DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

AIR FORCE

Signalink Inc., Madison, Alabama (FA2487-18-D-4000); Corvid Technologies LLC., Mooresville, North Carolina (FA2487-18-D-4100); Maden Technologies – Maden Tech Consulting Inc., Arlington, Virginia (FA2487-18-D-4200); Intuitive Research and Technology Corp., Huntsville, Alabama (FA2487-18-D-4300); Wavelink Inc., Huntsville, Alabama (FA2487-18-D-4400); Cummings Aerospace Inc., Huntsville, Alabama (FA2487-18-D-4500); Radiance Technologies Inc., Alabama (FA2487-18-D-4600); Booz Allen Hamilton Inc., McLean, Virginia (FA2487-18-D-4700); IERUS Technologies Inc., Alabama (FA2487-18-D-4800); Dynetics Inc., Huntsville, Alabama (FA2487-18-D-4900); Trident Research LLC., Austin, Texas (FA2487-18-D-5000); Georgia Technical Research Institute, Georgia Tech Applied Research Corp., Atlanta, Georgia (FA2487-18-D-5100); Raytheon Co., Indianapolis, Indiana (FA2487-18-D-5200); and RT Logic, Colorado Springs, Colorado (FA2487-18-D-5300); have been awarded a shared ceiling, multiple award indefinite-delivery/indefinite-quantity contracts in the amount of $998,000,000. Contractor will provide research, development, test and evaluation of weapon systems, subsystems, and components.  Work will be performed at each contractor’s facilities.  This award is the result of a competitive acquisition and 14 offers were awarded. Fiscal 2017 research, development, test, and evaluation funds in the amount of $14,000 – $1,000 per delivery order, per company are being obligated at time of award.  Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.

Lockheed Martin Corp. Space Systems Company, Sunnyvale, California, has been awarded a $132,201,882 fixed-price, incentive firm modification (P00108) for Space-Based Infrared System (SBIRS) contractor logistics support.  The modification is to exercise the option period for operations and sustainment and factory infrastructure support services for the SBIRS.  Work will be performed in Sunnyvale, California; Azusa, California; Boulder, Colorado; Aurora, Colorado; and Colorado Springs, Colorado, and is expected to be completed by Sept. 30, 2018.  No funds are being obligated at time of award.  The Air Force Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8810-13-C-0002).

Boeing Co., Seattle, Washington, has been awarded a sole-source $43,800,000 firm-fixed-price modification (P00067) to previously awarded contract to provide support equipment in support of production aircraft.  The contract modification provides aircraft support equipment for McConnell Air Force Base, Kansas; Altus Air Force Base, Oklahoma; and Pease Air National Guard Base, New Hampshire.  Work will be performed in Seattle, Washington, and is expected to be completed by Sept. 30, 2019.  Fiscal 2015 procurement funds in the amount of $20,126,774; and 2016 procurement funds in the amount of $23,673,225 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-11-C-6600).

Alpha-Omega Change Engineering Inc., Williamsburg, Virginia, has been awarded a $33,230,944 modification (P00021) to previously awarded contract for academic and simulator formal training and continuation training for multiple mission design series.  Contractor will provide aircrew instruction including initial and mission qualification, refresher, upgrade, and currency; student services; contractor logistics support, concurrency management, training systems support center, courseware, and cybersecurity. Work will be performed at Kirtland Air Force Base, New Mexico; Davis-Monthan Air Force Base, Arizona; Joint Base Andrews, Maryland; and Moody Air Force Base, Georgia, and is expected to be completed by May 31, 2019.  No funds are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-16-C-6331).

Lockheed Martin Aculight Corp., Bothell, Washington, has been awarded a cost reimbursement type contract with a contract ceiling of $26,320,260 for laser advancements for next-generation compact environments.  This contract will provide for the research and development of high-energy laser technologies.  This contract award is the result of a competitive acquisition and six offers were received.  Work will be performed in Bothell, Washington, and is expected to be completed by Sept. 30, 2022.  Fiscal 2017 research, development, test, and evaluation funds in the amount of $2,000,000 will be obligated at time of award.  Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-17-C-0052).

Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $7,519,484 modification (P00907) for F-22 sustainment.  The contract modification is for the exercise of options for F-22 sustainment activities.  Work will be performed in Fort Worth, Texas, and is expected to be completed by Dec. 31, 2019.  Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8611-08-C-2897).

NAVY

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded $192,349,625 for firm-fixed-price modification P00015 under a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-15-D-5501) to exercise an option to procure the commercial AN/ARC-210(V) electronic protection radios, ancillary equipment, and associated support services.  The AN/ARC-210 is fielded on Navy, Marine Corps, Army, Air Force, Coast Guard, Department of Defense, foreign military sales and federal agency airborne, seaborne and land based platforms.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2018.  No funds will be obligated at time of award, funds will be obligated on individual task orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $45,019,871 for delivery order N0001917F0077 placed against a previously awarded basic ordering agreement (N00019-16-G-0001)for the procurement of retrofit kits in accordance with engineering change proposal 6213R2 Trailing Edge Flap Retrofit AYC 1539 for the F/A-18 aircraft.  Work will be performed in St. Louis, Missouri (72 percent); Lucerne, Switzerland (20 percent); Paramount, California (5 percent); and Hot Springs, Arkansas (3 percent), and is expected to be completed in February 2020.  Fiscal 2017 aircraft procurement (Navy) funds in the amount of $45,019,871 are being obligated at the 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.

The General Electric Co., Cincinnati, Ohio is being awarded $27,121,433 for firm-fixed-price delivery order N00024-17-F-4122 under a previously awarded basic ordering agreement (SPE4A1-17-G-0008) for four sets Twin Shank Turbine LM2500 hot section materials; four Single Shank Turbine LM2500 hot section modification kits; and 20 integrated electronic controller modification kits. All of the aforementioned items are purchased in support of upgrades to LM2500 Marine Gas Turbine Engines (MGTE).  This delivery order supports the scheduled overhauls of Navy LM2500 MGTEs and will be used to replace high pressure turbine components that have degraded beyond the ability to be refurbished economically.  The integrated electronic controller modification kits contain all of the necessary equipment to upgrade the LM2500 MGTE’s hydro mechanical main fuel control system to a digital fuel control configuration, resulting in increased reliability and fuel cost savings. The hot section materials procured are in support of ongoing LM2500 repair and overhaul efforts supporting CG 47, DDG 51, and LCS Independence variant operations. The General Electric LM2500 MGTE is the primary propulsion gas turbine engine on the DDG-51, CG-47, FFG-7, and the LCS-2 variant.  The LM2500 MGTE is a marine derivative of the well-established CF6-6 aero gas turbine engine and is comprised of two mating components: the gas generator and the power turbine.  Work will be performed in Cincinnati, Ohio, and is expected to be completed by December 2018.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $18,644,793 will be obligated at the time of award and expire at the end of the current fiscal year. Fiscal 2017 other procurement (Navy) funding in the amount of $8,476,640 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured. The General Electric Co. is the original designer, developer, and sole manufacturer of the LM2500 MGTE.  The order is therefore awarded using other than full and open competition under authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Physical Optics Corp.,* Torrance, California, is being awarded a $21,859,491 firm-fixed-price contract for the procurement of F/A-18 E/F and EA-18G data transfer units for the Navy.  Work will be performed in Torrance, California, and is expected to be completed in August 2022.  Fiscal 2015, 2016 and 2017 aircraft procurement (Navy); and fiscal 2017 research, test, development and evaluation (Navy) funds in the amount of $21,859,491are being obligated at the time of award, $7,269,396 of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5.  This contract combines purchases for the Navy (93 percent); and government of Australia (7 percent), under the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-17-C-0078).

