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 Some of the information contained within may be outdated and links may not function.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 July 17, 2019

NAVY

HII Fleet Support Group LLC, Virginia Beach, Virginia (N00039-19-D-0020); General Dynamics Information Technology Inc., Fairfax, Virginia (N00039-19-D-0021); M.C. Dean Inc., Tysons, Virginia (N00039-19-D-0022); Prism Maritime LLC,* Chesapeake, Virginia (N00039-19-D-0023); Serco Inc., Herndon, Virginia (N00039-19-D-0024); and VT Milcom Inc., Virginia Beach, Virginia (N00039-19-D-0025), are awarded a combined $2,450,000,000 indefinite-delivery/indefinite-quantity, cost-plus-incentive fee, fixed-price-incentive-firm-target, cost-plus-fixed-fee, firm-fixed-price multiple award contract to provide worldwide installation services for all afloat command, control, communications, computer, intelligence, surveillance and reconnaissance (C4ISR) and supporting systems, current and future, under the cognizance of the Naval Information Warfare Systems Command (NAVWAR). C4ISR installation services include decommissioning and modernization of existing platforms, as well as installation design and installation of integrated C4ISR systems, program and project management, engineering design, industrial work, troubleshooting, operational verification, end-user training and other installation services and material necessary to accomplish NAVWAR C4ISR maintenance, modernization and new system installation. Work will be performed in various worldwide locations based on the requirement for each task order placed, and work is expected to be completed July 2024. If the option is exercised, ordering could continue until July 2029. No contract funds will be obligated at the time of award. Contract funds in the amount of $5,000 will be obligated on the first task order under each contract utilizing fiscal 2019 operations and maintenance (Navy). All awardees will have the opportunity to compete for task orders during the ordering period. The types of funding to be obligated include fiscal 2019 operations and maintenance (Navy); fiscal 2019 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy). Contract funds will not expire at the end of the current fiscal year. This requirement was solicited using full and open competition via the NAVWAR e-Commerce Central website and the Federal Business Opportunities website, with seven offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Data Link Solutions LLC, Cedar Rapids, Iowa, is awarded a $235,566,335 modification to its current indefinite-delivery/indefinite-quantity contract (N00039-15-D-0007) to increase the ceiling of the existing production contract line item number (CLIN), spares CLIN, and systems engineering and integration CLIN of the referenced contract. This ceiling increase will implement the capabilities identified in the Joint Requirements Oversight Council (JROC) Memorandum dated Aug. 20, 2018, wherein the JROC endorsed the advanced capabilities of Concurrent Multi-Netting-4 (CMN-4), Concurrent Contention Receive, and Enhanced Throughput as the Department of Defense baseline for all future upgrades to any platform requiring Link-16. In response to the JROC memorandum, current Link-16 platform users identified the need for the procurement and/or retrofit of 3,370 additional Multifunctional Information Distribution System Joint Tactical Radio System (MIDS JTRS) CMN-4, F-22 Falcon, Tactical Targeting Network Technology (TTNT) terminals. This increase in scope will be in addition to the current scope in the original Class Justification and Approval (CJ&A) No. 17,226 approved April 25, 2014, for the MIDS JTRS; the amended CJ&A No. 18,012 approved Jan. 18, 2017, for the addition of the MIDS JTRS TTNT development effort; and CJ&A No. 18,415 approved Sept. 11, 2018, for the addition of MIDS Modernization Increment 2, retrofits and additional MIDS JTRS terminals, not including F-22s. The modification will increase the contract value to $1,224,529,670. This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as to the governments of Austria, Chile, Finland, Israel, Jordan, Japan, Kuwait, Malaysia, Morocco, Oman, Pakistan, Qatar, South Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Thailand, United Arab Emirates, Australia, Canada, New Zealand and the United Kingdom. This contract also includes purchases to NATO and all NATO nations under the Foreign Military Sales program. Work will be performed in Cedar Rapids, Iowa (50%); and Wayne, New Jersey (50%), and is expected to be completed June 2020. No additional funding will be placed on contract or obligated at the time of modification award. Existing contract funds will not expire at the end of the current fiscal year. Future contract actions will be issued and funds obligated as individual delivery orders. This contract modification was not competitively procured because it is a follow-on sole-source, multiple-award procurement pursuant to the authority of Title 10 U.S. Code 2304(c)(1): only one or a limited number of responsible sources (Federal Acquisition Regulation subpart 6.302-1(a)(2)). Non-competitive procedures were approved for this modification under CJ&A 19,415. Naval Information Warfare System Command, San Diego, California, is the contracting activity.

