Maine (48.5 percent); Washington, District of Columbia (1 percent); and Pascagoula, Mississippi (0.5 percent), and is expected to be completed by June 2018.  Fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $17,890,750; fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $4,168,977; fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $269,026; and fiscal 2016 shipbuilding and conversion (Navy) funding in the amount $263,366 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.

 

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is being awarded a $13,708,435 modification (P00001) to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N61340-17-C-0014) for the production of an E-2D Delta Software System Configuration No. 3 software baseline for the E-2D Flight and Tactics Trainer, upgrades to the Point Mugu, California, Software Support Station, Brief/Debrief Systems, operations center, and classrooms to achieve an authorization-to-operate Cyber Security stance.  This modification is in support of the E-2D Hawkeye Integrated Training Systems (HITS)-III Engineering Change Proposal No. 1.  Work will be performed in Sterling, Virginia (70 percent); and Point Mugu, California (30 percent), and is expected to be completed in December 2020.  Fiscal 2017 research, development, test and evaluation (Navy) funding in the amount of $4,971,821; fiscal 2017 aircraft procurement (Navy) funds in the amount of $9,300,735; and fiscal 2018 aircraft procurement (Navy) funding in the amount of $2,065,536 will be obligated at time of award, $4,971,821 in which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

 

ARMY

 

Raytheon Co., Andover, Massachusetts, has been awarded a $28,767,146 modification (P00017) to contract W31P4Q-16-C-0028 for Patriot performance based logistics (PBL) support for inventory management as well as the repair and replacement of 136 stock and parts associated with Patriot PBL. Work will be performed in Andover, Massachusetts, with an estimated completion date of Dec. 31, 2018. Fiscal 2018 Army working capital fund funds in the amount of $28,767,146 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

The Scale People,* Columbia, Maryland, has been awarded a maximum $19,395,495 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories. This is a five-year contract with no option periods. This was a competitive acquisition with 31 responses received. To date, this is the eighth contract awarded from standing solicitation SPE2DH-16-R-0002. Location of performance is Maryland, with a Dec. 10, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-18-D-0001).

 

DEFENSE HEALTH AGENCY

 

Emergent LLC, Vienna, Virginia, has been awarded a firm-fixed-price contract (HT0015-18-F-0013) for one base year and four option years to modernize the Defense Health Agency (DHA) Oracle licensing model by migrating associated Oracle products and consolidating previous contracts eliminating duplication of procurement activities. The contract allows DHA to deploy an unlimited amount of Oracle software licenses included on the unlimited license portion of the agreement during the unlimited deployment period in order to support the DHA future state with responsibility for the service military medical treatment facilities. The base year total is $8,391,994; option years have an equal cost of $22,608,989 per year. The total cumulative value of the order, including all options, is $98,827,950, with a period of performance from Dec. 7, 2017, through Dec. 6, 2022. Delivery location is Fort Sam Houston, Texas. The requirement was competed on National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement for all certified resellers of Oracle Products. Three offers were received. The requirement base year is funded with fiscal 2018 operations and maintenance funds.  The Defense Health Agency, Contract Operations Health IT, San Antonio, Texas, is the contracting activity. (Awarded Dec. 8, 2017)

 

 

*Small Business