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 Some of the information contained within may be outdated and links may not function.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 June 19, 2017

CONTRACTS

 

NAVY

 

DRS Laurel Technologies, Johnstown, Pennsylvania (N00039-17-D-0006); Leidos, Reston, Virginia (N00039-17-D-0007); SAIC, McLean, Virginia (N00039-17-D-0008); and Serco Inc., Reston, Virginia (N00039-17-D-0009), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee multiple award contract for Automated Digital Network System (ADNS) – Increment III production units.  ADNS Increment III production units and supplies support the tactical wide area network (WAN) component of the naval communications system, providing surface ship, submarine, airborne, tactical-shore and shore-based WAN gateway services management. ADNS Increment III increases network capacity by adding the ability to utilize higher bandwidth available with newer satellite communication systems. The estimated cumulative value of the multiple award contracts is $492,400,000.  The contracts have an eight-year ordering period up to the contract award amount.  There are no option years provided in this contract.  Work will be performed in Johnstown, Pennsylvania; Sterling, Virginia; Poway, California; and San Diego, California.  Work is expected to be completed by June 2025.  $5,000 of fiscal 2017 other procurement (Navy) funding will be applied to each of the four contracts with an initial delivery order issued to each contractor at the time of award. Future contract actions will be issued and funds obligated as individual delivery orders.  Contract funds will not expire at the end of the current fiscal year.  The multiple award contracts were competitively procured by full and open competition bids via the Space and Warfare Systems Command e-Commerce Central and the Federal Business Opportunities websites, with four offers received.  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

 

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a $61,271,837 cost-plus-incentive-fee, cost-plus-fixed-fee modification to a previously awarded contract (N00024-13-C-5132) to exercise options for technical engineering, configuration management, associated equipment/supplies, quality assurance, information assurance, and other operation and maintenance efforts required for the AEGIS development and test sites, including the Combat Systems Engineering Development Site, SPY-1A Test Facility and the Naval Systems Computing Center.  Work will be performed in Moorestown, New Jersey, and is expected to be completed by June 2018.  Fiscal 2013 and 2015 shipbuilding and conversion (Navy); 2017 research, development, test, and evaluation (Navy); and foreign military sales funding in the amount of $16,071,586 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.

 

J.F. Taylor Inc.,* Lexington Park, Maryland, is being awarded a $47,687,669 indefinite-delivery/indefinite-quantity contract for procurement of the manufacture, maintenance, installation, upgrade, and fabrication of items necessary to support the Naval Air Systems Command Simulation Division teams, facilities, and supported projects for the Navy. Work will be performed in Lexington Park, Maryland, and is expected to be completed June 2022.  No funds will be obligated at time of award, funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposal, one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-17-D-0040).

 

Kellogg Brown & Root Services Inc., Houston, Texas, is being awarded a $28,261,012 modification for a five-month extension of services under a previously awarded fixed-price indefinite-delivery/indefinite-quantity contract (N62470-13-D-3008) for base operations support services at Camp Lemonnier, Djibouti; and other areas within Africa.  The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment, and environmental services to provide base operations support services.  After award of this modification, the total cumulative contract value will be $268,362,796.  Work will be performed at various installations in the territory of Djibouti, Africa, and other areas within Africa, and work is expected to be completed December 2017.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $28,261,012 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Europe, Africa, and Southwest Asia, Naples, Italy, is the contracting activity.

 

FLIR Surveillance Inc., Wilsonville, Oregon, is being awarded a $17,902,335 indefinite-delivery/indefinite-quantity contract for the procurement of a maximum of 19 Forward Looking Infra-Red (FLIR) Star SAFIRE 380-High Definition (HD) systems, in support of the Coast Guard HC-27J fleet.  This contract includes associated HD FLIR cabling, controller units, software, and mounting hardware, technical engineering services and logistics support.  Work will be performed in Wilsonville, Oregon (90 percent); and Patuxent River, Maryland (10 percent), and is expected to be completed in June 2022.  No funds will be obligated at time of award.  Funds will be obligated on delivery orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-17-D-0027).

 

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is being awarded $11,997,249 for modification P00043 to a previously awarded fixed-price-incentive contract (N00019-13-C-9999) for procurement of recurring and non-recurring engineering efforts for implementation of fiber optic improvements into the full-rate production lots 5 and 6 E-2D Advanced Hawkeye program for the Navy.  Work will be performed in Methuen, Massachusetts (40.94 percent); Melbourne, Florida (34.49 percent); and St. Augustine, Florida (24.57 percent).  Work is expected to be completed by August 2021.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $6,884,890 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Oracle America Inc., Redwood City, California, is being awarded an $11,158,076 six-month, fixed-priced task order under a previously awarded indefinite-delivery/indefinite-quantity contract to meet mission critical requirements for the Global Combat Support System – Marine Corps Logistics Chain Management.  Oracle will provide system sustainment, maintenance and development support services.  Work will be performed in Quantico, Virginia (92 percent); and Reston, Virginia (8 percent), and work is expected to be complete Dec. 20, 2017.  Fiscal 2017 operations and maintenance (Marine Corps) funds in the amount of $11,158,076 will be obligated at the time of award and will expire at the end of the current fiscal year.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-17-F-7611).

