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 Some of the information contained within may be outdated and links may not function.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 1, 2018

AIR FORCE

Northrop Grumman Systems Corp., Chantilly, Virginia, has been awarded a not-to-exceed $866,000,000 indefinite-delivery/indefinite-quantity multiple contract line item contract for the sustainment and modification of radar sensors, providing depot-level sustainment services and modification projects for the Ballistic Missile Early Warning systems and PAVE Phased Array Warning system radars, and the Parameter Acquisition Radar Attack Characterization system. Work will be performed in Colorado Springs, Colorado; and other locations, and is expected to be complete by May 31, 2023.  This award is the result of a competitive acquisition, and three offers were received. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8723-18-D-0001).

Draken International, Lakeland, Florida, has been awarded a $280,000,000 indefinite-quantity contract for adversary air aggressor services. ADAIR services provides tactical fighter jet aircraft flight operations flown by contractor-owned, contractor-operated aircraft simulating non-western aggressor air for the 57th Adversary Tactics Group. The contractor will furnish, operate, equip, support and maintain tactically-relevant aircraft for air-to-air tracking, targeting, and ADAIR operations. Aggressor sorties are generated by COCO flight operations, to provide combat air training services that include tactical profiles, to include beyond-visual-range engagements, operational test support, dissimilar air combat maneuvers, offensive and defensive within-visual-range maneuvers, multi-ship tactics, merges, and flight. ADAIR sorties will integrate as part of the Air Force aggressor force in support of ADAIR requirements. Work will be performed at Nellis Air Force Base, Nevada, and is expected to be complete by December 2023. This award is the result of a competitive acquisition, and two offers were received. Fiscal 2018 operations and maintenance funds in the amount of $10,000,000 are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity (FA4861-18-D-C002). 

Kaman Precision Products, Orlando, Florida, and Middletown, Connecticut, has been awarded a $69,368,000 firm-fixed-price, cost-plus-fixed-fee contract modification (P00006) to an already existing contract (FA868118C0009) for exercising an option for the joint programmable fuze. This contract modification provides for delivery of Lot 14 of the joint programmable fuze (FMU-52) and corresponding production, test and engineering support. Work will be performed in Orlando, Florida; and Middletown, Connecticut, and is expected to be completed by June 1, 2020. This award is the result of a sole-source acquisition.  The current action is 33 percent unclassified foreign military sales to the Netherlands, Qatar, Iraq, Saudi Arabia, Egypt, Nigeria, Indonesia, the United Arab Emirates, Taiwan, and South Korea. Fiscal 2017 procurement funds in the amount of $69,368,000 are being obligated at time of award.  The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. 

Oak Ridge Associated Universities, Oak Ridge, Tennessee, has been awarded a $49,264,158 indefinite-delivery/indefinite-quantity, hybrid firm-fixed-price/cost-reimbursable contract for the enlistment and hiring of highly-qualified, non-government, Ph.D.-level scientists and engineers on limited-term appointments as research associates in Air Force laboratories. Services include attracting applicants (outreach, promotion and recruitment); conducting board/review panels; and managing and executing the program. Work will be performed in Oak Ridge, Tennessee, and is expected to be complete by May 31, 2023. This award is the result of a competitive acquisition, and four offers were received. Fiscal 2018 through 2023 research and development funds are to be obligated at the task order level; therefore, no funds are being obligated at the time of award. The Air Force Office of Scientific Research, Arlington, Virginia, is the contracting activity (FA9550-18-D-0001). 

