DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

AIR FORCE

General Dynamics – Mission Systems, Scottsdale, Arizona (FA8307-17-D-0006); Harris Corp., Rochester, New York (FA8307-17-D-0007); L-3 Systems Corp., Camden, New Jersey (FA8307-17-D-0008); Leidos Inc, Columbia, Maryland (FA8307-17-D-0009); Raytheon, El Segundo, California (FA8307-17-D-0010); Sypris Electronics LLC, Tampa, Florida (FA8307-17-D-0011); ViaSat Inc., Carlsbad, California (FA8307-17-D-0012) have been awarded a combined, not-to-exceed $875,000,000 indefinite-delivery/indefinite-quantity contract. Contractor will provide total lifecycle support of cryptographic and information assurance related products and will include contracted activities during materiel solutions analysis, technology maturation and risk reduction, engineering and manufacturing development, production, and product support. Work will be performed primarily at contractor’s location. The work expected to be complete by Dec. 15, 2026.  This award is the result of a competitive acquisition with seven offers received. Fiscal 2016 research, development, test, and evaluation funds in the amount of $5,000 are being obligated to each company at the time of award. Air Force Life Cycle Management Center, Joint Base San Antonio- Lackland, Texas, is the contracting activity.

Arkham Technology Ltd.,* Irvine, California (FA8307-17-D-0001); Innoflight Inc.,* San Diego, California (FA8307-17-D-0002); Innove LLC,* Boerne, Texas (FA8307-17-D-0003); P E Systems Inc.,* Fairfax, Virginia (FA8307-17-D-0004); X Technologies Inc., San Antonio, Texas (FA8307-17-D-0005), have been awarded a combined, not-to-exceed $50,000,000 indefinite-delivery/indefinite-quantity contract. Contractor will provide the Cryptologic and Cyber Systems Division materiel solution analysis and related efforts for cryptographic and information assurance products. Work will be performed primarily at contractor’s location. The work expected to be complete by Dec. 15, 2026.  This award is the result of a competitive acquisition with five offers received. Fiscal 2016 research, development, test, and evaluation funds in the amount of $5,000 are being obligated to each company at the time of award. Air Force Life Cycle Management Center, Joint Base San Antonio- Lackland, Texas, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Raytheon Space and Airborne Systems, McKinney, Texas, was awarded an estimated $45,500,000 modification for an existing indefinite–delivery/indefinite-quantity contract with firm-fixed-price and cost-plus-fixed-fee line items, for low-rate initial production (LRIP) and full-Rate production of the Silent Knight Radar system in support of U.S. Special Operations Command (USSOCOM). This action is an order for LRIP II radars. This modification increases the contract ceiling to $200,000,000. The work will be performed in McKinney, Texas; and Forest, Mississippi, and is expected to be completed by June 2019. Fiscal 2016 and 2017 procurement funds in the amount of $39,155,826, are being obligated at the time of the award.  The requirement was synopsized via FedBizOpps and one offer was solicited and received.  This is a sole-source requirement. This is not a multi-year contract. Headquarters, USSOCOM, MacDill Air Force Base, Florida, is the contracting activity (H92222-16-D-0033).

NAVY

RMAA-API JV LLC, Honolulu, Hawaii, is being awarded a maximum amount $30,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for design and engineering services for architectural projects at various locations under the cognizance of the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR).  The projects consist of new construction of base development facilities, including, but not limited to, bachelor enlisted quarters, consolidated club (officer/enlisted), fire station, fitness center, dining facility, auditorium/theater, exchange/retail store, school, headquarters building, administration building, aircraft hangar, maintenance shop, distribution warehouse, and armory.  Design and engineering services consist of, but are not limited to, the execution and delivery of military construction project documentation; functional analysis and concept development design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; technical surveys and reports including site engineering investigation, topographical survey, geotechnical investigation, hazardous material survey, and munitions of explosive concern survey; construction cost estimates; comprehensive interior design; and post construction award services.  No task orders are being awarded at this time.  Work will be performed at various Navy and Marine Corps facilities; and other government facilities within the NAVFAC Pacific AOR including, but not limited to Guam (70 percent); and Hawaii (30 percent), and is expected to be completed by February 2022.  Fiscal 2015 military construction (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (planning and design).  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-17-D-0006).

Malin Space Science Systems Inc., San Diego, California, is being awarded a $10,965,790 firm-fixed-price contract for the for geosynchronous operations.  Specifically, the camera housing will need to be modified to meet the radiation environment at geosynchronous altitude. This modification requires a slight increase in the thickness and/or material of the housing case. All interior components are unchanged.  This contract contains options, which if exercised, will bring the contract value to $11,527,265.  Work will be performed in San Diego, California, and work is expected to be completed May 21, 2019.  If all options are exercised, work could continue through Aug. 21, 2021.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $1,827,632 will be obligated at the time of award.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured under a request for proposal N00173-16-R-WR02, with one offer received.  The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-17-C-6001).

Ultra Systems Precision Air & Land Systems (PALS), Gloucestershire, United Kingdom, was awarded a $8,466,210 five year indefinite-delivery/indefinite-quantity, firm-fixed-price, long term contract for repair of the LAU-7 high pressure pure air generators used on the AV-8B, H-1, and legacy F/A-18 and the LAU-127 used on the newer F/A-18s.  Work will be performed in Columbia City, Indiana (70 percent); and Gloucestershire, United Kingdom (30 percent), and work is expected to be completed by February 2022.  Fiscal 2017 working capital funds (Navy) in the amount of $1,605,072 will be obligated at the time of award and will not expire at the end of the current fiscal year.  One source was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation 6.302-1, with one offer received in response to this solicitation.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-17-D-001P).  (Awarded Feb. 21, 2017)

 

*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