DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

AIR FORCE

URS Federal Technical Services Inc., Germantown, Maryland, has been awarded a $961,000,000 estimated ceiling indefinite-delivery/indefinite-quantity contract for the remotely piloted aircraft operations and maintenance support.  This contract provides a high level of MQ-1, MQ-9, and RQ-4 organizational-level maintenance and qualified launch and recovery element pilot and sensor operator aircrew support for MQ-1 Predator and MQ-9 Reaper remotely piloted aircraft weapons systems to sustain the combat and training capability at tasked locations worldwide.  Work will be performed at locations worldwide, and the base period is expected to be complete by June 30, 2019.  Fiscal 2018 operations and maintenance funds in the amount of $1,755,966 are being obligated at the time of award.  This award is the result of a competitive acquisition with three offers received. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-18-D-0002).

Orbital ATK, Fort Worth, Texas, has been awarded an $86,402,055 firm-fixed-price undefinitized contract action for the Afghanistan Air Force AC-208 armed intelligence, surveillance and reconnaissance aircraft requirement.  Work will be performed in Fort Worth, Texas and is expected to be complete by June 9, 2019.  This contract involves pseudo foreign military sales.  This award is the result of a sole-source acquisition.  Fiscal 2017 Afghan security forces funds in the amount of $42,337,007 are being obligated at the time of award.  645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-18-C-4023).

URS Federal Technical Services Inc., Germantown, Maryland, has been awarded a $15,843,950 modification (P00021) to previously awarded contract FA4890-16-C-0007 to exercise option year two.  This modification provides program support for Air Combat Command’s Unmanned Aircraft System Operations Center support, providing the warfighter long endurance, real time reconnaissance and surveillance, and precision attack against fixed and time critical targets.  This modification brings the total cumulative face value of the contract to $115,961,944. Work will be performed at multiple locations worldwide and is expected to be complete by March 31, 2019.  Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity.

Call Henry Inc., Titusville, Florida, has been awarded a $10,100,000 predominantly fixed-price incentive modification (P0000X) to previously awarded contract FA4610-18-C-0005 to exercise option year one. This modification provides management and support, maintenance and repair, operations, other services and minor alteration related to launch operations support. This modification brings the total cumulative face value of the contract to $50,548,799.  Work will be performed a Vandenberg Air Force Base, California, and is expected to be complete by June 30, 2019.  Fiscal 2018 operations and maintenance funds in the amount of $10,100,000 will be obligated at the time of award.  The 30th Contracting Squadron, Vandenberg Air Force Base, California, is the contracting activity.

Thomas Instrument, Brookshire, Texas, has been awarded a $7,879,229 requirements contract for the remanufacture of B-1 mechanical actuators.  This contract provides for the remanufacture of an estimated 306 actuators.  Work will be performed in Brookshire, Texas, and is expected to be complete by March 8, 2023.  This contract was the result of a sole-source acquisition.  Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-18-D-0022).

DEFENSE LOGISTICS AGENCY

Pfizer Inc., New York City, New York, has been awarded a maximum $67,858,423 firm-fixed-price requirements contract for tolterodine tartrate extended-release capsules. This is a one-year base contract with four one-year option periods.  Maximum dollar amount is for the life of the contract. This was a competitive acquisition with one response received. Locations of performance are Puerto Rico, Kentucky, Missouri and New York, with a March 8, 2023, performance completion date. Using customers are Department of Defense, Department of Veterans Affairs, Indian Health Services and Federal Bureau of Prisons. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-18-D-0054).

Crowley Fuels LLC, Anchorage, Alaska, has been awarded a maximum $16,928,730 firm-fixed-price contract for alongside aircraft refueling services. This is a four-year base contract with one five-year option period. This was a competitive acquisition with five offers received. Locations of performance are Alaska and Cuba, with a Sept. 30, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-18-C-5010).

CORRECTION:  The contract announced on March 8, 2018, to GTA Container Inc.,* South Bend, Indiana (SPRDL1-18-D-0047; $36,213,230); and North American Fuel Tanks Inc.,* Mansfield, Texas (SPRDL1-18-D-0045; $30,028,303), was announced with an incorrect award date.  The correct award date is March 9, 2018.  All other contract information is correct.

