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 Some of the information contained within may be outdated and links may not function.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 March 10, 2017

CONTRACTS


ARMY

M.C. Dean Inc., Sterling, Virginia, was awarded a $45,000,000 firm-fixed-price contract for information technology services and infrastructure support services. Bids were solicited via the Internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of March 12, 2021. U.S. Army Communications-Electronics Command, Fort Detrick, Maryland, is the contracting activity (W904TE-17-D-0120).

Northrop Grumman Technical Services Inc., Herndon, Virginia, was awarded a $15,687,725 modification (1Q0149) to contract W911SE-11-D-2010 to provide battle command training, technical, exercise, simulation, and administrative support services in the support of Mission Command Training Center, Directorate of Plans, Training, Mobilization and Security, Fort Hood, Texas; and its supported installations (Forts Carson, Riley, Bliss, Sill and Knox). Work will be performed in Fort Hood, Texas, with an estimated completion date of Sept. 22, 2017. Fiscal 2017 operations and maintenance, Army funds in the amount of $15,687,725 were obligated at the time of the award. U.S. Army Contracting Command, Fort Hood, Texas, is the contracting activity.

DEFENSE LOGISTICS AGENCY

3M Co., St. Paul, Minnesota, has been awarded a maximum $34,458,165 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various commercial consumable items, mainly fire and rescue equipment. This was a competitive acquisition with five offers received. This is a three-year base contract with one two-year option period. Location of performance is Minnesota, with a March 9, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2017 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-17-D-9407).

Aimpoint Inc., Chantilly, Virginia, has been awarded a maximum $10,800,000 firm-fixed-price contract for reflex sights. This is a one-year contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Locations of performance are Virginia and Sweden, with a Feb. 20, 2018, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through fiscal 2018 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-17-C-0127).

NAVY

Cubic Defense Applications Inc., San Diego, California, is being awarded a $20,893,295 firm-fixed-price contract for procurement of Portable Common Data Link (PCDL) systems that includes procuring, producing, assembling, testing, documenting and delivering 25 TacMobile Person PCDL systems and spares suites for installation in tactical operation centers and mobile tactical operation centers.  The contractor will also provide engineering services for production support, field testing, training documentation, training support and logistics support.  The period of performance will consist of an 18-month base period for the procurement of the PCDL systems and four one-year options for production and engineering services.  Work will be performed in San Diego, California. Work is expected to be completed in September 2018.  If all options are exercised work will continue through September 2022. Navy working capital funds in the amount of $4,900,000 will be obligated at contract award for seven PCDL systems and will be incrementally funded thereafter. No funds will expire at the end of the current fiscal year. This contract was competitively procured as a full and open solicitation with proposals solicited via Federal Business Opportunities website with two offers received.  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-17-C-0017).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $64,686,522 for firm-fixed-priced delivery order N0001917F0108 against a previously issued basic ordering agreement (N00019-14-G-0020).  This order procures work on the integrated core processor in order to alleviate diminishing manufacturing sources constraints projected under F-35 production Lot 15 for the Air Force ($25,864,260; 40 percent); the Navy ($12,932,129; 20 percent); the Marine Corps ($12,932,129; 20 percent); and international partners ($12,958,004; 20 percent).  Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2019.  Fiscal 2017 research, development, test and evaluation (Air Force); fiscal 2016 research, development, test and evaluation (Navy, Marine Corps); and international partners funds in the amount of $29,000,000 are being obligated on this 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.

