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 Some of the information contained within may be outdated and links may not function.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 Sept. 22, 2017

CONTRACTS

 

AIR FORCE

 

S&K Aerospace LLC, St. Ignatius, Montana, has been awarded a $559,011,645 fixed-price, incentive firm contract for the Royal Saudi Air Force (RSAF) supply services effort. This program is comprised of logistical in-Kingdom support, supply consumables for F-15 C/D/S/SA fleets, and operation and maintenance of print plant and print on demand facilities for the RSAF F-15 program. Work will be performed in the Kingdom of Saudi Arabia and is expected to be completed by March 31, 2023. This contract involves foreign military sales to the Kingdom of Saudi Arabia. The award is the result of a source selection effort and four offers were received. Foreign military sales funds in the amount of $248,797,940 will be obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia is the contacting activity (FA8505-17-D-0005).

 

Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $70,000,000 not-to-exceed modification (P00905) to previously awarded contract; this modification is to incorporate an unpriced change order for the acceleration and stabilization/restoration of the total not mission capable supply rate for F-22 sustainment. Work will be performed in Fort Worth, Texas, and is expected to be completed by Dec. 31, 2019. Fiscal 2017 operations and maintenance funds in the amount of $35,000,000 will be obligated at time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8611-08-C-2897).

 

Choctaw Defense Services., Midwest City, Oklahoma, has been awarded a $41,550,496 firm-fixed-price, single award contract for the acquisition of base operations support services. Contractor will provide support for three functional areas, civil engineer operations, supply, and transportation for Laughlin Air Force Base, Del Rio, Texas. Work will be performed at Laughlin Air Force Base, Del Rio, Texas, and is expected to be completed Sept. 30, 2022. This award is the result of a competitive 8(a) source selection with eight offers received. No funds are being obligated at time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-17-C-0012).

 

Raytheon Co. Space and Airborne Systems, El Segundo, California, has been awarded a $23,389,938, firm-fixed-price modification (P00003) to previously awarded contract for B-2 antenna supplemental work. The contract modification provides for the purchase of one B-2 antenna tool aid being produced under the basic contract. Work will be performed in El Segundo, California, and is expected to be completed by Sept. 22, 2020. Fiscal 2015 aircraft procurement funds in the amount of $23,389,938 are being obligated on a subsequent order after award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-17-D-0015).

 

University of Southern California, Los Angeles, California, has been awarded a $17,079,713 contract for research in developing and integrating agile and robust automatic speech recognition, machine translation, cross-language information retrieval, and summarization technologies into functional end-to-end systems. This contract provides for description of the scope of work of the contract. Work will be performed in Marina del Rey, California, and is expected to be completed Aug. 22, 2021. This award is the result of a competitive acquisition and nine offers were received. Fiscal 2016 research and development funds in the amount of $3,020,000 are being obligated at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-17-C-9116).

 

Raytheon Co., Colorado Springs, Colorado, has been awarded a $16,000,000 modification (P00002) to previously awarded contract to support in-scope requirements which are required to ensure the Cobra Dane radar maintains operational capability. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by Dec. 31, 2019. No funds are being obligated at time of modification. Fiscal 2017 operations and maintenance funds will be obligated on orders within the ceiling of the indefinite-delivery/indefinite-quantity. Air Force Life Cycle Management Peterson Air Force Base, Colorado, is the contracting activity (FA8723-16-D-0001).

 

Columbia University, New York, New York, has been awarded a $14,884,945 contract for research in developing and integrating agile and robust automatic speech recognition, machine translation, cross-language information retrieval, and summarization technologies into functional end-to-end systems. This contract provides a description of the scope of work of the contract. Work will be performed in New York, New York, and is expected to be completed by Aug. 22, 2021. This award is the result of a competitive acquisition and nine offers were received. Fiscal 2016 research and development funds in the amount of $2,570,000 are being obligated at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-17-C-9117).

