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

Official websites use .gov

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

Secure .gov websites use HTTPS

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

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 Some of the information contained within may be outdated and links may not function.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

Contracts For June 6, 2018

CONTRACTS

NAVY

American Electronics Inc.,* California, Maryland (N00421-18-D-0035); American Technology Solutions International Corp.,* Fredericksburg, Virginia (N00421-18-D-0049); Aviation Systems Engineering Co.,* Lexington Park, Maryland  (N00421-18-D-0037); Credence Management Solutions LLC,* Vienna, Virginia (N00421-18-D-0051); Cydecor Inc.,* Arlington, Virginia (N00421-18-D-0039); Davis Defense Group Inc.,* Stafford, Virginia (N00421-18-D-0038); Eagle Systems Inc.,* California, Maryland (N00421-18-D-0034); FEDITC,* Rockville, Maryland (N00421-18-D-0053); Ironclad Technology Services LLC,* Virginia Beach, Virginia (N00421-18-D-0047); NikSoft Systems Corp.,* Reston, Virginia (N00421-18-D-0040); Precise Systems, Inc.*, Lexington Park, Maryland(N00421-18-D-0044); Qi Tech LLC,* McLean, Virginia (N00421-18-D-0052); RBC Inc.,* Alexandria, Virginia (N00421-18-D-0033); Research and Engineering Development LLC,* California, Maryland (N00421-18-D-0041); Rollout Systems LLC,* California, Maryland (N00421-18-D-0050); Spectrum Comm Inc.,* Newport News, Virginia (N00421-18-D-0045); Synectic Solutions Inc.,* Oxnard, California (N00421-18-D-0036); Technology and Management International LLC,* Toms River, New Jersey (N00421-18-D-0046); Tekla Research Inc.,* Dumfries, Virginia (N00421-18-D-0042); The Columbia Group Inc.,* Washington, District of Columbia (N00421-18-D-0043); and Trident Technologies LLC,* Huntsville, Alabama (N00421-18-D-0048), are each being awarded an indefinite-delivery/indefinite-quantity contract with firm-fixed-price, time-and-materials, cost-plus-fixed-fee, and cost reimbursable line items to provide program management support services for the Naval Air Systems Command (NAVAIR).  Services to be provided include leading, facilitating, and ensuring the strategic planning, implementation, coordination, integration, and evaluation of programmatic activities and administrative systems for NAVAIR managed programs program executive offices.  The estimated aggregate ceiling for all contracts is $960,000,000, with the companies having an opportunity to compete for individual orders.  Work will be performed at various locations within the NAVAIR Patuxent River, Maryland, commuting area and is expected to be completed in June 2023.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  These contracts were competitively procured via an electronic request for proposals as a 100 percent small business set-aside; 84 offers were received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity

Bell Boeing JPO, Amarillo, Texas, is being awarded $47,385,038 for cost-plus-fixed-fee delivery order N0001918F0016 against a previously issued basic ordering agreement (N00019-17-G-0002).  This delivery order procures non-recurring engineering, production, supportability, and management necessary to facilitate the incorporation of optimized wiring and structural improvements on the nacelle into the V-22 production line and via forced retrofit at the depot level of maintenance for previously delivered V-22 aircraft.  The effort addresses all non-recurring activities through the critical design review, to include the delivery, installation, validation, and any defined testing of one nacelle ship set.  Work will be performed in Fort Worth, Texas (84 percent); Ridley Park, Pennsylvania (5 percent); Patuxent River, Maryland (4 percent); Fort Walton Beach, Florida (4 percent); and Amarillo, Texas (3 percent), and is expected to be completed in July 2020.  Fiscal 2018 aircraft procurement (Navy and Air Force) funds in the amount of $47,385,038 will be obligated at time of award, none of which will expire at the end of the fiscal year.  This delivery order combines purchases for the Navy ($40,184,366; 85 percent); and Air Force ($7,200,672; 15 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Fluor Federal Solutions LLC, Greenville, South Carolina, is awarded a $24,109,845 indefinite-delivery/indefinite-quantity modification for exercise of the option to extend services for base operations support services at various installations in the Naval Facilities Engineering Command Southeast area of responsibility.  The work to be performed provides for regional base operations support services including, but not limited to, the following functions port operations, facilities support services, facility investment, base support vehicles and equipment, and environmental.  After award of this option, the total cumulative contract value will be $302,094,139.  Work will be performed in Jacksonville, Florida, and is expected to be completed December 2018.  Fiscal 2018 operations and maintenance (Navy and Marine Corps); fiscal 2018 Navy working capital funds; fiscal 2018 defense health program; and fiscal 2018 family housing operations and maintenance (Navy) contract funds in the amount of $19,537,710 for recurring work will be obligated on individual task orders issued during the option period.  No funds will be obligated at time of award.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-12-D-7582).

