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 Some of the information contained within may be outdated and links may not function.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 July 31, 2018

NAVY

 

General Electric (GE), Lynn, Massachusetts, is awarded a $630,500,000 firm-fixed-priced, performance-based logistics requirements type contract for repair, replacement and program support of 773 F414 engine components used on the F/A-18 E/F and EA 18G aircrafts.  Work will be performed in various GE supplier locations (99 percent); and Jacksonville, Florida (1 percent). Work is expected to be completed by April 2022. Annual fiscal year working capital funds (Navy) will be obligated to fund delivery orders as they are issued, and funds will not expire at the end of the contract ordering period. One firm was solicited for this non-competitive requirement, and one offer was received in accordance with Federal Acquisition Regulation 6.302-1. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-18-D-P601).

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $171,705,115 cost-plus-fixed-fee modification to a previously awarded F-35 Lightning II low rate initial production Lot 11 contract (N00019-16-C-00033).  This modification authorizes the procurement of diminishing manufacturing sources redesign activities in support of the F-35 Lightning II air system.  Work will be performed in Fort Worth, Texas, and is expected to be completed in January 2024.  Fiscal 2016 aircraft procurement (Air Force); fiscal 2018 aircraft procurement (Navy and Marine Corps); and international partner funds in the amount of $171,705,115 are being obligated at time of award, $68,654,573 of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($68,654,573; 39.99 percent); Navy ($34,327,287; 19.99 percent); Marine Corps ($34,327,287; 19.99 percent); and international partners ($34,395,968; 20.03 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Lockheed Martin Corp., Rotary and Mission Systems, Orlando, Florida, is awarded a $57,883,028 firm-fixed-price, cost-plus-fixed-fee, cost reimbursable contract for the full-rate production of 26 electronic Consolidated Automated Support Systems (eCASS).  This contract also provides for eCASS related equipment, kits and test sets in support of various Aircraft Intermediate Maintenance departments, fleet readiness centers, aircraft carriers and L- Class ships.  Work will be performed in Orlando, Florida (27 percent); Hunt Valley, Maryland (24 percent); North Reading, Massachusetts (14 percent); San Diego, California (14 percent); Irvine, California (6 percent); Austin, Texas (3 percent); Everett, Washington (2 percent); Bohemia, New York (2 percent); Minneapolis, Minnesota (2 percent); and various locations within the continental U.S. (6 percent), and is expected to be completed in November 2020.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $57,883,028 will be 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 proposal; one offer was received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-C-0681).

 

North American Forgemasters, New Castle, Pennsylvania (N64498-18-D-4005); and Lehigh Heavy Forge, Bethlehem, Pennsylvania (N64498-18-D-4006), are both being awarded indefinite-delivery/indefinite-quantity, firm-fixed-price contracts for waterborne propulsion shafts for a program cumulative value of $48,500,000. This requirement is to the provide main waterborne propulsion shafts for multiple Navy ship classes such as DDG, LSD, LHD, LPD, and LHA for the 2SCog/Gas Turbines Life Cycle Support Branch, Code 423. The contractors shall undergo and successfully pass first article testing of a specified unit per a specific class of steel as determined by the technical data package and MIL-S-23284.  Work will be performed at contractor facilities in New Castle, Pennsylvania; and Bethlehem, Pennsylvania, and is expected to be completed by September 2024. No funding will be obligated at time of award. These contracts were not competitively procured in accordance with 10 U.S. Code 2304(c)(1), limited number of responsible sources. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

 

PAE Aviation and Technical Services LLC, Arlington, Virginia, is awarded $47,928,426 for modification P00010 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-15-D-0007) to exercise an option for organizational, selected intermediate, and limited depot-level maintenance, and logistics support services for F-5F Tiger II and F-5N Freedom Fighter aircraft.  Work will be performed at the Naval Air Station (NAS) Key West, Florida (34 percent); NAS Fallon, Nevada (33 percent); and the Marine Corps Air Station Yuma, Arizona (33 percent), and is expected to be completed in July 2019.  Fiscal 2018 operations and maintenance (Navy Reserve) funds in the amount of $31,964,777 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

 

