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 Some of the information contained within may be outdated and links may not function.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. 28, 2017

CONTRACTS

 

ARMY

 

Vigor Works LLC, Clackamas, Oregon, has been awarded a $979,794,011 firm-fixed-price contract for Maneuver Support Vessel (Light). 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 Sept. 28, 2027. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZB-17-D-0086).

 

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $300,088,180 fixed-price-incentive domestic and foreign military sales (Lebanon, Jordon and Morocco) contract for Tube-launched Optically-tracked Wireless-guided missiles for the Army, Marine Corps and foreign military sales customers. Bids were solicited via the Internet with one received. Work will be performed in Tucson, Arizona; and Farmington, New Mexico, with an estimated completion date of July 31, 2020. Fiscal 2010, 2015, 2016 and 2017 other procurement (Army); foreign military sales; and American Recovery and Reinvestment Act funds in the combined amount of $300,088,180 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-C-0194).

 

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $292,436,322 modification (PZ0055) to foreign military sales (Saudi Arabia, Lebanon, Thailand, Bahrain, and Morocco) contract W31P4Q-12-C-0265 for Tube-launched Optically-tracked Wireless-guided missiles. Work will be performed in Tucson, Arizona; and Farmington, New Mexico, with an estimated completion date of Dec. 31, 2018. Fiscal 2010 foreign military sales funds in the amount of $292,436,322 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Allied Associates International Inc.,* Gainesville, Virginia (W911QX-17-D-0008); Barbaricum LLC,* Washington, District of Columbia (W911QX-17-D-0009); ECS Federal LLC, Fairfax, Virginia (W911QX-17-D-0010); and Research Innovations Inc.,* Alexandria, Virginia (W911QX-17-D-0010), will share in a $248,110,466 cost-plus-fixed-fee contract to develop SUNet Enclaves for mission specific requirements that include development of applications or analytics. Four bids were solicited with four bids received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland is the contracting activity.

 

Robertson Fuel Systems, Tempe, Arizona, has been awarded a $175,969,611 firm-fixed-price domestic and foreign military sales (India, Indonesia, Qatar, and United Kingdom) contract to procure auxiliary fuel systems including reduced size crashworthy external fuel systems and internal auxiliary fuel systems for the Apache AH-64 helicopter for domestic and foreign military sales. 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 Dec. 31, 2021. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-17-D-0092).

 

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $163,212,869 modification (P00119) to contract W58RGZ-13-C-0109 for MQ-1C Gray Eagle extended range supplemental production hardware. Work will be performed in Poway, California, with an estimated completion date of July 31, 2020. Fiscal 2017 other procurement (Army) funds in the amount of $163,212,869 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $103,287,296 modification (P00060) to foreign military sales (Croatia, Lebanon, Jordan, and the United Arab Emirates) contract W31P4Q-15-C-0151 for Hellfire II missile production. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2020. Fiscal 2015, 2016 and 2017 other procurement (Army) and other funds in the combined amount of $103,287,296 were obligated at the time of the award. U.S Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded an $80,500,000 cost-plus-fixed-fee contract for the Electronic Warfare Air/Ground Next Generation Innovative and Novel Engineering Support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland is the contracting activity (W56KGU-17-D-0006).

 

FLIR Surveillance Inc., Wilsonville, Oregon, has been awarded a $74,728,207 firm-fixed-price contract to procure a fleet of new sensor systems. One bid was solicited with one bid received. Work will be performed in Wilsonville, Oregon, with an estimated completion date of Sept. 13, 2018. Fiscal 2017 other procurement (Army) funds in the amount of $74,728,207 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-17-F-0007).

 

General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a $59,223,559 firm-fixed-price contract for new improved fire control electronics units (IFCEU); repaired and upgraded IFCEUs; and repaired and upgraded improved commanders display unit to support the M1-A2 System Enhanced Package Version 2 Field Modification program. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 28, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-17-D-0098).

 

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $54,972,496 modification (P00098) to contract W58RGZ-13-C-0110 for engineering services in support of the Gray Eagle aircraft system. Work will be performed in Poway, California, with an estimated completion date of Sept. 28, 2017. Fiscal 2018 research, development, test and evaluation funds in the amount of $1 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.

 

Hensel Phelps Construction Co., Orlando, Florida, has been awarded a $49,643,000 firm-fixed-price contract for construction of an Army Reserve Center and Aviation Support Facility at MacDill Air Force Base, Florida. Bids were solicited via the Internet with six received. Work will be performed in Tampa, Florida, with an estimated completion date of Sept. 27, 2019. Fiscal 2016 and 2017 military construction; and operations and maintenance (Army) funds in the combined amount of $49,643,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-C-0043).

 

DRS Sustainment Systems Inc., St. Louis, Missouri, has been awarded a $42,010,079 cost-plus-fixed-fee contract to rapidly produce, deploy, and support a kinetic defeat solution on the M1277 Mine-Resistant Ambush Protected All-Terrain Vehicle. One bid was solicited with one bid received. Work will be performed in St. Louis, Missouri, with an estimated completion date of Sept. 28, 2018. Fiscal 2017 other procurement, Army funds in the amount of $42,318,845 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q17-C-0175).

 

Lockheed Martin Corp. Orlando, Florida, has been awarded a $36,883,000 modification (P00052) to contract W31P4Q-15-C-0043 to acquire 289 M299 legacy launchers and one lot of obsolete components. Work will be performed in Orlando, Florida, with an estimated completion date of May 28, 2020. Fiscal 2015 and 2017 Army procurement; and Air Force procurement funds in the combined amount of $18,072,670 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

AECOM Energy and Construction Co., Greenwood Village, Colorado, has been awarded a $28,889,820 firm-fixed-price contract for Chickamauga Lock Chamber replacement. Bids were solicited via the Internet with six received. Work will be performed in Chattanooga, Tennessee, with an estimated completion date of Feb. 4, 2023. Fiscal 2015, 2016 and 2017 operations and maintenance (Army) funds in the amount of $28,889,820 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-17-C-0007).

 

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $28,474,727 firm-fixed-price foreign military sales (Taiwan) contract for modernized target acquisition designation sight, pilot night vision sensors post-production support services. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2022. Fiscal 2010 foreign military sales funds in the amount of $8,862,607 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-17-C-0061).

 

Bryan 77 Construction JV,* Colorado Springs, Colorado, has been awarded a $28,350,789 firm-fixed-price contract for European Reassurance Initiative base upgrades at Mihail Kogalniceanu Airbase, Romania. Bids were solicited via the Internet with six received. Work will be performed in Mihail Kogainiceanu, Romania, with an estimated completion date of Sept. 21, 2020. Fiscal 2015 military construction funds in the amount of $28,350,789 were obligated at the time of the award. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity (W912GB-17-C-0019).

 

Alutiiq General Contractors LLC,* Honolulu, Hawaii, has been awarded a $26,891,534 firm-fixed-price contract for construction of a combined support maintenance shop on the Keaukaha Military Reservation on Hilo, Hawaii. Bids were solicited via the Internet with three received. Work will be performed in Hilo, Hawaii, with an estimated completion date of Sept. 22, 2019. Fiscal 2016 and 2017 military construction funds in the amount of $26,891,534 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii is the contracting activity (W912J6-17-C-0001).

 

Propagation Research Associates,* Marietta, Georgia, has been awarded a $19,980,542 cost-plus-fixed-fee contract to mature critical technologies, components and system-level performance of Precision Pulse Positioning System guidance technology enabled by Orthogonal Interferometer radar illuminator technology for low-cost precision guidance for missiles and projectiles. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 31, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-D-0047).

 

Terumo Biotechnologies BCT LLC, Lakewood, Colorado, has been awarded a $17,279,329 modification (P00014) to contract W81XH-13-C-0160 for the continuation of the development of Terumo’s Whole Blood Pathogen Reduction Device (Mirasol System for Whole Blood) through Food and Drug Administration licensure. Work will be performed in Lakewood, Colorado, with an estimated completion date of March 31, 2023. Fiscal 2016 research, development, test and evaluation funds in the amount of $14,483,041 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity.