NAVY

Applied Technology Inc.,* King George, Virginia, is being awarded a combined cumulative $48,500,000 indefinite-delivery/indefinite-quantity, multiple award contract for the scientific, engineering, and programmatic research and development services for the Signature Technology Office.  The work will be performed at the Naval Research Laboratory Washington, District of Columbia (90 percent); and King George, Virginia (10 percent), and work is expected to be completed March 4, 2023.  Fiscal 2018 working capital funds (Navy) funds in the amount of $2,500 will be obligated as the initial task order and will satisfy the minimum guarantee requirement.  No funds will expire at end of current fiscal year.  It is anticipated that cost-plus-fixed-fee, firm-fixed-price, or firm-fixed price orders will be issued against this contract. This contract was competitively procured under a request for proposal number N00173-15-R-JHO2 for which four proposals were received.  The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-18-D-2003).

August Schell Enterprises,* Rockville, Maryland, is being awarded a $41,210,000 five-year, indefinite-delivery/indefinite-quantity contract for the establishment of a strategic sourcing vehicle for the procurement of Axway software licenses and associated maintenance under the Department of the Navy (DON) Enterprise Software Licensing program.  Ordering will be available to all DON agencies.   Work will be performed in Rockville, Maryland, and is expected to be completed by March 24, 2024.  No funds will be obligated at the time of award and will be obligated on future delivery orders.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-4011).

Sotera Defense Solutions Inc., Herndon, Virginia, is being awarded a $29,297,922 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Global Readiness and Force Management Enterprise (GRFME) to include systems engineering, software design/development, integration, testing, installation, training, life cycle maintenance, procurement, help desk services, management, and system documentation for GRFME which encompasses the Defense Readiness Reporting System-Strategic (DRRS-S) and all systems reporting readiness data into the DRRS enterprise.  This is one of three contracts awarded; all awardees will have the opportunity to compete for task orders during the ordering period.  This two-year contract includes one three-year option period which, if exercised, would bring the overall, potential value of this contract to an estimated $101,725,793.  Work will be performed at the contractor’s facilities in Herndon, Virginia (60 percent); and at government facilities in Norfolk, Virginia (40 percent), and is expected to be completed March 8, 2020.  If the option is exercised, the period of performance would extend through March 8, 2023.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); and research, development, test and evaluation (Navy).  This contract was competitively procured via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with five proposals received and three selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0168).

Booz Allen Hamilton, McLean, Virginia, is being awarded a $25,822,072 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Global Readiness and Force Management Enterprise (GRFME) to include systems engineering, software design/development, integration, testing, installation, training, life cycle maintenance, procurement, help desk services, management, and system documentation for GRFME which encompasses the Defense Readiness Reporting System-Strategic (DRRS-S) and all systems reporting readiness data into the DRRS enterprise.  This is one of three contracts awarded; all awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one three-year option period which, if exercised, would bring the overall, potential value of this contract to an estimated $91,484,561. Work will be performed at the contractor’s facilities in McLean, Virginia (60 percent); and at government facilities in Norfolk, Virginia (40 percent), and is expected to be completed March 8, 2020. If the option is exercised, the period of performance would extend through March 8, 2023. No funds will be obligated at the time of award.  Funds will be obligated as task orders are issued using operations and maintenance (Navy); and research, development, test and evaluation (Navy).  This contract was competitively procured via publication on the Federal Business Opportunities website and the Space and Naval Warfare Command e-Commerce Central website, with five proposals received and three selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0169).

InnovaSystems International LLC, San Diego, California, is being awarded a $25,376,341 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Global Readiness and Force Management Enterprise (GRFME) to include systems engineering, software design/development, integration, testing, installation, training, life cycle maintenance, procurement, help desk services, management, and system documentation for GRFME which encompasses the Defense Readiness Reporting System-Strategic (DRRS-S) and all systems reporting readiness data into the DRRS enterprise.  This is one of three contracts awarded; all awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one three-year option period which, if exercised, would bring the overall, potential value of this contract to an estimated $88,538,950.  Work will be performed at the contractor’s facilities in San Diego, California (60 percent); and at government facilities in Norfolk, Virginia (40 percent), and work is expected to be completed March 8, 2020.  If the option is exercised, the period of performance would extend through March 8, 2023.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); and research, development, test and evaluation (Navy). This contract was competitively procured via publication on the Federal Business Opportunities web site and the Space and Naval Warfare Command e-Commerce Central web site, with five proposals received and three selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0170).

*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