DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $1,421,735,530 cost-plus-incentive-fee contract for recurring logistics services for delivered F-35 Lightning II Joint Strike Fighter air systems in support of the Air Force, Marine Corps, Navy, non-Department of Defense (DoD) participants, and foreign military sales (FMS) customers.  Services to be provided include ground maintenance activities; action request resolution; depot activation activities; Automatic Logistics Information System operations and maintenance; reliability, maintainability and health management implementation and support; supply chain management; and activities to provide and support pilot and maintainer initial training.  Work will be performed in Fort Worth, Texas (62 percent); Orlando, Florida (22 percent); Greenville, South Carolina (7 percent); Warton, United Kingdom (5 percent); and Redondo Beach, California (4 percent), and is expected to be completed in April 2019.  Fiscal 2018 operations and maintenance (Air Force, Marine Corps, and Navy); fiscal 2018 aircraft procurement (Air Force, Marine Corps, and Navy); non-DoD participant; and FMS funds in the amount of $1,403,206,015 will be obligated at time of award; $845,359,517 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Air Force ($598,147,885; 42.07 percent); Marine Corps ($261,767,508; 18.41 percent); Navy ($174,668,435; 12.29 percent); non-DoD participants ($284,481,973; 20.01 percent); and FMS customers ($102,669,729, 7.22 percent).  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.

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $140,029,028 cost-plus-fixed-fee modification to a previously awarded contract (N00024-16-C-2106) for naval nuclear propulsion components.  Work will be performed in Monroeville, Pennsylvania (32 percent); and Schenectady, New York (68 percent).  Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $140,029,028 will be obligated at time of award and will not expire at the end of the current fiscal year.  No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded an $110,610,236 cost-plus-fixed-fee modification to a previously awarded contract (N00024-18-C-2124) for Naval nuclear propulsion components.  Work will be performed in Monroeville, Pennsylvania (85 percent); and Schenectady, New York (15 percent).  Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $110,610,236 will be obligated at time of award and funding will not expire at the end of the current fiscal year.  No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $61,315,248 cost-plus-fixed fee modification to a previously awarded contract (N00024-08-C-2110) for additional material and labor supporting planning and the preliminary accomplishment of the post-shakedown availability/selected restricted availability (PSA/SRA) on USS Gerald R. Ford (CVN 78). The planning work will be performed in Newport News, Virginia, and is expected to complete by summer 2018. Preliminary accomplishment of PSA/SRA will be started at Naval Station Norfolk (20 percent); but will be completed at Newport News, Virginia (80 percent), by summer 2019. Fiscal 2018 shipbuilding and conversion – post-delivery (Navy) in the amount of $8,590,876 will be obligated at the time of award and funds will not 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 awarded $40,012,500 for firm-fixed-price delivery order N6134018F7006 against a previously issued basic ordering agreement (N00019-16-G-0001).  This delivery order is for the procurement of P-8A Poseidon Royal Australian Air Force operations and maintenance services to support aircrew and maintenance training devices in support of the government of Australia.  Work will be performed in Edinburgh, Australia, and is expected to be completed in March 2023.  Foreign military sales funds in the amount of $16,465,301 will be obligated at time of award, none of which will expire at the end of the fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Lockheed Martin Co., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $23,970,414 for modification P00034 to a previously awarded fixed-price-incentive contract (N00019-16-C-0004) for the development and delivery of multi-spectral data bases for incorporation into F-35 training systems for the Navy, Air Force and F-35 international partners.  Work will be performed in Orlando, Florida, and is expected to be completed in September 2020.  Fiscal 2016 aircraft procurement (Navy and Air Force); and non-Department of Defense (DoD) participant funds in the amount of $23,970,414 will be obligated at time of award, $10,721,229 of which will expire at the end of the current fiscal year.  This effort combines purchases for the Navy ($2,502,229; 10.4 percent); Air Force ($8,219,000; 34.3 percent); and non-DoD participants ($13,249,185; 55.3 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Huntington Ingalls Industries, Newport News, Virginia, is awarded a $14,956,442 cost-plus-award-fee, incentive-fee modification to a previously awarded contract (N00024-13-C-4315) for USS Theodore Roosevelt (CVN 71) fiscal 2018 planned incremental availability (PIA) in San Diego, California.  A PIA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, California and is expected to be completed by January 2019.  Fiscal 2018 operations and maintenance (Navy) funding in the amount of $14,956,442 will be obligated at time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California is the contracting activity.

