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 Some of the information contained within may be outdated and links may not function.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 20, 2018

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $68,598,360 modification (0002) to contract W56HZV-17-D-B020 for the upgrade of Stryker flat bottom vehicles to the double V-hull configuration. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of March 31, 2020. Fiscal 2017 Army procurement of weapons and tracked combat vehicles funds in the amount of $68,598,360 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

MD Helicopter Inc., Mesa, Arizona, was awarded a $38,431,373 modification (P00011) to foreign military sales (Afghanistan) contract W58RGZ-17-C-0038 to performance based, contractor-managed operations to support system readiness, material management, technical data management, repair, total asset visibility, engineering support, spares procurement, repair parts management, failure reporting and maintenance support. Work will be performed in Mesa, Arizona, with an estimated completion date of Nov. 30, 2018. Fiscal 2018 other procurement (Army) funds in the amount of $38,431,373 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Peckham Vocational Industries Inc., Lansing, Michigan, was awarded a $22,580,066 modification (P00005) to contract W56HZV-17-C-0187 for the repair, cleaning, warehousing, and distribution of organizational clothing and individual equipment. Work will be performed in Lansing, Michigan, with an estimated completion date of June 30, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $22,580,066 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

General Technical Services LLC,* Wall Township, New Jersey, was awarded a $13,394,728 cost-plus-fixed-fee contract for research and development, soldier tactical/expeditionary power and energy generation services. Bids were solicited via the Internet with four received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of June 19, 2023. Fiscal 2018 research, development, test and evaluation funds in the amount of $975,460 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-18-C-0025).

NAVY

TDI Technologies Inc.,* King of Prussia, Pennsylvania, is awarded a $49,995,999 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to support the Phase III small business innovation research (SBIR) effort to support the advancement of the auxiliary system sensor fusion technology previously completed in SBIR phase I and phase II.  Work will be performed in King of Prussia, Pennsylvania (80 percent); and Philadelphia, Pennsylvania (20 percent), and is expected to be completed by June 2023. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $300,000 will be obligated at time of award via the first delivery order and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-4002).

Raytheon Co., Space and Airborne Systems, Electronic Warfare Systems, El Segundo, California, is awarded $15,441,483 for modification P00031 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0002) for engineering analysis, instrumentation design and procurement, and wind tunnel and commercial flight test to assess the Next Generation Jammer’s (NGJ) aero-mechanical pod prime power generation subsystem.  The data collected will be used to validate models to support an airworthiness decision for the NGJ developmental flight test program.  In addition, this modification provides for associated program management, technical management, systems engineering, and logistic support planning requirements.  Work will be performed in El Segundo, California (97 percent); and Tucson, Arizona (3 percent), and is expected to be completed in December 2020.  Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $15,441,483 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, Rotary and Mission Systems, Moorestown, New Jersey, is awarded an $18,921,481 cost-plus-incentive-fee modification to a previously awarded contract (N00024-16-C-5102) to exercise options for Aegis Baseline 9 capability development, studies, initiatives and support and Technical Insertion-08 CG upgrade.  The contract provides for the completion of the development and fielding of the Aegis Baseline 9 Aegis weapon system and integrated Aegis combat system on the remaining Aegis TI 12 configured destroyers as well as TI 12 and TI 08 configured cruisers.  Work will be performed in Moorestown, New Jersey, and is expected to be completed by July 2019. Fiscal 2018 research, development, test & evaluation (Navy); and fiscal 2018 operations and maintenance (Navy) funding in the amount of $3,229,000 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.

Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $17,985,929 cost-plus-incentive-fee, cost-plus-fixed-fee and cost-only contract for engineering and maintenance services at Intermediate Maintenance Activity, Yorktown, Virginia, in support of the Mk 48 heavyweight torpedo.  The contract provides the commander, Submarine Force, U.S. Atlantic Fleet; and the commander, Submarine Force, U.S. Pacific Fleet with approximately 56,160 man-hours per year to operate the progressive depot-level repair facility and provide depot-level repairable management functions for Mk 48 exercise and warshot torpedoes to meet fleet operational readiness, training and tactical commitments.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $17,985,929. Work will be performed in Yorktown, Virginia, and is expected to be completed by September, 2018. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $859,537 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-6408).

