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 Some of the information contained within may be outdated and links may not function.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. 22, 2018

NAVY

 

Progeny Systems Corp.,* Manassas, Virginia, is awarded a $40,601,413 cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price-incentive-fee contract for the production of MK54 Mod 1 lightweight torpedo kits and related test equipment, spares, and engineering and hardware support services. This contract includes options which, if exercised, would bring the cumulative value of this contract to $303,186,635. This contract combines purchases for the Navy (99 percent); and the governments of Canada, the commonwealth of Australia, the United Kingdom, and Taiwan (1 percent) under the Foreign Military Sales (FMS) program.  Work will be performed in Charleroi, Pennsylvania (55 percent); Salt Lake City, Utah (41 percent); and Manassas, Virginia (4 percent), and is expected to be completed by August 2022. Fiscal 2018 weapons procurement (Navy) funding in the amount of $21,690,207; fiscal 2017 weapons procurement (Navy) funding in the amount of $18,550,183; and FMS funding in the amount of $361,023 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively awarded in accordance with 10 U.S. Code 2304(c)(5) – a statute expressly authorizes or requires that the procurement be made from a specified source. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-6410).

 

Aptima Inc., Arlington, Virginia, is awarded an $18,400,000 cost-plus-fixed-fee, five-year Small Business Innovation Research (SBIR) Phase III indefinite-delivery/indefinite-quantity contract for the procurement of services relating to research and data collection on methods to measure student performance and design and developing an adaptive performance measurement framework for the Center for Surface Combat Systems. This contract combines purchases for the Navy (25 percent); and the governments of Japan (50 percent) and Australia (25 percent) under the Foreign Military Sales (FMS) program. At the end of the contract, each country will receive the same intellectual property and/or material. Work will be performed in Orlando, Florida (67 percent); Arlington, Virginia (13 percent); Woburn, Massachusetts (12 percent); Salt Lake City, Utah (4 percent); Billings, Montana (3 percent); and Dayton, Ohio (1 percent), and is expected to be completed by August 2023. FMS funding in the amount of $988,482 will be obligated at time of award and 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)(5) as implemented by Federal Acquisition Regulation 6.302-5 (Authorized or Required by Statute -- applies to SBIR Phase III awards). The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-18-D-9003).

 

Leidos Inc., Reston, Virginia, is awarded a $17,272,852 scope increase modification to single-award, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00167-15-D-0003) to provide ongoing engineering and technical services for synthetic signature guidance-based systems. The services under this contract support scientific, engineering and technical services required for the design, development, fabrication, integration, test, fleet implementation and maintenance of synthetic signature guidance-based systems. Work will be performed in West Bethesda, Maryland (60 percent); and Bethesda, Maryland (40 percent), and will be completed by October 2019. Fiscal 2018 other procurement (Navy) funding in the amount of $7,520,750 will be obligated for the subsequent task order award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity.

 

Riverside Engineering LLC, Vienna, Virginia, is awarded a $14,419,476 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide emerging positioning, navigation and timing technologies for command, control, communications, computers, intelligence, surveillance and reconnaissance applications. This is one of four multiple-award contracts. 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 a potential $37,129,904. All work will be performed in San Diego, California, and is expected to be completed Aug. 21, 2020. If the option period is exercised, the period of performance will extend through Aug. 21, 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); other procurement (Navy); and aircraft procurement (Navy).  This contract was competitively procured via request for proposal N66001-17-R-0067 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0346).

 

Lockheed Martin Corp., Manassas, Virginia, is awarded a $13,518,500 cost-plus-incentive-fee modification to previously awarded contract (N00024-16-C-6230) to provide additional engineering and technical services, integration and testing and in-service support for the Submarine Warfare Federated Tactical Systems. Work will be performed in Manassas, Virginia, and is expected to be completed by December 2018. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $9,419,000 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.

 

Coherent Technical Services Inc., Lexington Park, Maryland, is awarded a $12,068,259 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide emerging positioning, navigation and timing technologies for command, control, communications, computers, intelligence, surveillance and reconnaissance applications. This is one of four multiple-award contracts. 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 a potential $31,031,617. All work will be performed in San Diego, California, and is expected to be completed Aug. 21, 2020. If the option period is exercised, the period of performance will extend through Aug. 21, 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); other procurement (Navy); and aircraft procurement (Navy). This contract was competitively procured via request for proposal N66001-17-R-0067 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0345).

