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 Some of the information contained within may be outdated and links may not function.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. 29, 2018

ARMY

 

Cummins Power Generation Inc., Minneapolis, Minnesota, was awarded a $490,959,400 firm-fixed-price contract for Advanced Medium Mobile Power Sources. On bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-18-D-0033).

 

L-3 Communications EO/IR Inc., Santa Rosa, California, was awarded a $454,000,000 firm-fixed-price contract for the Electro-Optic/Infrared/Laser Designator Payload. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-18-D-0031).

 

Lockheed Martin Corp., Orlando, Florida, was awarded a $44,840,658 modification (0006 01) to domestic Foreign Military Sales (United Arab Emirates) contract W52P1J-17-D-0043 for modernized day sensor assembly kits, modernized laser range finder designators, and flight code processors. Work will be performed in Orlando, Florida, with an estimated completion date of April 30, 2022. Fiscal 2018 foreign military sales, and aircraft procurement, Army funds in the amount of $44,840,658 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Lakeview Forge Co.,* Erie, Pennsylvania (W52P1J-18-D-0077); and Premier Precision Machining LLC,* Falconer, New York (W52P1J-18-D-0078), will compete for each order of the $29,900,000 firm-fixed-price-with-economic-price-adjustment contract for the procurement of MK3-0 suspension lug (NSN: 1325-684-1364), and MS3314 suspension lug (NSN: 1325-00-116-4452). Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

 

Golden Heart Utilities, Fairbanks, Alaska, was awarded a $17,760,000 firm-fixed-price contract for waste water and sewage utility services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 20, 2028. U.S. Army 413th Combat Support Battalion, Fort Wainwright, Alaska, is the contracting activity (W912D0-18-D-0004).

 

Serco Inc., Herndon, Virginia, was awarded a $14,361,472 labor-hours contract for staff support augmentation services. Bids were solicited via the internet with two received. Work will be performed in Rock Island, Illinois, with an estimated completion date of Sept. 4, 2019. Fiscal 2018 other procurement, Army funds in the amount of $1,920,140 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-F-0110).

 

R.E. Staite Engineering Inc.,* San Diego, California, was awarded a $9,284,927 firm-fixed-price contract for maintenance dredging of Naval Weapons Station Harbor at Seal Beach, California. Bids were solicited via the internet with two received. Work will be performed in Seal Beach, California, with an estimated completion date of April 10, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $9,284,927 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-18-C-0029).

 

DynCorp International LLC, Fort Worth, Texas, was awarded a $7,851,464 modification (P00193) to domestic and foreign military sales (Egypt and Iraq) contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Germany, Iraq and Egypt, with an estimated completion date of Dec. 31, 2018. Fiscal 2010, 2017 and 2108 operations and maintenance Army; aircraft procurement, Army; and foreign military sales funds in the combined amount of $7,851,464 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

NAVY

 

Raytheon Co., McKinney, Texas, is awarded a five-year performance-based logistics contract (N00383-18-D-PH01) in the amount of $59,717,916 for support of the CH-53 and V-22 Forward Looking Infrared System.  The first delivery order for the first year of the contract will be issued concurrently with the award of the basic contract in the amount of $15,971,160.  Work will be performed by the contractor in McKinney, Texas (50 percent); El Segundo, California (45 percent); and Jacksonville, Florida (5 percent).  Fiscal 2018 Navy working capital funds in the amount of $15,971,160 will be obligated at the time of award. Contract funds will not expire at the end of the contract ordering period.  One firm was solicited for this non-competitive requirement, and one offer was received in accordance with Federal Acquisition Regulation 6-302-1.  The U.S. Naval Supply Systems Command (NAVSUP) Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

 

Aviall Services Inc., Dallas, Texas, is awarded a $23,711,868 firm-fixed-price contract for the procurement of six quick engine change/engine build up components and associated mating to six spare core engines (CFM56-7B27) for the P-8A Multi-mission Maritime Poseidon Aircraft for the Navy and the government of Australia.  Work will be performed in Everett, Washington (60 percent); and Dallas, Texas (40 percent), and is expected to be completed in May 2020.  Fiscal 2018 aircraft procurement (Navy); and cooperative agreement funding in the amount of $23,711,868 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($15,807,912; 66.7 percent); and the government of Australia ($7,903,956; 33.3 percent).  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-C-0055).

 

Booz Allen Hamilton Inc., McLean, Virginia, is awarded $17,559,070 for a firm-fixed-price, cost-plus-fixed-fee, one-year task order (M95494-18-F-0009) under a previously awarded General Services Administration (GSA) One Acquisition Solution for Integrated Services (OASIS) contract (GS00Q14OADU108) for Marine Corps Installations Command Headquarters directorate wide professional services.   The services procured include: program management; logistics program support; information technology program support; operations support; planning support; government and external affairs support; facilities support; and enterprise content management support.  This task order includes four one-year option periods, which, if exercised, could bring the cumulative value of this task order to $82,262,555.  Work will be performed at McLean, Virginia (54 percent); Arlington, Virginia (35 percent); Marine Corps Base Camp Butler, Okinawa Prefecture, Japan (4 percent); New Orleans, Louisiana (2 percent); Marine Corps Base Camp Pendleton, California (2 percent); Marine Corps Base Camp Lejeune, North Carolina (2 percent); and Charleston, South Carolina (1 percent).  Work is expected to be completed Aug. 31, 2019.  If all options are exercised, work will continue through Aug. 31, 2023.  Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $1,573,147 will be obligated at the time of award and will expire at the end of the fiscal year.  This task order was competitively solicited via GSA OASIS, with three proposals received.  The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity.