 

Design and Production Inc.,* Lorton, Virginia, has been awarded a $16,424,505 modification (P000104) to contract W912WJ-16-D-0014 for exhibit fabrication and installation for the National Museum of the Army. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Dec. 31, 2020. Fiscal 2017 operations and maintenance (Army) funds in the amount of $16,424,505 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity.

 

Syracuse Research Corp., North Syracuse, New York, has been awarded a $14,245,416 modification (P00009) to contract W31P4Q-17-C-0068 for the procurement of additional sustainment spares. Work will be performed in North Syracuse, New York, with an estimated completion date of June 27, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $14,245,461 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $13,800,000 modification (P00040) to contract W31P4Q-15-C-0102 to support low-rate initial production II missile. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2020. Fiscal 2017 other procurement (Army) funds in the amount of $13,800,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $13,498,107 cost-plus-fixed-fee contract for resiliency and software assurance modification for Defense Advanced Global Positioning System Receiver. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2021. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W56KGY-17-D-0007).

 

Textron Systems Marine and Land Systems, New Orleans, Louisiana, has been awarded a $12,692,527 firm-fixed-price foreign military sales (Afghanistan) contract for the mobile strike force vehicle for the Afghanistan National Defense and Security Forces. Bids were solicited via the Internet with one received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Sept. 28, 2018. Fiscal 2017 other funds in the amount of $12,692,527 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-17-C-0241).

 

CMI Management Inc.,* Alexandria, Virginia, has been awarded a $12,366,980 firm-fixed-price contract for Army Reserve Facilities Investment Services; maintenance, repair, and minor construction. Bids were solicited via the Internet with two received. Work will be performed in Cumberland, Maryland; Amherst, New York; Canandaigua, New York; Gerry, New York; Niagara Falls, New York; Butler, Pennsylvania; Brookville, Pennsylvania; Hiller, Pennsylvania; Johnstown, Pennsylvania; Greensburg, Pennsylvania; New Kensington, Pennsylvania; Salem, Virginia; Beaver, West Virginia; Big Bend, West Virginia; and Kingswood, West Virginia, with an estimated completion date of Sept. 29, 2018. Fiscal 2017, 2018, 2019, 2020 and 2021 operations and maintenance (Army) funds in the amount of $12,366,980 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-17-F-0091).

 

Duininck Inc., Roanoke, Texas, has been awarded an $11,663,718 firm-fixed-price contract to replace assault landing zone runway with Portland cement concrete at Altus Air Force Base, Oklahoma. Bids were solicited via the Internet with two received. Work will be performed in Altus Air Force Base, Oklahoma, with an estimated completion date of Sept. 15, 2018. Fiscal 2017 military construction funds in the amount of $11,663,718 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-17-C-0017).

 

Structural Associates Inc.,* East Syracuse, New York, has been awarded a $11,401,900 firm-fixed-price contract to add and alter airfield pavements and hydrant systems and repair aircraft parking apron at Pease Air National Guard Base, Newington, New Hampshire. Bids were solicited via the Internet with four received. Work will be performed in Newington, New Hampshire, with an estimated completion date of Dec. 31, 2018. Fiscal 2015 and 2017 military construction; and operations and maintenance (Army) funds in the combined amount of $11,401,900 were obligated at the time of the award. U.S. Property and Fiscal Officer New Hampshire is the contracting activity (W912TF-17-C-0501).

 

The Boeing Co., Mesa Arizona, has been awarded a $10,684,058 hybrid (cost, cost-plus-fixed-fee, and firm-fixed-price) foreign military sales (Indonesia) contract for post-production support services of eight AH-64E Apache attack helicopters. One bid was solicited with one bid received. Work will be performed in Mesa, Arizona, with an estimated completion date of Oct. 31, 2019. Fiscal 2010 other procurement (Army) funds in the amount of $10,684,058 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-17-C-0043).

 

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a $9,899,995 modification (P00027) to contract W56HZV-17-C-0067 to support and urgent material release and have first unit equipped on trophy installed on an Armor Brigade Combat Team’s M1A2 SEPv2. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of March 29, 2019. Fiscal 2017 research, development, test and evaluation funds in the amount of $9,899,995 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

American Ordnance LLC, Middletown, Iowa, has been awarded a $9,778,232 modification (042601) to contract W52P1J-09-G-001 to upgrade railroad systems at the Iowa Army Ammunition Plant. Work will be performed in Middletown, Iowa, with an estimated completion date of Sept. 29, 2019. Fiscal 2017 other procurement (Army) funds in the amount of $9,778,232 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Allison Transmission Inc., Indianapolis, Indiana, has been awarded a $9,631,738 modification (0037) to contract W56HZV-08-D-0159 for 14 new X1100-3B1 Abrams transmissions and upgrading of 20 3408 transmissions. Work will be performed in Indianapolis, Indiana, with an estimated completion date of Dec. 31, 2018. Fiscal 2017 other procurement (Army) funds in the amount of $9,631,738 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

American Registry of Pathology, Rockville, Maryland, has been awarded a $9,320,056 modification (P00010) to contract W81XWH-15-C-0154 to continue performance at the Armed Forces Medical Examiner Service. Work will be performed at Dover Air Force Base, Delaware, with an estimated completion date of March 30, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $9,320,056 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity.

 

Area I Inc.,* Kennesaw, Georgia, has been awarded a $9,000,000 cost-plus-fixed-fee contract for the Air-Launched, Tube-Integrated Unmanned System effort to enable on-demand unmanned aerial system capabilities from manned Army rotorcraft. No bids were solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 28, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-17-D-0004).

 

Booz Allen Hamilton, McLean, Virginia, has been awarded an $8,805,207 hybrid (cost, cost-plus-fixed-fee, and firm-fixed-price) contract to provide support services for the Army Office of Energy Initiative and Air Force Office of Energy Assurance. Bids were solicited via the Internet with three received. Work will be performed in Arlington, Virginia, with an estimated completion date of March 26, 2022. Fiscal 2017 operations and maintenance (Army) funds in the amount of $8,805,207 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-17-F-0712).

 

HDR-CH2M JV, Omaha, Nebraska, has been awarded an $8,614,302 firm-fixed-price contract for architect and engineer services for renovation of Bldg. 1600 on Scott Air Force Base, Illinois. Bids were solicited via the Internet with one received. Work will be performed in Scott Air Force Base, Illinois, with an estimated completion date of March 29, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $8,614,302 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-C-0046).

 

ASM Research LLC, Fairfax, Virginia, has been awarded an $8,252,291 modification (P00004) to contract W81K04-17-D-0010 for an extension of service to bridge contract for Medical Operations Data System services in support of the Army Medical Department. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2018. U.S. Army Health Contracting Activity, Joint Base San Antonio, Texas, is the contracting activity.

 

Sustainable-Takisaki JV3, Fife, Washington, has been awarded an $8,184,765 firm-fixed-price contract to repair hangar Bldg. 3041 at Joint Base Lewis-McChord, Washington. Bids were solicited via the Internet with two received. Work will be performed in Joint Base Lewis-McChord, Washington, with an estimated completion date of April 5, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $8,184,765 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-17-C-0020).

 

J&J Maintenance Inc., Austin, Texas, has been awarded a $7,455,613 firm-fixed-price contract to renew and expand the Central Material Services Department at Winn Army Community Hospital. Seven bids were solicited with five received. Work will be performed in Fort Stewart, Georgia, with an estimated completion date of May 5, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $7,455,613 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-17-F-0675).

