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 Some of the information contained within may be outdated and links may not function.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 April 15, 2019

NAVY

United Technologies Corp., Pratt & Whitney Engines, East Hartford, Connecticut, is awarded $201,915,947 for modification P00004 to the previously awarded advance acquisition contract (N00019-18-C-1021). This modification provides for long-lead materials, parts, and components for Lot 14 F135 Propulsion systems for the F-35 Lightning II Joint Strike Fighter aircraft in support of the Air Force, Marine Corps, Navy, non-U.S. Department of Defense (non-U.S. DoD) participants; and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in April 2022. Fiscal 2019 aircraft procurement (Air Force, Marine Corps, and Navy); non-U.S. DoD participant; and FMS funds in the amount of $201,915,947 will be obligated at time of award, none of which will expire at the end of the fiscal year. This modification combines purchases for the Air Force ($68,062,565; 33.71 percent); Marine Corps ($34,923,315; 17.3 percent); Navy ($23,607,892; 11.69 percent); non-U.S. DoD participants ($66,767,551; 33.07 percent); and FMS customers ($8,554,624; 4.23 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Colonna’s Shipyard West LLC,* San Diego, California (N55236-17-D-0013); East Coast Repair and Fabrication,* Norfolk, Virginia (N55236-17-D-0018); Epsilon Systems Solutions Inc.,* National City, California (N55236-17-D-0017); Marine Group Boat Works,* Chula Vista, California (N55236-17-D-0015); Pacific Ship Repair and Fabrication Inc.,* San Diego California (N55236-17-D-0014); Propulsion Controls Engineering,* San Diego, California (N55236-17-D-0016); and South Coast Welding and Manufacturing Inc.,* Chula Vista, California (N55236-17-D-0012), are awarded firm-fixed-price modifications under previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award contracts to exercise option period two to provide non-complex emergent and continuous maintenance on surface combatant ships (DDG and CG) and amphibious (LSD, LPD, LHA, and LHD) ships homeported in or visiting San Diego, California. The Option Period Two estimated cumulative value is $113,246,997. Exercising these options ensures continued resources capable of completing non-complex, emergent and continuous maintenance, repair, and modernization, on surface combatant and amphibious ships assigned to or visiting the port of San Diego, California. Work will be performed at Naval Base San Diego, California, and is expected to be complete by May 24, 2020. No funds will be obligated at the time of award. Funds will be obligated as individual delivery orders are issued using operations and maintenance (Navy) funding. Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Alion Science and Technology Corp., McLean, Virginia (N00189-19-D-0002); and Booz Allen Hamilton, Norfolk, Virginia (N00189-19-D-0003), are awarded a $50,000,000 multiple award of cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide subject matter expertise required to support the development and integration of innovative solutions to complex naval warfare challenges and the enhancement of current and future warfighting capabilities in support of Navy Warfare Development Command. The contracts will run concurrently and will include a 60-month base ordering period and an option for a six-month ordering period which if exercised, the total value of this contract will be $55,100,000. The base ordering period of the contract is expected to be completed by April 2024; if the option is exercised, the ordering period will be completed by October 2024. All work will be performed in Norfolk, Virginia. Fiscal 2019 research, development, test and evaluation funds in the amount of $14,000 will be obligated ($7,000 on each of the two contracts to fund the contracts’ minimum amounts), and those funds will expire at the end of fiscal 2020. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Pennsylvania, is the contracting activity.

Sierra Nevada Corp., Sparks, Nevada, is awarded a $13,533,798 five-year, long-term contract for repair of the beacon transmitter and beacon receiver in support of the F-18 aircraft. Work will be performed in Sparks, Nevada, and is expected to be completed by April 2024. No funds will be obligated at the time of award. Annual working capital funds (Navy) will be obligated as individual task orders are issued and no funds will not expire at the end of the current fiscal year. This contract was a sole-source, requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-V001).

