DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $8 MILLION AND ABOVE

JOINT IMPROVISED-THREAT DEFEAT ORGANIZATION

CACI International Inc., Chantilly, Virginia, has been awarded a $1,773,158,264 ceiling cost-plus-award-fee task order under the General Services Administration (GSA) OASIS Pool 4 contract to provide the Joint Improvised-Threat Defeat Organization (JIDO) with deployable analytical operations, intelligence, and training services to support JIDO’s Focused Support/Decisive Effort (FS/DE) mission anywhere in the world.  The FS/DE task order will enhance the ability of deploying joint forces to integrate capabilities, technologies, and lessons learned to defeat adversaries that employ improvised-threat weapons for strategic effect. The task order provides a key component for JIDO’s mission to enable Department of Defense actions to counter improvised threats with tactical responsiveness and through anticipatory, rapid acquisition in support of combatant commands’ efforts to prepare for, and adapt to, battlefield surprise in support of counter-terrorism, counter-insurgency, and other related mission areas including counter-improvised explosive device.  Work will predominantly be performed in Virginia and the National Capital Region; however, contractor personnel will also be embedded as needed with globally deployed U.S. forces. The expected completion date is Oct. 30, 2021.  Joint IED Defeat funds, along with other agency and department contributions in the amount of $12,126,590, are being obligated at the time of award.  This task order was a competitive acquisition and two offers were received.  It is part of the JIDO Enterprise Acquisition Strategy Initiative which is intended to (1) Meet current and evolving mission requirements; (2) Comply with acquisition laws, regulations, and policies; and, (3) Improve mission effectiveness, output, and organizational synergy. GSA Federal Systems Integration and Management Center is the contracting activity, in support of JIDO (GSQ0016AJ0029). (Awarded on Oct. 28, 2016)

AIR FORCE

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $536,375,871 modification (P00767) to previously awarded contract FA8611-08-C-2897 for F-22 sustainment services. Work will be performed at Fort Worth, Texas, and is expected to be complete by Dec. 31, 2017. Fiscal 2017 operations and maintenance funds in the amount of $62,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

Honeywell International Inc., doing business as Honeywell Aerospace-Clearwater (Space), Clearwater, Florida, has been awarded a $10,023,918 option (P00013) to previously awarded contract FA8204-14-C-0002 for repair and refurbishment services for the Pendulous Integrating Gyroscopic Accelerometer (PIGA) float. Work will be performed at Clearwater, Florida, and is expected to be complete by Oct. 31, 2017. Fiscal 2017 operations and maintenance funds in the amount of $5,748,500 are being obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

Odyssey Systems Consulting Group Ltd., Wakefield, Massachusetts, has been awarded a $9,156,518 option (25) to previously awarded task order FA8721-13-D-0002 0007 for professional acquisition support services. Contractor will provide program management, financial management, administrative and other related support utilizing established government, contractor, and industry practices for the Operational Command and Control and Force Protection Division in support of joint theater; unit levels; U.S. and allied warriors; national intelligence communities; intelligence, surveillance, and reconnaissance operations; and homeland defense. Work will be performed at Hanscom Air Force Base, Massachusetts; and geographically separated units, and is expected to be complete by Nov. 17, 2017. Fiscal 2017 Air Force operations and maintenance; research, development, test and evaluation; and other procurement funds in the amount of $800,963 are being obligated at the time of award. Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

ARMY

AAI Corp., Hunt Valley, Maryland, was awarded a $206,561,704 cost-plus-fixed-fee foreign military sales (Australia) contract for contractor logistics sustainment services for Shadow RQ-7B unmanned aerial systems.  Bids were solicited via the Internet with one received. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Oct. 31, 2017.  Fiscal 2017 other funds in the amount of $3,705,107 were obligated at the time of the award.  Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-17-C-0013).

The Boeing Co., Mesa, Arizona, was awarded an $80,240,233 modification (P00025) to contract W58RGZ-16-C-0017 to execute option year two for the continuation of the Apache Helicopter 64 performance-based logistics program for D-unique, D/E common, and E-unique components, services and supplies.  Work will be performed in Mesa, Arizona, with an estimated completion date of Oct. 31, 2017.  Fiscal 2017 other funds in the amount of $80,240,233 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

The RAND Corp., Santa Monica, California, was awarded a $20,681,746 modification (P0011) to contract W91CRB-15-D-0022 for 39 individual research studies on matters of strategic importance to the Army.  All projects authorized under this task order are non-servable research projects with reports due at the end of project performance periods.  Work will be performed in Santa Monica, California, with an estimated completion date of Sept. 30, 2018.  Fiscal 2017 research, development, test and evaluation funds in the amount of $7,856,688 were obligated at the time of the award.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

HX5 LLC, Fort Walton Beach, Florida, was awarded a $7,328,152 modification (P00019) to contract W9133L-11-C-0033 for a six-month extension providing for the entire spectrum of mission planning support for 98 Army National Guard flying units.  The contractor is responsible for keeping mission planning software up to date, keeping threat warning date up to date, maintaining airspace and de-confliction data up to date, as well as a myriad of other services vital to real-world and training missions.  The contract provides staff who are highly skilled in flight operations and intelligence information systems.  These personnel require skill sets that not only support information technology systems, but must also possess experience in the management of flight operations.  Work will be performed in Arlington, Virginia, with an estimated completion date of April 30, 2017.  Fiscal 2017 operations and maintenance (Army) funds in the amount of $7,328,152 were obligated at the time of the award.  Army National Guard Bureau, Arlington, Virginia, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Raytheon Co., Tucson, Arizona, has been awarded a $174,746,702 cost-plus-fixed-fee contract for a research project under the Hypersonic Air-breathing Weapon Concept (HAWC) program. Fiscal 2016 research and development funds in the amount of $3,410,005 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-17-C-0025).

