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 Some of the information contained within may be outdated and links may not function.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 July 23, 2018

ARMY

BANC 3 Inc.,* Princeton, New Jersey (W909MY-18-D-0015); Barbaricum LLC,* Washington, District of Columbia (W909MY-18-D-0016); Dynamis Inc.,* Fairfax, Virginia (W909MY-18-D-0017); Polaris Alpha Advanced Systems Inc., Fredericksburg, Virginia (W909MY-18-D-0018); Fibertek Inc.,* Herndon, Virginia (W909MY-18-D-0019); Intuitive Research and Technology Corp.,* Huntsville, Alabama (W909MY-18-D-0020); MicroTechnologies LLC,* Vienna, Virginia (W909MY-18-D-0021); Middle Bay Solutions II LLC,* Huntsville, Alabama (W909MY-18-D-0022); Manufacturing Techniques Inc.,* Kilmarnock, Virginia (W909MY-18-D-0023); and Trideum Corp.,* Huntsville, Alabama (W909MY-18-D-0024), will compete for each order of the $192,000,000 cost-plus-fixed-fee contract for rapid acquisition of materials for prototyping. Bids were solicited via the Internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of July 22, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Chemring Sensors & Electronic Systems Inc., Dulles, Virginia, was awarded a $14,339,127 firm-fixed-price contract for engineering changes to the Husky Mounted Detection systems. One bid was solicited with one bid received. Work will be performed in Dulles, Virginia, with an estimated completion date of Nov. 23, 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $2,820,397 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-18-C-0010).

NAVY

Symmes, Maini and McKee Associates Inc.,* Cambridge, Massachusetts, is awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multi-discipline architect-engineering services in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR).  The work to be performed provides for comprehensive architect-engineering services required for planning, design, and construction services in support of new construction, repair, replacement, demolition, alteration, and/or improvement of Navy and other governmental facilities.  Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection, and interior design.  Task order 0001 is being awarded at $426,270 for design of the pier 2 electric and water utilities repair at Naval Station Newport, Newport, Rhode Island.  Work for this task order is expected to be completed by January 2019.  All work on this contract will be performed at various Navy facilities and other government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to, Connecticut (40 percent); Rhode Island (40 percent); and other areas within the AOR (20 percent).  The term of the contract is not to exceed 60 months with an expected completion date of July 2023.  Fiscal 2018 Navy working capital contract funds in the amount of $426,270 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 military construction (Navy); operations and maintenance (Navy); and Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-8703).

BAE Systems, Information and Electronics, Nashua, New Hampshire, is awarded $23,047,011 for cost-plus-fixed-fee, firm-fixed-price undefinitized delivery order N001918F0252 against a previously issued basic ordering agreement (N00019-17-G-0013).  This delivery order provides for non-recurring engineering to update, integrate, test and deliver hardware, software and data for the CV-4334/ALE-55 electronic frequency converter full rate production lot 10 in support of the government of Kuwait.  In addition, 38 electronic frequency converters will be manufactured and delivered under this order.  Work will be performed in Nashua, New Hampshire (34 percent); Rochester, New York (22 percent); Mountain View, California (6 percent); San Diego, California (4 percent); Setauket, New York (3 percent); Landenburg, Pennsylvania (2 percent); Shelton, Connecticut (2 percent); Toledo, Ohio (1 percent); Hopkinton, Massachusetts (1 percent); and various locations within the continental U.S. (25 percent), and is expected to be completed in August 2020.  Foreign military sales funds in the amount of $4,619,797 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.

The Boeing Co., St. Louis, Missouri, is awarded $12,236,997 for cost-plus-fixed-fee order N6134018F0056 against a previously issued basic ordering agreement (N00019-16-G-0001).  This order provides for non-recurring engineering to support the development and delivery of an engineering change proposal for the integration of an Automatic Backup Oxygen system into the T-45 aircraft through critical design review closure.  Work will be performed in St. Louis, Missouri, and is expected to be completed in August 2019.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $12,236,997 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Insitu Inc., Bingen, Washington, is awarded $8,904,000 for firm-fixed-price delivery order N001918F0275 against a previously issued basic ordering agreement (N00019-15-G-0014).  This delivery order provides for the procurement of various quantities of spare and sustainment parts in support of the RQ-21A system.  Work will be performed in Bingen, Washington, and is expected to be completed in March 2019.  Fiscal 2017 procurement (Marine Corps) funds in the amount of $8,904,000 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.

Honeywell International Inc., Torrance, California, is awarded $8,414,872 for firm-fixed-price delivery order N00383-18-F-FQ2D under previously awarded basic ordering agreement N00383-14-G-001D for the repair of shaft driven compressors in support of the V-22 aircraft. Work will be performed in Torrance, California, and work is expected to be completed by November 2021. Fiscal 2018 working capital funds (Navy) in the amount of $8,414,872 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

Lockheed Martin Services Inc., Colorado Springs, Colorado, has been awarded a $7,313,281 modification (P00127) to contract FA8823‐13‐C‐0002 for global positioning system (GPS) control segment sustainment. Contractor will provide the latest design changes to minimize GPS operations risk during transition to joint legacy monitor station technology and capability and modernized‐MSTIC operations and to address increase in security certification activities and related documentation details. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by Feb. 6, 2020. Fiscal 2018 operations and maintenance funds in the amount of $7,313,281 are being obligated at the time of award. Total cumulative face value of the contract is $318,420,614. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE:  Landoll Corp., Marysville, Kansas (SPE8EC-18-D-0026), has been added as an awardee to a multiple-award contract for commercial material handling equipment, issued against solicitation SPE8EC-17-R-0002, announced Dec. 2, 2016.

UPDATE:  Easy Street JD&S LLC, Carol Stream, Illinois (SPE8EC-18-D-0025), has been added as an awardee to the multiple-award contract for commercial cranes, issued against solicitation SPE8EC-17-R-0004, announced March 3, 2017.

*Small Business