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 Some of the information contained within may be outdated and links may not function.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 Oct. 24, 2018

DEFENSE LOGISTICS AGENCY

Honeywell International Inc., Phoenix, Arizona, has been awarded an estimated $1,036,726,575 firm-fixed-price requirements contract for support of the following platforms: Ground Start Carts, C-130 Auxiliary Power Units (APU), B-2 APU, F-15 components, A-10 APU, E-3 APU, B-1 APU and F-16 turbine power units. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year, six-month base contract with one three-year option, and one three-year and six-month option period. Using military service is Air Force. Location of performance is Utah, with a July 31, 2028, performance completion date. Type of appropriation is fiscal 2019 through 2029 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-18-D-001U).

NAVY

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $717,410,825 firm-fixed-priced, performance-based logistics requirements contract for logistics and repair support for 98 components in support of CH-53 and MH-53 aircraft weapon replaceable assembly components and their related shop replaceable assembly components. This contract includes a 50-month base period with no options. Work will be performed in Stratford, Connecticut (75 percent); and Cherry Point, North Carolina (25 percent). Work is expected to be completed by December 2022. Working capital (Navy) funds in the amount of $142,662,162 will be issued for delivery order (N00383-19-F-0U00) that will be awarded concurrently with the contract. Fiscal 2018-2022 working capital (Navy) funds will be obligated to fund delivery orders as they are issued, and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-U001).

Canadian Commercial Corp., Ontario, Canada, is awarded a $27,673,372 firm-fixed-price, indefinite-delivery/indefinite-quantity single-award contract for the Mk 200 Mod 0 Propelling Charge. This contract includes options which, if exercised, would bring the cumulative value of the contract to $74,920,000. This contract involves foreign military sales to Australia and India. Work will be performed by General Dynamics Ordnance and Tactical Systems in Quebec, Canada, and is expected to be completed by November 2019. Fiscal 2018 procurement of ammunition (Navy and Marine Corps) funding in the amount of $15,001,914; fiscal 2019 procurement of ammunition (Navy and Marine Corps) funding in the amount of $7,337,384; and foreign military sales (Australia) funding in the amount of $5,334,074 will be obligated on the first delivery order at time of award and 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 Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-D-0002).

Northrop Grumman Systems Corp., Charlottesville, Virginia, is awarded an $18,118,858 firm-fixed-price contract to provide common Integrated Bridge and Navigation Systems (IBNS) for the DDG-51 New Construction Ship Program and DDG-51 Midlife Modernization Program. The IBNS is a hull, mechanical and electrical upgrade and part of the comprehensive plan to modernize the DDG-51 class to ensure the ships remain combat relevant and affordable throughout their life. This contract will serve as the base hardware production contract for IBNS systems.  The contract includes options which, if exercised, would bring the cumulative value to $163,963,639. Work will be performed in Charlottesville, Virginia, and is expected to be completed by February 2020. Fiscal 2018 other procurement (Navy); and fiscal 2018 and 2016 shipbuilding and conversion (Navy) funding in the total amount of $18,118,858 will be obligated at time of award and will not 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 (N00024-19-C-4101). 

AIR FORCE

KIRA Training Services LLC, Boulder, Colorado, has been awarded a $221,379,030 firm-fixed-price contract for civil engineering services. This contract provides for engineering services, installation management services, facilities/infrastructure maintenance and repair services, emergency management services, and housing management services. Work will be performed at the U.S. Air Force Academy, Colorado, and is expected to be completed by Nov. 30, 2025. This award is the result of a competitive acquisition with 12 proposals received. Fiscal 2019 operations and maintenance funds in the amount of $100,134 will be obligated on Oct. 1, 2018. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-19-C-0001).