Applied Systems Engineering Corp.,* Niceville, Florida, is being awarded an $11,679,073 indefinite-delivery/indefinite-quantity contract to provide essential hardware, upgrades, and repairs for the Battle Management Systems program, specifically Advanced Tactical Navigator units.  The work will be performed in Niceville, Florida, and is expected to be completed by March 2022. Fiscal 2017 aircraft procurement (Navy); and fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $641,735 are being obligated for the first delivery order and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is being awarded a $7,852,566 firm-fixed-price order under previously awarded basic ordering agreement N00024-17-G-5103 for Aegis Modernization production requirements.  This order covers the production of Multi-Mission Signal Processor Ordnance Alteration (ORDALT) kits; Kill Assessment System ORDALT kits and spares; Radio Frequency Coherent Combiner kits; High Voltage Power Supply Sidewall Capacitors; Traveling Waves Tube Monitoring Circuits; Stabilized Master Oscillator ORDALT kits; as well as test and installation efforts in support of the Aegis Modernization (AMOD) program.  The AMOD program fields combat system upgrades that will enhance the Anti-Air Warfare and Ballistic Missile Defense capabilities of Aegis-equipped Arleigh Burke-class destroyers and Ticonderoga-class cruisers.  This order includes options which, if exercised, would bring the cumulative value of this order to $18,041,587.  This order combines purchases for the Navy (97 percent); and the government of Japan (3 percent) under the Foreign Military Sales program.  Work will be performed in Chesapeake, Virginia (42 percent); Andover, Massachusetts (38 percent); Burlington, Massachusetts (12 percent); and Marlborough, Massachusetts (8 percent), and is expected to be completed by September 2019.  Fiscal 2017 other procurement (Navy); and fiscal 2017 defense wide procurement funds in the amount of $7,852,566 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This order was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

Harris Corp. - Space and Intelligence Systems, Palm Bay, Florida, has been awarded an $18,602,155 modification (P00002) to exercise the option on previously awarded contract FA8819-17-C-0004 for Counter Communication System Block 10.2. Contractor will provide Block 10.2 upgrades for 13 existing antennas across the Counter Communication System fleet. Work will be performed at Palm Bay, Florida, and is expected to be complete by Feb. 25, 2019. Fiscal 2017 procurement funds in the amount of $18,602,155 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8819-17-C-0004).

Honeywell International, Tempe, Arizona, has been awarded a $7,200,000 modification (P00005) to exercise an option on previously awarded contract FA8109-16-D-0016 to overhaul and repair aircraft accessories and aircraft instruments to support and sustain the A-10, B-52, C-130, C-135, C-5, E-3, F-15 and F-16 weapon systems. Contractor will provide overhaul and repair of aircraft accessories and aircraft instruments items produced under the basic contract to insure serviceable assets are available. Work will be performed at Tempe, Arizona; Tucson, Arizona; Phoenix, Arizona; Torrance, California; and Clearwater, Florida, and is expected to be complete by Feb. 28, 2021. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.  
MISSILE DEFENSE AGENCY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, is being awarded a $14,262,000 modification (P00029) for an existing, cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQO 14 7-10-D-0001), for the support of the Terminal High Altitude Area Defense element. This modification brings the total maximum ceiling value of this contract to $449,000,000 from $434,738,000.  This increase to the maximum stated ceiling value of the contract allows for the continued performance of the same scope of HQO 14 7-10-D-0001, which includes logistics performance requirements, forward stationing for theater support, logistics information capabilities, post-deployment software support, product assurance, safety, missile support, security and engineering Services. Expected completion dates will be established under subsequent task order awards.  The work will be performed in Huntsville, Alabama; Sunnyvale, California; Grand Prairie, Texas; and Troy, Alabama. No funding is being obligated by this modification. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.
WASHINGTON HEADQUARTERS SERVICES

QualX Corp., Springfield, Virginia, is being awarded a firm-fixed-price contract for $7,355,916 to provide information management and information access support services for Washington Headquarters Services (WHS).  Work performance will take place in Arlington, Virginia; and Springfield, Virginia. The expected completion date is Jan. 16, 2022.  Fiscal 2017 operations and maintenance funds are being obligated at the time of the award.  WHS, Arlington, Virginia, is the contracting office (HQ0034-17-C-0022).

*Small business