An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

You have accessed part of a historical collection on defense.gov. Some of the information contained within may be outdated and links may not function. Please contact the DOD Webmaster with any questions.

Contracts For March 29, 2018

CONTRACTS

 

ARMY

 

American Systems Corp., Chantilly, Virginia (W91C9G-18-D-0001); Cubic Global Defense Inc., San Diego, California (W91C9G-18-D-0002); Booz Allen Hamilton, McLean, Virginia (W91C9G-18-D-003); DCS Corp., Alexandria, Virginia (W91C9G-18-D-004); Wyle Laboratories Inc., Huntsville, Alabama (W91C9G-18-D-0005); and Scientific Research Corp., Atlanta, Georgia (W91C9G-18-D-0006), will share in a $900,000,000 cost-plus-fixed-fee contract for the Joint Test and Evaluation Program. Bids were solicited via the Internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of March 27, 2028. U.S. Army Corps of Engineers Engineering Research and Development Center, Vicksburg, Mississippi, is the contracting activity.

 

WJA PLLC,* Seattle, Washington (W912DW-18-D-1008); BCE Engineers Inc.,* Fife, Washington (W912DW-18-D-1009); AKS P.S. Inc.,* Seattle, Washington (W912DW-18-D-1010); HDR Engineering Inc., Bellevue, Washington (W912DW-18-D-1011); Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri (W912DW-18-D-1012); and Bergerabam Inc., Federal Way, Washington (W912DW-18-D-1013), will share in a $45,000,000 firm-fixed-price contract for architect-engineer services for military, and interagency and international services projects throughout Washington, Idaho, Montana, and Oregon. Bids were solicited via the Internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of March 12, 2023. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity. (Awarded March 16, 2018)

 

AECOM Technical Services Inc., Los Angeles, California, was awarded a $34,872,597 firm-fixed-price contract for Mosul Dam geotechnical assistance and dam safety support services. One bid was solicited with one bid received. Work will be performed in Mosul, Iraq, with an estimated completion date of Aug. 1, 2019. Fiscal 2018 Department of State economic support funds in the amount of $34,872,597 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-18-C-0008).

 

Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $34,379,834 modification (P00024) to contract W31P4Q-15-C-0065 for maintenance and training on the Counter-Rocket Artillery Mortar, Counter-Unmanned Aerial System, command and control system. Work will be performed in Herndon, Virginia, with an estimated completion date of March 31, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $34,379,834 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $27,000,000 modification (P00023) to contract W31P4Q-15-C-0065 to extend the current Counter-Rocket Artillery Mortar command and control system tactical defense measures contract by 21 months and include Counter-Unmanned Aerial System capability and emerging technologies in sensors and electronic warfare. Work will be performed in Herndon, Virginia, with an estimated completion date of Nov. 29, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $2,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Professional Contract Services Inc., Austin, Texas, was awarded a $16,908,057 modification (P00014) to contract W91151-16-D-0101 for full food dining facility attendant support services. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2019. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity.

 

Mississippi Limestone Corp.,* Friars Point, Mississippi, was awarded an $11,708,425 firm-fixed-price contract for labor and materials need to cast approximately 106,470 squares of articulated concrete mattresses at Richardson Landing, Tennessee. Bids were solicited via the Internet with three received. Work will be performed in Drummonds, Tennessee, with an estimated completion date of Dec. 31, 2018. Fiscal 2018 other procurement, Army funds in the amount of $11,708,425 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-18-C-0008).