Progeny Systems Corp.,* Manassas, Virginia, was awarded $9,099,774 for cost-plus-fixed-fee delivery order N68335-18-F-0007 against a previously issued basic ordering agreement (N68335-17-G-0054) to procure Small Business Innovative Research (SBIR) Phase III work that derives from, extends, or completes an effort performed under SBIR Topic N121-045 entitled “Maritime Airborne Service Oriented Architecture Integration.”  Work will be performed in Patuxent River, Maryland (60 percent); and Manassas, Virginia (40 percent), and is expected to be completed in April 2020.  Fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $9,099,774 was obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.  (Awarded April 26, 2018)

The Informatics Applications Group,* Reston, Virginia, is awarded an $8,199,179 cost-plus-fixed-fee task order under a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-18-F-7004) for the Office of Naval Research Information Technology Operations.  The objective of this requirement is to assist the Office of Naval Research (ONR) in gaining efficiencies to establish a world-class network operation while fully supporting ONR’s business process.  This contract contains options, which if exercised, will bring the contract value to $47,090,484.  Work will be performed in Arlington, Virginia, and work is expected to be completed April 29, 2019.  If all options are exercised, work will continue through April 29, 2023.  Fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $2,000,000 will be obligated at the time of award, and will expire at the end of the current fiscal year.  This requirement is a competitive 8(a) set-aside acquisition under a government wide acquisition contract with the National Institute of Health’s Information Technology Acquisition and Assessment Center contract vehicle, with eight proposals received in response to the solicitation.  The Office of Naval Research, Arlington, Virginia, is the contracting activity.

Draeger Inc., Teleford, Pennsylvania, is being awarded a $7,030,944 firm-fixed-price, indefinite-delivery/indefinite-quantity, single award delivery order contract for Anesthesia Recording and Monitoring Devices (ARMD) medical equipment hardware and ancillary software refresh services in support of military treatment facilities for the Navy, Army, Air Force, and the national capital region inside and outside of the continental U.S..  Work may be performed at locations throughout the U.S. to include Walter Reed National Military Medical Center, Maryland (6 percent); Naval Medical Center Portsmouth, Virginia (6 percent); Brooke Army Medical Center, Texas (5.5 percent); Naval Medical Center San Diego, California (4 percent); Fort Bragg, North Carolina (3 percent); Tripler Army Medical Center, Hawaii (3 percent); Wright-Patterson Air Force Medical Center, Ohio (2.5 percent); Eglin Air Force Base Hospital, Florida (2 percent); Fort Gordon, Georgia (2 percent); Fort Belvoir Community Hospital, Virginia (2 percent); Fort Benning, Georgia (2 percent); Fort Carson, Colorado (2 percent); Fort Stewart, Georgia (2 percent); Fort Bliss, Texas (2 percent); Fort Hood, Texas (2 percent); Lackland Air Force Base, Texas (2 percent); Elmendorf Air Force Base Hospital, Alaska (2 percent); Keesler Air Force Base, Georgia (2 percent); Travis Air Force Base, California (2 percent); Nellis Air Force Base, Nevada (2 percent); Naval Hospital Jacksonville, Florida (2 percent); Naval Hospital Pensacola, Florida (2 percent); Naval Hospital Camp Lejeune, North Carolina (2 percent); Naval Hospital Camp Pendleton, California (2 percent); Fort Campbell, Kentucky (2 percent); Walter Reed Army Institute of Research, Maryland (1 percent); Andrews Air Force Base Hospital, Maryland (1 percent); U.S. Air Force Academy Hospital, California (1 percent); Langley Air Force Base Medical Center, Virginia (1 percent); Fort Wainwright, Alaska (1 percent); Fort Leonard Wood, Missouri (1 percent); Fort Riley, Kansas (1 percent); Fort Polk, Louisiana (1 percent);  Naval Hospital Lemoore, California (1 percent); West Point Academy, New York (1 percent); Fort Irwin, California (1 percent); U.S. Army Institute of Surgical Research, Texas (1 percent); Naval Hospital Beaufort, South Carolina (1 percent); Naval Hospital 29 Palms, California (1 percent); Naval Hospital Cherry Point, North Carolina (1 percent); and Air Force Medical Operations Agency Lab, Texas (0.5 percent).  Work may also be performed at locations outside of the contiguous U.S. to include Landsuhl Regional Medical Center, Germany (2 percent); Naval Hospital Okinawa, Japan (2 percent); Naval Hospital Guam, Guam (2 percent); Hospital Ameridcano De La Base Naval, Spain (1 percent); Yokota Air Force Base Hospital, Japan (1 percent); U.S. Naval Hospital Naples, Italy (1 percent); U.S. Naval Hospital Yokosuka, Japan (1 percent); Kandahar, Afghanistan (1 percent); Misawa Air Force Base, Japan (1 percent); Osan Air Base Hospital, Korea (1 percent); Lakenheath Air Force Base Hospital, United Kingdom (1 percent); Aviano Air Base Hospital, Italy (1 percent); Waegwan, South Korea (1 percent); U.S. Naval Hospital Sigonella, Italy (1 percent); Naval Hospital Guantanamo Bay, Cuba (1 percent); and Iwakuni, Japan (0.5 percent).  The term of the contract is not to exceed 24 months and is expected to be completed by April 29, 2020.  Fiscal 2018 operations and maintenance funds totaling $7,030,944 will be obligated on task orders immediately following the time of award and will expire at the end of the current fiscal year.  This contract combines purchases for the Air Force $1,739,812 (25 percent); Army $2,486,660 (35 percent); Navy $2,299,780 (33 percent); and the national capital region $504,692 (7 percent).  This contract was a non-competitive, sole-source procurement in accordance with Federal Acquisition Regulation 6.302-1(c) via Federal Business Opportunities.  The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-18-D-5016).

