DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $129,430,321 modification to a cost-plus-fixed-fee delivery order (N0001917F0108) against a previously issued basic ordering agreement (N00019-14-G-0020).  This order provides for additional work on the TR-3 integrated core processor and related subsystems to alleviate diminishing manufacturing sources constraints projected under F-35 production Lot 15 for the Air Force ($51,772,129; 40 percent); Navy ($25,865,355; 20 percent); Marine Corps ($25,865,355; 20 percent); and international partners ($25,927,482; 20 percent). Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2019.  Fiscal 2017 research, development, test and evaluation funds (Air Force, Navy and Marine Corp); and international partner funds in the amount of $27,005,628 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Agile Defense Inc.,* Reston, Virginia, is being awarded a $23,445,267 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide software and system engineering, design, development, integration, testing and life-cycle support services to support the BMC Remedy Enterprise System, infrastructure, enabling technologies, and related training to the Department of Defense.  This is a five-year contract with no options. Work will be performed in San Diego, California (95 percent); and Reston, Virginia (5 percent).  The work is expected to be completed April 4, 2022.  No funds will be obligated at the time of award.  Funding will be obligated via task orders beginning on award of the contract using operations and maintenance (Navy); other procurement (Navy); research, development, test and evaluation (Navy); and other procurement (Marine Corps) funds. Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via a 100 percent small business set-aside solicitation through publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Four proposals were received and one was selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-17-D-0125).

CoSTAR Services Inc.,* San Antonio, Texas, is being awarded a $9,769,325 indefinite-delivery/indefinite-quantity contract for base operating support services to include custodial, pest control, integrated solid waste management, and grounds maintenance and landscaping at Naval Air Station Jacksonville, Bureau of Medicine and Surgery, Naval Station Mayport, Blount Island, and outlying areas.  The maximum dollar value including the base period and four option years is $50,216,607.  Work will be performed in Jacksonville, Florida, and is expected to be completed by July 2018.  No funds will be obligated at the time of award.  Fiscal 2017 operations and maintenance (Navy); fiscal 2017 defense health program; fiscal 2017 working capital funds (Navy); fiscal 2017operations and maintenance (Marine Corps Reserve); fiscal 2017 family housing operations and maintenance (Navy); fiscal 2017 operations and maintenance (Navy Reserve); and fiscal 2017operations and maintenance (Army Reserve) contract funds in the amount of $8,156,876 for recurring work will be obligated on individual task orders issued during the base period.  This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-17-D-1706).

The Boeing Co., Huntington Beach, California (N00024-17-C-4108); and DRS Laurel Technologies Inc., Johnstown, Pennsylvania (N00024-17-C-4109), are being awarded a firm-fixed-price, cost-plus-fixed-fee contract for AN/USQ-82(V) Gigabit Ethernet Data Multiplex System (GEDMS) ship set hardware, spare parts and installation and checkout repair for the DDG 51 modernization program, the DDG 51 new construction program, DDG 51 foreign military sales to Korea and Japan, the LHA 8, and Aegis Ashore programs.  The GEDMS variant of the AN/USQ-82(V) delivers technologically-refreshed IC data network, which enables critical and real-time control system communications throughout the DDG 51-class destroyer. The Boeing Co. is being awarded $6,908,084 and the contract includes options which, if exercised, would bring the cumulative value of this contract to $116,479,956.  DRS Laurel Technologies Inc. is being awarded $8,314,864 and the contract includes options which, if exercised, would bring the cumulative value of this contract to $76,328,664.  Work under the Boeing contract will be performed in Huntington Beach, California, and is expected to be completed by December 2023. Work under the DRS contract will be performed in Johnstown, Pennsylvania, and is expected to be completed by December 2023.  Fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $6,908,084 will be obligated on the Boeing contract at the time of award and will not expire at the end of the current fiscal year. Fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $8,314,864 will be obligated on the DRS contract at the time of award and will not expire at the end of the current fiscal year.  These contracts were subject to a limited competition, with two offers received.  The Naval Sea Systems Command, Washington District of Columbia, is the contracting activity.

AIR FORCE

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $21,264,701 modification (P00076) to exercise the option on previously awarded contract FA8678-10-C-0058 to support the Common Range Integrated Instrumentation System (CRIIS). Contractor will provide the second production lot of the CRIIS for upgrading the test and evaluation instrumentation at Air Force, Navy and Army test ranges. This second production lot will help complete range installations and activations at Eglin Air Force Base, Edwards Air Force Base, Naval Air Station Patuxent River, White Sands Missile Range, Nellis Air Force Base, Naval Air Weapons Station China Lake and Naval Air Station Point Mugu. Work will be performed at Cedar Rapids, Iowa, and Richardson, Texas, and is expected to be complete by April 5, 2019. Fiscal 2016 and 2017 research, development, test, and evaluation (Navy, Air Force and Army); and procurement funds (Air Force) in the total amount of $21,264,701 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Northrop Grumman Systems Corp. – Northrop Grumman Information Systems, Chantilly, Virginia, has been awarded a $7,203,059 cost-plus-fixed-fee contract for widely applicable streaming and static parallel-graph processing software. Contractor will identify and develop static and streaming graph analytics to solve five types of problem areas, anomaly detection, domain specific search, dependency mapping, N-x contingency analysis, and causal modeling of events. This effort will focus on identifying new uses for graph analytics that have been abandoned in previous research due to processing, power, or size constraints. Work will be performed at Linthicum Heights, Maryland, and is expected to be complete by Oct. 5, 2021. This award is the result of a competitive acquisition with 32 offers received. Fiscal 2017 research, development, test, and evaluation funds in the amount of $631,043 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-17-C-0041).

DEFENSE LOGISTICS AGENCY

Third Coast Packaging Inc.,* Pearland, Texas, has been awarded a maximum $11,776,800 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fuel systems icing inhibitor. This was a competitive acquisition with six offers received. This is a two-year contract with one six-month option period. Locations of performance are Texas, New Jersey, California, Georgia and Illinois, with an April 30, 2019, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-17-D-0751).

*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