 

Carahsoft Technology Corp., Reston, Virginia, was awarded a $7,500,000 modification (BA01 20) to contract N00104-08-A-ZF43 to purchase additional system application and products software against the Army enterprise license agreement. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of May 31, 2020. Fiscal 2016 other procurement, Army funds in the amount of $7,500,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

AIR FORCE

 

Raytheon Self Protect Systems, Goleta, California, has been awarded a $460,000,000 indefinite-delivery/indefinite-quantity contract for the AN/ALR‐69A digital Radar Warning Receiver system. This contract provides for the fabrication, integration, testing and delivery of line replaceable units and shop replaceable units.  Work will be performed in Goleta, California; and Forest, Mississippi, and is expected to be complete by March 2025.  This award is the result of a competitive acquisition and one offer was received.  A combination of fiscal 2016 and 2017 National Guard and Reserve Equipment Account procurements funds; and fiscal 2017 research, development, test and evaluation funds in the amount of $18,960,656 are being obligated at the time of award.  Air Force Life Cycle Management Center, Electronic Warfare, Robins Air Force Base, Georgia, is the contracting activity (FA8523‐18‐D‐0004).

 

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $295,654,506 firm-fixed-price contract for MQ-9 Reaper production. This contract provides for the production of the MQ-9 Reaper aircraft in the fiscal 2017 production configuration. Work will be performed in Poway, California, and is expected to be complete by July 29, 2021. This award is the result of a sole-source acquisition. Fiscal 2016 and 2017 aircraft procurement funds in the amount of $295,654,506 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-18-F-2303).

 

The Boeing Co., St. Louis, Missouri, has been awarded a $187,315,403 modification (P00058) to a previously awarded contract FA8634-16-C-2653 for F-15 Radar Modernization Program (RMP) radar upgrades.  This modification provides for the exercise of options for 29 Group A and Group B kits, Group B radar spares, 22 conformal fuel tanks, RMP Systems Engineering Program Management, Interim Contract Support Rep Lakenheath, RMP Isopods and shipping containers. Work will be performed in St. Louis, Missouri, and is expected to be completed by April 30, 2022.  Fiscal 2017 and 2018 procurement funds; fiscal 2017 Congressional-add funding; and Defense Working Capital funds are being obligated at the time of award.  The contracting activity is Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio.

 

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $64,763,036 hybrid (fixed-price-incentive-firm, firm fixed price, and cost-plus-fixed-fee) modification (P00001) to previously awarded contract FA8730-18-C-0001 for the mission computing upgrade installation and checkout of four Japanese E-767 aircraft and associated ground systems.  This modification provides for the exercise of options for the procurement of supplies and services for the installation and checkout of the four Japanese aircraft, and brings the total cumulative face value of the contract to $125,666,359.  This modification involves foreign military sales to Japan. Work will be performed in Oklahoma City, Oklahoma; San Antonio, Texas; and Seattle, Washington, and is expected to be complete by Dec. 31, 2022.  Japanese foreign military sales funds in the amount of $64,763,036 are being obligated at the time of award.  Total Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

 

URS Federal Services Inc., Germantown, Maryland, has been awarded a $9,055,821 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00006) to previously awarded contract FA8131-16-D-0001 for contractor logistics support of the Air National Guard's C-26 fleet.  This modification exercises an option for an additional nine months to provide sustainment and engineering support for the current fleet of 11 aircraft.  Work will be performed in Fresno, California; Clarksburg, West Virginia; Albuquerque, New Mexico; Meridian, Mississippi; Houston, Texas; Des Moines, Iowa; Spokane, Washington; Tucson, Arizona; Madison, Wisconsin; and Montgomery, Alabama, and is expected to be complete by Dec. 31, 2018.  Fiscal 2018 Air National Guard operation and maintenance funds in the amount of $5,429,474.98 are being obligated at the time of award.  Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.  (Awarded March 28, 2018)

 

EFW Inc., Fort Worth, Texas, has been awarded an $8,661,396 requirements contract for F-16 removable memory cartridges. Work will be performed at EFW's subsidiary in Israel and is expected to be complete by Oct. 31, 2025. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-D-0016).