CH2M Hill Constructors Inc., Greenville, South Carolina, is being awarded $20,084,998 for firm-fixed-price modification 05 to task order WE01 under a previously awarded global contingency contract (N62470-13-D-6019) for recovery efforts and repairs following a natural disaster at Marine Corps Logistics Base, Albany.  The work to be performed provides for the repair of asphalt; Building 1322 sunshade; Building 1222 picnic cover; Building 1423 weight station; Warehouse 1331 fencing; warehouse doors; Warehouse 1250 reroof; Warehouse 1240 roof; Warehouse 1221 heating, ventilation, and air conditioning; Defense Logistics Agency warehouse interiors and fire protection; Warehouse 1230 roll up door; Building 2200 leak repairs; Building 2200 exhaust fans; Building 1430 fencing replacement; Warehouses 1241 and 1341 reroof; Warehouses 1251 and 1351 reroof; Building 1350 reroof; Building 1362 perimeter fence repair; Warehouse 1230 wall exhaust fan; building interiors; and lightning protection.  Work will be performed in Albany, Georgia, and is expected to be completed by July 2018.  Fiscal 2017 operations and maintenance (Marine Corps) contract funds in the amount of $20,084,998 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Oceaneering International Inc., Chesapeake, Virginia, is being awarded a $16,314,550 modification to a previously awarded contract (N00024-13-C-6403) to provide the requisite technical and engineering efforts to complete the kitting, production, and installation as necessary to modify one technology demonstrator to be installed onto the host submarine in support of Dry Deck Shelter program.  The dry deck shelter modernization effort includes design and construction of remotely operated capability.  Planning and long lead time material will be awarded at the time of this modification.  Work will be performed in Chesapeake, Virginia (96 percent); and Hanover, Maryland (4 percent), and is expected to be completed by June 2019.  Fiscal 2017 research, development, test & evaluation (Navy) funding in the amount of $3,786,756 will be obligated at time of award and will not expire at the end of the current fiscal year.  Fiscal 2016 research, development, test and evaluation (Navy) contract funds in the amount of $860,016 and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $15,236,487 for cost-plus-fixed-fee delivery order 0050 against a previously issued basic ordering agreement (N00019-16-G-0001).  This delivery order provides for procurement of retrofit non-recurring and recurring supplies and services in support of engineering change proposal 570R6 Joint Helmet Mounting Cueing System Integration for the government of Kuwait F/A-18 Hornet C and D model aircraft under the Foreign Military Sales program.  Work will be performed in St. Louis, Missouri (70 percent); and Ahmed Al-Jaber Air Base, Kuwait (30 percent), and is expected to be completed in January 2021.  Foreign military sales funds in the amount of $15,236,487 are being obligated on this 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.

Tompco Inc.,* Seabeck, Washington, is being awarded a $14,962,480 firm-fixed-price contract for construction of a Regional Ship Maintenance Facility at the Naval Base Kitsap Bangor.  The work to be performed provides for the construction of a low-rise, steel-framed and blast-hardened regional ship maintenance facility.  The facility will include ship repair, storage, administrative, classroom, and light industrial areas.  Building features include reinforced architectural concrete walls, a polyvinyl-chloride roof and shallow concrete foundations.  The contract also contains oneunexercised option, which if exercised would increase cumulative contract value to $14,998,449.  Work will beperformed in Silverdale, Washington, and is expected to be completed by January 2020. Fiscal 2016 militaryconstruction (Navy) contract funds in the amount of $14,962,480 are obligated on this award, of which $4,461,855 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale,Washington, is the contracting activity (N44255-17-C-8002).

Arete Associates, Northbridge, California is being awarded a $13,951,515 cost-plus-fixed-fee contract for theExpendable Data Ex-filtration (EDEX) Technology program.  Work will be performed in Arlington Virginia (80 percent); and Longmont, Colorado (20 percent), and work is expected to be completed Sept. 15, 2022.  Fiscal 2017 research, development, rest and evaluation (Navy) funding in the amount of $25,000 will be obligated at the time of award.  Funds will not expire at the end of the current fiscal year.  This contract was competitively procured under Office of NavalResearch long range broad agency announcement (BAA) N00014-17-S-B001, dated Sept. 28, 2016.  Since proposalswill be received throughout the year under the long range BAA, the number of proposals received in response to thesolicitation unknown.  The Office of Naval Research, Washington, District of Columbia, is the contracting activity.  (N00014-l 7-C-7053).