 

The State of California, Department of Rehabilitation, Sacramento, California, has been awarded a $10,200,000 firm-fixed-price requirements contract for full-food services. This contract provides for all personnel, supervision, and any items and services necessary to perform full-food services. Work will be performed at Edwards Air Force Base, California, and is expected to be completed by Sept. 21, 2022. This award is the result of a competitive acquisition and seven offers were received.  Fiscal 2017 operations and maintenance funds in the amount of $1,961,136 are being obligated at time of award. Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9301-17-D-0013).

 

TelePrime LLC, Duluth, Georgia, has been awarded a $7,489,587, indefinite-delivery/indefinite-quantity contract for the AN/ALE-47 countermeasures dispenser system. This contract provides for the fabrication, integration, testing and delivery of line replaceable units and shop replaceable units, consisting of multiple national stock numbers in accordance with the technical data package and contract schedule. Work will be performed in Duluth, Georgia, and is expected to be completed by March 31, 2025. This contract involves foreign military sales to various countries, including, but not limited to France, Great Britain, United Arab Emirates, and Saudi Arabia. This award is the result of a competitive, small business set-aside acquisition and four offers were received. Fiscal 2016 aircraft procurement funds in the amount of $2,508,600 will be used for the first delivery order. Future production delivery orders will utilize various funds to include foreign military sales requirements. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-17-D-0007).

 

NAVY

 

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $341,161,778 cost-plus-fixed-fee modification to a previously awarded contract (N00024-14-C-2104) to exercise the option for design agent, planning yard, engineering and technical support for in-service nuclear submarines.  The contract provides for drawings and related technical data; design change documentation; logistics technical data; configuration management; hull, mechanical and electrical engineering; submarine safety design review; non-propulsion plant electrical system  engineering; propulsion plant engineering; maintenance engineering; refit/availability technical support; on-site support; configuration change program design and installation support; configuration change program material support; submarine technical trade support; training and facility support; research, research, development, test and evaluation program support; research and development submarine/submersibles support; miscellaneous special studies; temporary alteration support; modernization of submarine/submersible systems/subsystems; and affordability/cost reduction technical support.  This contract involves foreign military sales to Spain.  Work will be performed in Groton, Connecticut (73 percent); Bangor, Washington (9 percent); Norfolk, Virginia (6 percent); Newport, Rhode Island (4 percent); Quonset, Rhode Island (3 percent); Kings Bay, Georgia (3 percent); and Pearl Harbor, Hawaii (2 percent), and is expected to be completed by September 2018.  Foreign military sales; and fiscal 2017 other procurement (Navy) funding in the amount of $6,500,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Manu Kai LLC,* Honolulu, Hawaii, is being awarded $80,730,530 for modification P00066 under a previously awarded fixed-price-award-fee, indefinite-quantity provision and cost plus award fee, indefinite-quantity provision contract (N00604-09-D-0001) to exercises the ninth option period for range operations support and base operations support services. The contract included a nine-month base period and nine 12 month option periods which bring the total value of this contract to $718,267,286. Work will be performed at the Pacific Missile Range Facility, Island of Kauai, Hawaii, and work is expected to be completed by September 2018. Subject to availability of funds, fiscal 2018 operations and maintenance (Navy) funds in the amount of $44,396,292 will be obligated at the time of award.  Funds will not expire at the end of this current fiscal year.  Funds in the amount of $36,334,238 will be obligated as individual task orders are issued.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website as a 100 percent 8(a) set-aside requirement, with four offers received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity.

