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 Some of the information contained within may be outdated and links may not function.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 April 10, 2019

NAVY

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $3,169,708,972 for modification P00006 to definitize the previously awarded E-2D Advanced Hawkeye (AHE) Lot 7 advance acquisition contract (N00019-18-C-1037) to a multi-year fixed-price-incentive-firm contract.  This modification provides for the procurement of 24 full-rate production Lots 7-11 E-2D AHE aircraft.  Work will be performed in Melbourne, Florida (20 percent); St. Augustine, Florida (19 percent); Syracuse, New York (19 percent); Indianapolis, Indiana (5 percent); El Segundo, California (5 percent); Menlo Park, California (4 percent); Rolling Meadows, Illinois (2 percent); Air-sur-l’Adour, France (2 percent); Owego, New York (2 percent); Woodland Hills, California (1 percent); Greenlawn, New York (1 percent); Edgewood, New York (1 percent); Windsor Locks, Connecticut (1 percent); Marlboro, Massachusetts (1 percent); Independence, Ohio (1 percent); West Chester, Ohio (1 percent); Torrance, California (1 percent); and various locations within the continental U.S. (14 percent).  Work is expected to be completed in August 2026.  Fiscal 2019 aircraft procurement (Navy) funds in the amount of $943,584,001 will be obligated at time of award, none of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Johnson Controls Government Systems LLC, Rockville, Maryland, is awarded a $17,732,106 firm-fixed-price modification to a task order under previously awarded contract N39430-16-1825 to repair the Naval Station Norfolk steam distribution system to ensure the efficient operation of the cogeneration plant installed under this Energy Savings Performance Contract task order within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility.  The work is to remove and replace existing steam piping in the vicinity of Pier 3T and Pier 4 near the Gate 5 area, and to insulate exposed bare steam piping, valves and fittings at 128 locations at Naval Station Norfolk, Virginia.  After award of this modification, the total cumulative task order value will be increased to $203,818,590.  Work will be performed in Norfolk, Virginia, and is expected to be completed by October 2020.  The Energy Policy Act of 1992 authorizes agencies to use private financing to fulfill its requirements for energy savings performance contracts for project implementation.  For this project, Naval Station Norfolk has agreed to pay for the costs of services and construction from project financing which will be obtained by Johnson Controls Government Systems LLC. NAVFAC Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

Alion - IPS Corp., Burr Ridge, Illinois, is awarded a $24,913,704 cost-plus-fixed-fee, cost-only modification to previously-awarded contract N00024-18-C-0015 to exercise options for professional support services for the Naval Sea Systems Command’s deputy commander for surface warfare (SEA 21).  Work includes professional support services in the areas of program management, administrative support, surface ship modernization, inactive ships, surface ships readiness, surface training systems, business and financial management, records management and information technology support.  This contract will ensure that the fleet undergoes a multitude of upgrades which will provide for the continuation of system capabilities and readiness.  The contract will ensure the OPNAV Surface Training Master Plan and the Navy Training System Plan requirements are fulfilled for validating all surface training systems procured and managed by participating acquisition resource managers.  This contract also ensures that budgeting, financial management and business processes are executed to provide support and respond to fleet life cycle requirements for in-service mine warfare, surface combatant, amphibious, auxiliary and command classes of ships.  Finally, this contract provides management expertise for accessibility, storage and manipulation of electronic records, as well as cataloguing and storing classified records up to the secret level.  Work will be performed in Washington, District of Columbia (55 percent); Norfolk, Virginia (19 percent); San Diego, California (17 percent); Mayport, Florida (2 percent); Manama, Bahrain (1 percent); Yokosuka, Japan (1 percent); Sasebo, Japan (1 percent), and various places inside and outside the continental U.S. below one percent (4 percent), and is expected to be completed by November 2019.  Fiscal 2019 operations and maintenance (Navy) funding in the amount of $24,913,704 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.

ARMY

Atlantic Diving Supply Inc.,* Virginia Beach, Virginia (W81XWH-19-D-0006); American Purchasing Services LLC,* Miramar, Florida (W81XWH-19-D-0007); The Lighthouse for the Blind, St. Louis, Missouri (W81XWH-19-D-0008); and TQM LLC, St. Charles, Missouri (W81XWH-19-D-0009), will compete for each order of the $225,000,000 firm-fixed-price contract for sets, kits and outfits. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of April 14, 2024. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity.

CFD Research Corp.,* Huntsville, Alabama, was awarded a $49,608,216 cost-plus-fixed-fee contract for environment analysis tools development, models, and test capabilities to support determination of weather environment effects on systems and sensors. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of April 10, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0025).

Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $30,945,213 firm-fixed-price Foreign Military Sales (Saudi Arabia) contract for production of a Transportable Blackhawk Operations Simulator training device for the Saudi Arabia National Guard. One bid was solicited with one bid received. Work will be performed in Cedar Rapids, Iowa, with an estimated completion date of April 10, 2024. Fiscal 2010 Foreign Military Sales funds in the amount of $30,945,213 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-C-0024).

DEFENSE LOGISTICS AGENCY

Science Applications International Corp. (SAIC), Fairfield, New Jersey, has been awarded a maximum $90,000,000 firm-fixed-price, bridge contract for facilities maintenance, repair, and operations items.  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 nine-month contract with no option periods.  Locations of performance are Maryland, Virginia, West Virginia, and the District of Columbia, with a Jan. 8, 2020, performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriate is fiscal 2019 through 2020 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E319D0005).

Black Gold Industries,* doing business as BGI, Oxnard, California, has been awarded an estimated $15,194,072 fixed-price, indefinite-delivery/indefinite-quantity contract for transportation and disposal of hazardous waste.  This was a competitive acquisition with two responses received.  This is a 30-month base contract with one 30-month option period.  Locations of performance are Oregon, Washington, and Idaho, with an Oct. 26, 2021, performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2019 through 2022 defense working capital funds.  The contracting agency is the Defense Logistics Agency Disposition Services, Battle Creek, Michigan (SP4500-19-D-0012).

Beaver Aerospace & Defense Inc.,* Livonia, Michigan, has been awarded a maximum $9,545,445 firm-fixed-price contract for electro-mechanical linear actuators.  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 one-year base contract with no option periods.  Location of performance is Michigan, with a July 14, 2021, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-19-C-0077).

San Antonio Lighthouse for the Blind,** San Antonio, Texas, has been awarded a maximum $8,620,998 modification (P00011) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B017) with two one-year option periods for trousers.  The modification brings the maximum dollar value of the contract to $33,688,696 from $25,067,698.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Locations of performance are Texas and Puerto Rico, with an Oct. 16, 2020, estimated performance completion date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2019 through 2020 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Rosemount Aerospace, Burnsville, Minnesota, has been awarded a maximum $8,494,102 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for indicator panels.  This is a five-year contract with no option periods.  This was a limited competitive acquisition using justification 10 U.S. Code 2304 (c)(1) based on Federal Acquisition Regulation 6.302-1(a)(2).  Locations of performance are Minnesota and Alabama, with an April 10, 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 Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0067).


*Small business
**Mandatory source