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 Some of the information contained within may be outdated and links may not function.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 Jan. 11, 2019

NAVY

Microsoft Corp., Redmond, Washington, is awarded an estimated $1,760,000,000 value single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Microsoft Enterprise Services for the Department of Defense (DoD), Coast Guard, and intelligence community. Support includes Microsoft product engineering services for software developers and product teams to leverage a range of proprietary resources and source-code, and Microsoft premier support for tools, knowledge database, problem resolution assistance, and custom changes to Microsoft source-code when applicable. This contract is issued under the DoD Enterprise Software Initiative (ESI) in accordance with the Defense Federal Acquisition Regulation Supplement, Section 208.74. DoD ESI is an initiative to streamline the acquisition process and provide information technology products and services worldwide that are compliant with applicable DoD technical standards and represent the best value for the DoD. The work will be performed worldwide. The ordering period will be for five years with a completion date of Jan. 10, 2024. This contract will not obligate funds at the time of award. Funds will be obligated on individual task orders using primarily operations and maintenance funds (DoD). This sole-source procurement is issued using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1) - only one responsible source. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0019).

Raytheon Co., Marlborough, Massachusetts, is being awarded $9,347,391 for cost-plus-fixed-fee, firm-fixed-price order N6339419F0002 under a previously awarded basic ordering agreement (N6339417G5103) for engineering services in support of the Aegis SPY-1 radar and Mk 99 fire control system. This order will provide technical, logistical and engineering services from the original equipment manufacturer.  This contract includes options which, if exercised, would bring the cumulative value of this order to $19,497,003. Work will be performed in Yorktown, Virginia (90 percent); and at various ship locations (10 percent), and is expected to be completed by January 2021. Fiscal 2018 other procurement (Navy) funding in the amount of $960,282 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

GE Medical Systems Information Technologies Inc., Wauwatosa, Wisconsin, has been awarded a maximum $450,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for patient monitoring systems, accessories and training. This was a competitive acquisition with 36 responses received. This is a five-year base contract with one five‐year option period. Location of performance is Wisconsin, with a Jan. 10, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐19‐D‐0010). 

Transaero Inc.,* Melville, New York, has been awarded a maximum $23,237,500 firm-fixed price, indefinite-delivery/indefinite-quantity contract for fixed landing gear. This was a competitive small business set-aside acquisition with four offers received. This is a five-year contract with no options periods. Location of performance is New York, with a Jan. 10, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0043).

AIR FORCE

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $131,604,450 contract for C‐5 sustainment. This contract provides for sustaining engineering services. Work will be performed in Fort Worth, Texas; Marietta, Georgia; and Palmdale, California, and is expected to be completed Jan. 25, 2019. This award is the result of a sole-source acquisition. A combination of fiscal 2019 transportation working capital funds; and operations and maintenance funds in the amount of $23,543,771 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8525‐19‐D‐0001).

MISSILE DEFENSE AGENCY 

Raytheon Co. (Raytheon) Space and Airborne Systems (SAS), San Diego, California, is being awarded a single award with a contract ceiling of $9,607,811 for an indefinite-delivery/indefinite-quantity contract for Multi-Spectral Targeting System (MTS) sensor support.  Raytheon will provide subject matter expertise as a member of a government-led sensor development and demonstration team and will provide research, development, fielding and test support, operations, maintenance, and as-needed repairs on the government-owned MTS-class sensors.  Raytheon is the sole designer, developer, and manufacturer of the MTS-class sensor. Work will be performed at El Segundo and San Diego, California. The ordering period and the period of performance is five years from the date of award. The first task order will be awarded at the same time the basic contract is awarded. Fiscal 2018 research, development, test and evaluation funds in the amount of $1,299,520 for the first task order is being obligated at time of award. The award to Raytheon SAS is the result of a proposal submitted in response to a sole-source solicitation (HQ0147-18-R-0013) one offer was received.  The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity. (HQ0147-19-D-0013).

DEFENSE HEALTH AGENCY

CACI NSS Inc., Chantilly, Virginia, was competitively awarded a firm-fixed-price contract for $8,582,382 on Jan. 11, 2019.  Contract has an effective date of Jan. 29, 2019. This award provides for non-personal Information Technology services in support of the legacy Theater Enterprise-Wide Logistics System (TEWLS) application to be known in the future as the systems, applications and products in the LogiCole application.  The award will provide for pre-planned product improvement, life cycle management, and business process, and technical integration support and reengineering services for TEWLS.  The contractor will provide software maintenance services to support Joint Medical Logistics Functional Development center in the configuration, technical sustainment and continued enhancement of the TEWLS as part of the Defense Medical Logistics – Enterprise Solution. The contractor place of support is Ft. Detrick, Maryland.  This contract has an additional four option periods, if exercised. This contract is an acquisition under General Service Administration’s IT schedule 70 with fiscal 2019 operations and maintenance funds in the amount of $8,582,382 obligated at time of award.  The Defense Health Agency, Contract Operations – Health Information Technology,San Antonio, Texas, is the contracting activity (HT0015-19-F-0018). 

*Small business