 

Lockheed Martin Sippican Inc., Marion, Massachusetts, is being awarded a $52,963,189 modification to a previously awarded contract (N00024-16-C-6412) to exercise option year one for the production of Mk 48 Mod 7 guidance and control sections, Mk 48 Mod 7 Common Broadband Advanced Sonar System (CBASS) functional item replacement kits, factory test equipment, spares, production support material and related engineering services and hardware support for guidance and control sections and CBASS kits.  This modification combines purchases for the Navy (65 percent); the Royal Australian Navy (RAN) via the PMS404 Joint Program Office’s (JPO) Armament Cooperation Program (ACP) (11 percent); and the governments of the Netherlands (23 percent); and Canada and Turkey (less than 1 percent), under the Foreign Military Sales (FMS) program.  Work will be performed in Marion, Massachusetts (88 percent); Braintree, Massachusetts (8 percent); and Lemont Furnace, Pennsylvania (4 percent), and is expected to be completed by November 2020.  Fiscal 2017 weapons procurement (Navy); foreign military sales ACP/JPO/RAN; and fiscal 2015and 2016 weapons procurement (Navy) funding in the amount of $52,963,189 will be obligated at the time of award, of which fiscal 2015 weapons procurement (Navy) funds in the amount of $246,570 will expire at the end the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $49,215,810 cost-plus-incentive-fee, cost-plus-fixed-fee modification to a previously awarded contract (N00024-13-C-5111) to provide equipment upgrades and spares to the Aegis Weapon System baseline, systems engineering, and staging services in support of the Japanese Computer Program Test Site.  Work will be performed in Moorestown, New Jersey (97.8 percent); Yokosuka, Japan (2.0 percent); and Clearwater, Florida (0.2 percent), and is expected to be completed by September 2020.  Foreign military sales funding in the amount of $49,215,810 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  In accordance with 10 U.S. Code 2304(c)(4), this contract was not competitively procured International Agreement.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

The Entwistle Co.,* Hudson, Massachusetts, is being awarded a $31,845,278 firm-fixed-price, indefinite-delivery/indefinite quantity contract for the procurement of up to 217 jet blast deflector side plate cooled panels and associated installation parts.  This supports the deployment of the F-35 joint strike fighter aboard all U.S. aircraft carriers, as part of the aircraft launch and recovery equipment program.  Work will be performed at Hudson, Massachusetts, and is expected to be completed September 2022.  Fiscal 2015 other procurement (Navy); and fiscal 2016 shipbuilding conversion (Navy) funds in the amount of $3,300,584 are obligated at time of award, $1,650,292 of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside, two offers were received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-17-D-0043).

 

Science Applications International Corp., Reston, Virginia, is being awarded a $27,822,437 firm-fixed price, cost-plus-fixed-fee modification to a previously awarded contract (N00024-16-C-6425) to exercise options for the production of Mk 48 Mod 7 heavyweight torpedo afterbody/tailcone sections, production support material, spares, engineering and hardware repair support to increase the quantity of the MK 48 Mod 7 ready-for-issue warshot inventory.  Work will be performed in Bedford, Indiana (62 percent); Marion, Massachusetts (30 percent); Middletown, Rhode Island (6 percent); and Indianapolis, Indiana (2 percent), and is expected to be completed by July 2020.  Fiscal 2017 weapons procurement (Navy); and armaments cooperative program (Royal Australian Navy) funding in the amount of $27,822,437 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.

 

Gilbane Federal, Concord, California, is being awarded $25,774,000 for firm-fixed-price task order N3943017F4120 00 under a previously awarded multiple award construction contract (N39430-15-D-1634) for cleaning, inspecting, and repairing seven fuel tanks, including the reconversion of six of the seven tanks, at Defense Fuel Supply Point Guam.  The work to be performed provides for the cleaning, out of service inspection, and repair of seven storage tanks.  Upon completion of the project, tanks U14, U15, and U16 will be converted from rapeseed oil methyl esters (RME) storage tanks to naval distillate fuel F-76 (F-76) storage tanks; while tanks U9, U10, and U11 will be converted from F-76 storage tanks to high flash point kerosene jet propellant JP-5 storage tanks.  Tank U13 will remain as an RME storage tank.  Work will be performed in the upper Sasa Valley fuel farm, Guam, and is expected to be completed by July 2020.  Fiscal 2017 defense working capital (Defense Logistics Agency) contract funds in the amount of $25,774,000 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. 

