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 Some of the information contained within may be outdated and links may not function.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 22, 2019

DEFENSE LOGISTICS AGENCY

Steris Corp., Mentor, Ohio, has been awarded a maximum $393,784,292 modification (P00011) exercising the third one-year option period of a five-year base contract (SPM2D1-12-D-8212) with three one-year option periods for Integrated Operating Room (IOR) components, system options & accessories, upgrades, training, maintenance services, and turnkey installation.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Ohio, with an April 24, 2020, performance completion date.  Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2019 through 2020 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Karl Storz Endoscopy-America, Inc., El Segundo, California, has been awarded a maximum $371,796,082 modification (P00032) exercising the third one-year option period of a five-year base contract (SPM2D1-12-D-8213) with three one-year option periods offering Integrated Operating Room (IOR) components, system options & accessories, upgrades, training, maintenance services, and turnkey installation.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is California, with an April 26, 2020, performance completion date.  Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2019 through 2020 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

American Purchasing Services, LLC, doing business as American Medical Depot, Miramar, Florida, has been awarded a maximum $294,502,746 modification (P00047) exercising the third one-year option period of a five-year base contract (SPM2D1-12-D-8211) with three one-year option periods for Integrated Operating Room (IOR) components, system options & accessories, upgrades, training, maintenance services, and turnkey installation.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Florida, with an April 24, 2020, performance completion date.  Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2019 through 2020 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

PCX Aerostructures, LLC, Newington, Connecticut, has been awarded an $8,040,900 firm-fixed-price contract for pitch housing assemblies.  This was a competitive acquisition with two responses received.  This is a one-time buy with no option periods.  Location of performance is Connecticut, with a Dec. 30, 2020, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2019 Army working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-C-0023).

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $362,741,549 fixed-price-incentive contract for Multiple Launch Rocket System M270A0 to M270A2 launchers; M270A2 Flyaway Package kit; M270A2 Authorized Stockage List kits, M270A2 Production Line Spares kits, production line restart costs, improve launcher mechanical system test stand upgrade services, proposal costs, and over and above repair services.  Bids were solicited via the internet with one received.  Work will be performed in Grand Prairie, Texas; Camden, Arizona; and New Boston, Texas; with an estimated completion date of Nov. 30, 2022.  Fiscal 2019 other procurement, Army funds in the amount of $177,743,359 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0077).

NAVY

AUS-Veterans NW JV, LLC*, Kotzebue, Alaska (N4425518D5020); Bering P&L JV*, Anchorage, Alaska (N4425518D5021); GSI Pacific Inc.,*, Honolulu, Hawaii (N4425518D5022); Silver Mountain Construction, LLC*, Bremerton, Washington (N4425518D5023); Valdez Washington Patriot JV*, Oak Harbor, Washington (N4425518D5024); and WHH Nisqually Federal Services, LLC*, Olympia, Washington (N4425518D5025), are each awarded a modification to increase the contract maximum not-to-exceed amount for the small disadvantaged business multiple award construction contract (SMACC) by $50,000,000 from $99,000,000 to $149,000,000.  The SMACC is an indefinite-delivery indefinite-quantity multiple award construction contract for design-build or design-bid-build construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest area of operations (AO).  The work to be performed provides for new construction, renovation, alteration, demolition and repair work by design-build or design-bid-build of facilities located primarily within the NAVFAC Northwest AO.  Types of projects include, but are not limited to administrative and industrial facilities, housing renovation, child care centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional buildings, manufacturing and industrial buildings and other similar facilities.  All work on this contract will be performed primarily within the NAVFAC Northwest AO, which includes Washington State (90 percent), Alaska (1 percent), Idaho (1 percent), Iowa (1 percent), Minnesota (1 percent), Montana (1 percent), Nebraska (1 percent), North Dakota (1 percent), Oregon (1 percent), South Dakota (1 percent), and Wyoming (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of August 2023.  No funds will be obligated at the time of award.  Funds will be obligated at individual task orders are issued.  Task orders will be primarily funded by military construction, (Navy); operation and maintenance, (Navy) and Navy working capital funds.  This contract was competitively procured via the Federal Business Opportunities website with 30 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The NAVFAC Northwest, Silverdale, Washington, is the contracting activity.
Rockwell Collins, Inc., Cedar Rapids, Iowa, is awarded $30,026,760 for task order N0001919F2719 against a previously issued basic ordering agreement (N00019-14-G-0021) in support of the E-6B Mercury aircraft.  This order provides for non-recurring engineering for modernization of the High Power Transmit System, the E-6B’s Airborne Very Low Frequency radio transmitter.  Work will be performed in Richardson, Texas (99 percent) and Cedar Rapids, Iowa (1 percent), and is expected to be completed in July 2021.  Fiscal 2019 aircraft procurement (Navy) funds in the amount of $30,026,760 will be obligated at time of award, all of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Ki Ho Military Acquisition Consulting, Inc. doing business as KIHOMAC, Inc., Reston, Virginia, is awarded a $19,185,381 indefinite-delivery/indefinite-quantity contract for services in support of Chief of Naval Operation’s calibration readiness models.  Services to be provided include documentation, validation performance and improvement recommendations, logistic and technical analysis of calibration laboratories, development of metrology Navy e-Learning training packages, Metrology Requirements Management System proof of concept development, and engineering studies and reviews.  Work will be performed at the Naval Air Station, Patuxent River, Maryland (60 percent) and in Lexington Park, Maryland (28 percent); Layton, Utah (6 percent); Reston, Virginia (2 percent); Richardson, Texas (2 percent); and Satellite Beach, Florida (2 percent), and is expected to be completed in April 2024.  No funds will be obligated at the time of award.  Funds will be obligated on individual orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042119D0062).

Woods Hole Oceanographic Institution, Woods Hole, Massachusetts, is awarded an $8,421,581 cost-plus-fixed-fee contract for the research effort entitled, “Project Sundance.”  This contract does not contain options.  Work will be performed in Woods Hole, Massachusetts, and work is expected to be completed April 22, 2024.  Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $554,999 will be obligated at the time of award and funds will expire at the end of the current fiscal year.  This contract was competitively procured under N00014-18-S-B001 entitled, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.  Proposals will be received throughout the year under the Long Range BAA, therefore, the number of proposals received in response to the solicitation is unknown.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-2016).

DEFENSE INFORMATION SYSTEMS AGENCY

Iridium Satellite, LLC, Tempe, Arizona, was awarded a non-competitive firm fixed price contract modification on April 22, 2019, HC104714C4000, for the extension of services on the current Airtime contract.  The face value of this action is $8,327,000.00 funded by fiscal 2019 defense working capital funds.  The total cumulative face value of the contract is $452,327,000.00.  The original solicitation was issued on the basis of other than full and open competition pursuant to 10 U.S.C. 2304(c)(1), only one responsible source and no other type of supplies or services would satisfy agency requirements.  Performance will be at the contractor’s facility.  The period of performance for the option period is April 22, 2019, through May 21, 2019.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC104714C4000, P00009).


*Small business