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 Some of the information contained within may be outdated and links may not function.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. 17, 2019

ARMY 

Talbert Manufacturing Inc.,* Rensselaer, Indiana, was awarded a $360,249,853 firm-fixed-price contract for the procurement of M872A4 semitrailers and associated items. 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 Jan. 16, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0036). 

Stantec Consulting Services Inc., Raleigh, North Carolina, was awarded a $20,000,000 firm-fixed-price contract for architect-engineer general design services. Bids were solicited via the internet with 36 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 16, 2024. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-D-2000).

NAVY

Fortis Nova A JV LLC,* Phoenix, Arizona (N62473-19-D-2426); Galindo Electric Inc.,* Vista, California (N62473-19-D-2427); Power Pro Plus Inc.,* Rancho Cucamonga, California (N62473-19-D-2428); Souza Construction Inc.,* Farmersville, California (N62473-19-D-2429); Synergy Electric Co. Inc.,* Santee, California (N62473-19-D-2430); and Tri-Technic Inc.,* Sonora, California (N62473-19-D-2431), are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, renovation, and repair of dry utilities construction projects at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico.  The maximum dollar value including the base period and one option period for all six contracts combined is $249,000,000.  Types of projects may include, but are not limited to: electrical distribution systems, exterior lighting systems, controls, airfield lighting systems, communications and security systems, grounding systems, and alternative energy structures. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. No task orders are being issued at this time.  All work on these contracts will be performed at various government installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility including, but not limited to, California (90 percent); Arizona (6 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent), and New Mexico (1 percent).  The terms of the contracts are not to exceed 60 months, with an expected completion date of January 2024.  Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $35,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and Navy working capital funds.  This contract was competitively procured as a small business set-aside procurement via the Navy Electronic Commerce Online website, with 14 proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, was awarded a $77,758,481 cost-plus-incentive-fee, fixed-price-incentive, cost-only modification to previously awarded contract N00024-13-C-5225 for production of the Navy’s AN/SQQ-89A(V)15 Surface Ship Undersea Warfare System (UWS). The AN/SQQ-89A(V)15 is the Surface Ship Undersea Warfare combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats. The contract is for development, integration and production of future advanced capability build and technical insertion baselines of the AN/SQQ-89A(V)15 USW systems.  Work will be performed in Lemont Furnace, Pennsylvania (54 percent); Clearwater, Florida (22 percent); Syracuse, New York (7 percent); Manassas, Virginia (6 percent); Hauppauge, New York (5 percent); Owego, New York (5 percent); Tewksbury, Massachusetts (1 percent), and is expected to be completed by May 2021. Fiscal 2014, 2015, 2016, 2017, 2018 and 2019 shipbuilding and conversion (Navy); fiscal 2019 other procurement (Navy); fiscal 2019 research, development, test and evaluation; and Foreign Military Sales funding in the amount $77,187,872 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. (Awarded Jan. 16, 2019)

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $37,659,687 modification (P00026) to a three-year base contract (SPE7LX-17-D-0077) with two one-year option periods adding eleven spare parts within the scope of the original contract. This modification brings the total cumulative face value of the contract to $63,767,640. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Wisconsin, with an Aug. 15, 2022, performance completion date. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

Colt’s Manufacturing Company LLC, West Hartford, Connecticut, has been awarded a maximum $7,953,750 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for bolt breech’s. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Connecticut, with a Jan. 17, 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 the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0001).

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $37,100,316 firm-fixed-price modification (P00001) to contract FA8620-18-F-2303 for fiscal 2017 aircraft production. The contract modification provides for the cut-in of force and vortex capabilities onto the existing FY17 aircraft production configuration. Work will be performed in Poway, California, and is expected to be completed by July 31, 2021. This award is the result of a sole-source acquisition. Fiscal year 2017 aircraft procurement funds in the amount of $37,100,316 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded Jan. 16, 2019)

Siemens Government Technologies, Arlington, Virginia, has been awarded a $24,586,803 indefinite-delivery/indefinite-quantity contract for the reactivation and maintenance of Teamcenter software.  This contract provides for the reactivation and maintenance of the Teamcenter software, as well as original equipment manufacturer support for the Air Force.  Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by Jan. 17, 2024. This award is the result of a sole-source acquisition.  Funding will be obligated on the initial order of the IDIQ contract.  Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8770-19-D-0517).  

*Small Business