NAVY

 

AA Dental Staffing Inc.,* Virginia Beach, Virginia (N62645-17-D-5024); Akahi InGenesis Partners LLC,* Honolulu, Hawaii (N62645-17- 5025); AMG Healthcare Services Inc.,* Miami, Florida (N62645-17-D-5026); Defense Health Solutions LLC,* Rockville, Maryland (N62645-17-D-5027); Dental Power International Inc.,* Carrboro, North Carolina (N62645-17-D-5028); DPS Inc.,* Newport News, Virginia (N62645-17-D-5029); Southern Crescent Personnel Inc.,* Morrow, Georgia (N62645-17-D-5032), are each being awarded a firm-fixed-priced, indefinite-delivery/indefinite-quantity, multiple award task order contract for various dental services to include dental hygienist, dental assistant, general dentist, dental laboratory technician, and dental subspecialist.  The aggregate not-to-exceed amount for these multiple award contracts combined is $323,684,941 and each company will receive at least one Lot.  Work will be performed at Naval military treatment facilities and their associated branch clinics throughout the U.S. to include, Naval Health Clinic Great Lakes, Illinois (23 percent); Naval Medical Center Portsmouth, Virginia (20 percent ); Naval Dental Center Camp Lejeune, North Carolina (18 percent); Naval Hospital Beaufort, South Carolina (8 percent); Naval Hospital Pensacola, Florida (7 percent); Naval Hospital Jacksonville, Florida (5 percent); Naval Health Clinic Patuxent River, Naval Health Clinic Quantico, Virginia (4 percent); Naval Hospital Cherry Point, North Carolina (3 percent); Naval Health Clinic Corpus Christi, Texas (2 percent); Maryland (2 percent); Naval Health Clinic Annapolis, Maryland (2 percent); Naval Health Clinic Newport, Rhode Island (1.5 percent); Naval Health Clinic Charleston, South Carolina (1.5 percent); Naval Branch Health Clinic Groton, Connecticut (1 percent); Naval Hospital Camp Lejeune, North Carolina (less than 1 percent); Naval Branch Health Clinic Portsmouth, New Hampshire (less than 1 percent); Naval Branch Health Clinic Saratoga Springs, New York (less than1 percent); Navy Medicine Operational Training Center Pensacola, Florida (less than 1 percent).  Work is expected to be completed in Dec. 31, 2022.  No funds will be obligated at the time of award.  Funds will be obligated as task orders are issued using predominantly Defense Health program; however, other funding initiatives such as Psychological Health/Traumatic Brain Injury; Overseas Contingency Operations; and Wounded, Ill, and Injured may be used.  These are all one-year funding types.  These contracts were solicited via a multiple award electronic request for proposals as a 100 percent small business set-aside; 25 offers were received.  The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

 

General Dynamics Bath Iron Works, Bath, Maine, is being awarded a fixed-price-incentive-firm target modification to a previously awarded contract (N00024-13-C-2305) for incorporation of the Flight III baseline on DDG 126 and award of one fiscal 2016 ship (DDG 127) in the Flight IIA configuration.  Flight III will incorporate the SPY-6 Air and Missile Defense Radar (AMDR) and upgrade the electrical power and cooling capacity plus additional associated changes.  The fiscal 2016 ship was appropriated by Congress in the 2016 Consolidated Appropriations Act (P.L. 114-113).  As the Navy expects to release a competitive solicitation for additional DDG 51 class ships in the Flight III configuration in future years, the contract award amount is considered source selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104) and will not be made public at this time.  Work for DDG 126 and 127 will be performed in Bath, Maine (62 percent); Walpole, Massachusetts (5 percent); Cincinnati, Ohio (5 percent); Coatesville, Pennsylvania (2 percent); York, Pennsylvania (2 percent); South Portland, Maine (1 percent); Falls Church, Virginia (1 percent); and other locations below 1 percent (collectively totaling 22 percent), and is scheduled to complete in fiscal 2024.  Fiscal 2016 shipbuilding and conversion (Navy); and fiscal 2017 shipbuilding and conversion (Navy) funding 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.

 

Northrop Grumman Systems Corp., Herndon, Virginia, is being awarded $267,655,035 for firm-fixed-price, cost-plus-fixed-fee, cost only modification to a previously awarded contract (N00024-17-C-6327) for Joint Counter Radio-Controlled Improvised Explosive Device (RCIED) Electronic Warfare (JCREW) Increment One Block One (I1B1) systems full-rate production in support of the Expeditionary Warfare Program Office. Work will be performed in San Diego, California (97 percent); and Sierra Vista, Arizona. (3 percent), and is expected to be complete by August 2022.  Fiscal 2016 other procurement (Air Force); fiscal 2017 other procurement (Navy and Air Force); and fiscal 2017 research development test and evaluation (Navy) funding in the amount of $266,674,330 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.

 

Raytheon Co., El Segundo, California, is being awarded $84,219,586 for modification P00002 to a previously awarded firm-fixed-price contract (N00019-17-C-0042).  This modification provides for the procurement of Configuration D retrofit components required to complete engineering change proposals 6381, 6344, and 6346 for F/A-18 E/F and EA-18G aircraft, to include general purpose processor 3 kits, 5th and 6th channel kits, and waveform generator kits for the Navy and the government of Australia.  Work will be performed in Forest, Mississippi (53 percent); Andover, Massachusetts (36 percent); and El Segundo, California (11 percent), and is expected to be completed in October 2020.  Fiscal 2017 aircraft procurement (Navy); and foreign military sales funds in the amount of $84,219,586 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($68,284,291; 81 percent); and the government of Australia ($15,935,294; 19 percent), under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

The Boeing Co., St. Louis, Missouri, was awarded $68,535,986 modification P00006 to a previously awarded firm-price-incentive contract (N00019-17-C-0003).  This modification provides for the procurement of the F/A-18E/F and EA-18G structural repair manual. Work will be performed in St. Louis, Missouri (62 percent); El Segundo, California (32 percent); and Fort Walton Beach, Florida (6 percent), and is expected to be completed in October 2021.  Fiscal 2015 and 2017 aircraft procurement (Navy) funds in the amount of $68,535,986 are being obligated at time of award, $63,966,920 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.  Awarded on Sept. 27, 2017

 

RQ Construction LLC, Carlsbad, California, is being awarded a $59,530,000 firm-fixed-price contract for design and construction of Special Operations Forces, Sea, Air, and Land (SEAL) Team Operations Facilities for SEAL teams Five and Seven at the Naval Special Warfare Coastal Campus.  The work to be performed provides for the design and construction of two separate military construction projects.  The facilities will support a variety of functions including operational gear storage, applied instruction, administrative, and includes both interior and exterior operational load out areas.  Project includes all pertinent site improvements and site preparations, mechanical and electrical utilities, telecommunications, emergency generator, landscaping, irrigation, drainage, parking and exterior lighting.  The contractor shall provide all bonds, labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal.  The contract also contains 20 unexercised options and four planned modification, which if exercised would increase cumulative contract value to $68,080,000.  Work will be performed in Coronado, California, and is expected to be completed by March 2020.  Fiscal 2017 military construction (defense-wide) contract funds in the amount of $59,530,000 are obligated on this award, of which $3,784,000 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-17-C-0830).

 

BAE Systems Information and Electronic System Integration Inc., Nashua, New Hampshire, is being awarded $59,016,204 for firm-fixed-price delivery order 0002 under a previously awarded basic ordering agreement (N00104-16-G-0726) for the manufacture of 26,548 each MJU-68/B flares for F-35 aircrafts in support of the Advanced Tactical Aircraft Protection Systems Program Office (PMA272) Air Expendable Countermeasures program.  Work will be performed in Nashua, New Hampshire (48 percent); Toone, Tennessee (30 percent); and San Diego, California (22 percent), and work will be completed by May 2020.  Fiscal 2015 procurement of ammunition (Navy and Marine Corps) funds in the amount of $1,689,480; fiscal 2016 procurement of aircraft (Air Force) funds in the amount of $13,518,063; fiscal 2017 procurement of aircraft (Air Force) funds in the amount of $28,723,383; fiscal 2017 procurement of ammunition (Navy and Marine Corps) funds in the amount of $15,085,278, 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 source -requirement, and one offer was received under authority 10 U.S. Code 2304 (c)(1).  Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

 

Optics 1 Inc., Bedford, New Hampshire, is being awarded a $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production of enhanced clip-on thermal imagers and enhanced clip-on short-wave infrared imagers in support of special operations forces.  Work will be performed in Bedford, New Hampshire, and is expected to be complete by September 2022.  Fiscal 2017 Navy working capital funds (Navy) in the amount of $220,000 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 one offer received.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-17-D-JQ17).