Sealift Inc., Oyster Bay, New York, is being awarded a $13,151,315 option under previously awarded firm-fixed-price contract N32205-15-C-3201 to exercise option three for the charter of vessel MV LTC John U.D. Page for prepositioning and transportation of cargo for the Department of the Army. The U.S. flagged vessel provided under the contract is employed in worldwide trade for the transportation and prepositioning of cargo including, but not limited to, hazardous cargoes, explosives, ammunition, vehicular, containerized, and general cargoes; and for military readiness, in accordance with the terms of this charter. Work will be performed worldwide, and work for this option period is expected to be completed September 2018.  Working capital funds in the amount of $13,151,315 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia is the contracting activity (N32205-15-C-3201).

Intermat,* Biddeford, Maine, is being awarded an $12,262,476 indefinite-delivery/indefinite-quantity contract under which cost-plus-fixed-fee, firm-fixed-price delivery orders will be issued as a follow on to a previously awarded contract (N00178-13-C-1020) to continue to provide fabrication of carbon-carbon shape stable nosetip materials; development and fabrication of advanced reentry materials including alternate nosetips, antenna windows, control surfaces, wings, flaps, leading edges heatshields and aeroshells; associated acceptance and quality assurance testing; and supporting engineering studies.  This contract involves foreign military sales to the United Kingdom.  Work will be performed in Biddeford, Maine, and is expected to be completed by September 2023.  Fiscal 2017 research, development, test and evaluation (Navy) funding in the amount of $486,384 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 authority 10 U.S .Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2) satisfying a requirement for unique supplies available from only one source..  The Naval Surface Warfare Center- Dahlgren Division, Dahlgren Virginia, is the contracting activity.

Sealift Inc., Oyster Bay, New York, is being awarded an $11,187,250 option under previously awarded firm-fixed-price contract N32205-16-C-3501 for exercise option two for the charter of the vessel MV SSG Edward A. Carter Jr. for prepositioning and transportation of cargo for the Department of the Army.  The U.S. flagged vessel provided under the contract is employed in worldwide trade for the transportation and prepositioning of cargo including, but not limited to, hazardous cargoes, explosives, ammunition, vehicular, containerized, and general cargoes; and for military readiness, in accordance with the terms of this charter.  Work will be performed worldwide, and work for this option period is expected to be completed September 2018.  Working capital funds in the amount of $11,187,250 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-3501).

Raytheon Co., Tucson, Arizona, is being awarded $10,614,587 for cost-plus-fixed-fee task order N0001917F0484 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-15-D-0031) to upgrade two mid-aft tail test sets, two missile/rocket motor test sets, various common interfaces to the air vehicle system integration laboratory, one guidance test set control computer, various other test tooling used for simulator and interfaces and general recertification engineering support.  This order is in support of the Navy and the government of the United Kingdom for the Tomahawk Program.  Work will be performed in Tucson, Arizona (99.5 percent); and Boulder, Colorado (0.5 percent), and is expected to be completed in September 2019.  Fiscal 2015 weapons procurement (Navy); and foreign military sales (FMS) funds in the amount of $10,614,587 will be obligated at time of award, $10,089,664 of which will expire at the end of the current fiscal year.  This award combines purchases for the Navy ($10,089,664; 95 percent); and the government of the United Kingdom ($524,923; 5 percent), under the FMS program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Deloitte Consulting LLP, Arlington, Virginia, is being awarded a $9,669,961 modification to a previously awarded cost-plus-fixed-fee contract (N00039-15-C-0037) to exercise an option for program management office support for the Navy Enterprise Networks Program Office, Navy Program Executive Office Enterprise Information Systems.  Services being acquired are programmatic, technical, engineering and integrated logistics, and application sustainment services to support the order to payment system. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $48,007,634.   Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2018. If all options are exercised, work could continue until September 2020.