Science Application International Corp., Reston, Virginia, is awarded a $17,221,542 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide development, technical, management and engineering services for intelligence, surveillance and reconnaissance systems. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $44,002,537. Work will be performed in San Diego, California, and work is expected to be completed by June 5, 2020. If the option is exercised, the period of performance would extend through June 5, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). This contract was competitively procured via Request for Proposal N66001-17-R-0494 and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eight offers were received and six were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0307).

Booz Allen Hamilton, McLean, Virginia, is awarded a $16,446,968 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide development, technical, management and engineering services for intelligence, surveillance and reconnaissance systems.  This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $42,337,089.  Work will be performed in San Diego, California, and work is expected to be completed by June 5, 2020.  If the option is exercised, the period of performance would extend through June 5, 2023. No funds will be obligated at the time of award.  Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). This contract was competitively procured via Request for Proposal N66001-17-R-0494 and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eight offers were received and six were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0303).

Leidos Inc., Reston, Virginia, is awarded a $15,685,313 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide development, technical, management and engineering services for intelligence, surveillance and reconnaissance systems. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $40,390,464. Work will be performed in San Diego, California, and work is expected to be completed by June 5, 2020. If the option is exercised, the period of performance would extend through June 5, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). This contract was competitively procured via Request for Proposal N66001-17-R-0494 and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eight offers were received and six were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0305).

General Dynamics Information Technology, Fairfax, Virginia, is awarded a $15,651,710 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide development, technical, management and engineering services for intelligence, surveillance and reconnaissance systems. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $40,350,075. Work will be performed in San Diego, California, and work is expected to be completed by June 5, 2020. If the option is exercised, the period of performance would extend through June 5, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). This contract was competitively procured via Request for Proposal N66001-17-R-0494 and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eight offers were received and six were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0304).

Lockheed Martin Corp., Manassas, Virginia, is awarded a $14,991,699 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide development, technical, management and engineering services for intelligence, surveillance and reconnaissance systems. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $38,793,471. Work will be performed in San Diego, California, and work is expected to be completed by June 5, 2020. If the option is exercised, the period of performance would extend through June 5, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). This contract was competitively procured via Request for Proposal N66001-17-R-0494 and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eight offers were received and six were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0306).

Solute, Inc., San Diego, California, is awarded a $13,390,442 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide development, technical, management and engineering services for intelligence, surveillance and reconnaissance systems. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $34,525,808. Work will be performed in San Diego, California, and work is expected to be completed by June 5, 2020. If the option is exercised, the period of performance would extend through June 5, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). This contract was competitively procured via Request for Proposal N66001-17-R-0494 and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eight offers were received and six were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0308).

Harris Corp., Palm Bay, Florida, is awarded $9,487,610 for modification P00023 to a previously awarded firm-fixed-price contract (N00019-14-C-0063) to exercise an option for the procurement of 35 Lot 18 digital map computers (DMCs) for H-1; 93 DMCs for Navy supply; 24 digital video map computers (DVMCs) for F/A-18 variants; 30 DVMCs for the government of Kuwait; 24 extension housings for F/A-18 variants; and 26 extension housings for the government of Kuwait in support of the Air Combat Electronics program office.  Work will be performed in Malabar, Florida, and is expected to be completed in March 2020.  Fiscal 2016, 2017 and 2018 aircraft procurement (Navy); and foreign military sales (FMS) funds in the amount of $9,487,610 will be obligated at time of award, $92,380 of which will expire at the end of the current fiscal year.  This effort combines purchases for the Navy ($7,451,484; 79 percent); and FMS ($2,036,126; 21 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Raytheon Co., Tewksbury Massachusetts, is being awarded $9,467,121 for cost-plus-fixed-fee modification P00018 to task order 0004 under previously awarded contract N00014-09-D-0696 for the Flexible Distributed Array Radar effort (FlexDAR).  FlexDAR will demonstrate new capabilities provided by the implementation of every-element digital beamforming combined with network coordination and precise time synchronization.  These capabilities will allow multiple input, multiple output operation, providing expected benefits in target detection and tracking as well as electronic protection.  Work will be performed in Tewksbury, Massachusetts, and work is expected to be completed by Feb. 28, 2019.  Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $7,142,933 will be obligated at the time of award.  No funds will expire at end of current fiscal year.  Task order 0004 was competitively procured under solicitation N00014-13-R-0003 entitled, Flexible Distributed Array Radar.  The Office of Naval Research, Arlington, Virginia, is the contracting activity.   