 

Lockheed Martin Corp., Rotary and Mission Systems, Riviera Beach, Florida, is being awarded a $43,177,098 cost-plus-incentive-fee contract for design efforts of the Orca Extra Large Unmanned Undersea Vehicle system and delivery of a technical data package.  This award represents Phase I of a competitive two-phased acquisition approach.  The contract includes priced Phase II options which are considered source selection information (see Federal Acquisition Regulation 2.101 and 3.104).  Therefore, the cumulative value of this contract, if all options were exercised, will not be made public at this time.  Work will be performed in Riviera Beach, Florida (90 percent); Syracuse, New York (5 percent); Manassas, Virginia (2 percent); Marion, Massachusetts (1 percent); Morristown, Pennsylvania (1 percent); and Owego, New York (1 percent), and is expected to be completed by December, 2018.  Fiscal 2017 research, development, test and evaluation (Navy) funding in the amount of $16,553,665 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-6308).

 

The Boeing Co., Huntington Beach, California, is being awarded a $42,273,919 cost-plus-incentive-fee contract for design efforts of the Orca Extra Large Unmanned Undersea Vehicle system and delivery of a technical data package.  This award represents Phase I of a competitive two-phased acquisition approach.  The contract includes priced Phase II options which are considered source selection information (see Federal Acquisition Regulation 2.101 and 3.104).  Therefore, the cumulative value of this contract, if all options are exercised, will not be made public at this time.  Work will be performed in Huntington Beach, California (69 percent); Groton, Connecticut (9 percent); Centreville, Virginia (8 percent); Camden, New Jersey (8 percent); and Newport News, Virginia (6 percent), and is expected to be completed by December, 2018.  Fiscal 2017 research, development, test and evaluation (Navy) funding in the amount of $16,553,665 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-6307).

 

M.A. Mortenson Co., doing business as Mortenson Construction, Minneapolis, Minnesota, is being awarded $40,338,000 for firm-fixed-price task order N6247317F4715 under a previously awarded multiple award construction contract (N62473-17-D-0819) for the design and construction of Special Operations Forces Training Detachment One Operations Facility at Naval Base Coronado.  The work to be performed provides for the design and construction which includes a combat training tank complex and supports a variety of functions, including operational gear storage, applied instruction, administrative and interior and exterior load out areas.  A synthetic turf test and evaluation field, and a combat scenario obstacle course are also included.  The task order contains eight unexercised options and two planned modifications, which if exercised would increase cumulative task order value to $47,585,000.  Work will be performed in Coronado, California, and is expected to be completed by April 2020.  Fiscal 2017 military construction (defense-wide) contract funds in the amount of $40,338,000 are obligated on this award; of which $734,794 will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. 

 

Raytheon Co., Tucson, Arizona, is being awarded a $37,741,117 firm-fixed-price modification to a previously awarded contract (N00024-15-C-5406) for spares and hardware in support of the Phalanx Close-In Weapon System program.  This modification for spares and hardware kits is intended to maintain and upgrade the Phalanx/SeaRAM weapons system to the latest approved configuration.  Work will be performed in Louisville, Kentucky (35 percent); Williston, Vermont (14 percent); York, Pennsylvania (9 percent); Andover, Massachusetts (8 percent); Pittsburgh, Pennsylvania (4 percent); Dallas, Texas (2 percent); Camarillo, California (2 percent); Corona, California (1 percent); Sharon, Massachusetts (1 percent); Amityville, New York (1 percent); Saint Petersburg, Florida (1 percent); Norcross, Georgia (1 percent); Ashburn, Virginia (1 percent); and other locations, each under 1 percent (20 percent) and is expected to be completed by July 2020.  This contract combines purchases for the Army and Navy (96 percent); the Republic of Turkey (2 percent); Commonwealth of Australia (less than 1 percent); and the Kingdom of Saudi Arabia (less than 1 percent), under the Foreign Military Sales program. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $1,171,514 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2017 operations and maintenance (Army); and 2015 weapons procurement (Navy) funding in the amount of $36,569,603 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.

 

Ensign-Bickford Aerospace and Defense, Simsbury, Connecticut, is being awarded a $30,650,167 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production of MK 179 MOD 0 and MK 180 MOD 0 demolition charges. The demolition charges are self-contained, multi-function demolition charges that consist of a PAX-47 main charge, booster charges, plastic container, connected 9/16 inch threaded priming wells, and magnets for attaching to targets.  Work will be performed in Graham, Kentucky, and is expected to be completed by September 2022.  Fiscal 2017 working capital funding in the amount of $5,829,839 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 one offer received.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-17-D-JR57).

 

Huntington Ingalls Inc. - Ingalls Shipbuilding, Pascagoula, Mississippi, is being awarded a $29,378,128 cost-plus-fixed fee contract for initial planning of USS Fitzgerald (DDG 62) emergent repair and restoration.  This initial planning and preparation phase of an availability will include a combination of restoration and modernization of USS Fitzgerald.  USS Fitzgerald is planned to arrive at Ingalls Shipbuilding in December 2017 via heavy lift ship.  A contract modification to incorporate full restoration and modernization scope is anticipated December 2017.  The initial phase of work will be performed in Pascagoula, Mississippi and is expected to be completed by Dec. 31, 2017.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $29,378,128 will be obligated at time of award and contract funds in the amount of $29,378,128 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The contract was awarded on a sole-source basis under an unusual and compelling urgency basis (Federal Acquisition Regulation (FAR)) FAR 6.302-2 as outlined in Justification and Approval 41,320 dated Aug. 28, 2017.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-4444).

 

The Whiting Turner Contracting Co., Greenbelt, Maryland, is being awarded a $26,338,610 firm-fixed-price contract for Set 1 of the medical center addition and alteration for the Walter Reed National Military Medical Center at Naval Support Activity Bethesda.  The work to be performed provides for the construction of pedestrian tunnel, a base communication center, and the installation of a base emergency generator system.  The project location is within an existing and operational parking garage.  Work will be performed in Bethesda, Maryland, and is expected to be completed by May 2019.  Fiscal 2013 military construction (defense-wide) contract funds in the amount of $26,338,610 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-17-C-0039).

 

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is being awarded $25,036,119 for cost-plus-fixed-fee task order 0512 against a previously issued basic ordering agreement (N00019-15-G-0026) for Phase II of the Defensive Electronic Countermeasures Suite Upgrade for the CH-53K.  This task order includes non-recurring engineering support to design, test and integrate the AN/AAQ-24 Large Aircraft Infrared Countermeasures Systems Processor Replacement with the Advanced Threat Warning Missile Warning Sensors, the AN/APR-39D(V)2 Radar Warning Receiver System, the AN/ALE-47(V) Countermeasures Dispensing System with the Power PC Processor Upgrade and the Avionics Management System for use on the CH-53K.  Work will be performed in Rolling Meadows, Illinois (97.5 percent); Stratford, Connecticut (1 percent); West Palm Beach, Florida (1 percent); and Cedar Rapids, Iowa (0.5 percent), and is expected to be completed in September 2021.  Fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $25,036,119, will be obligated at time of award, none of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Energy Systems Group LLC, Eagan, Minnesota, is being awarded $25,023,488 for firm-fixed-price task order N39430-17-F-1995 under a previously awarded multiple award contract (DE-AM36-09GO29030) for energy improvements for building automation systems (BAS)/Energy Management Control Systems lighting improvements, and a ground mounted photovoltaic (PV) array, at Marine Corps Logistic Base (MCLB) Barstow.  The work to be performed provides for a new 1.5 megawatt PV array, a new BAS system, heating, ventilation and air conditioning controls for seven buildings and 2,221 light emitting diode lighting fixtures.  Work will be performed in Barstow, California, and is expected to be completed by March 2041.  No funds will be obligated at time of award.  The Energy Policy Act of 1992 authorizes agencies to use private financing to fulfill its requirements for energy savings performance contracts for project implementation.  For this project, MCLB Barstow has agreed to pay for the costs of services/construction from project financing which will be obtained by Energy Systems Group.  12 proposals were received for this task order.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