General Dynamics Mission Systems Inc., Fairfax, Virginia, is awarded a $37,257,564 cost-plus-incentive-fee contract modification under the previously awarded contract N00024-09-C-6250 to exercise options for Navy systems modernization and engineering services.  The international partner and the work location is not specified due to operational sensitivities. Work is expected to be completed by July 2019.  Fiscal 2016 and 2018 other procurement (Navy); fiscal 2017 and 2018 research, development and evaluation, (Navy); and 2015 shipbuilding and conversion (Navy) funding in the amount of $6,828,002 and international partner funds in the amount of $1,352,797 will be obligated at time of award. Funding in the amount of $181,631 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Motorola Solutions Inc., Linthicum Heights, Maryland, is awarded a $29,771,612 fixed-price indefinite-delivery/indefinite-quantity contract to procure commercially available hardware and software to modernize 57 public safety radio subsystems and two Chemical Biological Incident Response Force public safety radio subsystems for Project 25 Phase II Compliant Land Mobile Radio in support of the National Guard Bureau Civil Support Team (CST) for the Army and National Guard.  Each CST public safety radio subsystem is comprised of 28 portable radios, seven mobile radios and 12 vehicle adapter kits.  Work will be performed in Linthicum Heights, Maryland.  Fiscal 2016, 2017 and 2018 other procurement (Army); fiscal 2018 other procurement (National Guard and Department of Defense) working capital funds in the amount of $11,221,544 are being obligated at the time of award, $1,749,457 of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; two offers were receivedThe Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-D-0019).

 

KORTE Construction Co. doing business as The Korte Co., St. Louis, Missouri, is awarded a $26,812,769 firm-fixed-price contract for design and construction of a recruit reconditioning center and barracks renovation at the Marine Corps Recruit Depot, Parris Island.  The project includes two components new construction of a recruit reconditioning center connected to a recruit barracks, which will include demolition, renovations and additions to existing Building 6004.  Work will be performed in Parris Island, South Carolina, and is expected to be completed by October 2020.  Fiscal 2017 military construction (Navy) contract funds in the amount of $26,812,769 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 15 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-C-0640).

 

Rockwell Collins, ESA Vision Systems, Fort Worth, Texas, is being awarded a $20,989,780 firm-fixed-price contract for the production and delivery of 140 Joint Helmet Mounted Cueing system, Night Vision Cueing and Display systems in support of Navy and Marine Corps F/A-18 squadrons.  Work will be performed in Merrimack, New Hampshire (79 percent); Wilsonville, Oregon (15 percent); Atlanta, Georgia (4 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in July 2020.  Fiscal 2018 other procurement (Navy) funds in the amount of $20,989,780 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 Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-18-C-0041).

 

Northrop Grumman Systems Corp., Herndon, Virginia, is awarded $18,200,000 for firm-fixed-price delivery order N0001918F0478 against a previously issued basic ordering agreement (N00019-15-G-0026).  This order procures three aircraft B-Kits and associated spares for the Multi-Role Tactical Common Data Link modification upgrade to the E-6B aircraft. Work will be performed in Salt Lake City, Utah (73 percent); San Diego, California (25 percent); and Boston, Massachusetts (2 percent), and is expected to be completed by August 2020.  Fiscal 2017 and 2018 aircraft procurement (Navy) funds in the amount of $18,200,000, will be 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 Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $16,164,426 for modification P00663 to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00019-02-C-3002).  This modification provides for Phase 3 F-35 Joint Strike Fighter Verification Simulation (VSim) / F-35 In-a-Box (FIAB) delivery of updates to the FIAB software model.  In addition, this modification provides continued FIAB software model development, integration, validation, verification and support.  Work will be performed in Fort Worth, Texas (80 percent); Naval Air Station Patuxent River, Maryland (10 percent); and Marietta, Georgia (10 percent), and is expected to be completed in April 2019.  Fiscal 2018 research, development, test and evaluation funds (Air Force and Navy) in the amount of $6,926,436 will be obligated at the time of the award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the Air Force ($4,495,926; 65 percent); and Navy ($2,430,510; 35 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Austal, USA LLC, Mobile, Alabama, is awarded a $14,843,400 cost-plus-award-fee order N6931618F4001 against a previously awarded basic ordering agreement (N00024-15-G-2304) to provide engineering and management services in support of work specification development, prefabrication efforts and material procurement for the Littoral Combat Ship USS Tulsa (LCS 16) post-shakedown availability (PSA).  The PSA is accomplished within a period of approximately 16-20 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion, Navy obligation work limiting date. Efforts will include program management, advance planning, engineering, design, prefabrication and material kitting.  Work will be performed in Mobile, Alabama (60 percent); and San Diego, California (40 percent), and is expected to be completed by August 2019.  Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $7,275,355 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