NAVY 

DLT Solutions LLC, Herndon, Virginia, was awarded a $379,309,544 indefinite-delivery/indefinite-quantity contract, resulting from solicitation N00189-18-R-Q012 that will include terms and conditions for the placement of firm-fixed-price delivery orders allowing the department of the Navy to purchase licenses and technical support for Oracle software programs.  The contract will include a 60-month ordering period, with no option periods. Work will be performed in Herndon, Virginia, and the ordering period of the contract is expected to be completed by May 2023. At time of award, the first delivery order will be issued in the amount of $55,699,999 to fund the contract’s minimum amount; the funding will be fiscal 2018 operations and maintenance (Navy) appropriations in the amount of $47,135,922; and fiscal 2018 operations and maintenance (Marine Corps) appropriations in the amount of $8,564,077, both of which will expire at the end of the current fiscal year.  This is a brand name action, processed pursuant to 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, for Oracle software products and technical support. The requirement was solicited electronically through the Federal Business Opportunities website, and the solicitation limited competition to Oracle’s Government Resell Programs Group and members of the Oracle Partner Network at the gold level or higher, which includes over 100 companies. Five proposals were received. The award decision was made on a lowest-price/technically-acceptable basis. While the requirement was not competitively procured, competition was sought to the maximum extent practicable. Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Mechanicsburg, Pennsylvania, is the contracting activity (N00189-18-D-Q001) Awarded May 31, 2018

Raytheon Intelligence, Information and Services, Dulles, Virginia, is awarded a $64,476,915 fixed price modification P00024 under a previously awarded firm-fixed price contract (M67004-16-C-0005) in support of the Marine Corps Logistics Integration Support (LIS) program.  Work will be performed in Albany, Georgia (50 percent); Camp Pendleton, California (21 percent); Camp Lejeune, North Carolina (12 percent); Barstow, California (11 percent); Okinawa, Japan (5 percent); and Kaneohe Bay, Hawaii (1 percent).  Work is expected to be completed May 31, 2019.  Fiscal 2018 operations and maintenance funds in the amount of $14,000,000 will be obligated at the time of award and will expire at the end of the current fiscal year.  Working capital funds (Navy) in the amount of $25,023,000 will be obligated at the time of award and will not expire at the end of the current fiscal year.  Marine Corps Logistics Command, Albany, Georgia, is the contracting activity. 

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is awarded a $36,610,149 firm-fixed-price contract for the execution of USS Cole (DDG 67) fiscal 2018 extended dry-docking selected restricted availability.  This availability will include a combination of maintenance, modernization and repair of USS Cole.  This is a long-term availability and was competed on a coast-wide (East and Gulf coast) basis without limiting the place of performance to the vessel’s homeport. BAE will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization for USS Cole.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $96,700,001. Work will be performed in Norfolk, Virginia, and is expected to be completed by July 2019.  Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $36,610,149 will be obligated at time of award, and funding in the amount of $18,638,686 will expire at the end of the current fiscal year.  This contract was competitively procured using full and open competition via the Federal Business Opportunities website. Only one offer was received in response to solicitation number N00024-17-R-4438.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-4438).

Viewsport Inc., Penfield, New York, is awarded an estimated $23,621,875 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for branded promotional and incentive items in support of Marine Corps recruiting.  Work will be performed in Austell, Georgia, and work is expected to be completed May 31, 2023.  Fiscal 2018 operations and maintenance (Marine Corps) funding in the amount of, no less than $1,498,130 will be cited and obligated on the first delivery order and will expire at the end of the current fiscal year.  This contract was competitively solicited and procured via solicitation on the Federal Business Opportunity website, with 10 proposals received.  The Regional Contracting Office, Parris Island, South Carolina, is the contracting activity (M00263-18-D-1003). 

Phoenix Air Group Inc., Cartersville, Georgia, is awarded $14,627,280 for modification P00008 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-14-D-0005).  This modification increases the contract value and extends the period of performance by two years.  This contract provides services to support Electronic Warfare Aircraft Training (EWAT) Jamming systems training for the Navy.  EWAT provides stand-off jamming for opposing force threat simulation during various levels of exercises for shipboard and aircrew tactics, aircraft weapon system operators, and for procedures to counter potential enemy electronic attack threats.  Work will be performed in Jacksonville, Florida (50 percent); San Diego, California (35 percent); and Virginia Beach, Virginia (15 percent), and is expected to be completed in November 2020.  No funds will be obligated at time of award.  Funds will be obligated on individual task orders as they are issued.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $13,143,153 for cost-plus-fixed-fee, cost reimbursable delivery order N0001918F0245 against a previously issued basic ordering agreement (N00019-14-G-0021).  This delivery order provides for non-recurring engineering activities that support obsolescence efforts to replace the modified miniature receiver terminal with the KGR-72.  In addition, this delivery order allows for the procurement of three A and B kits, three A and B kit installations into the E-6B software integration laboratory and A and B kit installation into two E-6B aircraft for validation and verification.  Work will be performed in Richardson, Texas, and is expected to be completed in January 2020.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $13,143,153 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.