 

Nalco Construction Co., Djibouti, Djibouti (N33191-17-D-1204); Tremco, Djibouti, Djibouti (N33191-17-D-1240); Cosmezz Costruzioni Mezzedimi S.a.r.l, Djibouti, Djibouti (N33191-17-D-1241); SpendSmart Group LLC,* Park Ridge, Illinois (N33191-17-D-1242), are each being awarded a firm-fixed-price, indefinite-delivery indefinite-quantity multiple award construction contract for construction, renovation, repair, and demolition of administration buildings, community buildings, recreational facilities, containerized living units, or other related infrastructure at Camp Lemonnier, Djibouti, and various locations throughout Djibouti.  The maximum dollar value for all four contracts combined is $25,000,000.  No task orders are being issued at this time.  Work will be performed in Djibouti, Africa.  The terms of the contracts are not to exceed 60 months, with an expected completion date of September 2022.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $4,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operations and maintenance (Navy).  This contract was competitively procured under the U.S. Government’s Djibouti First Legislation via the Navy Electronic Commerce Online website with 19 proposals received.  These four contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command Europe Africa Southwest Asia, Naples, Italy, is the contracting activity.

HKS/WSP JV, Dallas, Texas, is being awarded $23,414,846 for firm-fixed-price task order N4008017F43B7 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62470-17-D-5010) for the preparation of a design bid build construction package for the construction of the Uniformed Services University of Health Sciences Education and Research Building addition at Naval Support Activity Bethesda.  The design build construction package is to construct a multi-story education and research laboratory addition with pedestrian bridges to connect to the existing campus and multi-level underground parking. Work will be performed in Bethesda, Maryland, and is expected to be completed by May 2024.  Fiscal 2013 military construction (planning and design) contract funds in the amount of $23,414,846 are obligated on this award and will expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

CH2M Hill Constructors Inc., Greenville, South Carolina, is being awarded a $22,065,406 firm-fixed-price construction task order modification for repairs at Naval Foundry and Propeller Center, Philadelphia Naval Business Center.  The work to be performed provides for repairs to Buildings 20, 546 and 1029.  After award of this modification, the total cumulative task order value will be $32,071,625.  Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2018.  Fiscal 2017 shipbuilding and conversion (Navy); fiscal 2017 research, development, test and evaluation; and fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $3,619,561 are obligated on this award; of which $2,257,727 will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N62470-13-D-6019).

 

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $16,164,289 modification to previously awarded contract (N00024‑17-C-5410) to exercise an option for Standard Missile-2 (SM-2) and Standard Missile-6 (SM-6) engineering and technical services.  This contract will provide for engineering and technical services in support of SM-2 and SM-6 to ensure continuity in production, design integrity, and total systems integration of the missile round and its components.  This contract combines purchases for the Navy (99.7 percent); the Kingdom of Spain (0.2 percent); and the Kingdom of the Netherlands (0.1 percent). Work will be performed in Tucson, Arizona (90 percent); Boston, Massachusetts (5 percent); and Camden, Arkansas (5 percent), and is expected to be completed by December 2018.  Fiscal 2017 research, development, test and evaluation funding in the amount of $8,700,289; 2017 Missile Defense Agency funding in the amount of $6,000,000; 2017 other DoD funding in the amount of $1,419,000; foreign military sales Kingdom of Spain funding in the amount of $35,000; and foreign military sales Kingdom of the Netherlands funding in the amount of $10,000 will be obligated at contract award and funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

 

CRP Contracting,* Columbus, Ohio, is being awarded a $15,537,887 firm-fixed-price contract for airfield repairs at Naval Air Station Corpus Christi and Naval Auxiliary Landing Field Cabaniss.  The work to be performed provides for repairs that include major electrical repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $17,053,155.  Work will be performed in Corpus Christi, Texas, and is expected to be completed by December 2019.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $15,537,887 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-17-C-0505).

 

 

The Boeing Co., St. Louis, Missouri, is being awarded a $13,225,366 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0067) for the procurement of spare parts for the P-8A training system in support of the Navy and the government of Australia.  Work will be performed in Adelaide, Australia (47 percent); Jacksonville, Florida (19.85 percent); Whidbey Island, Washington (19.85 percent); and Richardson, Texas (13.3 percent), and is expected to be completed in September 2018.  Fiscal 2017 aircraft procurement (Navy); and foreign military sales funds in the amount of $13,225,366 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Navy ($6,989,990; 53 percent); and the government of Australia ($6,235,376; 47 percent) under the Foreign Military Sales program.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

 

Northrop Grumman Systems Corp., Linthicum, Maryland, is being awarded $12,000,000 for firm-fixed-price job order N0016417FW174 under previously awarded basic ordering agreement N0016415GWS82 for spare parts to support organic depot repairs of the AN/ALQ-240 Electronic Support Measures system.  The AN/ALQ-240 provides rapid detection, classification and geographical location of ground-based radar systems to provide situational awareness to the Navy’s P-8A Poseidon aircraft. The P-8A also includes capabilities such as long-range anti-submarine, anti-surface, intelligence, surveillance and reconnaissance in support of broad-area maritime and littoral operations.  Work will be performed in Linthicum, Maryland (75 percent); San Jose, California (10 percent); Ashburn, Virginia (5 percent); Baltimore, Maryland (5 percent); and Fort Walton Beach, Florida (5 percent), and is expected to be completed by April 2020.  Fiscal 2016 aircraft procurement (Navy) funding in the amount of $12,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Crane Division, Crane, Indiana, is the contracting activity.

 

Diversified Service Contracting Inc.,* Dunn, North Carolina, is being awarded an $11,906,218 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-11-D-3020) to exercise option two for base operations support at the Naval Air Station, Patuxent River.  The work to be performed provides for all management supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include but not limited to providing janitorial services, grounds maintenance services, base support vehicles and equipment, street sweeping/snow removal services, and pest control services.  After award of this option, the total cumulative contract value will be $70,919,732.  Work will be performed in Patuxent River, Maryland, and work is expected to be completed September 2018.  No funds will be obligated at time of award.  Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 Navy working capital contract funds in the amount of $10,848,793 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Public Works Department, Patuxent River, Maryland, is the contracting activity.

 

Palantir Technologies Inc., Washington, District of Columbia, is being awarded $11,750,000 for firm-fixed-price task order N65236-17-F-0874 under previously awarded single-award blanket purchase agreement N00104-13-A-ZF34 to provide software licenses and associated training in support of the Marine Corps.  The task order includes options which, if exercised, would bring the cumulative value of the task order to $40,744,957.  Work will be performed in Washington, District of Columbia, and work is expected to be completed September2018.  If all options are exercised, work could continue until September 2020.  Fiscal 2017 operations and maintenance (Marine Corps) funding in the amount of $11,750,000 will be obligated at the time of task order award.  Funds will expire at the end of the current fiscal year.  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

 

Lockheed Martin Corp., Missile and Fire Control, Orlando, Florida, is being awarded $10,361,796 for three-year, firm-fixed-price, definitive job order N0016417FJ236 under basic ordering agreement (N00164-16-G-JQ87) for the procurement of test equipment.  This test equipment is to be utilized in an upcoming organic depot in support of the Target Sight System (TSS) on the AH-1Z Cobra attack helicopter.  The TSS is a large-aperture midwave forward-looking infrared sensor with a laser designator/rangefinder turret. The TSS provides the capability to identify and laser-designate targets at maximum weapon range, significantly enhancing platform survivability and lethality.  Work will be performed in Orlando, Florida.  The job order will have a period of performance for production and delivery of test equipment through September 2020.  Fiscal 2015 and 2016 aircraft procurement (Navy) funding in the cumulative amount of $10,361,796 will be obligated at the time of contract award of which $3,108,538 fiscal 2015 aircraft procurement (Navy) funding will expire at the end of the current fiscal year.  This job 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 Surface Warfare Center, Crane, Indiana, is the contracting activity. 