 

Heffler Contracting Group Inc.*, El Cajon, California, is awarded a maximum amount $15,000,000 indefinite-delivery/indefinite-quantity contract for heating, ventilation, and air conditioning alterations, renovations, and repair projects at Naval Base San Diego.  The work to be performed provides for projects for design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings).  Projects may include, but are not limited to, alterations, repairs, and construction of heating, ventilation, and air conditioning systems and associated equipment.  Work will be performed in San Diego, California.  The term of the contract is not to exceed 60 months with an expected completion date of June 2023.  Fiscal 2018 operations and maintenance Navy funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operation and maintenance Navy.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-1608).

 

Huntington Ingalls Industries - Newport News Shipbuilding, Newport News, Virginia, was awarded a $9,953,671 cost-plus-fixed-fee, level-of-effort modification to previously-awarded contract N00024-18-C-4314 for new work planning in support of USS Boise (SSN 764) engineered overhaul. Work will be performed in Newport News, Virginia, and is expected to be completed by February 2019. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $9,953,671 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity. (Awarded Aug. 28, 2018)

 

AIR FORCE

 

Wolf Creek Federal Services Inc., Anchorage, Alaska, has been awarded a $29,646,108 option modification (P00110) to contract FA2521‐15‐C‐0063 for range operations support. The contractor will provide for non-mission support communications for the Eastern Range, Western Range, and base operating support and logistics for the Eastern Range primarily at Ascension Auxiliary Air Field. Work will be performed at Patrick Air Force Base, Florida; Cape Canaveral Air Force Station, Florida; and Ascension Auxiliary Air Field, Ascension Island, and is expected to be complete by Sept. 30, 2019.  No funds are being obligated at the time of option exercise modification award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

 

M1 Support Services, Denton, Texas, has been awarded a $23,388,792 modification to contract FA4890-16-C-0012.  Contractor will provide intermediate and organizational maintenance of T-38 aircraft for Air Combat Command, Air Force Materiel Command and Air Force Global Strike Command. Work will be performed at multiple Air Force bases and is expected to be completed by Sept. 30, 2019. Fiscal 2019 operations and maintenance funds in the amount of $23,388,792 will be obligated at the time of award.  Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

 

PAE Aviation and Technical Services LLC, Marlton, New Jersey, has been awarded a $17,865,292 modification to contract FA4890-15-C-0018.  Contractor will provide functional and quality assurance support for the aerial targets program, which directly supports live-fire weapons system testing and enables the 53rd Weapons Evaluation Group in the developmental and operational weapons testing for all air-to-air missiles for the F-22, F-35, F-16, and F-15 aircraft. Work will be performed at Tyndall Air Force Base, Florida; and Holloman AFB, New Mexico, and is expected to be completed by Sept. 30, 2019. Fiscal 2019 operations and maintenance funds in the amount of $17,865,292 will be obligated at the time of award.  Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

 

The Rockhill Group, Molino, Florida, has been awarded an $8,430,746 firm-fixed-price modification (P00020) to contract (FA4890-16-C-0011) for the air-to-ground intelligence, surveillance and reconnaissance contract.  The contract modification is for exercising Option Year Two. The total cumulative face value of the contract is $76,627,660.  Work will be performed at Holloman Air Force Base, New Mexico; Hancock Field, New York; March Air Reserve Base, California; and Creech AFB, Nevada. Work is expected to be completed by Sept. 30, 2019 for this option period.  Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

 

Siege Technologies LLC, Manchester, New Hampshire, has been awarded a $7,385,314 cost-plus-fixed-fee contract for Complex Operational Network Cyber Effects Estimation Demonstrations software. This contract will develop and mature the Cyber Quantification Framework to maintain experimentation requirements to enable precise and predictable cyber effects estimates to ensure operational planners can present viable and validated cyber options to commanders in multi-domain settings.  Work will be performed in Manchester, New Hampshire; and Rome, New York, and is expected to be completed by Aug. 29, 2021. This award is the result of a competitive acquisition, offers were solicited electronically via an open broad agency announcement, and two offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $815,000 are being obligated at the time of award.  Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-18-C-0091). 

 

DEFENSE LOGISTICS AGENCY

 

SOPAKCO Inc.,* Mullins, South Carolina, has been awarded a maximum $21,292,500 firm-fixed-price with economic-price-adjustment contract for meal, cold weather. This is a three-year contract with no option periods. This was a competitive acquisition with three responses received. Location of performance is South Carolina, with an Aug. 27, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2018 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-18-D-Z114).

 

Northrop Grumman Systems Corp., Warner Robins, Georgia, has been awarded a maximum $15,385,225 firm-fixed-price delivery order (SPRWA1-18-F-0085) against a five-year contract (SPRWA1-17-D-0022) with no option periods for C-130J receiver transmitter processors. 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 Georgia, with an Aug. 1, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Georgia.

 

*Small business