 

BAE Systems, Information and Electronic Systems Integration Inc., Greenlawn, New York, is being awarded a $23,494,071 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure up to 142 AN/APX-111 Mode 5 combined interrogators, up to 195 Mode 5 upgrade kits, up to 52 integrations of Mode 5 upgrade kits, up to 235 shop replaceable assemblies, and up to 6 test asset repairs to support the F/A-18 series aircraft.  Work will be performed in Greenlawn, New York (84 percent); and Austin, Texas (16 percent), and is expected to be completed in December 2019.  No funds will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-17-D-0007).

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $19,531,602 cost-plus-incentive-fee modification to a previously awarded contract (N00024-16-C-6230) to exercise the second option for engineering and technical services for the integration of combat systems on new-construction and in-service submarines.  The contract also includes other direct costs on a cost-only basis to support the effort. Work will be performed in Manassas, Virginia (69 percent); Waterford, Connecticut (11 percent); Groton, Connecticut (7 percent); Middletown, Rhode Island (7 percent); Virginia Beach, Virginia (5 percent); and Cape Canaveral, Florida (1 percent), and is expected to be completed by September 2018.  Fiscal 2012 shipbuilding and conversion (Navy); and fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $11,294,511 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.

 

Rolls-Royce Engine Services-Oakland Inc., Oakland, California, is being awarded $19,115,965 for firm-fixed-price modification P00004 to a previously awarded indefinite-delivery/indefinite quantity contract (N00019-13-D-0019) to exercise an option for the depot repair of T56-A-427 engines, power sections, torque meters, gearboxes, and accessories in support of the E-2 Advanced Hawkeye Aircraft.  Work will be performed in Oakland, California (97 percent); Indianapolis, Indiana (2 percent); Jacksonville, Florida (0.34 percent); Rocky Mount, North Carolina (0.33 percent); and Mentor, Ohio (0.33 percent), and is expected to be completed in September 2018.  No funds will be obligated at the time of award, funds will be obligated on individual task orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Saab Defense and Security USA LLC, East Syracuse, New York, is being awarded a $16,838,188 firm-fixed-price contract for Coast Guard Offshore Patrol Cutter multi-mode radar systems.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $118,529,109.  Work will be performed in East Syracuse, New York (64 percent); and Gothenburg, Sweden (36 percent), and is expected to be completed by January 2019.  Fiscal 2017 other procurement (Navy) funding in the amount of $16,838,188 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-5381).

 

Lockheed Martin Rotary and Mission Systems (LM RMS), Moorestown, New Jersey, is being awarded a $15,475,217 firm-fixed price modification to a previously awarded contract (N00024-14-C-5114) to support the restoration of USS Fitzgerald (DDG 62).  This procurement is to initiate restoration of USS Fitzgerald (DDG 62) leading to mission ready condition.  The repair work will include the production, test, and delivery of one SPY-1D Array, one SPY water cooler, one C&D water cooler, and 11 high voltage power supply cables directly to the shipyard for repair, installation and testing.  LM RMS shall also be responsible for related technical services to support element testing, shipyard installation, and other requirements, as required.  Work will be performed in Moorestown, New Jersey (84 percent); Clearwater, Florida (13 percent); and Owego, New York (3 percent), and is expected to be completed by October 2019.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $15,475,217 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Northrop Grumman Systems Corp., Woodland Hills, California, is being awarded a $10,114,000 modification to previously issued firm-fixed-price delivery order 3000, placed against basic ordering agreement N00019-15-G-0026.  This modification provides for the procurement of 52 technical refreshed mission computers for retrofit on the H-1 aircraft.  Work will be performed in Baltimore, Maryland (42 percent); Salt Lake City, Utah (38 percent); and Woodland Hills, California (20 percent), and is expected to be completed in May 2020.  Fiscal 2017 aircraft procurement (Navy) funds in the amount of $10,114,000 will be obligated at time of 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.