ViaSat Inc., Carlsbad, California, is awarded a $90,768,631 modification to its current indefinite-delivery/indefinite-quantity contract (N00039-15-D-0008) to increase the ceiling of the existing production contract line item number (CLIN) of the referenced contract. This ceiling increase will implement the capabilities identified in the Joint Requirements Oversight Council (JROC) Memorandum dated Aug. 20, 2018, wherein the JROC endorsed the advanced capabilities of Concurrent Multi-Netting-4 (CMN-4), Concurrent Contention Receive, and Enhanced Throughput as the Department of Defense baseline for all future upgrades to any platform requiring Link-16. In response to the JROC memorandum, current Link-16 platform users identified the need for the procurement and/or retrofit of 3,370 additional Multifunctional Information Distribution System Joint Tactical Radio System (MIDS JTRS) CMN-4, F-22 Raptor, Tactical Targeting Network Technology (TTNT) terminals. This increase in scope will be in addition to the current scope in the original Class Justification and Approval (CJ&A) No. 17,226 approved April 25, 2014 for the MIDS JTRS; the amended CJ&A No. 18,012 approved Jan. 18, 2017, for the addition of the MIDS JTRS TTNT development effort; and CJ&A No. 18,415 approved on Sept. 11, 2018, for the addition of MIDS Modernization Increment 2, retrofits, and additional MIDS JTRS terminals, not including F-22s. The modification will increase the contract value to $789,000,000. This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as to the governments of Austria, Chile, Finland, Israel, Jordan, Japan, Kuwait, Malaysia, Morocco, Oman, Pakistan, Qatar, South Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Thailand, United Arab Emirates, Australia, Canada, New Zealand and the United Kingdom. This contract also includes purchases to NATO and all NATO nations under the Foreign Military Sales program. Work will be performed in Carlsbad, California, and work is expected to be completed May 2020. No additional funding will be placed on contract or obligated at the time of modification award. Existing contract funds will not expire at the end of the current fiscal year. Future contract actions will be issued and funds obligated as individual delivery orders. This contract modification was not competitively procured because it is a follow-on sole-source, multiple-award procurement pursuant to the authority of Title 10 U.S. Code 2304(c)(1): only one or a limited number of responsible sources (Federal Acquisition Regulation subpart 6.302-1(a)(2)). Non-competitive procedures were approved for this modification under CJ&A 19,415. Naval Information Warfare System Command, San Diego, California, is the contracting activity.

Raytheon Co., Marlborough, Massachusetts, is awarded an $87,793,895 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions for engineering and program support services in support of the relocatable over-the-horizon radar at the Forces Surveillance Support Center in Chesapeake, Virginia. The contract will include a 60-month base period with no option periods. Work will be performed in Chesapeake, Virginia (60%); Marlborough, Massachusetts (20%); New Kent, Virginia (6%); Corpus Christi, Texas (3%); San Juan, Puerto Rico (3%); England (2%); Adelaide, Australia (1%); Dayton, Ohio (1%); Colorado Springs, Colorado (1%); Washington, District of Columbia (1%); Arlington, Virginia (1%); and Key West, Florida (1%). Work is expected to be completed by August 2024. Fiscal year 2019 operations and maintenance (Navy) funds in the amount of $2,000,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. This contract was a sole-sourced requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-19-D-Z030).

Paradigm Mechanical Corp.,* Lemon Grove, California, is awarded a maximum amount $49,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations, and repair projects at Marine Corps Air Ground Combat Center, Twentynine Palms, Marine Corps Logistics Base, Barstow, and Mountain Warfare Training Center, Bridgeport. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Twentynine Palms, California (36%); Barstow, California (36%); and Bridgeport, California (28%). The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2624).

Sapper West – Spectrum Service Group JV,* Sacramento, California, is awarded a maximum amount $49,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Naval Weapons Station, Seal Beach; and Marine Corps Base, Camp Pendleton. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, and air conditioning, and fire suppression/protection system installation projects. Work will be performed in Seal Beach, California (50%); and Oceanside, California (50%), and the term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2622).

Sapper West – Spectrum Service Group JV,* Sacramento, California, is awarded a maximum amount $49,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations, and repair projects at Naval Base, Ventura County. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, and air conditioning, and fire suppression/protection system installation projects. Work will be performed in Port Hueneme, California (50%); and Point Mugu, California (50%), and the term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2618).

Management and Technology Solutions Inc., doing business as MTS Group, Dumfries, Virginia, is awarded a $39,300,000 firm-fixed-priced contract for general warehousing services at Navy Expeditionary Medical Support Command, Cheatham Annex, Williamsburg, Virginia, and is expected to be completed by Sept. 30, 2024. Fiscal 2020 Defense Health Program operations and maintenance funds in the amount of $4,830,490 will be obligated on an initial task order at the time of award and will not expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-D-5008).

Bristol General Contractors LLC, Anchorage, Alaska, is awarded $24,496,240 for firm-fixed-price task order N69450-19-F-0857 under a previously awarded multiple award construction contract (N69450-13-D-1771) for P-5000 consolidated communications facility at Barksdale Air Force Base. The work to be performed provides for design-build construction of a new three-story consolidated communications facility. The facility will include all required demolition, utilities construction and site improvements. Work will be performed in Barksdale, Louisiana, and is expected to be completed by January 2022. Fiscal 2017 and 2018 military construction (Air Force) contract funds in the amount of $21,000,000 and $3,496,240 are obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Naval Systems Inc., Lexington Park, Maryland, is awarded a $23,043,905 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides cost estimating and analysis support. Specifically, to provide analyses including acquisition and logistics estimating, independent evaluations, case studies and recommendations, along with associated data in support of cost estimating and analysis that spans all phases of the life cycle (i.e., material solution analysis, technology demonstration, engineering and manufacturing development, production and deployment, and operations and support). Work will be performed in Lexington Park, Maryland (56%); Patuxent River, Maryland (30%); Lakehurst, New Jersey (7%); and Orlando, Florida (7%), and is expected to be completed in August 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 competitively procured via an electronic request for proposal, with two offers received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0075).

