DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

AIR FORCE

The Boeing Co., doing business as Boeing Defense Space and Security, St. Louis, Missouri, has been awarded a $311,805,780 ceiling increase modification (P00021) to previously awarded contract FA8213-15-D-0002 for Joint Direct Attack Munition (JDAM) tail kits. This ceiling increase provides for JDAM strap-on inertial guidance kits with the capability to receive guidance updates from global positioning systems to increase weapon accuracy for conventional inventory bombs. Work will be performed in St. Louis, Missouri, and is expected to be complete by March 30, 2020. This award is the result of a sole-source acquisition.  Fiscal 2018 procurement funds in the amount of $919,429,166; and fiscal 2018 operations and maintenance funds in the amount of $466,995 are being obligated at the time of award for delivery order FA8213-18-F-1001. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.  (Awarded March 30, 2018)

CORRECTION:  The contract FA8520-18-D-0001 announced on March 27, 2018, to RUAG Aviation, Emmen, Switzerland, for $25,151,336 was announced in error and was awarded today. All other contract information is correct.

NAVY

Lockheed Martin Corp., Lockheed Martin Aerospace Co., Fort Worth, Texas, is being awarded a $211,295,230 cost-plus-fixed-fee contract for Block 4.1 common capabilities pre-modernization efforts in support of the F-35 Lightning II preliminary design review in support of the Air Force and international partners.  Work will be performed in Fort Worth, Texas, and is expected to be completed in July 2019.  Fiscal 2018 research, development, test and evaluation (Air Force); and international partnership funds in the amount of $45,018,007 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-C-1004).

Huntington Ingalls Industries, Newport News Shipbuilding (HII-NNS) Inc., Newport News, Virginia, is being awarded a $179,968,887 cost-plus-incentive-fee modification to a previously awarded contract (N00024-16-C-2116) for the purchase of additional long-lead-time material in support of PCU Enterprise (CVN 80).  The purpose of this action is to definitize efforts previously announced as an undefinitized contract action and increase the scope of the contract for additional long-lead-time material.  Work will be performed in Newport News, Virginia, and is expected to be completed by February 2027.  Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $179,968,887 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 Federal Acquisition Regulation 6.302-1(a)(2)(iii) -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.

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $126,194,750 cost-plus-fixed-fee modification to a previously awarded contract (N00024-17-C-2117) for the purchase of missile tube long-lead-time material in support of the Columbia-class fleet ballistic missile submarines.  This is a joint U.S./United Kingdom (U.K.) Common Missile Compartment program, and this modification combines purchases for the Navy (72 percent); and the government of the U.K. (28 percent) under the Foreign Military Sales program.  Work will be performed in Quonset Point, Rhode Island, and is expected to be completed by December 2023. Fiscal 2018 shipbuilding and conversion (Navy); and U.K. funding in the amount of $79,664,255 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Arrow DJB JV II LLC,* Upper Marlboro, Maryland (N40080-18-D-0010); Asta Roofing and Construction LLC,* Winslow, Arizona (N40080-18-D-0011); IronShore Contracting Inc.,* Linthicum, Maryland (N40080-18-D-0012); EG Management Services Inc.,* Germantown, Maryland (N40080-18-D-0013); Roofing and Sustainable Systems Inc.,* Rosedale, Maryland (N40080-18-D-0014); and Island Contracting Inc.,* Beltsville, Maryland (N40080-18-D-0015), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for roofing projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR).  The work to be performed provides for roofing services with the contractor providing all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000.  Arrow DJB JV II LLC is being awarded task order 0001 at $733,748 for Building 097 roof replacement at Naval Research Laboratory, Washington, District of Columbia.  Work for this task order is expected to be completed by September 2018.  All work on this contract will be performed primarily within the NAVFAC Washington AOR to include District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of April 2023.  Fiscal 2018 supervision, inspection, and overhead; and fiscal 2018 Navy working capital funds in the amount of $783,748 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction, (Navy); operations and maintenance (Navy and Marine Corps); and Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

Rockwell Automation Inc., Cleveland, Ohio, is being awarded a $59,114,043 firm-fixed-price, indefinite-delivery/indefinite-quantity supply contract for the procurement of commercial information technology hardware, software, software licenses and software license upgrades.  This requirement is in support of various ship classes that use Rockwell automation’s programmable logic controller product lines for hull, mechanical and electrical machinery control systems and land-based test sites.  All supplies will be delivered to Philadelphia, Pennsylvania.  The delivery date of the required supplies will be determined at the individual delivery order level. Work will be performed in Cleveland, Ohio, and is expected to be completed by April 2024.  Fiscal 2017 other procurement (Navy) funding in the amount of $247,895 will be obligated immediately after contract award via the first delivery order 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 Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-C-4000).

HKS WSP JV, Dallas, Texas, is being awarded a $33,447,827 modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract (N62470-17-D-5010) for architect–engineering services for medical design projects located throughout the Naval Facilities Engineering Command (NAVFAC) area of responsibility (AOR) worldwide.  After award of this modification, the total cumulative contract value will be $83,447,827.  Critical projects are planned to be performed in the NAVFAC AOR worldwide including but not limited to Hawaii (22 percent); California (20 percent); Maryland (16 percent); Japan (8 percent); Texas (8 percent); North Carolina (6 percent); Connecticut (5 percent); Florida (5 percent); Cuba (4 percent); Tennessee (2 percent); Virginia (2 percent); Italy (1 percent); and South Carolina (1 percent).  The term of the contract is not to exceed 60 months with an expected completion date of March 2022.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by operations and maintenance (Navy).  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity.