NAVY

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a $60,930,793 modification to previously awarded contract N00024-14-C-5104 to exercise option year three for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build (ACB) 12.  The contract provides for Aegis shipboard integration engineering, Aegis test team support, Aegis modernization team engineering support, Ballistic Missile Defense test team support, and AWS element assessments.  This contract will cover the AWS ship integration and test efforts for five new construction DDG 51 class ships and the major modernization of five DDG 51 class ships.  It will additionally cover the integrated combat system modifications and upgrades for all current ships with all AWS baselines up to and including ACB 12.  Work will be performed in Camden, New Jersey (27 percent); Norfolk, Virginia (22 percent); Pascagoula, Mississippi (16 percent); San Diego, California (13 percent); Bath, Maine (10 percent); Moorestown, New Jersey (6 percent); and various places below one percent (6 percent), and is expected to be completed by November 2017.  Fiscal 2011 shipbuilding and conversion (Navy); fiscal 2015 weapons procurement (Navy); fiscal 2016 other procurement (Navy); fiscal 2016 research and development (Navy); fiscal 2016 other customer funds; and fiscal 2017 operations and maintenance (Navy) funding in the amount of $20,588,097 will be obligated at time of award. Contract funds in the amount of $6,794,972 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Global Technical Systems Inc.,* Virginia Beach, Virginia, is being awarded a $18,476,064 firm-fixed-price delivery order under previously awarded contract N00024-14-D-5213 for 36 Technical Insertion Twelve Hybrid (TI-12H) Common Processing System (CPS) water-cooled advanced production units.  CPS is a computer processing system based on an open architecture design.  CPS consists of the CPS enclosure assembly and three subsystems: the processing subsystem, the storage/extraction subsystem, and the input/output subsystem.  It is intended to support the computer requirements of various Navy combat systems.  This contract will provide for production, testing and delivery of CPS (both water-cooled and air-cooled), spares, and associated engineering services.  Work will be performed in Virginia Beach, Virginia, and is expected to be completed by June 2017. Fiscal 2016 other procurement (Navy) funding in the amount of $18,476,064 will be obligated at time of award and will not expire at the end of the current fiscal year.  Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

CFM International Inc., West Chester, Ohio, is being awarded a $14,724,356 firm-fixed-price contract for the procurement of supplies and services required for the CFM56 engine field assessment, unscheduled engine repair, technical assistance for removal, and replacement of engines in support of the P-8 aircraft for the government of Australia under a cooperative agreement.  This effort includes unscheduled depot maintenance and repair, the introduction of Sermetel protective coatings, and other non-standard repairs as required.  Work will be performed in Cincinnati, Ohio, and is expected to be completed in May 2018.  No funds are being obligated at time of award; funds will be obligated against individual task orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1a2.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-D-2000).

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $9,635,835 cost-plus-award-fee order against previously awarded basic ordering agreement N00024-16-G-2303 to provide program management, advanced planning, engineering, design, material procurement/kitting, liaison, scheduling, and participation in planning conferences and design reviews in support of the post shakedown availability (PSA)for USS John Finn (DDG 113). This PSA support shall commence prior to the date the shipyard is required to provide final drawings and related data for construction of the individual ship to the Navy.  Work will be performed in Pascagoula, Mississippi (75 percent); and San Diego, California (25 percent), and is expected to be completed by March 2018.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $5,776,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

Railroad Construction Co. Inc., Paterson, New Jersey, is being awarded an $8,899,539 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-14-D-5200) to exercise option three for base operations support services at Naval Weapons Station Earle.  The work to be performed provides for preventive maintenance of railroad switch turnouts; maintenance of railroad track right-of way to include weed control and tree trimming; ultrasonic testing of railroad track components; maintenance of railroad crossings; and the repair of railroad trackage to include the replacement of crossties, switch timbers, rail and switch turnout components.  After award of this option, the total cumulative contract value will be $33,869,786.  Work will be performed in Colts Neck, New Jersey.  Work is expected to be completed October 2017.  No funds will be obligated at time of award.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $1,389,414 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command Mid-Atlantic, Public Works Department Earle, Colts Neck, New Jersey, is the contracting activity.

DEFENSE LOGISTICS AGENCY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a maximum $14,842,145 modification (P00001) exercising the one-year option of a one-year base contract (SPRDL1-16-C-0273), with one-year option period for M1 Abrams tank distribution boxes. This is a firm-fixed-price contract. Locations of performance are Michigan and Florida, with a Feb. 12, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through fiscal 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

Freeman Holdings LLC, doing business as Million Air Topeka,* Topeka, Kansas, has been awarded a minimum $14,528,980 fixed-price with economic-price-adjustment contract for various types of fuel. This was a competitive acquisition with 86 responses received. This is a 46-month base contract with a six-month option period. Location of performance is Kansas, with a Sept. 30, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-17-D-0003).

MISSILE DEFENSE AGENCY

Raytheon Integrated Defense Systems of Woburn, Massachusetts, is being awarded a $9,346,776 modification (P00055) to a previously awarded contract (HQ0147-12-C-0006) for procurement of antenna equipment unit T1 transformers and IBM crypto coprocessors. The modification brings the total cumulative face value of the contract to $981,525,660 from $972,178,884. The work will be performed in Woburn, Massachusetts, with a period of performance of November 2016 through May 2019. Fiscal 2015, fiscal 2016, and fiscal 2017 procurement funds in the amount of $9,346,776 are being obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

 

* Small business

Related News

Lindy Kyzer is the director of content at ClearanceJobs.com. Have a conference, tip, or story idea to share? Email lindy.kyzer@clearancejobs.com. Interested in writing for ClearanceJobs.com? Learn more here.. @LindyKyzer