 

Vista Outdoor Sales LLC – Federal Cartridge Co., Anoka, Minnesota, is being awarded a $10,000,000 fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for a follow-on contract for .40 caliber frangible ammunition.  This ammunition is in support of training requirements as part of the Coast Guard’s transition to the .40 caliber weapon system.  The contract includes options which, if exercised, would bring the cumulative value of this contract to $20,000,000 and extend the ordering period to ten years.  Work will be performed in Anoka, Minnesota, and is expected to be completed by September 2027.  Fiscal 2017 working capital funds in the amount of $900,314 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 Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-17-D-JN53).

 

Moog Inc., Elma, New York, is being awarded an $8,725,000 firm-fixed-price contract to design, develop, manufacture, install, calibrate and test a Swashplate Actuator Test system and a Flaperon and Elevator Actuator Test system for the V-22 program.  Work will be performed in Elma, New York (95 percent); and Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, North Carolina (5 percent), and is expected to be completed in September 2019.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $8,725,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  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-C-0683).

 

Detyens Shipyards Inc.,* Charleston, South Carolina, is being awarded an $8,115,494 firm-fixed-price contract for a 69-calendar day shipyard availability for the regular overhaul and dry docking of USNS Spearhead (T-EPF 1).  Work will include clean and gas-free tanks, voids, cofferdams and spaces, clean heat exchangers, clean ship service switchboards and load center, perform annual stern ramp maintenance, CBG fire protection panel and scupper repairs, bilge cleaning, reduction gear maintenance, self-contained breathing apparatus certification, heating, ventilation and air conditioning system annual maintenance, docking and undocking, perform annual stern ramp maintenance, marine evacuation system annual certification and waterjet hydraulics maintenance, five-year steering maintenance, inspect and repair tunnel underside coating, stern tube coating renewal, and flight deck repairs.  The contract includes options which, if exercised, would bring the total contract value to $8,502,357.  Work will be performed in Charleston, South Carolina, and is expected to be completed by Jan. 8, 2018.  Fiscal 2018 maintenance and repair contract funds in the amount of $8,502,357 are obligated at the time of award.  Contract funds will expire are the end of the current fiscal year.  This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with three offers received.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-18-C-4150).

 

Science Applications International Corp., Reston, Virginia, is being awarded a $7,636,982 cost-plus-fixed-fee modification to a previously awarded contract (N00024-14-C-6301) to exercise an option for the Mine Warfare and Environmental Decision Aids Library program. This program provides mine warfare situational awareness, mission planning, evaluation and asset management software to support existing and emerging mine warfare missions, users and systems.  Work will be performed in McLean, Virginia (88 percent); Charleston, South Carolina (3 percent); Corpus Christi, Texas (3 percent); San Diego, California (2 percent); Los Angeles, California (2 percent); Edmond, Oklahoma (1 percent); and Hampton, Virginia (1 percent), and is expected to be completed by September 2018.  Fiscal 2017 other procurement (Navy); fiscal 2017 research, development, test and evaluation (Navy); and fiscal 2017 operations and maintenance (Navy) funding in the amount of $2,710,117 will be obligated at time of award, of which fiscal 2017 operations and maintenance (Navy) funds in the amount of $231,382 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

ARMY

 

General Micro Systems Inc.,* Rancho Cucamonga, California, has been awarded an $88,624,864 firm-fixed-price contract for the procurement of an estimated quantity of 919 multifunctional video display kits, 305 auxiliary display kits, 57 brigade engineer battalion prescribed load list kits, 39 route clearance company kits, and 39 authorized stockage list kits for the Medium Mine Protection Vehicle Type II.  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 Sept. 21, 2022.  U.S. Army Contracting Command Warren, Michigan, is the contracting activity (W56HZV-17-D-0108).