 

U.S Marine Management Inc., Norfolk, Virginia, is being awarded a $10,288,437 modification under a previously awarded firm fixed-price contract (N32205-17-C-3503) to fund the first one-year option period to continue providing U.S. flagged Jones Act tanker M/T Maersk Peary for the transportation of petroleum product in support of Operation Deep Freeze in accordance with the terms of the charter.  The vessel is capable of deployment to worldwide locations.  Work will be performed worldwide and is expected to be completed by Sept. 30, 2021.  Working capital funds (transportation) in the amount of $10,288,437 will be obligated at the time of award.  Funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with eight proposals received.  Military Sealift Command, Norfolk, Virginia, is the contracting activity.

 

Surefire LLC, Fountain Valley, California, is being awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production of muzzle brakes, sound suppressors, and blank firing adapters.  Work will be performed in Fountain Valley, California, and is expected to be completed by September 2022.  Fiscal 2017 working capital funding in the amount of $122,745 will be obligated at time of award and funds 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, Crane Division, Crane, Indiana, is the contracting activity (N00164-17-D-JN45).

 

Surefire LLC, Fountain Valley, California, is being awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production of muzzle brakes, sound suppressors, and blank firing adapters.  Work will be performed in Fountain Valley, California, and is expected to be completed by September 2022.  Fiscal 2017 working capital funding in the amount of $122,745 will be obligated at time of award and funds 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, Crane Division, Crane, Indiana, is the contracting activity (N00164-17-D-JN45).

 

AECOM Technical Services Inc., Los Angeles, California, is being awarded a $9,802,816 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the ashore Fixed Submarine Broadcast System architecture supporting very low frequency and low frequency antennas.  This one-year contract includes four one-year options which, if exercised, would bring the potential value of this contract to an estimated $46,646,891.  Work will be performed in six U.S. locations (75 percent: Oso, Washington; Cutler, Maine; LaMoure, North Dakota; Lualualei, Hawaii; Dixon, California; and Aguada, Puerto Rico); and four locations worldwide (25 percent: Grindavik, Iceland; Awase, Japan; Holt, Australia; and Niscemi, Italy).  Work for the base period is expected to be completed Sept. 27, 2018.  Contract funds will not expire at the end of the current fiscal year. No funds will be obligated at the time of award.  Funding will be obligated via task orders as they are issued. Task orders will be funded using operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy).  This sole-source procurement is issued using other than full and open competition in accordance with 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-17-D-0161).

 

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $9,616,598 cost-plus-fixed-fee contract for USS Ronald Reagan (CVN 76) aircraft elevator hitch girder removal and installation.  The work will require removal of existing hitch girder end structures and installation of new hitch girder end assemblies (quantity of four hitch girder end assemblies) for aircraft elevator #2  onboard USS Ronald Reagan.  The work will require eddy current and ultrasonic testing of the existing structure prior to removal, and testing required for certification of the hitch girder end replacements.  Work will be performed in Yokosuka, Japan, and is expected to be completed by April 2018.  Fiscal 2017 operations and maintenance (Navy) funds in the amount of $9,616,598 will be obligated at time of award and will expire at the end of the current fiscal year.  In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured - only one responsible source and no other supplies or services will satisfy agency requirements.  The Supervisor of Shipbuilding, Newport News, Virginia, is the contracting activity (N62793-17-C-0083).

 

Snow and Co. Inc.,* Seattle, Washington, is being awarded a $9,272,994 firm-fixed-price, indefinite-delivery/indefinite-quantity single award contract for the Commander, Naval Installation Command (CNIC) workboat large.  This contract is for the procurement of six work boat large boats for the base year, with options to procure an additional 20 boats over the following four one-year options based on future needs and budget of the CNIC.  Work boats are employed at Naval Installations all over the world and are used to support CNIC port operations to include docking and movement of waterfront equipment, movement of craft and security barriers, and assisting in the movement of ships and submarines.  The options, which if exercised, would bring the cumulative value of this contract to $47,583,515.  Work will be performed in Seattle, Washington, and is expected to be completed by April 2019.  Fiscal 2017 other procurement (Navy) funding in the amount of $6,336,455 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 small business set aside via Federal Business Opportunities website, with 11 offers received.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-17-D-2217). 

 

Edifice Solutions,* Beltsville, Maryland, is being awarded $9,009,564 for firm-fixed-price task order N4008017F4582 under a previously awarded multiple award construction contract (N40080-17-D-0009) for the repair of heating, ventilation and air conditioning system for Buildings 01 and 12 at Naval Research Laboratory.  The work to be performed provides for the design, demolition and renovation services to replace the heating, ventilation and air conditioning systems at Naval Research Laboratory.  The project consists of replacing existing air handling units, ducts, piping fan coil units and electrical modifications.  Other incidental types of work, including but not limited to, site preparations and site drainage are also included in the scope of work.  Work will be performed in Washington, District of Columbia, and is expected to be completed by March 2020.  Fiscal 2017 defense working capital funds in the amount of $9,009,564 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

 

Northrop Grumman Systems Corp., Apopka, Florida, is being awarded an $8,739,678 two year, firm-fixed-price supply, definitive job order N0016417FJ236 under basic ordering agreement N00164-17-G-JQ08-0002 for the procurement of single color diode pumped laser transmitters.  These single color diode pumped lasers are to be utilized in support of the Multi-spectral Targeting System deployed on Army Gray Eagle aircraft to facilitate and enable the delivery of laser guided munitions.  The laser transmitter is a key component of the Multi-spectral Targeting System.  Work will be performed in Apopka, Florida, and work is expected to be completed September 2019.  Fiscal 2016 aircraft procurement (Army) funding in the amount of $8,739,678 will be obligated at the time of contract award and will not expire at the end of the current fiscal year.  This job 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 Surface Warfare Center, Crane, Indiana, is the contracting activity.

 

URS Group Inc., Morrisville, North Carolina, is being awarded an $8,400,000 cost-plus-award-fee modification to increase the maximum dollar value of previously awarded indefinite-delivery/indefinite-quantity contract task order for the stabilization and repairs at Naval Air Station Key West due to Hurricane Irma.  The work to be performed provides for removal of drywall, carpet, ceiling tiles and other items damaged by water intrusion caused by roof damage during Hurricane Irma.  The contractor will provide dehumidifiers and other techniques to dry out the areas and perform repairs to prevent additional leaks and damages.  After award of this modification, the total cumulative contract value will be $14,700,000.  Work will be performed in Key West, Florida, and is expected to be completed by September 2018.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $8,400,000 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N62470-13-D-6022).

 

URS Group Inc., Morrisville, North Carolina, is being awarded an $8,000,000 cost-plus-award-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract task order for the stabilization and repairs at Naval Air Station Jacksonville; Naval Station Mayport; Naval Submarine Base Kings Bay; and Marine Corps Support Facility Blount Island due to Hurricane Irma.  The work to be performed provides for removal of drywall, carpet, ceiling tiles and other items damaged by water intrusion caused by roof damage during Hurricane Irma.  The contractor will provide dehumidifiers and other techniques to dry out the areas and perform repairs to prevent additional leaks and damages.  After award of this modification, the total cumulative contract value will be $14,785,360.  Work will be performed in Jacksonville, Florida (70 percent); and St. Marys, Georgia (30 percent), and is expected to be completed by September 2018.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $8,000,000 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N62470-13-D-6022).