 

Whitney, Bradley & Brown Inc., Reston, Virginia, is awarded a $10,489,800 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide emerging positioning, navigation and timing technologies for command, control, communications, computers, intelligence, surveillance and reconnaissance applications. This is one of four multiple-award contracts. 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 a potential $26,798,466. All work will be performed in San Diego, California, and is expected to be completed Aug. 21, 2020. If the option period is exercised, the period of performance will extend through Aug. 21, 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); other procurement (Navy); and aircraft procurement (Navy). This contract was competitively procured via request for proposal N66001-17-R-0067 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0348).

 

OSI Federal Technologies, Inc.,* Dulles, Virginia, is awarded a $10,230,497 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of up to 3,000 commercially available laptop computers and additional laptop accessories, including up to 1,100 spare solid state drive hard drives; up to 150 docking stations; and up to 900 carrying cases in support of all Navy aircraft for Joint Mission Planning System laptops to serve as mission planning computers in fleet deployed aircraft.  Work will be performed in Dulles, Virginia, and is expected to be completed in August 2020.  Fiscal 2018 other procurement (Navy) funds in the amount of $2,572,147 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was procured via a full and open competition request for proposal, with five offers received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-D-0006).

Solute Inc., San Diego, California, is awarded a $9,868,928 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide emerging positioning, navigation and timing technologies for command, control, communications, computers, intelligence, surveillance and reconnaissance applications. This is one of four multiple-award contracts. 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 a potential $25,414,700. All work will be performed in San Diego, California, and is expected to be completed Aug. 21, 2020. If the option period is exercised, the period of performance will extend through Aug. 21, 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); other procurement (Navy); and aircraft procurement (Navy). This contract was competitively procured via request for proposal N66001-17-R-0067 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0347).

 

DEFENSE LOGISTICS AGENCY

 

Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $27,637,661 firm-fixed-price contract for V-22 proprotor gearbox assemblies. This is a one-time buy with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Texas, with an April 12, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-18-F-LS8T).

 

ARMY

 

The Morganti Group, Danbury, Connecticut, was awarded a $15,147,990 firm-fixed-price contract for site adapt construction of life support area roads and utilities from the life support area to the flight line. Bids were solicited via the internet with 12 received. Work will be performed in Azraq, Jordan, with an estimated completion date of Feb. 24, 2020. Fiscal 2018 military construction funds in the amount of $15,147,990 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-18-C-0029).

 

General Atomics Aeronautical System Inc., was awarded an $11,096,457 modification (P00120) to contract W58RGZ-13-C-0110 for sub-engineering service memorandums in support of the Gray Eagle aircraft system. Work will be performed in Poway, California, with an estimated completion date of Sept. 30, 2019. Fiscal 2017 and 2018 aircraft procurement, Army; and research, development, test and evaluation funds in the combined amount of $11,096,457 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

DEFENSE INTELLIGENCE AGENCY

 

CACI Inc.-Federal, Chantilly, Virginia, was awarded a labor hour contract (HMM402-18-F-0190) with a base year value of $14,446,004 to support operation of the Defense Intelligence Agency Joint Counterintelligence Training Academy, Quantico, Virginia. Work will be performed in the National Capital Region, with a total value of $80,417,693 and an expected completion date of March 3, 2023 if all options are exercised. Fiscal 2018 operations and maintenance funds in the amount of $9,023,043 are being obligated at time of award. This contract was awarded through an unrestricted solicitation and four bids were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. (Awarded Aug. 21, 2018)

 

AIR FORCE

 

The Boeing Co., Seattle, Washington, has been awarded an $8,703,628 firm-fixed-price modification (P00124) to contract FA8625-11-C-6600 for the acquisition of the Mission Data File (MDF) Reprogramming Center. This modification fully funds the equipment, installation/functional checkout and post installation support of the MDF Reprogramming Center. Work will be performed at Seattle, Washington; and Robins Air Force Base, Georgia, and is expected to be completed by July 22, 2022.  Fiscal 2017 research, development, test and evaluation funds in the amount of $8,703,628 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

The Boeing Co., St. Louis, Missouri, has been awarded an $8,192,003 firm-fixed-price contract for five Automated System Test Set Trailers and spares. Work will be performed in St. Louis, Missouri, and will be completed by Aug. 20, 2020. Fiscal 2018 procurement funds in the amount of $8,192,003 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8678-18-C-0007). 

 

*Small Business