 

Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, is awarded an $8,001,018 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-16-D-6318) to exercise Option Two for grounds maintenance services at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River and other outlying locations.  The work to be performed provides for grounds maintenance services that will maintain landscaping, mowing, trimming grass, weed control, and fire ant treatment for the Camp Lejeune Complex which includes commands such as the naval hospital, Marine Corps Special Operations Command, and Department of Defense dependent schools.  After award of this option, the total cumulative contract value will be $23,377,665.  Work will be performed in Jacksonville, North Carolina, and work is expected to be completed July 2019.  No funds will be obligated at time of award.  Fiscal 2018 operations and maintenance (Marine Corps) contract funds in the amount of $4,539,310 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.

 

URS Group Inc., Morrisville, North Carolina, is awarded $7,871,672 for firm-fixed-price task order N6945018F0079 under a previously awarded multiple award construction contract (N62470-13-D-6022) for phase two of Hurricane Harvey repairs at Naval Air Station Corpus Christi. The work to be performed provides for a modified/hybrid design build where the contractor is required to provide a designer of record for design development and design, construction submittal approval and oversight of all repairs such as building exteriors, interiors, roofs, mechanical, and demolition as a result of Hurricane Harvey.  Work also includes any and all ancillary and incidental mechanical and electrical support services needed to accomplish required work necessary for functional operation.   The task order also contains five unexercised options, which if exercised would increase cumulative task order value to $36,015,110.  Work will be performed in Corpus Christi, Texas, and is expected to be completed by July 2020.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $7,871,672 are obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $7,808,741 for modification P00004 to a previously issued order issued against basic ordering agreement (N00019-14-G-0020).  This modification provides for support for first of class flying trials and release of the military permit to fly for F-35B Lightning aircraft in support of the government of the United Kingdom.  Work will be performed in Salmesbury, United Kingdom (52 percent); Fort Worth, Texas (44 percent); Greenville, North Carolina (2 percent); Orlando, Florida (1 percent); and Patuxent River, Maryland (1 percent), and is expected to be completed in June 2020.  International partner funds in the amount of $7,808,741 will be obligated against this modification at time of award, none of which will expire at the end of the current fiscal year.  An additional $5,783,000 is being obligated against previously awarded definitized contract for a total of $13,591,741.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

Atlantic Diving Supply Inc., doing business as ADS,* Virginia Beach, Virginia (SPE8EH-18-D-0007); W.S. Darley & Co.,* Itasca, Illinois (SPE8EH-18-D-0008); Unifire Inc.,* Spokane, Washington (SPE8EH-18-D-0009); Mallory Safety and Supply,* Longview, Washington (SPE8EH-18-D-0010); Federal Resources Supply Co.,* Stevensville, Maryland (SPE8EH-18-D-0011); and L.N. Curtis and Sons,* Oakland, California (SPE8EH-18-D-0012), are sharing a maximum $90,000,000 bridge contract under solicitation SPM8EH-12-R-0009 for fire and emergency services equipment. These are firm-fixed-price, indefinite-delivery/indefinite-quantity, 90-day bridge contracts. These were sole-source acquisitions using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are California, Illinois, Maryland, Virginia and Washington, with an Oct. 29, 2018, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

ARMY

 

KDHK Inc., doing business as Allegiance Environmental Services,* San Antonio, Texas, was awarded an $83,612,808 firm-fixed-price contract for healthcare housekeeping services for Tripler Army Medical Center, Honolulu, Hawaii. Bids were solicited via the Internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2023. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-18-D-0021).