 

Insitu Inc., Bingen, Washington, is being awarded $7,758,625 firm-fixed-price delivery order N0001917F0251 against a previously issued basic ordering agreement (N00019-17-G-0001) for the procurement of six ScanEagle unmanned aircraft systems, related support equipment, training, site activation, technical services, and data for the government of Iraq under the Foreign Military Sales program.  Work will be performed in Baghdad, Iraq (67 percent); Bingen, Washington (30 percent); and Hood River, Oregon (3 percent), and is expected to be completed in August 2018.  Foreign military sales funds in the amount of $7,758,625 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.

 

Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, is being awarded a $7,659,245 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-13-D-5232) to exercise option four for custodial services at Marine Corps Base Camp Lejeune.  The work to be performed provides for various custodial services including but not limited to emptying trash cans, sweeping, dusting, mopping, cleaning toilets for the Naval Hospital, medical clinics, dental clinics, and wounded warriors barracks.  After award of this option, the total cumulative contract value will be $35,734,754.  Work will be performed in Jacksonville, North Carolina, and work is expected to be completed September 2018.  No funds will be obligated at time of award.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $7,455,843 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

CPS Energy, San Antonio, Texas, has been awarded a $248,444,440 fixed-price with economic-price-adjustment contract for the ownership, operation and maintenance of the natural gas and electric distribution systems at Joint Base San Antonio, Texas. This was a competitive acquisition with seven responses received. This is a 50-year contract with no option periods. Location of performance is Texas, with a Dec. 31, 2068, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-17-C-8324).

 

Greenberg Fruit Co.,* Omaha, Nebraska, has been awarded a maximum $45,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This is a 54-month contract with no options. This was a competitive acquisition with two responses received. Location of performance is Nebraska, with a May 28, 2022, performance completion date. Using customers are non-Department of Defense schools in Iowa. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-17-D-S311).

 

Dominion Virginia Power, Richmond, Virginia, has been awarded a $42,822,274 modification (P00107) to a 50-year contract (SP0600-06-C-8251) incorporating a negotiated price redetermination for the ownership, operation and maintenance of the electric distribution system at Joint Base Myer-Henderson Hall and Arlington National Cemetery, Virginia; and Fort McNair, Washington, District of Columbia. This modification increases the obligated value from $114,342,667 to $114,965,371. This is a fixed-price with prospective price redetermination contract. Locations of performance are Virginia and Washington, District of Columbia, with an Aug. 15, 2057, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

Gulf Coast Electric Cooperative, Wewahitchka, Florida, has been awarded a maximum $36,331,097 modification (P00047) to a 50-year contract (SP0600-10-C-8253) with no option periods, to incorporate a price redetermination rate increase, retroactive to June 1, 2014. Location of performance is Florida, with a May 31, 2061, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

 

TRC Government Services LLC, Tulsa, Oklahoma, has been awarded a maximum $11,336,688 firm-fixed-price contract for contractor-owned, contractor-operated optimization and related services at White Sands Missile Range, New Mexico. This was a competitive acquisition with three offers received. This is a four-year base contract with one five-year option period. Locations of performance are Oklahoma and New Mexico, with a Sept. 30, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-17-C-5038).

 

Henry Schein Inc., Melville, New York, has been awarded a maximum $24,418,543 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 seventh contract awarded from standing solicitation SPM2D0-12-R-0004. Location of performance is New York, with a Sept. 27, 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-0009).

 

General Dynamics Inc., Williston, Vermont, has been awarded a maximum $16,142,398 fixed-price, requirements contract for 20mm/30mm armament housings and drum covers. This is a five-year contract with no option periods. This was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1), implemented by Federal Acquisition Regulation 6.302-1, which states that only one responsible source and no other supplies or services will satisfy agency requirements. Locations of performance are Vermont and Maine, with a Sept. 28, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2022 defense working capital funds and foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-17-D-0013).

 

United Technologies Corp., doing business as Pratt & Whitney Military Engines Division, East Hartford, Connecticut, has been awarded a maximum $13,826,646 firm-fixed-price, fixed-quantity contract for TF-33 aircraft engine compressor cases. This was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1), implemented by Federal Acquisition Regulation 6.302-1, which states that only one responsible source and no other supplies or services will satisfy agency requirements. This is a three-year, three-month contract with no option periods. Location of performance is Connecticut, with a Dec. 31, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-17-F-0608).

 

LB&B Associates Inc., Columbia, Maryland, has been awarded a maximum $12,643,152 firm-fixed-price contract for government-owned, contractor-operated fuels management services. This is a four-year base contract with one five-year option period. This was a competitive acquisition with eight offers received. Locations of performance are Maryland and California, with a March 30, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-17-C-5034).

 

United Technologies Corp., doing business as Pratt & Whitney Military Engines Division, East Hartford, Connecticut, has been awarded a maximum $9,684,544 firm-fixed-price, fixed-quantity contract for TF-33 aircraft engine 1st stage turbine blades. This was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1), implemented by Federal Acquisition Regulation 6.302-1, which states that only one responsible source and no other supplies or services will satisfy agency requirements. This is a three-year, two-month contract with no option periods. Location of performance is Connecticut, with a Nov. 30, 2020, performance completion date.  Using military service is Air Force. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-17-F-0646).

 

Aerospace & Commercial Technologies, Fort Worth, Texas, has been awarded an estimated $9,457,299 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for horizontal stabilizers. This acquisition was restricted to qualified sources with one offer received. This is a five-year base contract with no option periods. Locations of performance are Texas and Israel, with a Sept. 27, 2022, performance completion date. Using customer is Air Force. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA4-17-D-0004).

 

T Square Logistics, Colorado Springs, Colorado, has been awarded a maximum $7,312,467 firm-fixed-price contract for alongside aircraft refueling services. This is a four-year base contract with one four-year option period. This was a competitive acquisition with 10 offers received. Location of performance is Florida, with a Nov. 30, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-17-C-5036).

 

AIR FORCE

 

Range Generation Next LLC, Sterling, Virginia, has been awarded a $97,111,328 fixed-price-incentive-firm target modification (P00154) to previously awarded contract for operations, maintenance, and sustainment on the launch and test range systems.  The modification exercises the third option period effective Oct. 1, 2017.  Work will be performed primarily at the Western Range at Vandenberg Air Force Base, California; and the Eastern Range at Patrick Air Force Base, Florida, and is expected to be completed by Sept. 30, 2018.  No funds are being obligated at time of award.  Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8806-15-C-0001).

 

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $60,520,272 indefinite-delivery/indefinite-quantity requirements contract for the execution of the C-130 wing durability test.  The contract includes firm-fixed-price, cost reimbursable no fee, and cost-plus-fixed-fee contract line items.  Services include test preparation, test operations, residual strength test, test teardown and inspection, outer wing test, and delivery of technical data.  Work will be performed in Marietta, Georgia, and is expected to be completed by Sept. 26, 2025.  This award is the result of a sole-source non-commercial acquisition.  Fiscal 2017 operations and maintenance funds in the amount of $13,895,043; and Canadian funds $2,500,000 are being obligated at time of award.  The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-17-D-0004).

 

Leidos Inc., Reston, Virginia, has been awarded a $47,600,000 single award, indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee task orders for research and development of the electro-optical combined hyperspectral imaging, infrared search and track, and long range imaging.  The contract will provide for applied and advanced research and development as well as advanced component development and prototypes to evolve and expand emerging technologies for standoff high resolution imaging, infrared search and track, hyperspectral imaging, and sense and avoid.  Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Dec. 30 2024.  This award is the result of a competitive acquisition and five offers were received.  Fiscal 2017 research and development funds in the amount of $336,000 are being obligated at the time of award.  Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-17-D-1801).