 

EFW Inc., Fort Worth, Texas, has been awarded a $57,711,434 modification (P00003) to contract W58RGZ-16-D-0029 for the purchase of Heads Up Tracking System components and various parts and quantities. Work locations and funding will be determined with each order, with an estimated completion date of March 20, 2020.  U.S. Army Contracting Command Redstone Arsenal, Alabama, is the contracting activity.

 

American Mechanical Inc.,* Fairbanks, Alaska (W911KB-17-D-0031); Brice Civil Constructors Inc.,* Anchorage, Alaska (W911KB-17-D-0032); Osborne Construction Co.,* Kirkland, Washington (W911KB-17-D-0033); and Patrick Mechanical LLC,* Fairbanks, Alaska (W911KB-17-D-0034) will share in a $ 48,000,000 firm-fixed-price contract for repair of utilidors and various other utilities at Eielson Air Force Base; various other military installations; and various other locations primarily in Alaska. Bids were solicited via the Internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2022.  U.S. Army Corps of Engineers, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

 

TSAY/Ferguson-Williams,* San Juan Pueblo, New Mexico, has been awarded a $ 34,990,024 modification (P00185) to contract W9124M-09-C-0002 for base operations, maintenance, and support services. Work will be performed in Fort Stewart, Georgia; and Hunter Army Airfield, Georgia, with an estimated completion date of Sept. 22, 2017. Fiscal 2018 operations and maintenance (Army) funds in the amount of $ 23,951,278 were obligated at the time of the award. U.S Army Mission and Installation Contracting Command, Fort Stewart, Georgia, is the contracting activity.

 

BAE Systems Information and Electronic Systems International, Nashua, New Hampshire, has been awarded a $19,397,656 modification (P00015) to contract W15P7T-12-D-C851 for Common Missile Warning System AN/AAR-57 aviation kits and installation and engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2019. U.S Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

 

Thalle Construction Co. Inc., Hillsborough, North Carolina, has been awarded an $18,773,865 firm-fixed-price contract for Herbert Hoover Dike rehabilitation structure replacements S-285 (HP-6) reconstruction. Bids were solicited via the Internet with 10 received. Work will be performed in Glades County, Florida, with an estimated completion date of Jan. 30, 2020. Fiscal 2017 operations and maintenance (Army) funds in the amount of $18,773,865 were obligated at the time of the award. U.S. Army Corps of Engineers Jacksonville, Florida, is the contracting activity (W912EP-17-C-0044).

 

BAE Systems Land and Armaments LP, York, Pennsylvania, has been awarded a $12,526,991 modification (P00012) to contract W56HZV-14-C-0238 for the procurement of 35 additional Paladin Fire Control System kits. Work will be performed in York, Pennsylvania, with an estimated completion date of May 31, 2019. Fiscal 2016 other procurement (Army) funds in the amount of $12,526,991 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Kokosing Construction C/O O’Brien and Gere A JV, Fredericktown, Ohio, has been awarded an $11,381,259 modification (P00002) to contract W912P6-16-D-0004 to provide construction management services that include extensive water treatment management services and dredging material disposal and related services at the Indiana Harbor and Canal Confined Disposal Facility (federal navigational channel) in East Chicago, Indiana. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2018. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity.

 

J&J Maintenance Inc., Austin, Texas, has been awarded a $10,498,405 firm-fixed-price contract to repair by replacement the failed and failing conditions of the existing nurse call system at Brooke Army Medical Center, Fort Sam Houston, Texas. Bids were solicited via the Internet with five received. Work will be performed in Austin, Texas, with an estimated completion date of Nov. 28, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $10,498,405 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-17-F-0509).

 

Progeny Systems Corporation,* Manassas, Virginia, has been awarded a $7,594,881 cost-plus-fixed-fee contract to procure services for a research and development effort entitled “SMART Identity Resolution of Non-Cooperative Targets.” Bids were solicited via the Internet with one received. Work will be performed in Manassas, Virginia, with an estimated completion date of Sept. 21, 2022. Fiscal 2016 research, development, test, and evaluation funds in the amount of $698,787 were obligated at the time of the award. U.S Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-17-C-0002).

