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 Some of the information contained within may be outdated and links may not function.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 Aug. 8, 2018

NAVY

 

Amsec LLC, Virginia Beach, Virginia (N00039-11-D-0030); Serco Inc., Herndon, Virginia (N00039-11-D-0032); VT Milcom Inc., Virginia Beach, Virginia (N00039-11-D-0033); KBRwyle Technology Solutions LLC, Columbia, Maryland (N00039-15-D-0034); and M. C. Dean Inc., Tysons, Virginia (N00039-15-D-0035), are awarded a combined $374,000,000 modification to a previously awarded indefinite-delivery/indefinite-quantity, hybrid, cost-plus-incentive fee, fixed-price-incentive-firm-target, cost-plus-fixed-fee, firm-fixed-price, multiple award contract to increase ceiling and extend period of performance for installation and operational certification of shipboard and shore facility command, control, communications, computers, intelligence, surveillance and reconnaissance systems.  This contract modification contains two options, which if exercised, would bring the contract modification value to $500,000,000.  If Amsec LLC, exercised the options, its contract value could reach $1,813,148,958; if Serco Inc., exercised the options, its contract value could reach $1,905,347,348; if VT Milcom Inc., exercised the options, its contract value could reach $1,886,039,973; if KBRwyle Technology Solutions LLC, exercised the options, its contract value could reach $1,305,170,296; if M. C. Dean Inc., exercised the options, its contract value could reach $1,353,777,308.  Work will be performed in various U.S. and global locations based on the requirement for each delivery order placed, and work will be completed by August 2019. If both options are exercised, work would continue through February 2020.  No funding will be placed on the contract or obligated at the time of this modification award. All funding will be placed as individual delivery orders are issued using fiscal 2018 and 2019 other procurement (Navy) funding.  Contract funds will not expire at the end of the current fiscal year.  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

 

General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $33,592,059 cost-plus-award-fee modification to previously awarded contract N00024-14-C-4313 to exercise Option Year Four for the accomplishment of the planning yard support services for the Littoral Combat Ship (LCS) class of ships.  This option exercise is for planning yard services for Freedom and Independence variant LCS Class in-service ships. General Dynamics, Bath Iron Works will provide engineering, planning, ship configuration, material and logistics support to maintain and modernize both variants of the LCS Class.  Work will be performed in Bath, Maine, and is expected to be completed by August 2019.  Fiscal 2018 other procurement (Navy), and 2018 operations and maintenance (Navy) funding in the amount of $16,520,927 will be obligated at time of award. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $1,797,090 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $19,931,983 for modification P00010 to a delivery order (N0001917F0108) previously issued against basic ordering agreement N00019-14-G-0020.  This modification provides for the procurement of Aircraft Management System (AMS) and Panoramic Cockpit Display (PCD) components, mitigating hardware lead time schedule risk for Technical Refresh Phase 3 development, as well as integration of AMS and PCD into identified development laboratories to support Lot 15 F-35 Lightning II production.  Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2019.  Fiscal 2018 research, development, test and evaluation (Air Force) funds in the amount of $15,852,703 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.

 

APTIM Federal Services, Alexandria, Virginia, is awarded $9,499,292 for firm-fixed-price task order N6247318F4977 under a previously awarded environmental multiple award contract (N62473-17-D-0006) for Operable Unit B-2 Non-Time Critical Removal Action Remedial Action (NTCRA) Area -05, at Naval Air Facility Adak.  The work to be performed provides for munitions response actions under a NTCRA to address the past use of munitions and explosives of concerns.  Work will be performed in Adak, Alaska, and is expected to be completed by August 2020.  Fiscal 2018 base realignment and closure environmental (Navy) contract funds in the amount of $9,499,292 are obligated on this award and will not 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.

 

Insitu Inc., Bingen, Washington, is awarded $9,000,000 for firm-fixed-price delivery order N0001918F030 against a previously issued basic ordering agreement (N00019-15-G-0014).  This order provides for the procurement of spare and sustainment parts to maintain the RQ-21A Blackjack unmanned aircraft system in support of the Marine Corps.  Work will be performed in Bingen, Washington, and is expected to be completed in January 2019.  Fiscal 2016 aircraft procurement (Marine Corps) funds in the amount of $9,00,000 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.