 

NAVY

 

Dyncorp International LLC., Fort Worth, Texas is being awarded $110,794,370 for modification P00018 to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost reimbursable contract (N00421-17-C-0033) to provide organizational level aircraft maintenance and logistic support on all rotary, fixed, lighter-than-air, and unmanned aircraft and support equipment in support of the Naval Test Wing Atlantic (NTWL).   This option exercise also provides for project testing, supportability and safety studies on various NTWL aircraft and weapons systems, off-site aircraft safety and spill containment patrols and aircraft recovery services.  Work will be performed in Patuxent River, Maryland, and is expected to be completed in March 2019.  Working capital (Navy) funds in the amount of $39,604,941 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

 

Engility Corp., Andover, Massachusetts, is being awarded an $84,874,349 cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract to provide systems engineering support to include multi-discipline, integrated technical baseline evaluation, engineering assessments of progress towards demonstrating and confirming completion of required developmental tasks and confidence that the technical baseline is mature enough for the next stage of development.  In addition, this contract provides for a systems engineering assessment of cost, schedule, emerging technology and maturity of design for all Naval Air Systems Command (NAVAIR) acquisition programs in support of the NAVAIR Systems Engineering Department (AIR 4.1).  Work will be performed in Patuxent River, Maryland (99 percent); Lakehurst, New Jersey (0.5 percent) and Cherry Point, North Carolina (0.5 percent), and is expected to be completed in April 2023.  No funds will be obligated at time of award.  Funds will be obligated on individual task orders as they are issued.  This contract was competitively procured via an electronic request for proposals; four offers were received.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-18-D-0017).

 

Micro USA Inc.,* Poway, California, is being awarded a $56,452,690 indefinite-quantity/indefinite-delivery contract for Global Positioning System-Based Positioning, Navigation, and Timing Service (GPNTS) hardware production units.  GPNTS is used to receive, process and distribute three dimensional position, velocity, acceleration, attitude, time and frequency in the formats required by shipboard user systems.  Work will be performed in Poway, California, and is expected to be completed by March 2023.  Fiscal 2017 other procurement (Navy) funds in the amount of $2,535,162 will be placed on contract and obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Commerce Business Daily’s Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with seven offers received.  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-18-D-0009).

 

Sechan Electronics Inc.,* Lititz, Pennsylvania, is being awarded a $52,065,643 indefinite-quantity/indefinite-delivery contract for Global Positioning System-Based Positioning, Navigation and Timing Service (GPNTS) hardware production units.  GPNTS is used to receive, process and distribute three dimensional position, velocity, acceleration, attitude, time and frequency in the formats required by shipboard user systems.  Work will be performed in Lititz, Pennsylvania, and is expected to be completed by March 2023.  Fiscal 2016 shipbuilding and conversion (Navy) funds and other procurement (Navy) funds in the amount of $2,111,585 will be placed on contract and obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Commerce Business Daily’s Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with seven offers received.  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-18-D-0008).

 

Systems Engineering Support Co. Inc.,* San Diego, California, is being awarded a $41,741,628 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for production, engineering, manufacturing and development of maintenance group (MG) units that are components of a mission critical data distribution network. Support includes development of new MG systems and upgrade kits, including requirements analysis, obsolescence support, design, engineering, environmental qualification, test and evaluation, documentation, logistics, configuration management and program management.  This contract combines purchases for the Navy (84 percent); and the governments of Japan (4 percent); Korea (7 percent); and Australia (5 percent) under the Foreign Military Sales program.  Work will be performed in San Diego, California, and work is expected to be completed March 28, 2023.  Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $200,000 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  Funding will be obligated via task orders.  The types of funding to be obligated include 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 (N66001-18-D-0013).