Raytheon Missile Systems, Tucson, Arizona, is awarded $12,111,859 for modification P00002 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1068) for procurement of AIM-9X Lot 18 Block II All Up Round tactical missiles, Captive Air Training missile guidance units, tail caps and containers, and spares for the Navy, Air Force and the governments of South Korea, Australia, Qatar, Norway, Indonesia, Kuwait, Saudi Arabia, Israel, Poland, Japan, Taiwan, Turkey, Belgium, Malaysia, United Arab Emirates, the Netherlands, Finland, Switzerland, Slovakia, Singapore, and Denmark. Work will be performed in Tucson, Arizona (31 percent); Andover, Massachusetts (10 percent); Keyser, West Virginia (9 percent); Santa Clarita, California (8 percent); Hillsboro, Oregon (5 percent); Ottawa, Ontario, Canada (5 percent); Goleta, California (4 percent); Cheshire, Connecticut (4 percent); Heilbronn, Germany (3 percent); Simsbury, Connecticut (2 percent); Jose, California (2 percent); Valencia, California (2 percent); Anaheim, California (2 percent); Cajon, California (2 percent); Cincinnati, Ohio (1 percent); Anniston, Alabama (1 percent); San Diego, California (1 percent); Chatsworth, California (1 percent); Amesbury, Massachusetts (1 percent); Claremont, California (1 percent); Sumner, Washington (1 percent); and other locations within the continental U.S. (4 percent). Work is expected to be completed in March 2021. Fiscal 2017, 2018, and 2019 weapons procurement (Navy); fiscal 2018 research, development, test and evaluation (Navy); fiscal 2017 and 2018 missile procurement (Air Force); and Foreign Military Sales (FMS) funds in the amount of 12,111,859 will be obligated at time of award, $302,997 of which will expire at the end of the fiscal year. This modification combines purchases for the Navy ($884,869; 7.2 percent); Air Force ($678,935; 5.6 percent); and the governments of South Korea ($2,093,922; 17.3 percent); Australia ($1,989,468; 16.4 percent); Qatar ($1,900,344; 15.7 percent); Indonesia ($613,232; 5.1 percent); Norway ($610,316; 5 percent); Kuwait ($536,353; 4.4 percent); Saudi Arabia ($443,249; 3.7 percent); Israel ($386,756; 3.2 percent); Poland ($338,184; 2.8 percent); Japan ($249,903; 2.1 percent); Taiwan ($241,433; 2 percent); Turkey ($185, 098; 1.5 percent); Malaysia ($172,606; 1.4 percent); United Arab Emirates ($171,534; 1.4 percent); Belgium ($167,707; 1.4 percent); the Netherlands ($161,865; 1.3 percent); Finland ($141,901; 1.2 percent); Switzerland ($57,020; 0.5 percent); Slovakia ($45,793; .04 percent); Singapore ($33,298; 0.3 percent); and Denmark ($8,073; 0.1 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Silver Ships, Inc.,* Theodore, Alabama, is awarded an $11,000,149 firm-fixed-price General Services Administration (GSA) delivery order for the construction and delivery of up to 160 high speed maneuvering surface targets, accessories, and deployment spare parts. This contract includes options which, if exercised, would bring the cumulative value of this contract to $19,667,147. Work will be performed in Theodore, Alabama, and is expected to be completed by July 2020. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $11,000,149 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured as a competitive small business set-aside via the GSA eBuy website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-F-2238).

International Enterprises Inc., Talladega, Alabama, is awarded a not-to-exceed $7,250,287 for an undefinitized contract action N00383-19-F-A204 under previously awarded basic ordering agreement N00383-17-G-A201 for repair of the multipurpose color display replacements in support of the F/A-18 aircraft. Work will be performed in Talladega, Alabama, and is expected to be completed by August 2020. Working capital funds (Navy) in the amount of $5,437,715 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $65,000,000 indefinite-delivery/indefinite-quantity contract for Small Diameter Bomb Increment I miniature munitions. This contract provides for integration, sustainment and support of the Small Diameter Bomb Increment I miniature munition and carriage system on various Foreign Military Sales aircraft platforms. This support includes all testing, engineering, management, technical, and logistical activities associated with Small Diameter Bomb Increment I weapon system with various aircraft and associated systems. Work will be performed in St. Louis, Missouri, various Air Force test ranges, and in each respective country. Work is expected to be complete by April 15, 2029. This contract involves foreign military sales to Australia, Belgium, Canada, Denmark, Greece, Israel, South Korea, Netherlands, Spain, Sweden, Turkey, Singapore and any other future country with an approved letter of offer and acceptance. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $2,474,387 are being obligated on the first task order at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-19-D-0009).

Leidos Inc., Reston, Virginia, has been awarded a $51,593,787 predominantly firm-fixed-price contract for specialized personnel. This contract provides for highly qualified and specialized personnel with requisite technical expertise and knowledge in their respective functional areas to support the Air Force Office of Special Investigations. Work will be performed at various locations around the world. Work is expected to be complete by April 15, 2024. This contract is the result of a competitive acquisition and one offer was received. Fiscal 2019 operations and maintenance funds in the amount of $7,573,414 are being obligated at the time of award. Headquarters Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-19-F-A007).

Cantu Services Inc., Wichita Falls, Texas, has been awarded a $12,195,512 firm-fixed-price modification (P00020) to previously awarded contract FA4484-15-D-0003 for full food service. This modification provides for the exercise of Option Four. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be complete by April 30, 2020. This modification brings the total cumulative face value of the contract to $48,017,841. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity.

EDO LLC, Amityville, New York, has been awarded a $9,559,557 cost-plus-fixed-fee and firm-fixed-price type contract for the B-1 Bomb Rack Unit–56 (BRU-56) modification. This contract provides for the design, testing, modification, production, quality assurance, packaging, delivery and program management of the BRU-56. Work will be performed at Dyess Air Force Base, Texas; Ellsworth AFB, South Dakota; Edwards AFB, California; and Amityville, New York. Work is expected to be complete by April 15, 2021. This contract is the result of a competitive acquisition and two offers were received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $8,770,310 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8107-19-C-0001).

DEFENSE LOGISTICS AGENCY

Freeman Holdings of Louisiana LLC, doing business as Million Air Alexandria,* Alexandria, Louisiana, has been awarded a minimum $11,164,086 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 46-month contract with one six-month option period. Location of performance is Louisiana, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0059).

Honeywell International Inc., Phoenix, Arizona, has been awarded a maximum $10,080,794 indefinite-delivery/indefinite-quantity contract for advanced central air data computers for the F-16 weapon system. 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 base contract with no option periods. Location of performance is Arizona, with a Dec., 31, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA419D0001).

*Small business