United Launch Services, Centennial, Colorado, has been awarded a $152,429,417 firm-fixed-price contract for Evolved Expendable Launch Vehicle Delta IV heavy launch services. This contract provides launch vehicle production services for National Reconnaissance Office Launch Mission One. Work will be performed in Centennial, Colorado; and Decatur, Alabama, and the launch will occur in Cape Canaveral Air Force Station, Florida; or Vandenberg Air Force Base, California. The work is expected to be completed by June 30, 2021. This award is the result of a sole-source acquisition. Fiscal 2018 missile procurement funds in the amount of $152,429,417 are being obligated at the time of award. Space and Missile Systems Center Los Angeles Air Force Station, California, is the contracting activity (FA8811-19-C-0002).

L3 Technologies Inc., Salt Lake City, Utah, has been awarded a $55,382,155 firm-fixed-price, cost-plus fixed-fee, cost-reimbursable contract for the Organic Depot Activation of the MQ-9 communications and data link parts at Tobyhanna Army Depot, Pennsylvania; and Warner-Robins Air Logistics Complex, Georgia.  Work will be performed at Tobyhanna Army Depot and Warner-Robins Air Logistics Complex, and is expected to be completed by Oct 21, 2021.  This award is the result of a sole-source acquisition.  Fiscal 2017 and 2018 aircraft procurement funds in the amount of $44,425,521 are being obligated at time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-C-2008).

DynCorp International LLC, McLean, Virginia, has been awarded a $22,500,000 indefinite-delivery/indefinite-quantity contract for Egypt personnel support services.  This contract provides for housing, transportation, security, vehicles and labor to support defense contractor employees and department of defense employees.  Work will be performed in Egypt and is expected to be completed by Sept. 24, 2023.  This contract involves foreign military sales (FMS) to Egypt and is the result of a sole-source acquisition.  FMS funds in the amount of $2,742,237 are being obligated at the time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8630-19-D-5016). 

TF Powers Construction Co., Fargo, North Dakota, has been awarded a $12,374,000 firm-fixed-price contract for construction services. Contractor will provide all plant, labor, materials, equipment, supplies and supervision necessary for the construction and renovation of building 541 for the Ground Segment Modernization Program: to replace building systems and construct server rooms, offices, auditoriums and conference rooms, a mission control/operation center, remote equipment control rooms, and substantial communications infrastructure all built to security standards.  Work will be performed at Grand Forks Air Force Base, North Dakota, and is expected to be completed by Dec. 12, 2019.  This award is the result of a competitive acquisition and four offers received.  Fiscal 2019 operations and maintenance funds in the amount of $12,374,000 are being obligated at the time of award. The 319th Contracting Flight, Grand Forks AFB, North Dakota, is the contracting activity (FA4659-19-C-C001). 

ARMY

HDR Engineering, Omaha, Nebraska (W912UM-19-D-0001); Jacobs Government Services Co., Pasadena (W912UM-19-D-0002); Stanley-WSP JV, Muscatine, Iowa (W912UM-19-D-0003); Tetra Tech Inc., Marlborough, Massachusetts (W912UM-19-D-0004); and Thomas J. Davis Inc.,* Seguin, Texas (W912UM-19-D-0005), will compete for each order of the $100,000,000 firm-fixed-price contract for architect and engineer services. 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 Oct. 23, 2023. U.S. Army Corps of Engineers, Seoul, Republic of Korea, is the contracting activity.

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $13,501,500 firm-fixed-price contract for maintenance dredging of the Delaware River. Bids were solicited via the internet with one received. Work will be performed in New Castle, Delaware, with an estimated completion date of March 13, 2019. Fiscal 2016, 2017, 2018 and 2019 operations and maintenance, Army funds in the amount of $13,501,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-C-0002).

West Consultants Inc.,* San Diego, California (W912BV-19-D-0001); and Halff Associates Inc., Fort Worth, Texas (W912BV-19-D-0002), will compete for each order of the $8,000,000 firm-fixed-price contract for engineering, design, and construction phase services for hydrologic and hydraulic engineering, design, modeling and manual development services.  Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 21, 2021. U.S. Army Corps of Engineers, Tulsa Oklahoma, is the contracting activity.

*Small Business