 

Northrop Grumman Systems Corp., St. Augustine, Florida, is being awarded a $34,674,832 modification P00010 to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost reimbursement contract (N00019-14-D-0022) to exercise an option for depot maintenance for 44 F-5N/F aircraft in support of the Navy and Marine Corps Reserves.  This option provides for depot level maintenance, aircraft inspections, repairs overhauls, emergency repairs, modifications, engineering support and procurement of structural components required to sustain continued safe, reliable, and available operations.  Work will be performed in St. Augustine, Florida (96 percent); Springville, Utah (3 percent); and Emmen, Switzerland (1 percent), and is expected to be completed in March 2019.  No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Cobham Advanced Electronic Solutions Inc., Lansdale, Pennsylvania, is being awarded $27,869,184 for modification P00003 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0007) for the procurement of AN/ALQ-99 Low Band Consolidation (LBC) Phase II Non-Recurring Engineering (NRE) and test articles.  This contract modification will implement an engineering change to modify the existing LBC by performing NRE efforts to reduce transmitter weight and conduct follow-on test and evaluation activities as a follow-on to LBC Phase I.  The effort will also require the delivery of 15 test articles to support future qualification and testing of the modified transmitter, as well as applicable technical data.  Work will be performed in Lansdale, Pennsylvania, and is expected to be completed in July 2020.   Fiscal 2017 and 2018 aircraft procurement (Navy) funds in the amount of $27,869,184 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.

 

Lockheed Martin Space Systems, Sunnyvale, California, is being awarded a $27,057,230 cost-plus-fixed-fee level-of-effort, completion contract to provide the United Kingdom (UK) with engineering and technical support services and deliverable materials for the Trident II Missile System.  This contract provides for technical planning, direction, coordination, and control to ensure that UK Fleet Ballistic Missile Program requirements are identified and integrated to support planned milestone schedules and emergent requirements, re-entry Systems UK resident technical support and operational support hardware and consumable spares are also provided for.  Work will be performed in Sunnyvale, California (41.82 percent); Cape Canaveral, Florida (29.70 percent); Denver, Colorado (17.68 percent); Coulport, Scotland (3.77 percent); St. Mary’s, Georgia (1.54 percent); Silverdale, Washington (1.38 percent); and various places below one percent (4.11 percent), with an expected level-of-effort completion date of March 31, 2019; a deliverable items completion date of June 30, 2020; and a collaborative replacement material experiments design completion date of March 31, 2022.  UK contract funds in the amount of $27,057,230 are being utilized.  Contract funds will not expire at the end of the current fiscal year.  This contract was a sole source acquisition pursuant to 10 U.S. Code 2304(c)(4).  The Department of the Navy, Strategic Systems Programs, Washington, District of Columbia, is the contracting activity  (N00030-18-C-0023).

 

Raytheon Integrated Defense Systems, Marlborough, Massachusetts, is being awarded a $25,712,210 cost-plus-fixed-fee modification to previously awarded contract (N00024-14-C-5315) exercising options for engineering services in support of the Air and Missile Defense Radar (AMDR) program.  Raytheon will provide systems engineering, ship integration, land-based test site planning, and related support services for AMDR testing and certification.  Work will be performed in Marlborough, Massachusetts, and is expected to be completed by September 2018.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $25,712,210 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.

 

Unisys Corp., Reston, Virginia, is being awarded an estimated value $19,991,108 completion-type contract (N00039-18-C-0005) to develop, maintain and sustain the Nuclear Command, Control and Communications Navy Modernized Hybrid Solution messaging software and associated computer software / computer software documentation.  The message handling software is used to receive, validate, store and forward messages from military commanders to tactical military forces.  The software is employed at Navy computer and telecommunications area master stations; Navy Computer and Telecommunications Stations; Submarine Broadcast Control Authorities (BCAs); and Take Charge and Move Out BCAs.  Work will be performed in Reston, Virginia, and is expected to be completed by April 2023.  Fiscal 2017 and 2018 research, development, test and evaluation (Navy); and fiscal 2018 operations and maintenance (Navy) funds in the amount of $4,234,790 will be obligated at the time of award.  Contract funds in the amount of $940,000 will expire at the end of the current fiscal year.  This sole source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1).  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

 

Belt Collins Hawaii LLC,* Honolulu, Hawaii, is being awarded a maximum amount $15,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for design services for various civil engineering projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR).  The work to be performed provides for design and engineering services for various design-build and design-bid-build civil engineering projects with associated multi discipline architect-engineering support services including new construction, alteration, repair and installation of civil facilities, infrastructure and systems.  No task orders are being issued at this time.  Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AOR.  The term of the contract is not to exceed 60 months, with an expected completion date of March 2023.  Navy working capital contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by operation and maintenance, (Navy and Marine Corps) and Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (N62478-18-D-5030).

