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 Some of the information contained within may be outdated and links may not function.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. 15, 2018

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $348,915,105 cost-plus-incentive-fee contract to provide the infrastructure to support developmental laboratory facilities and flight test activities in support of F-35 development, production and sustainment.  Work will be performed at Edwards Air Force Base, California (35 percent); Patuxent River, Maryland (35 percent); and Fort Worth, Texas (30 percent), and is expected to be completed in March 2020.  Fiscal 2018 research, development, test and evaluation (Air Force, Marine Corps and Navy); and non-Department of Defense (DOD) participant funds in the amount of $177,042,349 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 Air Force ($70,932,017; 40 percent); Marine Corps ($35,466,009; 20 percent); Navy ($35,466,008; 20 percent) and non-DOD participants ($35,178,315; 20 percent).  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, is the contracting activity (N00019-19-C-0004).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed value $83,100,000 undefinitized contract action.  This contract provides for the development, integration, certification, and testing of dual capable aircraft capability to include hardware and software into the Air Force F-35A.  Work will be performed in Fort Worth, Texas (70 percent); Edwards Air Force Base, California (29 percent); and St. Charles, Missouri (1 percent), and is expected to be completed in February 2024.  Fiscal 2019 research, development, test and evaluation (Air Force) funding in the amount of $24,630,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0010).

CSRA LLC, a General Dynamics Information Technology Co., Falls Church, Virginia, is awarded a $64,664,646 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract.  This contract provides project management and engineering support for Navy and Marine Corps land, sea, and air platforms with a responsive, efficient, and reliable means to collect, detect, assess, identify, exploit, neutralize, and disseminate products to the U.S. and its interests.  The procurement supports the execution of systems engineering activities to meet current and future electronic warfare mission information engineering capabilities and security protection needs for Naval Air Warfare Center Weapons Division integrated product teams.  Work will be performed in Point Mugu, California (80 percent); Eglin Air Force Base, Florida (15 percent); and other locations in the U.S. (5 percent), and is expected to be completed in November 2023.  Fiscal 2018 working capital funds (Navy) in the amount of $50,000 will be obligated at the time of award.   This contract was competitively procured via an electronic request for proposals; three offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0016).

Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $40,890,720 firm-fixed-price modification to previously-awarded contract N00019-17-C-0081 for the procurement of 20 production MT7 marine turbine engines for Landing Craft, Air Cushion (LCAC) 100 class craft 109 through 113. This procurement is in support of the Ship-to-Shore Connector program. Each LCAC 100 craft incorporates four MT7 engines. Work to be performed includes production of the MT7 engines and delivery to Textron Marine Systems for the assembly of the LCAC 100 class craft.  Work will be performed in Indianapolis, Indiana, and is expected to be completed by January, 2020. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $16,356,288; and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $24,534,432 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, working in conjunction with the Naval Air Systems Command, Patuxent River, Maryland.

Raytheon Integrated Defense Systems, St. Petersburg, Florida, is awarded a $33,848,885 cost-plus-incentive-fee modification to previously-awarded contract N00024-13-C-5230 for Common Array Block antenna pre-production unit requirements in support of the Cooperative Engagement Capability (CEC) program. The Common Array Block antenna is an integral component of the CEC system.  CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. Work will be performed in Largo, Florida (70 percent); and Andover, Massachusetts (30 percent), and is expected to be completed by October 2020. Fiscal 2019 and 2018 research, development, test and evaluation (Navy) funding in the amount of $14,930,655 will be obligated at time of award, and funds in the amount of $2,494,788 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

Lockheed Martin Corp., Orlando, Florida, is awarded a $172,145,533 fixed-price incentive-fee contract for long range anti-ship missiles (LRASMs) Lot 2 production. The contract allows for the production of 50 LRASMs. Work will be performed in Orlando, Florida, and is expected to be completed by Dec. 31, 2021. The award is the result of sole- source acquisition.  Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-19-C-0010).

Avix-BGI JV LLC, Yorktown, Virginia, is awarded a $45,262,100 firm-fixed-price contract for the EC-130H/A-10C Contract Aircrew Training and Courseware Development program.  The contractor shall furnish all personnel, equipment, tools, materials, supervision and all other items and services that are required to perform the contract. Work will be performed at Davis-Monthan Air Force Base, Arizona; Moody AFB, Georgia; and other places as required. Work is expected to be completed by Jan. 31, 2024. This award is the result of a competitive acquisition and seven offers were received. The Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-19-C-0004).

Parker-Hannifin Corp, Irvine, California, is awarded a $39,026,578 modification to contract FA8109-18-D-0004 for 12 additional spare national stock numbers items and the remanufacture of 11additional national stock numbers to support the A-10, B-1, B-52, C-135, C-5, C-130, C-17, E-3, F-15, F-16, and HH-60 aircraft.  These items also support the TF33, F100, F101, F110, and F118 engines. Work will be performed in Irvine, California; Glendale, Arizona; Mentor, Ohio; and Kalamazoo, Michigan, and is expected to be completed by April 5, 2027. This award is the result of a sole-source acquisition. This is a requirements contract, so no funding is being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Bismark Construction Corp., Newark, New Jersey, is awarded a $17,108,065 modification (P00007) to contract FA4484‐16‐D‐0003 for maintenance and repair services. The maintenance and repair contract is a large tri-service indefinite-delivery/indefinite-quantity that supports physical infrastructure. Work will be performed at Joint Base McGuire‐Dix‐Lakehurst, New Jersey, and is expected to be completed by Nov. 15, 2019. No funds are being obligated at the time of award. The 87th Contracting Squadron, JB McGuire‐Dix‐Lakehurst, New Jersey, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Federal Prison Industries Inc.,* doing business as Unicor, Washington, District of Columbia, has been awarded a maximum $49,920,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various types of trousers. This is a four-year contract with no option periods. Locations of performance are District of Columbia, Texas and Alabama, with a May 15, 2023, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-F016).

Southeast Power Systems of Orlando Inc.,** Orlando, Florida, has been awarded a maximum $9,342,729 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for fuel pumps for the High Mobility Multipurpose Wheeled Vehicle. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Florida, with a Nov. 14, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0013).

DEFENSE INFORMATION SYSTEMS AGENCY

Peraton Government Communications Inc., Herndon, Virginia, was awarded a $9,289,610 contract modification (P00021) exercising Option Period Three on task order GS-35F-5497H / HC1013-16-F-0005. Performance directly supports American national security interests on the continent of Africa. This action is funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $50,089,527. Proposals were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and two proposals were received from 27 proposals solicited. The period of performance for Option Period Three is Nov. 15, 2018 – Nov. 14, 2019, and there is one remaining unexercised option period for this task order. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Nov. 14, 2018)

*Mandatory Source

**Small business