Aerospace Mass Properties Analysis Inc.,* North Wales, Pennsylvania, awarded a $9,135,797 cost-plus-fixed-fee contract to design, develop, install and/or modify sensors and systems, as well as aircraft integration of ultra-fast switch systems sensors.  It also includes the equipment used to develop, integrate, test and evaluate associated avionics systems/sub-systems that can utilize ultra-fast switch technology.  The contractor will also provide and or design unique prototype software, sensor systems including prototype electro-optical, communication, and electronic attack systems, high accuracy gimbal support units, and advanced material development.  These efforts are in support of Small Business Innovation Research Phase III research and development for solicitation N093-164-topic: Holographic Optical Aperture Gate for Single-pixel and Imaging Light Detection and Ranging systems.  Work will be performed in North Wales, Pennsylvania, and is expected to be completed in June 2021.  Fiscal 2017 research, development, test, evaluation (Navy) funds in the amount of $156,773 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-C-0180).

Raytheon Co., McKinney, Texas, is being awarded $8,268,078 for firm-fixed-price delivery order N00383-18-F-AE00 under previously awarded basic ordering agreement N00383-17-G-AE01 for the repair of the forward-looking infrared radiometer systems in support of the V-22 and H-53 aircraft. Work will be performed in McKinney, Texas (80 percent); and Jacksonville, Florida (20 percent), and is expected to be completed by June 2020. Fiscal 2018 working capital funds (Navy) in the amount of $8,268,078 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

AIR FORCE

Raytheon Co. - Integrated Defense System, Tewksbury, Massachusetts, has been awarded a $49,400,000 modification (P00017) to a previously awarded contract (FA8730-15-C-0002) for the Qatar Air and Missile Defense Operation Center (ADOC). The contract modification is for the procurement of the Qatar ADOC integrated air and missile defense integration and material. Work will be performed in Tewksbury, Massachusetts, and is expected to be completed by May 31, 2020. This modification involves 100 percent foreign military sales to Qatar. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Agile Defense Inc., Reston, Virginia, has been awarded a $30,414,981 modification (P00033) to previously awarded task order HR0011-15-F-0002 for unclassified information technology services. The modification brings the total cumulative face value of the task order to $128,910,392 from $98,495,411. Work will be performed in Arlington, Virginia, with an expected completion date of June 2019. Fiscal 2018 research and development funds in the amount of $12,042,734 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. (Awarded June 4, 2018)

DEFENSE LOGISTICS AGENCY

Honeywell International Inc., Tucson, Arizona, has been awarded a maximum $29,116,573 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for alternating current generators. This was a limited competition acquisition using justification 10 U.S. Code 2304 (c)(1), based on Federal Acquisition Regulation 6.302-1(a)(2). This is a five-year contract with no option periods. Locations of performance are Arizona and Alabama, with a May 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0156).

Peckham Vocational Services,** Lansing, Michigan, has been awarded a maximum $24,076,961 firm-fixed-price contract for green and desert sand microfleece jackets. This is a one-year base contract with one one-year option period. Locations of performance are Florida and Michigan, with a June 5, 2019, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-N041). 

Star-Glo Industries LLC,* East Rutherford, New Jersey, has been awarded a maximum $17,598,831 firm-fixed-price contract for recoil buffer assemblies. This was a competitive acquisition with 10 responses received. This is a three-year base contract with two one-year option periods. Maximum dollar amount is for the life of the contract, including options. Location of performance is New Jersey, with a June 5, 2023, performance completion date. Using customers are federal civilian agencies. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-18-D-0065). 

Melton Sales & Service,* Columbus, New Jersey, has been awarded a maximum $11,104,405 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cylinder assemblies for the heavy expanded mobility tactical trucks. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is New Jersey, with a June 5, 2023, estimated performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-D-0101). 

American Water Operations and Maintenance Inc., Voorhees, New Jersey, has been awarded a maximum $8,265,358 modification (P00108) to a 50-year contract (SP0600-09-C-8257) incorporating a negotiated price redetermination for the ownership, operation and maintenance of the water distribution and wastewater collection utility systems at Fort Belvoir, Virginia. This modification increases the obligated value from $139,433,407 to $139,548,204. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are New Jersey and Virginia, with a March 5, 2060, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2060 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. 

Lockheed Martin Corp., Baltimore, Maryland, has been awarded a maximum $7,161,765 modification (P00001) to a five-year base contract (SPEAX-17-D-9409) with one five-year option period adding 97 consumable and depot-level repairable national stock numbers for various weapon systems. This is a requirements-type contract. The modification brings the total cumulative face value of the contract to $20,894,236 from $13,732,471. Locations of performance are Maryland, Georgia, Texas, New York, Massachusetts and New Jersey, with an April 19, 2022, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. 

ARMY 

W.F. Baird & Associates LTD,* Madison, Wisconsin, was awarded a $9,900,000 firm-fixed-price contract for architect-engineering services for navigation and flood damage projects including coastal and inland storm damage reduction projects and ecosystem restoration and mitigation projects. 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 June 5, 2023. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-18-D-0006). 

*Small Business

**Mandatory source