Fiscal 2017 operations and maintenance (Navy) funds in the amount of $1,225,000 will be placed on contract and obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

Canadian Commercial Corp., Ottawa, Ontario, is being awarded an $8,100,000, 12 month, firm-fixed-price, definitive job order under a previously awarded basic ordering agreement (N00164-16-G-JQ69-0004) for the procurement of MX family sensor system spares, training, and specialized support equipment. These items are to support the depot-level maintenance for the MX sensors.  The MX sensor system is an aircraft-mounted electro-optic/infrared sensor.  The MX provides the capability to detect, recognize and identify targets in all-weather day and night operation.  These items are required to support, repair and test MX systems at the government depot, once standup is complete. The anticipated job order will develop, produce and deliver spares, specialized test equipment, and maintenance training to support organic depot capability at Naval Surface Warfare Center located at Crane, Indiana.  The spares consist of multiple MX replaceable parts, MX specific equipment, and two levels of maintenance training.  All manufacturing will be performed in Canada with maintenance training provided at Cannon Air Force Base, Clovis, New Mexico, and work is expected to be completed September 2018.  Fiscal 2015 and 2017 aircraft procurement (Navy) funding in the cumulative amount of $3,945,175 will be obligated at the time of contract award, of which $2,015,435 will expire at the end of the current fiscal year.  In accordance with 10 U.S. Code 2304(c)(1), this job order was not competitively procured – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

Procal Electric Inc.,* Twentynine Palms, California, is being awarded $7,898,944 for firm-fixed-price task order N6247317F4699 under a previously awarded multiple award construction contract (N62473-16-D-1861) for construction of the microgrid expansion at Marine Corps Air Ground Combat Center, Twentynine Palms.  The work to be performed provides for the construction and expansion of the current microgrid with a combination of overhead and underground electrical and communications infrastructure. The microgrid expansion will include conductors, circuit breakers, substation transformers, monitor and control infrastructure, fiber communication lines, relays, high voltage breakers and associated software programming and ancillary built-in equipment.  Work will be performed in Twentynine Palms, California, and is expected to be completed by April 2019.  Fiscal 2016 military construction (Navy) contract funds in the amount of $7,898,944 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

ARMY

Sevenson Environmental Services Inc.,* Niagara Falls, New York, was awarded a $75,000,000 hybrid (cost, cost-plus-fixed-fee, and firm-fixed-price) contract for Formerly Utilized Sites Remedial Action program. Bids were solicited via the Internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2022. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-17-D-0018).

PCX Aerostructures LLC,* Newington, Connecticut, was awarded a $63,911,873 firm-fixed-price contract for maintenance and overhaul of the Apache helicopter main rotor heads. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-17-D-0121).

MMB AJV, Rancho Cordova, California, was awarded a $50,712,343 firm-fixed-price contract for constructing slurry concrete diaphragm walls for scour protection of the Burlington Northern Santa Fe railroad bridge downstream of Prado Dam on the Santa Ana River. Bids were solicited via the Internet with two received. Work will be performed in Corona, California, with an estimated completion date of April 6, 2021. Fiscal 2017 civil works funds in the amount of $50,712,343 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-17-C-0035).

Accenture Federal Services LLC, Arlington, Virginia, was awarded a $43,975,123 modification (P00002) to contract W52P1J-17-C-0022 for the development, implementation, and sustainment of the sensitive activities side of the current General Fund Enterprise Business Systems-Sensitive Activities. Work will be performed in Arlington, Virginia, with an estimated completion date of May 31, 2019. Fiscal 2017 research, development, test and evaluation funds in the amount of $2,097,652 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Health Facility Solutions Co.,* San Antonio, Texas (W912DY-17-D-0043); Vali Cooper International LLC,* Covington, Louisiana (W912DY-17-D-0044); Atlantic Design Group Inc.,* Columbia, Maryland (W912DY-17-D-0045); Global Engineering Solutions Inc.,* Bethesda, Maryland (W912DY-17-D-0046); Seven Generations Architecture and Engineering LLC,* Kalamazoo, Michigan (W912DY-17-D-0047); Raymond Pond SB JV LLC,* Conyers, Georgia (W912DY-17-D-0048); The Outfit/Guidon JV LLC,* Indianapolis, Indiana (W912DY-17-D-0049); and LRS Paradigm Engineers LLC,* Pasadena, Maryland (W912DY-17-D-0050), will share in a $40,911,136 firm-fixed-price contract to provide quick response to repair/renewal situations relating to the architectural, mechanical, electrical, civil, structural, instrumentation, communications, security, safety, systems, and cost, as well as environmental and hazardous materials abatement areas of government medical and other facilities. Bids were solicited via the Internet with 39 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2022. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

