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 Some of the information contained within may be outdated and links may not function.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 Nov. 2, 2018

NAVY

 

Lockheed Martin Corp., Lockheed Martin Aerospace Co., Fort Worth, Texas, is awarded a $130,359,625 modification to a previously awarded cost-plus-incentive fee contract (N00019-18-C-1004) in support of the F35 Block 4 Pre-modernization Phase II effort.  This modification provides for pre-modernization requirements decomposition and design work for Block 4.1 Partner participant weapon capabilities for maturation to an air system requirements review level of maturity.  Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2020.  Fiscal 2018 research, development, test and evaluation (Air Force, Navy); and non-U.S. Department of Defense (non-U.S. DoD) participant funding in the amount of $90,505,737 will be obligated at time of award, $13,262,261 of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($17,557,293; 13.5 percent); Navy ($14,223,730; 10.9 percent); Marine Corps ($14,223,730; 10.9 percent); and the non-U.S. DOD participants ($84,354,872; 64.7 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is being awarded a $45,899,932 modification to previously awarded contract (N00024-13-C-5325) for mechanical design agent engineering services in support of the MK41 Vertical Launch System. The MK 41 Vertical Launch System provides a missile launching system for CG-47 and DDG- 51 class surface combatants of the Navy, as well as surface combatants of allied navies. This effort includes mechanical, cable, canister and canister support equipment, design/system engineering support and integration support and associated ancillary material (e.g. composites, resin, carbon fiber, etc.) and material ordering requirements for the Navy’s high priority ballistic missile defense. Work will be performed in Minneapolis, Minnesota, (95 percent); and Aberdeen, South Dakota (5 percent), and is expected to be completed by March 2020. Fiscal 2017 shipbuilding and conversion (Navy); and fiscal 2018 weapons procurement (Navy) in the amount of $1,199,996 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.

 

L3 - Interstate Electronics Corp., Anaheim, California, is awarded $22,126,400 for modification P00010 to previously awarded cost-plus-fixed-fee contract (N00030-18-C-0001) for flight test instrumentation program management, operations planning, and logistics support.  Work will be performed in Anaheim, California (56 percent); Cape Canaveral, Florida (27percent); Washington, District of Columbia (4 percent); Kings Bay, Georgia (3 percent); Norfolk, Virginia (3 percent); Bremerton, Washington (2 percent); Laurel, Maryland (2 percent); Silverdale, Washington (2 percent); and Barrow-in-Furness, United Kingdom (1 percent), with an expected completion date of Sept. 30 2019.  Fiscal 2019 weapons procurement (Navy) funds in the amount of $22,126,400 are being obligated at the time of award.  No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

 

NAG Marine, Norfolk, Virginia, is awarded a $17,653,728 firm-fixed-price, indefinite-delivery/indefinite-quantity supply contract for the procurement of propulsion control, auxiliary control, damage control and ballast control human-machined interfaces to be used on various U.S. ships. This requirement is for NAG Marine human-machined interfaces (HMI) and computer hardware. This requirement is in support of various ships and programs that use NAG Marine’s HMI including Naval, Military Sealift Command, Army, Coast Guard and foreign Navy ships. The contract also includes central processing unit enclosures and flat panel computers which are used to display system specific information. This contract award will contain a 60 month ordering period. The delivery date of the required supplies will be determined at the time of award for each individual delivery order. All of the hardware will be delivered to the Naval Surface Warfare Center Philadelphia Division located in Philadelphia, Pennsylvania.  Work will be performed in Norfolk, Virginia, and is expected to be completed by October 2024. Fiscal 2019 other procurement (Navy); operations and maintenance (Navy); and other government agency (Coast Guard) funding in the amount of $5,435,000 will be obligated at the time of award via the first delivery order. Contract funds in the amount of $52,785 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4002).

 

Sealift Inc.,* Oyster Bay, New York, was awarded an $8,979,000 modification under previously awarded firm-fixed-price reimbursable elements contract N3220517C3510 to exercise option two for U.S. flagged vessel M/V Bernard Fisher for prepositioning and transportation of cargo for the Air Force. Transportation and prepositioning of cargo includes, but not limited to, hazardous cargoes, explosives, ammunition, vehicular, containerized, and general cargoes; and for military readiness, in accordance with the terms of this charter. The cumulative value of this contract, if all options are exercised, is $58,197,737.  Work will be performed worldwide, and work is expected to be completed November 2019.  Working capital funds in the amount of $8,979,000 are obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was a small business set aside, with more than 10 companies solicited via the Federal Business Opportunities website, with two offers received.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded Nov. 1, 2018)

 

ARMY

 

AECOM Technical Services Inc., Los Angeles, California (W911KB-19-D-0005); Jacobs Technology Inc., Tullahoma, Tennessee (W911KB-19-D-0006); North Wind-EA JV LLC, Idaho Falls, Idaho (W911KB-19-D-0007); and Stantec Consulting Services Inc., Anchorage, Alaska (W911KB-19-D-0008), will compete for each order of the a $72,000,000 firm-fixed-price contract for hazardous, toxic and radioactive waste services. 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 Nov. 1, 2023. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity.

 

Conrad Shipyard LLC, Morgan City, Louisiana, was awarded a $9,899,207 firm-fixed-price contract for a floating crane barge to be used at the Olmsted Lock and Dam as a backup wicket lifter. Bids were solicited via the internet with one received. Work will be performed in Morgan City, Louisiana, with an estimated completion date of March 3, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $9,899,207 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0003).

 

Faith Enterprises Inc.,* Colorado Springs, Colorado, was awarded a $7,936,000 firm-fixed-price contract to construct a detachment standard design, two-story, 10,700 sq. ft. Battlefield Weather Support Facility at Fort Carson, Colorado.  Bids were solicited via the internet with one received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of March 10, 2020. Fiscal 2018 military construction funds in the amount of $7,936,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0002).

 

AIR FORCE

 

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $10,731,134 cost-plus-fixed-fee contract for MQ-9 weather tolerance activities.  Work will be performed at Poway, California, and is expected to be completed by Dec. 31, 20.  This award is the result of a sole-source acquisition.  Fiscal 2018 research, development, test and evaluation funds in the amount of $4,200,000 are being obligated at time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-2386).

 

DEFENSE LOGISTICS AGENCY

 

Northrop Grumman Systems Corp., St. Augustine, Florida, has been awarded a $7,220,066 firm-fixed-price delivery order (SPRPA1-19-F-KJ01) against a five-year basic ordering agreement (SPE4A1-17-G-0004) for aviation truss assemblies. This is a 57-month contract 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 Florida, with an Aug. 31, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. 

 

*Small Business