ARMY

APC Scientific Consultants & Associates LLC,* Bloomingdale, New Jersey (W15QKN-18-D-0051); Pioneering Decisive Solutions Inc.,* California, Maryland (W15QKN-18-D-0052); Total Technology Inc.,* Cherry Hill, New Jersey (W15QKN-18-D-0053); SAVIT Corp.,* Rockaway, New Jersey (W15QKN-18-D-0054); and WisEngineering LLC,* Dover, New Jersey (W15QKN-18-D-0055), will compete for each order of the $99,996,305 firm-fixed-price contract for weapons research, design, and support services. 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 15, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, was awarded a $62,441,808 modification (P00187) to domestic and foreign military sales (Croatia) contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Afghanistan and Iraq, with an estimated completion date of Dec. 31, 2018. Fiscal 2010 and 2018 foreign military sales; and operations and maintenance (Army) funds in the combined amount of $62,441,808 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal Alabama, is the contracting activity.

Colsa, Huntsville, Alabama, was awarded a $9,886,392 modification (000068) to contract W31P4Q-16-A-0003 to mature and integrate threat IO, red team, and blue team environments and tools in operational settings for real-time and simulated assessment and test. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of May 31, 2019. Fiscal 2018 research, development, test and evaluation; and operations maintenance (Army) funds in the amount of $9,866,392 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

QuantiTech Inc.,* Huntsville, Alabama, was awarded a $9,036,982 cost-plus-award-fee contract for advisory and assistance services to the U.S. Army Space and Missile Defense Command and Army Forces Strategic Command. 44 bids were solicited with three bids received. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 31, 2023. Fiscal 2018 operations and maintenance (Army) funds in the amount of $480,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-18-F-0011).

Service Source Inc., Oakton, Virginia, was awarded an $8,516,004 modification (P00008) to contract W911RZ-16-D-0001 for dining facility attendants in support of the Fort Carson, Colorado, Logistics Readiness Center. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2019. U.S. Army Mission and Installation Contracting Command, Fort Carson, Colorado, is the contracting activity.

DEFENSE HEALTH AGENCY

Regan Technologies Corp.,** Wallingford, Connecticut, was awarded a $22,684,415 firm-fixed-priced contract. This contract provides Microsoft information technology software and software support for the Defense Health Agency (DHA) and partner agencies. This is a one-time purchase of Microsoft software support against the established Microsoft National Aeronautics and Space Administration Solution for enterprise wide procurement catalog in support of joint Defense Health Agency, Navy, Army, Air Force, and Space and Naval Warfare Systems Command operations. This contract award differs from previous contract awards for Microsoft software and software support by scope of number of agencies involved and scale with support of 194 different cross-agency applications and systems. The requirement was competed as a 100 percent service disabled veteran owned small business set-aside with two submitted competitive quotes. This task order, HT0015-18-F-0059, is funded with Fiscal 2018 operations and maintenance funds. The Contracting Office-Health Information Technology, San Antonio, Texas, is the contracting activity (HT0015).

DEFENSE LOGISTICS AGENCY

Emerald Coast Utility Services Inc., Eglin Air Force Base, Florida, has been awarded a maximum $13,822,116 modification (P00016), incorporating the economic-price-adjustment agreement to the existing 50-year contract (SP0600-16-C-8311) with no option periods, for the water/wastewater operations and maintenance and renewal and replacement utility service charge. This is a fixed-price with economic-price-adjustment contract. Location of performance is Florida, with a June 14, 2067, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

*Small business

**Service disabled veteran owned small business