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 Some of the information contained within may be outdated and links may not function.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 Feb. 5, 2019

NAVY 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $90,345,180 modification to a previously awarded cost-plus-incentive-fee contract (N00019-17-C-0001).  This modification provides for the identification and execution of cost reduction initiatives to reduce the cost of the F-35 Lightning II Air System.  Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2022.  Fiscal 2017 aircraft procurement (Air Force, Navy, and Marine Corps) funds in the amount of $90,345,180 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($44,929,818; 50 percent); Navy ($26,000,000; 29 percent); and the Marine Corps ($19,415,362; 21 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Q.E.D. Systems Inc., Virginia Beach, Virginia, was awarded an $11,503,892 cost modification to previously-awarded contract N00024-15-C-4400 for third party advanced planning services in support of Chief of Naval Operations availabilities, Continuous Maintenance Availabilities (CMAVs), inactivation CMAVs, sustainment availabilities, phased modernization availabilities, re-commissioning availabilities, continuous maintenance and emergent maintenance windows of opportunity for Navy surface combatant ship classes (CG 47/DDG 51). Work will be performed in Norfolk, Virginia (53 percent); San Diego, California (36 percent); and Everett, Washington (11 percent), and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $6,282,400 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. (Awarded Feb. 1,2019)

ARMY 

CACI-ISS Inc., Arlington, Virginia, was awarded a $37,234,235 modification (P00048) to contract W15QKN-15-C-0049 for the Integrated Personnel and Pay System. Work will be performed in Arlington, Virginia, with an estimated completion date of May 31, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $35,387,111 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

DEFENSE LOGISTICS AGENCY 

SOPAKCO Inc., Mullins, South Carolina, has been awarded a maximum $26,214,300 firm-fixed-price contract for religious and halal Meal Ready to Eat. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with a Feb. 4, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-19-DZ117).

UPDATE: Hoist Liftruck Manufacturing,* East Chicago, Indiana (SPE8EC-19-D-0038), has been added as an awardee to the multiple-award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017.   

DEFENSE HEALTH AGENCY 

Bluewater Federal Solutions Inc., Chantilly, Virginia, was awarded a firm-fixed-price contract for $8,194,502 on Jan. 22, 2019. The contract has an effective date of Feb. 1, 2019 and was awarded following a competitive solicitation conducted amongst small businesses in accordance with Federal Acquisition Regulation 8.405, using General Services Administration eBuy Schedule 70, Special Item Number 132-56.  This award provides for non-personal information technology services in support of mobile application development, web design, web development, and necessary support (to include testing, information assurance compliance and risk mitigation in accordance with Department of Defense standards) for Military Health System internet, intranet, and extranet websites, web applications, and mobile applications.  The contractor place of performance is Falls Church, Virginia.  In addition, this contract provides for four option periods, if exercised.  This contract is funded with fiscal 2019 operations and maintenance appropriations in the amount of $8,194,502.  The Defense Health Agency, Contracting Office – Health Information Technology, San Antonio, Texas, is the contracting activity (HT0015-19-F-0022).

*Small Business