 

George J. Kostas Research Institute for Homeland Security, Burlington, Massachusetts, is being awarded a $12,283,000 other transaction agreement under U.S. Code §2371b agreement for advancing warfighter technologies in the area of expeditionary cyber.  Work will be performed in Boston, Massachusetts (30 percent); Hattiesburg, Mississippi (27 percent); Burlington, Massachusetts (15 percent); Houston, Texas (8 percent); Johnstown, Pennsylvania (7.3 percent); Rogers, Connecticut (2.3 percent); Linthicum Heights, Maryland (2.3 percent); Denton, Texas (2.3 percent); Needham, Massachusetts (2.4 percent); Belcamp, Maryland (1.4 percent); Notre Dame, Indiana (1 percent); and Blacksburg, Virginia (1 percent).  Work is expected to be completed Oct. 28, 2019.   Fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $12,283,000 are being obligated at the time of award.  This agreement was competitively procured under N00014-18-S-B0001 entitled long range broad agency announcement (BAA) for Navy and Marine Corps science and technology.  Proposals will be received throughout the year under the long range BAA, therefore, the number of proposals received in response to the solicitation is unknown.  The contractor is an “other than” small business, non-profit entity.  The Office of Naval Research, Arlington, Virginia, is the contracting activity.  (N00014-18-9-0001) 

 

Northrop Grumman Systems Corp., Charlottesville, Virginia, is being awarded an $11,811,923 cost-plus incentive fee modification to previously awarded contract N00024-16-C-5226 to exercise options for the fabrication of Pre-Production Units (PPU) for Navy’s Inertial Navigation Systems Replacement Inertial Sensor Module (INS-R ISM).  The INS-R ISM is intended to serve as the U.S. naval fleet’s primary position source in the absence of a Global Positioning System.  The INS-R will provide mission critical ship positioning, velocity, and altitude data to shipboard sensors, combat systems, guns, and missile systems. The INS-R ISM PPU fabrication progresses the INS-R ISM design maturity towards environmental qualification testing, Navy training, Navy system integration tests, Navy developmental tests, operational tests, and At Sea Alignment Test.  Work will be performed in Charlottesville, Virginia (48 percent); Woodland Hills, California (34 percent); and Salt Lake City, Utah (18 percent), and is expected to be completed by August 2019.  Fiscal 2018 research, development, test, and evaluation (Navy) funding in the amount of $4,477,798 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-5226).

 

The Boeing Co., St. Louis, Missouri, is being awarded $11,525,487 for modification P00017 to a previously awarded firm-fixed-price contract (N00019-17-C-0003) non-recurring engineering in support of production F/A-18E/F and EA-18G aircraft.  Work will be performed in St. Louis, Missouri (60 percent); and Philadelphia, Pennsylvania (40 percent), and is expected to be completed in February 2019.   Fiscal 2016 aircraft procurement (Navy) funds in the amount of $11,525,487 will be obligated at time of award, all of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is being awarded an $11,320,921 firm-fixed-price modification to previously awarded order N00024-17-F-5152 to exercise options for two solid-state switch assembly kits, one installation and checkout spare kit and installation and test services in support of the AEGIS Modernization program.  Work will be performed in Andover, Massachusetts (83 percent); Marlborough, Massachusetts (12 percent); and Portsmouth, Rhode Island (5 percent), and is expected to be completed by December 2019.  Fiscal 2018 other procurement (Navy) funding in the amount of $11,320,921 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.