Sig Sauer Inc., Newington, New Hampshire, is awarded a $9,338,800 firm-fixed-price modification under previously-awarded contract N00164-18-D-JQ30 for an in-scope change to the internal reticle of the SU-293/PVS Second Focal Plane (SFP) Squad-Variable Powered Scope (S-VPS) to add a glass etched reticle. This modification is to a highly competitive procurement for the SFP S-VPS system. The S-VPSs to be procured are in support of the U.S. Special Operations Command Visual Augmentation Systems Weapons Accessories S-VPS Program. Work will be performed in Newington, New Hampshire, and is expected to be completed by July 2029. No funding will be obligated at time of award. In accordance with 10 U.S. Code 2304(c)(1), this modification was not competitively procured (only one source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

Lockheed Martin Corp., Rotary and Mission Systems, Riviera Beach, Florida, is awarded a $9,620,135 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-6308) for engineering support services in support of Unmanned Undersea Vehicle (UUV) subsystem development. Engineering services will be used to develop and study UUV subsystems and concepts initially developed under the Extra Large Unmanned Undersea Vehicle (XLUUV) program, including navigational capabilities, autonomy, and payload deployment. Work will be performed in Riviera Beach, Florida, and is expected to be completed by June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $3,025,163 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.

General Dynamics Missions Systems Inc., McLeansville, North Carolina, is awarded a $9,207,817 cost-plus-fixed-fee modification to previously awarded contract N61331-11-C-0017 for engineering services in support of ongoing development, test, and production of the Surface Mine Countermeasure Unmanned Undersea Vehicle (UUV) program, also known as Knifefish. The Knifefish program is an ongoing effort to provide a UUV that will provide persistent mine hunting ability in a contested environment. Engineering services hours are used for a number of efforts, including test and evaluation, engineering change proposal development, and pre-planned product improvement initiatives. Work will be performed in Quincy, Massachusetts (52%); McLeansville, North Carolina (27%); Braintree, Massachusetts (10%); Hanover, Maryland (5%); Reston, Virginia (5%); and Ann Arbor, Michigan (1%), and is expected to be completed by July 2020. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $150,000 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.

AIR FORCE

Group W Inc., Vienna, Virginia, has been awarded a $24,553,592 indefinite-delivery/indefinite-quantity, firm-fixed-price and cost-plus-fixed-fee contract for professional technical support of the Air Force’s synthetic theater operations research module. This contract provides for system maintenance, system help-desk support, and development of additional capabilities for the Air Force's campaign modeling software suite. Work will be performed at Air Force's Studies and Analyses Directorate and the Air Force Warfighting Integration Capability office, Arlington, Virginia, and, if all options are exercised, is expected to be completed by Nov. 28, 2023. This award is the result of a competitive source acquisition and one offer was received. Fiscal 2019 operations and maintenance funding in the amount of $747,060 was obligated on the task order coinciding with contract award. Air Force District Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-D-A001). (Awarded Nov. 28, 2018)

Lockheed Martin Corp., Orlando, Florida, has been awarded a $23,637,880 cost-plus-incentive-fee modification (P00004) to previously awarded contract FA8682-18-C-0009 for providing a replacement joint air to surface standoff missile (JASSM) anti-jam GPS receiver with a new JASSM Anti-Jam GPS Receiver (JAGR) due to obsolescence. This contract provides replacement for the current JAGR due to obsolescence. Work will be performed at Orlando, Florida, and is expected to be completed by March 31, 2023. Fiscal 2019 procurement funds in the amount of $23,637,880 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

AX Enterprize LLC., Yorkville, New York,* has been awarded a $7,753,015 modification to previously awarded contract FA8750-16-C-0293 for collaborative low-altitude Unmanned Aircraft Systems (UAS) integration effort. The objective of this effort is to research the needs and challenges of the integration of unmanned aircraft operations in the UAS Traffic Management (UTM) as well as the relevance and impact of UTM on manned and unmanned aircraft operations. Work will be performed at Yorkville, New York, and is expected to be completed by Sept. 30, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,753,015 are being obligated at the time of award. The Air Force Research Laboratory – Information Directorate's Information Grid and Systems Contracting Branch, Rome Research Site, Rome, New York, is the contracting activity.

ARMY

NIC4 Inc.,* Tampa, Florida, was awarded a $13,418,364 firm-fixed-price contract for Very Small Aperture Terminals services and equipment. One bid was solicited via the internet with one bid received. Work locations and functions will be determined with each order, with an estimated completion date of July 31, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-5001).

 

*Small Business