 

U.S. SPECIAL OPERATIONS COMMAND

 

Insitu Inc., Bingen, Washington, has been awarded a $5,000 minimum, $232,000,000 maximum additional task order under an existing non-competitive, single award, indefinite-delivery/indefinite-quantity contract (H92222-16-D-0031) for mid-endurance unmanned aircraft systems (MEUAS II-B) intelligence, surveillance, and reconnaissance services.  This task order was issued to prevent interruption of ongoing services.  Fiscal 2018 operations and maintenance funds in the amount of $12,000,000 were obligated at the time of award.  U.S. Special Operations Command, Tampa, Florida, is the contracting activity.

 

MISSILE DEFENSE AGENCY

 

Five Stones Research Corp.,* Brownsboro, Alabama, is being awarded a $50,096,546 competitive cost-plus-fixed-fee contract with a base year value of $25,180,374 to support Information Technology Management and Analysis (ITMA). Under this contract, the contractor will provide: (1) enterprise information technology architecture and engineering team support; (2) executive, regional and information technology (IT) planning services; (3) IT networks and systems services; (4) information management services; (5) enterprise operations and engineering services; and (6) unified communications services. The work will be performed at Fort Belvoir, Virginia; Redstone Arsenal, Alabama; Schriever Air Force Base, Colorado; and Dahlgren, Virginia. The period of performance is Aug. 27, 2018 through Aug. 26, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $1,635,076.87 are being obligated at the time of award. The contract was competitively procured via publication on the Federal Business Opportunities website with five proposals received. The Missile Defense Agency, Schriever Air Force Base, Colorado, is the contracting activity (HQ0796-18-C-0002).

 

ARMY

 

ECS Federal Inc., Fairfax, Virginia, was awarded an $18,699,380 hybrid (cost, cost-plus-fixed-fee) contract for program management office support services. Bids were solicited via the Internet with four received. Work will be performed in Arlington, Virginia, with an estimated completion date of July 31, 2022. Fiscal 2017 and 2018 research, development, test and evaluation funds in the amount of $18,699,380 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-18-F-0035).

 

The Ross Group Construction Corp., Tulsa, Oklahoma, was awarded a $17,063,090 firm-fixed-price contract for North Fitness Center at Cannon Air Force Base, New Mexico. Bids were solicited via the Internet with eight received. Work will be performed in Clovis, New Mexico, with an estimated completion date of June 30, 2020. Fiscal 2017 military construction funds in the amount of $17,063,090 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-18-C-0018).

 

PAE Government Services Inc., Arlington, Virginia, was awarded a $10,885,608 modification (P00006) to contract W56HZV-17-C-0117 for the National Maintenance Strategy - Ground Vehicle Support effort. Work will be performed in Hkia, Afghanistan, with an estimated completion date of Aug. 30, 2022. Fiscal 2017 other procurement, Army funds in the amount of $10,885,608 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

FD Software Enterprise LLC,* East Stroudsburg, Pennsylvania, was awarded a $9,603,745 firm-fixed-price contract for the Network-Centric Early Warning System. One bid was solicited with one bid received. Work will be performed in East Stroudsburg, Pennsylvania, with an estimated completion date of Aug. 8, 2023. Fiscal 2017 and 2018 research, development, test and evaluation funds in the amount of $899,000 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-18-C-0013).

 

AIR FORCE

 

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $13,600,000 modification (P00004) to firm-fixed price contract FA8102-16-D-0005 for services and supplies in support of modernization, expansion, and depot-level contractor logistics support. The contractor will provide support for Scope Command’s High Frequency Global Communications System in support of Air Force, Navy, and Coast Guard requirements. Work will be performed in Richardson, Texas, in support of this Aug 31, 2018 through Aug. 30, 2019 ordering period. This Option Two contract is the result of a sole-source acquisition. Total estimated contract value is $40,600,000. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

 

DEFENSE FINANCE AND ACCOUNTING SERVICE

 

Enterprise Services LLC, Herndon, Virginia, has been awarded a $7,713,666 modification (P00012) to previously awarded task order HQ0423-16-F-0044 for support of the Defense Civilian Payroll System.  The modification brings the total cumulative face value of the contract to $21,706,221. Work will be performed in Indianapolis, Indiana, with an expected completion date of Sept. 30, 2019.  Fiscal 2019 operations and maintenance (Defense) funds in the amount of $7,713,665.79 are being obligated at time of award. The Defense Finance and Accounting Service, Columbus, Ohio, is the contracting activity.

 

*Small Business