 

Security Signals Inc.,* Cordova, Tennessee, was awarded a $62,207,375 firm-fixed-price foreign military sales (Taiwan) contract for the procurement of the Family of Hand Held Signals: M125A1-Green Star Cluster, M158-Red Star Cluster, M159-White Star Cluster, M126A1-Red Star Parachute, M127A1-White Star Parachute, and M195-Green Star Parachute. Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-D-0074).

 

Leidos Inc., Reston, Virginia, was awarded a $60,005,230 modification (P00024) to contract W911QX-16-C-0012 for operations and sustainment services in support of the Saturn Arch Quick Reaction Capability continued operations, sustainment, and integration program. Work will be performed in Bridgewater, Virginia, with an estimated completion date of Sept. 16, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $23,969,904 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

 

SourceAmerica, Vienna, Virginia, was awarded a $54,500,000 firm-fixed-price contract for sustainment and other services for real property on Fort Knox, Kentucky. One bid was solicited via the Internet with one bid received. Work will be performed in Fort Knox, Kentucky, with an estimated completion date of July 31, 2022. Fiscal 2018 operations and maintenance (Army) funds in the amount of $16,000,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Knox, Kentucky, is the contracting activity (W9124D-18-C-0013).

 

The Whiting-Turner Contracting Co., Baltimore, Maryland, was awarded a $54,345,019 firm-fixed-price contract to construct a new Winchester Engineering and Analytical Center for the Food and Drug Administration in Winchester, Massachusetts. Bids were solicited via the Internet with six received. Work will be performed in Winchester, Massachusetts, with an estimated completion date of July 30, 2021. Fiscal 2016 civil works funds in the amount of $54,345,019 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-18-C-0013).

 

KZF Design Inc.,* Cincinnati, Ohio (W912DQ-18-D-4000); Kenneth Hahn Architect Inc.,* Omaha, Nebraska (W912DQ-18-D-4001); and Blair Remy Corp. P.C.,* Oklahoma City, Oklahoma (W912DQ-18-D-4002), will compete for each order of the $28,500,000 firm-fixed-price contract for architecture and engineering services. Bids were solicited via the Internet with 24 received. Work locations and funding will be determined with each order, with an estimated completion date of July 30, 2023. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

 

Maersk Line Limited, Norfolk, Virginia, was awarded a $14,154,781 modification (0001 62) 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 Yokohama, Japan, with an estimated completion date of Sept. 17, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $3,500,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $13,259,257 modification (P00008) to contract W31P4Q-17-C-0113 for engineering and testing of the Mobile Low, Slow Small Unmanned Aerial System Integrated Defeat System Increment 1 vehicles. Work will be performed in St. Louis, Missouri, with an estimated completion date of May 20, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $13,259,257 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Legacy Corp. of Illinois,* East Moline, Illinois, was awarded a $10,396,880 firm-fixed-price contract for surveying, clearing, excavating, dredging, transferring and shaping of placed material into topographic diversity sites, seeding, and stone placement. Bids were solicited via the Internet with three received. Work will be performed in Clinton, Iowa, with an estimated completion date of Aug. 10, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $10,396,880 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-18-C-0024).

 

Northrop Grumman Systems Corp., Sierra Vista, Arizona, was awarded a $7,503,509 modification (P00020) to contract W58RGZ-17-C-0019 to incorporate interoperability in support of the Hunter Unmanned Aircraft System. Work will be performed in Sierra Vista, Arizona, with an estimated completion date of July 30, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $7,503,509 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

AIR FORCE

 

Applied Research Associates, Albuquerque, New Mexico, has been awarded a $48,700,000 basic indefinite-delivery/indefinite-quantity contract for Joint Munitions Weapons Effectiveness Manuals and a $4,024,270 task order.  The contract provides for software development and training.  Work will be performed at Eglin Air Force Base, Florida; Wright-Patterson Air Force Base, Ohio; and Aberdeen Proving Ground, Maryland. This contract has a five-year ordering period with work expected to be completed Aug. 6, 2024. This award is the result of a competitive acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $300,000 are being obligated at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity. The contract number is FA2487-18-D-0129; the first delivery order number is FA2487-18-F-1029.

 

*Small business