AAI Corp., Hunt Valley, Maryland, was awarded a $22,000,000 modification (P00024) to contract W58RGZ-15-C-0047 to procure two Shadow systems in support of the Army National Guard. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Sept. 30, 2019. Fiscal 2016 Office of Secretary of Defense National Guard and Reserve equipment defense funds in the amount of $22,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Herve Cody Contractor,* Robbinsville, North Carolina, was awarded a $17,887,000 firm-fixed-price contract for Kissimmee River Restoration Project, S-69 Weir and Canal Backfill in Okeechobee and Highlands counties, Florida. Bids were solicited via the Internet with two received. Work will be performed in Highlands County, Florida, with an estimated completion date of June 3, 2019. Fiscal 2017 military construction funds in the amount of $17,887,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-17-C-0046).

Construcciones Jose Carro SE, Coto Laurel, Puerto Rico, was awarded a $17,340,000 firm-fixed-price contract for Rio De La Plata flood control project, and Dorado Bridge Channel widening and scour protection. Bids were solicited via the Internet with four received. Work will be performed in Dorado, Puerto Rico, with an estimated completion date of Aug. 3, 2020. Fiscal 2017 federal funds in the amount of $17,340,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-17-C-0050).

Alliant Techsystems Operations LLC, Independence, Missouri, was awarded a $13,145,529 modification (0013) to contract W15QKN-12-G-0003 for the purchase of non-standard ammunition PGU 46/B high-explosive incendiary cartridges. Work will be performed in Radford, Virginia; Antigo, Wisconsin; Rocket Center, West Virginia; Huntsville, Alabama; Byron, Georgia; Becker, Minnesota; Louisville, Kentucky; Plymouth, Minnesota; and Independence, Missouri, with an estimated completion date of Nov. 27, 2017. Fiscal 2017 other procurement (Army) funds in the amount of $13,145,529 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

AAI Corp. doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $12,850,000 modification (P00021) to contract W58RGZ-15-C-0047 for purchase 13 sets of tactical common data link mobile maintenance facility spares in support of the Tactical Unmanned Aircraft System Shadow. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Jan. 31, 2019. Fiscal 2017 other procurement (Army) funds in the amount of $12,850,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Oddo Construction Services LLC,* East Amherst, New York, was awarded a $11,327,813 firm-fixed-price contract for renovation of MX Hangar, Bldg. 907 and repair KC-135 Fuel Cell Hangar, buildings 917 and 915 at Niagara Falls Air Reserve Station, New York. Bids were solicited via the Internet with six received. Work will be performed in Niagara Falls, New York, with an estimated completion date of Sept. 26, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $11,327,813 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-C-0042).

Neural Analytics Inc.,* Los Angeles, California, was awarded a $9,990,947 firm-fixed-price contract to develop a prototype point of injury device to measure and monitor physiological parameters relevant to moderate-severe traumatic brain injury. Bids were solicited via the Internet with nine received. Work will be performed in Los Angeles, California; and Columbus, Georgia, with an estimated completion date of March 26, 2019. Fiscal 2016 research, development, test and evaluation funds in the amount of $9,990,947 were obligated at the time of the award. U.S. Army Medical Materiel Development Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-17-C-0245).

General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $9,820,135 time and materials contract to support all aspects of the Army Medical Materiel Development Activity mission. Bids were solicited via the Internet with three received. Work will be performed in Fort Detrick, Maryland, with an estimated completion date of Sept. 30, 2022. Fiscal 2017 research, development, test and evaluation funds in the amount of $3,781,676 were obligated at the time of the award. U.S. Army Medical Materiel Development Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-17-F-0078).

Valiant Government Services LLC, Hopkinsville, Kentucky, was awarded a $9,709,616 firm-fixed-price contract to repair/renew the Shuttleworth Dental Clinic. Seven bids were solicited with six bids received. Work will be performed in Fort Irwin, California, with an estimated completion date of Sept. 10, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $9,709,616 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-17-F-0702).