 

GovSource Inc.,* Reston, Virginia, has been awarded a $7,594,141 firm-fixed-price, foreign military sales (Iraq) contract for training, material and life support functions for Iraqi Special Operations Forces trainees at the King Abdullah II Special Operations Training Center in Amman, Jordan.  Bids were solicited via the Internet with one received. Work will be performed in Amman, Jordan, with an estimated completion date of Sept. 26, 2019. Fiscal 2017 foreign military sales funds in the amount of $7,594,141 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-17-C-0064).

 

DEFENSE LOGISTICS AGENCY

 

Contitech USA Inc., Fairlawn, Ohio, has been awarded a maximum $52,381,550 modification (P00005) exercising the one-year option period of a one-year base contract (SPRDL1-17-C-0055) with a one-year option period for Abrams track assemblies. This is a firm-fixed-price contract. Location of performance is Ohio, with a June 3, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

 

The Boeing Co., St. Louis, Missouri, has been awarded a $41,499,900 firm-fixed-price delivery order against a five-year basic ordering agreement (SPE4A1-16-G-0010) with no option periods for F/A-18 E/F aircraft spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Missouri, with a Sept. 30, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

 

DePuy Synthes Sales Inc., doing business as DePuy Synthes Trauma, West Chester, Pennsylvania, has been awarded a maximum $32,994,565 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This is a nine-month base contract with eight one-year, and one 15-month option periods. Maximum dollar amount is for the life of the contract. To date, this is the sixth contract awarded from standing solicitation SPM2D0-12-R-0004. Location of performance is Pennsylvania, with a Sept. 20, 2027, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through 2027 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-17-D-0005).

 

Raytheon Co., Marlborough, Massachusetts, has been awarded a $15,400,173 firm-fixed-price, definite-quantity delivery order (1002) against a basic ordering agreement (SPRMM1-14-G-1102) for the manufacture and supply of various components for the AEGIS combat system. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) from the Federal Acquisition Regulation 6.302-1, only one responsible source and no other suppliers or services will satisfy agency requirements. Locations of performance are Massachusetts, and Virginia, with a Sept. 30, 2019, performance completion date. Using military service is Navy. Type of appropriation is 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania.

 

QRS Calibrations Inc., Moreno Valley, California, has been awarded a maximum $9,254,621 firm-fixed-price with economic-price-adjustment contract for medical equipment, maintenance of medical equipment, and/or spare parts for medical equipment. This is a five-year contract with no option periods. This was a competitive acquisition with 57 responses received. Location of performance is California, with a Sept. 21, 2022 performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-17-D-0041).

 

Hamilton Sundstrand Corp., Windsor Locks, Connecticut, has been awarded a maximum $7,438,821 firm-fixed-price delivery order (5192) against a five-year basic ordering agreement (SPRPA1-13-G-001X) with no option periods for F/A-18 E/F/G aircraft primary bleed air regulator valves. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Connecticut, with a June 30, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 through 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

 

WASHINGTON HEADQUARTERS SERVICES

 

Johns Hopkins University Applied Physics Laboratory, Laurel, Maryland, is being awarded a cost-plus fixed-fee contract for $8,353,720 to provide assessments and alternatives of offensive capabilities within the domains of air, land, sea, space and cyberspace, missions and warfare areas that asymmetrically mitigate threat effectiveness, impose cost, and/or create ambiguity in adversary decision-making.  Work performance will take place in Arlington, Virginia; Alexandria, Virginia; and potentially other metropolitan Washington, District of Columbia locations. The expected completion date is March 24, 2019.  Fiscal 2017 research, development, test and evaluation funds are being obligated at the time of the award.  Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-13-D-0003).

 

*Small business