 

Northeast Information Discovery Inc., Oneida, New York, has been awarded a $45,000,000 cost-plus-fixed-fee completion contract for software and hardware.  This effort is to perform hardware and software development to improve military capabilities in the electromagnetic spectrum and cyberspace using digital transceivers that leverage open architectures as well as standard frameworks and interfaces.  Work will be performed in Oneida, New York, and is expected to be completed by Sept. 26, 2020.  This award is the result of a competitive acquisition, and two offers were received.  Fiscal 2017 research, development, test, and evaluation funds in the amount of $500,000 are being obligated at time of award.  Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-17-C-0215).

 

Lockheed Martin Corp., Rotary and Mission Systems, Orlando, Florida, has been awarded a $22,006,763 modification (P00002) to previously awarded contract for academic and simulator formal training and instruction.  The contractor will provide aircrew instruction, contractor logistics support, training systems support center, courseware, and cybersecurity.  Work will be performed at Hurlburt Field, Florida; Cannon Air Force Base, New Mexico; Harrisburg Air National Guard Base, Pennsylvania; and Royal Air Force Mildenhall, United Kingdom; and is expected to be completed by March 31, 2018.  No funds are being obligated at time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-17-C-0048).

 

Boeing Co., St. Louis, Missouri, has been awarded a $20,857,506 modification (P00014) to previously awarded contract for F-15C and F-15E mission training centers.  The contract modification is to provide two additional pilot/weapon system officer crew station devices and their associated equipment in order to conduct training operations in a high fidelity four-ship in support of current ready aircrew program tasking requirements for implementation of two-ship services into the F-15-E mission training center.  Work will be performed at Royal Air Force Lakenheath, England, and is expected to be completed Sept. 30, 2019.  Fiscal 2017 operations and maintenance funds in the amount of $20,857,506 are being obligated at the time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-16-C-6397). Awarded on Sept. 27, 2017

 

BAE Systems, Greenlawn, New York, has been awarded a $14,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the F-16 systems program office support at Hill Air Force Base, Utah.  Contractor will provide Mode 5 Advanced Identification Friend or Foe.  Work will be performed in Greenlawn, New York, and is expected to be completed by Sept. 27, 2021.  This award is the result of a sole-source acquisition.  Fiscal 2015 and 2016 Air National Guard procurement funds in the amount of $11,210,292 are being obligated at time of award.  Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-17-D-0027).

 

Boeing Co., Defense, Space & Security, St. Louis, Missouri, has been awarded a $14,300,000 contract for F-15 Suite 9 operational flight program.  The contract is to develop Suite 9 and 9.1 operational flight program software for the F-15 simulators.  It is vital for simulator concurrency with the jets.  Work will be performed at the contractor's St. Louis, Missouri, and is expected to be completed by Nov. 30, 2021.  Fiscal 2017 research, development, test, and evaluation funds in the amount of $3,692,138 are being obligated at time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8002-17-C-0197).

 

Northrop Grumman Space and Mission Systems Corp., Herndon, Virginia, has been awarded a $9,646,458 engineering change proposal contract modification (P00137) in support of battlefield airborne communications node payload system.  Work will be performed in San Diego, California; Herndon, Virginia; and multiple international locations, and is expected to be completed by Jan. 23, 2018.  Fiscal 2017 overseas contingency operations; and operations and maintenance funds in the amount of $9,646,458 are being obligated at time of award.  Air Force Life Cycle Management Center's Space, Aerial and Nuclear Networks Division Contracting Branch, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-09-C-0010).

 

Cubic Global Defense Inc., San Diego, California, has been awarded a $9,906,151 cost reimbursement contract for solutions to improve chemical and biological incident situational awareness, information sharing, decision-making, resiliency and warfighter survivability of personnel faced with a chemical, biological, radiological, and nuclear threat.  Work will be performed in San Diego, California; Wright-Patterson Air Force Base, Ohio; Fort Leonard Wood, Missouri; and Headquarters U.S. Army-Europe, Germany; and is expected to be completed by March 29, 2022.  Fiscal 2017 research, development, test, and evaluation funds in the amount of $307,800 are being obligated at time of award.  Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-17-C-6814).

 

Applied Systems Engineering Inc., Fort Worth, Texas, has been awarded a $9,000,000 indefinite-delivery/indefinite-quantity contract for teardown, test, evaluation, and repair supporting the Joint Threat Emitter program.  Work will be performed at Fort Worth, Texas, and is expected to be complete by Sept. 30, 2022.  This award is the result of a competitive acquisition and solicitation posted and two offers received. Fiscal 2017 reimbursable funds in the amount of $500 are being obligated at time of award. Air Force Material Command, Hill Air Force Base, Utah, is the contracting activity (FA8250-17-D-0004).

 

Pacific Electronic Enterprises Inc., doing business as Pacific Electronics, Huntington Beach, California, has been awarded a $9,000,000 indefinite-delivery/indefinite-quantity contract for repairs.  This contract provides for teardown, test, evaluation and repair supporting the Joint Threat Emitter program.  Work will be performed at Huntington Beach, California, and is expected to be completed by Sept. 30, 2022.  This award is the result of a competitive acquisition and two offers were received.  Fiscal Year 2017 reimbursable funds in the amount of $532,000 are being obligated at time of award.  Air Force Material Command, Hill Air Force Base, Utah, is the contracting activity (FA8250-17-D-0005).

 

DEFENSE INTELLIGENCE AGENCY

 

MultiLingual Solutions, Rockville, Virginia was awarded a cost-plus-award-fee contract (HHM402-17-C-0097) with a maximum ceiling value of $39,072,931 to provide translation support to Defense Intelligence Agency’s National Media Exploitation Center (NMEC). The contract will provide services that will translate written, electronic, audio and multi-media material to and from English. Work is to be performed in the national capital region with an expected completion date of September 27, 2022. Fiscal 2017 operations and maintenance funds in the amount of $4,926,579 are being obligated at time of award. This contract was awarded competitively through a small business (8a), women-owned set-aside, and eight offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

 

WASHINGTON HEADQUARTERS SERVICES

 

M.C. Dean Inc., Tysons, Virginia, is being awarded a $25,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract. The contract will provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform electrical maintenance services at the Pentagon Reservation.  Work performance will take place in Arlington, Virginia.  $2,255,388 will be obligated at award of the basic IDIQ contract. Appropriate fiscal year Pentagon Reservation maintenance revolving funds will be obligated on all subsequent task orders. The expected completion date is March 27, 2023.  Washington Headquarters Services, Arlington, Virginia, is the contracting office.

 

U.S. TRANSPORTATION COMMAND

 

1st Coast Cargo Inc., Jacksonville, Florida, has been awarded a $20,189,704 option year one modification to extend services under an indefinite-delivery/indefinite–quantity, firm-fixed price contract HTC711-15-D-R054 (P00004). The modification brings the cumulative face value of the contract from $39,349,645 to $59,539,349. The contract is for advanced traceability and control for consolidated transportation shipments to move freight repairable parts within and between all 48 contiguous states, plus Hawaii and Canada, with an expected completion date of Sept. 28, 2018. This modification is funded by fiscal 2018 defense working capital funds. The U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

DEFENSE INFORMATION SYSTEMS AGENCY

 

Sprint Communications Company LP, now Sprint Federal Operations LLC (Sprint), Reston, Virginia, is awarded a firm-fixed-price contract modification to continue the effort on performance work statement, subtask 8.6, Next Generation Network Wireless Priority Services on Voice over Long-Term Evolution Limited Production. The face value of this action is $8,561,826 funded by fiscal 2017 operations and maintenance funds.  The total cumulative face value of this contract was increased from $23,555,097 to $32,116,923.  Lifecycle amount of this contract remains at $193,000,000.  Performance is throughout the contiguous U.S.  The solicitation was issued as an other than full and open competitive action pursuant to 10 U.S .Code 2304(c)(1) on a sole-source basis to Sprint.  Sprint is a large business.  The period of performance is Sept. 29, 2017, through July 31, 2018, plus one two-month option period and a one-year option period.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity.  (HC1013-14-C-0001; modification P00013)

 

*Small business