CORRECTION:  The contract awarded on April 25, 2018, to Lockheed Martin Corp., Lockheed Martin Aeronautics Co., was announced with the incorrect dollar amount.  The contract should have stated the correct award amount as $38,499,120 not $38,499,420.

ARMY

Raytheon IDS, Andover, Massachusetts, was awarded a $395,847,480 modification (P00026) to foreign military sales (Romania) contract W31P4Q-15-C-0022 for Phased Array Tracking on Radar to Intercept Option Fire Unit. Work will be performed in Andover, Massachusetts; Pelham, New Hampshire; Tewksbury, Massachusetts; Marlborough, Massachusetts; McKinney Texas; Portsmouth, Rhode Island; Chambersburg, Pennsylvania; and Burlington, Massachusetts, with an estimated completion date of April 30, 2020. Fiscal 2018 foreign military sales funds in the amount of $244,088,179 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Orbital Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $146,064,129 modification (P00054) to contract W15QKN-13-C-0074 for Precision Guidance Kit M1156. Work will be performed in Plymouth, Minnesota, with an estimated completion date of April 30, 2021. Fiscal 2018 other procurement (Army) funds in the amount of $146,064,129 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, was awarded a $129,909,502 modification (P00004) to domestic and foreign military sales (Oman and Taiwan) contract W31P4Q-17-C-0194 for procurement of Tube-launched Optically tracked Wireless-guided missiles. Work will be performed in Tucson, Arizona; and Farmington, New Mexico, with an estimated completion date of Sept. 30, 2021. Fiscal 2010, 2016, 2017 and 2018 foreign military sales and other procurement (Army) funds in the combined amount of $129,909,502 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

The Boeing Co., Mesa, Arizona, was awarded a $96,383,695 hybrid (cost, cost-plus-fixed-fee and firm-fixed-price) foreign military sales (Republic of Korea) contract for production support services in support of the 36 AH-64E Apache helicopters. One bid was solicited with one bid received. Work will be performed in Mesa, Arizona, with an estimated completion date of April 30, 2023. Fiscal 2010 foreign military sales funds in the amount of $9,425,778 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity (W58RGZ-18-C-0004).

High Desert Support Services, Fort Irwin, California, was awarded a $32,733,216 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for support services for the Directorate of Emergency Services; maintenance and repair for Weed Army Community Hospital; and maintenance and repair of real property facilities. One bid was solicited with one bid received. Work will be performed in Fort Irwin, California, with an estimated completion date of April 30, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $7,000,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Irwin, California, is the contracting activity (W9124B-18-C-0004).

Yorktown Systems Group Inc.,* Huntsville, Alabama, was awarded a $22,781,609 cost-plus-fixed-fee contract for operations support services including conducting and providing predictive modeling and trend analyses concerning global asymmetric threats. Bids were solicited via the Internet with seven received. Work will be performed in Fort Meade, Maryland, with an estimated completion date of May 14, 2021. Fiscal 2018 operations and maintenance (Army) funds in the amount of $1 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W911S0-17-C-0007).

Pride Industries, Roseville, California, was awarded a $16,023,737 firm-fixed-price contract for facility support operation services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2018. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-18-D-0017).

Emcor Government Services, Arlington, Virginia, was awarded a $13,500,000 firm-fixed-price contract for operations and maintenance at Fort Huachuca, Arizona. One bid was solicited with one bid received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of Feb. 28, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $4,050,000 were obligated at the time of the award. U.S. Army Contracting Command, Fort Huachuca, Arizona, is the contracting activity (W9124A-18-C-0004).