Southern Research Institute, Birmingham, Alabama, is awarded a $9,679,480 cost-plus-fixed-fee contract to provide thermo-mechanical and aero-thermal ground testing of thermal protection system materials in ballistic re-entry and re-entry-like environments, and fabrication of flight hardware for submarine-launched ballistic missile (SLBM) re-entry systems. The effort is intended to test re-entry materials for the U.S. and U.K. and will provide support for the SLBM re-entry systems under the Strategic Systems Programs (SSP 28). Support includes preparation, instrumentation, testing and gathering thermo-mechanical data on advanced materials at extremely high temperatures and in high flux/shear environments. The unique ability to test and collect data at maximum temperatures of 5,500 degrees Fahrenheit is required to properly test re-entry material in re-entry like environments.  This contract includes options which, if exercised, would bring the cumulative value of the contract to $33,444,862. This contract combines purchases for the Navy (70 percent); and the government of the United Kingdom (30 percent), under the Foreign Military Sales program.  Work will be performed in Birmingham, Alabama, and is expected to be completed by June 2019. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $510,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 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). The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-18-C-4004).

Lockheed Martin Sippican, Marion, Massachusetts, is awarded a $9,263,577 cost-plus-incentive-fee modification to a previously awarded contract (N00024-18-C-6408) to exercise option one for engineering and maintenance services for the heavyweight Mk 48 torpedo program at the Intermediate Maintenance Activity, Pearl Harbor, Hawaii.  Lockheed Martin Sippican will provide planning, technical and torpedo handling support, maintenance, repair and testing of torpedo components and torpedo maintenance-related task.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by March 2019.  Fiscal 2018 operations and maintenance (Navy) funding in the amount of $4,981,588 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Mercury Defense Systems Inc., Cypress, California, is awarded $8,396,466 for firm fixed price delivery order N6833518F0042 against a previously issued basic ordering agreement (N6833517G0017). This order provides for the procurement of small business innovation research (SBIR) Phase III work that derives from, extends, or completes an effort performed under SBIR Topic N06-036 entitled Advanced Techniques for Digital Radio Frequency Memories.  Work will be performed in Cypress, California (81 percent); and West Caldwell, New Jersey (19 percent), and is expected to be completed in January 2021.  Fiscal 2017 research, development, test and evaluation (Air Force) funds in the amount of $6,333,000 are being obligated on this award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. 

MISSILE DEFENSE AGENCY

Chenega Infinity LLC.,* Chantilly, Virginia, is being awarded a $44,923,791 competitive firm-fixed- price contract with a base year value of $7,797,019. This contract supports the Missile Defense Agency (MDA) security operations center by providing security and access control support across the MDA enterprise supporting facilities, resources, personnel, meetings, missions, and conferences both nationally and internationally allowing the agency to achieve its strategic goals. The work will be performed in Ft. Belvoir, Virginia; Falls Church, Virginia; Arlington, Virginia; Dahlgren, Virginia; Huntsville, Alabama; and Colorado Springs, Colorado, with an estimated completion date of July 2023. This contract was competitively procured via publication on the Federal Business Opportunities website with nine proposals received. Fiscal 2018 research development test and evaluation funds in the amount of $2,890,000, are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147- 18-C-0022).

DEFENSE LOGISTICS AGENCY 

Keany Produce Co., Landover, Maryland, has been awarded a maximum $40,495,398 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This is a 48-month contract with two 24-month tier periods. This was a competitive acquisition with three responses received. Locations of performance are Maryland, Delaware and Washington District of Columbia, with a June 19, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and Department of Agriculture schools. Type of appropriation is fiscal 2018 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-18-D-P323).

*Small Business