Science Applications International Corp., McLean, Virginia, was awarded an $8,771,438 modification (000285) to contract W31P4Q-15-A-0024 for systems and computer resources support for the Aviation and Missile Research, Development, and Engineering Center’s Software Engineering Directorate. Work will be performed in McLean, Virginia, with an estimated completion date of Aug. 14, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $8,771,438 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

L3 Technologies, Victor, New York, was awarded a $7,999,971 firm-fixed-price contract for the purchase of 46 triband capable terminals, hard shell protected transit cases, associated miscellaneous accessories and components for full installation and operational functionality, and on-site training for 33 operations and maintenance personnel. Bids were solicited via the Internet with five received. Work will be performed in Victor, New York, with an estimated completion date of Jan. 31, 2017. Fiscal 2015 and 2016 other procurement (Army) funds in the amount of $7,999,971 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-17-C-0050).

Harris Corp., Roanoke, Virginia, was awarded a $7,500,000 firm-fixed-price contract for logistics support which includes spare parts and repair services for the Enhanced Night Vision Goggle AN/PSQ-20 and AN/PSQ-20A. Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2017. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-17-D-0017).

DEFENSE LOGISTICS AGENCY

Choctawhatchee Electric Cooperative Inc., De Funiak Springs, Florida, has been awarded a $60,191,903 modification (P00003) to a 50-year contract (SP0600-16-C-8314) with no option periods for additional utility services for the electric system at Eglin Air Force Base, Florida. This is a fixed-price with economic-price-adjustment contract. Location of performance is Florida, with a July 31, 2067, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2067 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Belleville Shoe Manufacturing Co.,* Belleville, Illinois, has been awarded a maximum $31,726,200 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hot-weather, steel toe sage boots. This is a one-year base year contract with four one-year option periods. Maximum dollar amount is for the life of the contract. This was a competitive acquisition with four responses received. Location of performance is Illinois, with a Sept. 26, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-17-D-1096).

Merex Aircraft Co. Inc.,* Camarillo, California, has been awarded a maximum $25,472,244 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for A-10 aircraft windshields. This contract has five one-year ordering periods with no option periods. This was a competitive acquisition with two responses received. Location of performance is California, with a Sept. 29, 2022, final award date and a Sept. 29, 2023, delivery completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Ogden, Utah (SPRHA4-17-D-0002).

Advanced Technology International, Summerville, South Carolina, has been awarded a maximum $25,000,000 cost sharing, indefinite-delivery/indefinite-quantity contract for research and development of innovative castings technologies. This was a competitive acquisition with 10 responses received. This is a three-year base contract with a two-year option period. Location of performance is South Carolina, with a Sept. 29, 2022, performance completion date. Using customer is the Defense Logistics Agency Research and Development Program Office. Type of appropriation is fiscal 2017 research and development funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania (SP4701-17-D-1134).

Raytheon Co. Space and Airborne Systems, McKinney, Texas, has been awarded a $13,625,344 firm-fixed-price delivery order (1084) against a five-year basic ordering agreement (SPRPA1-14-G-001X) with no option periods for F/A-18 advance targeted forward looking infrared spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Texas, with an April 30, 2021, performance completion date.  Using military service is Navy. Type of appropriation is fiscal 2017 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Bimbo Bakeries, Horsham, Pennsylvania, has been awarded a maximum $8,568,664 firm-fixed-price, indefinite-quantity contract for fresh bread and bakery products. This is a three-year contact with no option periods. This was a competitive acquisition with two responses received. Locations of performance are Texas and Pennsylvania, with an Oct. 10, 2020, performance completion date. Using military services are Air Force, Navy and Army. Type of appropriation is fiscal 2017 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-17-D-W556).

General Electric – Aviation, Cincinnati, Ohio, has been awarded a maximum $7,427,631 firm-fixed-price contract for aircraft combustion liners. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a one-year contract with no option periods. Location of performance is Ohio, with a Sept. 2, 2019, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-17-F-0393).

General Electric – Aviation, Cincinnati, Ohio, has been awarded a maximum $7,120,000 firm-fixed-price contract for aircraft fan frames. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a one-year contract with no option periods. Location of performance is Ohio, with a March 1, 2018, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-17-F-0636).

 

*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