Travis Association for the Blind, Austin, Texas, was awarded a $10,314,526 hybrid (cost and firm-fixed-price) contract to clean, repair, warehouse, and distribute organizational clothing and individual equipment for the Regional Logistics Support Center Program West Region. One bid was solicited with one bid received. Work will be performed in Austin, Texas, with an estimated completion date of April 30, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $10,314,526 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-C-0067).

Pavement Technical Solutions Inc.,* Ashburn, Virginia, was awarded a $9,000,000 firm-fixed-price contract for architect and engineer services. Bids were solicited via the Internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2023. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-18-D-0004).

AIR FORCE

Construction Development Service Inc., Norfolk, Virginia (FA4800-18-D-0001); Olympic Enterprise Inc., Hubert, North Carolina (FA4800-18-D-0002); Southeast Cherokee Construction Inc., Montgomery, Alabama (FA4800-18-D-0003); Leebcor Services LLC, Williamsburg, Virginia (FA4800-18-D-0004); Meltech Corporation Inc., Landover, Maryland (FA4800-18-D-0005); Ocean Construction Services, Virginia Beach, Virginia (FA4800-18-D-0006); Asturian Group Inc., Virginia Beach, Virginia (FA4800-18-D-0007); and TDX Quality LLC, Anchorage, Alaska (FA4800-18-D-0008), have been awarded a not-to-exceed $300,000,000, indefinite-delivery/indefinite-quantity contract for construction.  This contract provides for eight multiple award construction contracts for various construction projects.  Work will be performed at Joint Base Langley-Eustis, Virginia, to include any other federal installation in the Hampton Roads area of Virginia; and Seymour Johnson Air Force Base, North Carolina.  Work is expected to be complete by April 26, 2023.  This award is the result of a competitive acquisition and 43 offers were received.  Fiscal 2018 operations and maintenance funds in the amount of $16,000 for the minimum guarantee of $2,000 per each of the eight awardees are being obligated at the time of award. The 633d Contracting Squadron, Langley Air Force Base, Virginia, is the contracting activity.  (Awarded April 27, 2018)

Harris Corp., Colorado Springs, Colorado, has been awarded a $9,934,077 modification (P00841) to previously awarded contract F19628-02-C-0010 for the System Engineering and Sustainment Integrator (SENSOR) Perimeter Acquisition Radar Attack Characterization System (PARCS) System Sustainment Support projects.  This modification provides for the maintenance of the sustainment posture of the PARCS which includes weapons system management and engineering, systems engineering, hardware repairs/spares, licenses & subscriptions, ESP collection/analysis, and operational safety, suitability and effectiveness.  Work will be performed in Colorado Springs, Colorado, and is expected to be complete by April 30, 2019.  This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $5,000,098 are being obligated at the time of award. Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity. (Awarded April 27, 2018)

DEFENSE LOGISTICS AGENCY

Hamilton Sunstrand Corp., Windsor Locks, Connecticut, has been awarded a maximum $34,782,650 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for control indicators. This is a five-year contract with no option periods. This was a limited competitive acquisition using justification from Federal Acquisition Regulation 6.302-1(a)(2), which states only one responsible source and no other supplies or services will satisfy agency requirements, and extended to include only one or a limited number of responsible sources. Location of performance is Connecticut, with an April 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0137).

Curtiss-Wright Controls Electronic Systems, Inc., Santa Clarita, California, has been awarded a maximum $9,211,008 firm-fixed-price contract for circuit card assemblies. This is a three-year supply contract. This was a sole source acquisition using justification 10 U.S.C. 2304 (c)(1), in accordance with Federal Acquisition Regular 6.302-1. Location of performance is California, with a March 31, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-C-0192).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Georgia Tech Applied Research Corporation, Atlanta, Georgia, was awarded a $12,860,789 cost-reimbursement type contract for a research project under the Harnessing Autonomy for Countering Cyberadversary Systems (HACCS) program. The HACCS program aims to develop technologies for accurately identifying malicious cyber-adversary infiltrated networks, generating reliable software exploits for large numbers of known (n-day) vulnerabilities, and creating effective autonomous software agents that can be inserted in the compromised networks via the n-day exploits to safely and reliably neutralize cyber-adversary software agents. Work will be performed in Atlanta, Georgia, with an expected completion date of April 2022. Fiscal 2017 research, development, test and evaluation (RDT&E) funding in the amount of $146,000 and Fiscal 2018 RDT&E funding in the amount of $677,563 are being obligated at the time of award. This contract was a competitive acquisition under an open broad agency announcement and 30 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001118C0057).

 

*Small business

Related News

Caroline's background is in public policy, non-profit fundraising, and - oddly enough - park rangering. Though she once dreamed of serving America secretly in the CIA, she's grateful she's gotten to serve America publicly - both through the National Park Service and right here at ClearanceJobs.