 

Merrill Tool and Machine Inc., Saginaw, Michigan, is being awarded a $7,114,374 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to manufacture and deliver support equipment for the Aircraft Launch and Recovery Equipment Program.  Work will be performed in Saginaw, Michigan, and is expected to be completed in March 2019.  No funds will be obligated at time of award.  Funds will be obligated on individual orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-2.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-D-0030).

 

U.S. TRANSPORTATION COMMAND

 

Raytheon BBN Technologies Corp., Cambridge, Massachusetts, has been awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (HTC711-18-D-D001) with a maximum contract ceiling of $45,500,000 for Analysis of Mobility Platform (AMP). AMP is a comprehensive transportation modeling, simulation, and optimization environment used to analyze and assess the movement of military-related cargo and personnel within the Defense Transportation System. AMP provides a comprehensive representation of end-to-end deployment and distribution, to include movement by all transportation modes within the continental U.S., inter-theater, within theater, and combinations thereof.  The period of performance is April 1, 2018, through Sept. 30, 2022. Work will be performed in Cambridge, Massachusetts; and Scott Air Force Base, Illinois. This award is the result of a competitive acquisition with one offer received.  No funding is obligated on the contract. Funding will be obligated on subsequent task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

JetCo Packaging Solutions LLC, doing business as JetCo Solutions,* Grand Rapids, Michigan, has been awarded a $20,438,277 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for fiberboard boxes and sheet material. This is a five-year contract with no option periods. This was a competitive acquisition with two responses received. Location of performance is Michigan, with a March 28, 2023, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300-18-D-0006).

 

Delavan Inc., West Des Moines, Iowa, has been awarded an estimated maximum $18,287,637 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for turbojet engine fuel nozzles. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), based on Federal Acquisition Regulation 6.302-1(a)(2). This is a three-year contract with no option periods. Location of performance is Iowa, with a March 31, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-18-D-0005).

 

Raytheon Co., El Segundo, California, has been awarded a $17,885,000 firm-fixed-price delivery order (SPRPA1-18-F-C303) against a five-year basic ordering agreement (SPRPA1-17-G-C301) with no option periods for position tracking system spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), based on Federal Acquisition Regulation 6.302-1(a)(2). Location of performance is California, with a July 29, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

 

Advantaged Solutions Inc., Washington, District of Columbia, has been awarded an $11,501,453 firm-fixed-price, with a cost reimbursement line for travel, blanket purchase agreement (BPA) call order (SP3300-18-F-0378) against an existing BPA (N00104-08-A-ZF42) for SAP support services and cloud hosting. This was a limited source acquisition in accordance with Federal Acquisition Regulation 8.405-6(b). This is a one-year BPA call order. Locations of performance are Washington, District of Columbia; and Texas, with an April 1, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

 

DEFENSE FINANCE AND ACCOUNTING SERVICE

 

PricewaterhouseCoopers Public Sector LLP, McLean, Virginia, is being awarded a maximum $12,064,421.86 labor-hour contract for audit finding remediation support services. Work will be performed in McLean, Virginia, with an expected completion date of March 31, 2019. The contract has a 12-month base period with four individual one-year option periods. This contract is the result of a competitive acquisition for which two quotes were received. Fiscal  2017 Defense-wide operations and maintenance funds in the amount of $12,064,422 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio is the contracting activity (HQ0423-18-F-0055).

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

Lockheed Martin Corp., Orlando, Florida, has been awarded a $7,399,787 cost-plus-fixed-fee contract in support of the Defense Advanced Research Projects Agency’s Improv 2 program. Work will be performed in Orlando, Florida (89 percent); and Ann Arbor, Michigan (11 percent), with an estimated completion date of June 2019. Fiscal 2017 and 2018 research and development funds in the amount of $4,444,483 are being obligated at time of award. DARPA, Arlington, Virginia, is the contracting activity (HR001118C0067).

 

*Small Business