The Pennsylvania State University, University Park, Pennsylvania, is being awarded a $16,735,119 cost-plus-fixed-fee task order N00014-18-F-2006 under previously awarded contract N00014-15-G-0001 for the Large Displacement Aluminum Power System Demonstration.  Work will be performed in State College, Pennsylvania, and is expected to be completed Feb. 1, 2021.  Fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $750,000 are being obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured under N00014-18-S-B001 entitled, long range broad agency announcement (BAA) for Navy and Marine Corps science and technology.  Proposals will be received throughout the year under the long range BAA, therefore, the number of proposals received in response to the solicitation is unknown.  The Office of Naval Research, Arlington, Virginia, is the contracting activity.

Cubic Global Defense, San Diego, California, is being awarded an $11,605,378 firm-fixed-price modification under a previously awarded contract (M67854-18-C-7801) for Marine Air-Ground Task Force (MAGTF) Training Systems Support (MTSS), managed by Program Manager Training Systems, Orlando, Florida.  MTSS provides pre-deployment training to Marine Corps (USMC) operating forces within a joint and combined environment. Work is expected to be completed by Oct. 26, 2018.  Fiscal 2018 operations and maintenance (Marine Corps) in the amount of $11,605,378 will be obligated at the time of award and funds will expire at the end of the current fiscal year.  This contract modification was procured on a sole-source basis in accordance with 10 U.S. Code 2304(c)(1).  The Marine Corps Systems Command, Quantico, Virginia, is the contract activity.

Progeny Systems Corp., Manassas, Virginia, was awarded an $11,413,828 cost-plus-fixed-fee modification to a previously awarded contract (N00024-14-C-5209) to exercise an option for engineering and technical services in support of the Navy’s AN/UYQ-100 Undersea Warfare (USW) Decision Support System (DSS).  The AN/UYQ-100 USW DSS provides an integrated near real-time net-centric USW command and control capability across multiple platforms for the fleet.  Work will be performed in Manassas, Virginia (67 percent); Patuxent River, Maryland (12 percent); Gig Harbor, Washington (7 percent); Middleton, Rhode Island (6 percent); Norfolk, Virginia (4 percent); and Pearl Harbor, Hawaii (4 percent), and is expected to be completed by March 2019.  Fiscal 2018 other procurement (Navy); and fiscal 2018 operations and maintenance (Navy) funding in the amount of $1,045,765 will be obligated at the time of award.  Contract funds in the amount of $186,500 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.  (Awarded March 30, 2018)

Northrop Grumman Systems Corp., Bethpage, New York, is being awarded a $7,420,308 firm-fixed-price modification to a previously awarded contract (N00024-17-C-6311) for the production of Littoral Combat Ship (LCS) gun mission modules for the Surface Warfare Mission Package utilized by the LCS program for both LCS variants.  Work will be performed in Huntsville, Alabama (91 percent); and Bethpage, New York (9 percent), and is expected to be completed by December 2019.  Fiscal 2018 other procurement (Navy) funding in the amount of $7,420,308 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

AT&T Corp., Columbia, Maryland, was awarded a firm fixed price modification to exercise option year four of a previously awarded, sole-source contract for the Priority Telecommunication Service (PTS) to support the Department of Homeland Security (DHS) Office of Emergency Communications (OEC).  The AT&T contract was one of three sole-source contracts awarded to support the National Security/ Emergency Preparedness (NS/EP) PTS via utilizing the public switched networks.  The PTS is a White House directed program that leverages the commercially owned public switched network to provide specially designed telecommunications services to the NS/EP user community during natural or man-made disasters when conventional communications services are ineffective. The face value of this action is $11,678,027, funded by fiscal 2018 operations and maintenance funds. The total cumulative face value of the contract is $79,875,418 with lifecycle amount of $309,800,000. Performance is throughout the continental U.S. The OEC’s National Security/Emergency Preparedness PTS program provides communications under all circumstances, including crisis or emergency, attack, recovery, and reconstitution, when network congestion or damage renders conventional communications ineffective, by utilizing the surviving assets of the public switched network to provide priorities and routing alternatives. The period of performance for this action is April 1, 2018, through March 31, 2019. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-14-C-0003 P00028).

Verizon Business Network Services Inc., Ashburn, Virginia, was awarded a firm-fixed-price modification to exercise option year four of a previously awarded, sole-source contract for the Priority Telecommunication Service (PTS) to support the Department of Homeland Security (DHS) Office of Emergency Communications (OEC). The Verizon contract was one of three sole-source contracts awarded to support the National Security/ Emergency Preparedness (NS/EP) (PTS via utilizing the public switched networks.  The PTS is a White House directed program that leverages the commercially owned public switched network to provide specially designed telecommunications services to the NS/EP user community during natural or man-made disasters when conventional communications services are ineffective. The face value of this action is $7,153,036, funded by fiscal 2018 operations and maintenance funds. The total cumulative face value of the contract is $83,057,583 with lifecycle amount of $291,500,000. Performance is throughout the continental U.S. The OEC’s National Security/Emergency Preparedness PTS program provides communications under all circumstances, including crisis or emergency, attack, recovery, and reconstitution, when network congestion or damage renders conventional communications ineffective, by utilizing the surviving assets of the public switched network to provide priorities and routing alternatives.  The period of performance for this action is April 1, 2018, through March 31, 2019. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-14-C-0002 P00024).

 

*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