 

Global A 1st Flagship Co.,* Newport  Beach, California, is being awarded a $10,895,767 cost-plus-fixed-fee contract to acquire services and material necessary to support and maintain all vessels assigned to the Naval Sea Systems Command Inactive Ship Maintenance Office, Pearl Harbor, Hawaii.  Services include receipt, inspection, survey, maintenance and disposal of vessels.  In addition, the contractor may perform structural, mechanical and electrical repairs.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $45,854,642.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by July 2018.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $2,902,079 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-4410).

 

Northrop Grumman Systems Corp., Annapolis, Maryland, is being awarded a $7,825,905 firm-fixed-price contract modification to a previously awarded contract (N66604-17-C-0204) to exercise an option for the procurement of 45 nose shell assemblies for the Mk48 heavyweight torpedoes. This contract combines purchases for the Navy (54 percent); and the governments of Turkey (24 percent); and Canada (22 percent), under the Foreign Military Sales program.  This modification increases the value of the basic contract to a new total value of $17,413,992.  Work will be performed in Braintree, Massachusetts (60 percent); and Annapolis, Maryland (40 percent), and is expected to be completed by May 2020.  Fiscal 2017 weapons procurement (Navy); and foreign military sales funds in the amount of $7,825,905 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The Naval Undersea Warfare Center Newport Division, Newport, Rhode Island, is the contracting activity.

 

AIR FORCE

 

Al Raha Group for Technical Services (RGTS), Riyadh, Saudi Arabia, has been awarded an $185,722,274 firm-fixed-price contract for F-15 Saudi Arabia Depot prime vendor support services. Contractor will obtain procurement services, warehousing, and bench stocking of unclassified consumables and spares for the Royal Saudi Air Force F-15 program. Work will be performed in the Kingdom of Saudi Arabia, and is expected to be complete by Oct. 4, 2017. This contract involves foreign military sales. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8505-14-D-0004).

 

Dynetics Inc., Huntsville, Alabama, has been awarded a $10,923,909 requirements contract for Small Glide Munition (SGM) all-up-rounds (AURs). Contractor will provide 13 months of SGM AURs, with associated travel. Work will be performed in Huntsville, Alabama, and is expected to be complete by June 29, 2018.  This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-17-C-0010).

 

U.S. SPECIAL OPERATIONS COMMAND

 

Insitu Inc. Bingen, Washington, has been awarded a maximum $45,000,000 modification contract for a non-competitive single award, indefinite-delivery/indefinite-quantity for Mid-Endurance Unmanned Aircraft Systems (MEUAS 1.5-B) intelligence, surveillance, and reconnaissance services at multiple locations worldwide.  This contract is being extended for a period of up to 12 months for a maximum not-to-exceed value of the contract to $195,000,000. The extension is required to mitigate a gap for critical services while transition to the MEUAS III contract is implemented.  This award action includes both firm-fixed-price and cost-reimbursable line items.  The redacted justification and approval will be posted to Federal Business Opportunities in accordance with Federal Acquisition Regulation 6.305.  This contract will be funded via delivery/task orders with operations and maintenance appropriations.  The extension is valid for up to one year.  This is not a multiyear contract. Fiscal 2017 operations and maintenance funds in the amount of $3,294,900 are being obligated at time of award. The contract number is H92222-16-D-0031.

 

MISSILE DEFENSE AGENCY

 

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a $20,000,000 modification (P00248) to a previously awarded cost-plus-award-fee, cost-plus-incentive-fee contract HQ0276-10-C-0001 to exercise option contract line item number (CLIN) 0111.  This modification increases the total cumulative contract value from $2,547,337,464 to $2,567,337,464.  Under this modification, the contractor will provide support of advanced concept initiatives by the Aegis Ballistic Missile Defense (ABMD) program office to identify technology for introduction into present and future ABMD baselines and upgrades.  The work will be performed in Moorestown, New Jersey, with an expected completion date of Oct. 27, 2019.  Fiscal 2017 research, development, test and evaluation funds in the amount of $450,000 for CLIN 0111 at the time of award, and will expire at the end of the current fiscal year.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

 

ARMY

 

Avox Systems Inc., Lancaster, New York, was awarded an $8,238,945 modification (P00004) to contract W911SR-15-C-0007 to procure 2,181 additional joint service aircrew masks for rotary wing aircraft along with spare parts. Work will be performed in Lancaster, New York, with an estimated completion date of Oct. 30, 2018. Fiscal 2017 other procurement (Army) funds in the amount of $8,238,945 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

 

Burns and McDonnell Engineering Co. Inc., Kansas City, Missouri, was awarded an $8,000,000 firm-fixed-price contract for architect and engineering services. 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 June 19, 2022. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-D-0026).

 

*Small business