department of defense Contracts valued at $7 million and above


NAVY

Apogee-SAIC Capabilities Integrator LLC.,* Colorado Springs, Colorado (N61340-18-D-5001); Aero Simulation Inc.,* Tampa, Florida (N61340-18-D-5002); The Boeing Co., St. Louis, Missouri (N61340-18-D-5003); CAE USA Inc., Tampa, Florida (N61340-18-D-5004); CSRA LLC., Falls Church, Virginia (N61340-18-D-5005); CymSTAR LLC.,* Broken Arrow, Oklahoma (N61340-18-D-5006); DiSTI LLC.,* Orlando, Florida (N61340-18-D-5007); General Dynamics One Source LLC., Fairfax, Virginia (N61340-18-D-5008); J.F. Taylor Inc.,* Lexington Park, Maryland (N61340-18-D-5009); Kratos Technology & Training Solutions, San Diego, California (N61340-18-D-5011); L3 Technologies Inc., Arlington, Texas (N61340-18-D-5012); Lockheed Martin Corp., Orlando, Florida (N61340-18-D-5013); Logistic Services International,* Jacksonville, Florida (N61340-18-D-5014); Pro-Active Technologies Inc.,* Oviedo, Florida (N61340-18-D-5015); Rockwell Collins Simulation and Training Systems, Cedar Rapids, Iowa (N61340-18-D-5016); Triton II JV LLC.,* Orlando, Florida (N61340-18-D-5017); Veraxx Engineering Corp.,* Chantilly, Virginia (N61340-18-D-5018); Xebec,* Huntsville, Alabama (N61340-18-D-5019); CACI Inc. – Federal, Chantilly, Virginia (N61340-18-D-5020); TRU Simulation and Training Inc., Goose Creek, South Carolina (N61340-18-D-5021); Advanced Acoustic Concepts LLC., Hauppauge, New York (N61340-18-D-5022); Science Applications International Corp., McLean, Virginia (N61340-18-D-5023); and Alion Science and Technology Corp., Burr Ridge, Illinois (N61340-18-D-5024), are each awarded cost-plus-fixed-fee, firm-fixed-price, cost-plus-incentive-fee, fixed-price-incentive-fee indefinite-delivery/indefinite-quantity contracts to provide training device and training systems design, development, production, test and evaluation, delivery, modification, and support.  These products are in support of the Naval Air Warfare Center Training Systems Division.  The estimated aggregate ceiling for all contracts is $980,000,000, with the companies having an opportunity to compete for individual orders.  Work will be performed at various awardee’s facility sites in Colorado Springs, Colorado; Tampa, Florida; St. Louis, Missouri; Falls Church, Virginia; Broken Arrow, Oklahoma; Orlando, Florida; Fairfax, Virginia; Lexington Park, Maryland; San Diego, California; Arlington, Texas; Orlando, Florida; Jacksonville, Florida; Oviedo, Florida; Cedar Rapids, Iowa; Chantilly, Virginia; Huntsville, Alabama; Goose Creek, South Carolina; Hauppauge, New York; McLean, Virginia; and Burr Ridge, Illinois; and various customer sites to be determined on individual orders, and is expected to be completed in November 2023.  Funds will be obligated on individual orders as they are issued.  These contracts were competitively procured via an electronic request for proposals and 40 offers were received.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $48,401,010 cost-plus-incentive-fee contract modification under previously awarded contract (N00024-15-C-6222) to exercise options for the procurement of Navy equipment and engineering services. Work will be performed in Manassas, Virginia (95 percent); and Clearwater, Florida (5 percent), and is expected to be completed by August 2021.  Fiscal 2018 other procurement (Navy); fiscal 2018 research, development, test and evaluation; fiscal 2014 and 2015 shipbuilding and conversion (Navy); and fiscal 2018 operations and maintenance (Navy) funding in the amount of $47,144,535 will be obligated at the 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.

Appledore Marine – CH2M JV, Englewood, Colorado, is awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multi-discipline waterfront architect-engineering services in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR).  The work to be performed provides for comprehensive architect-engineering services required for the new construction, repair, replacement, demolition, alteration, and/or improvement of small waterfront projects.  Projects may include single or multiple disciplines, including, but not limited to, structural, civil, mechanical, electrical, architectural, planning, environmental, fire protection, cost estimating, and/or geotechnical.  The types of waterfront projects may include: piers; wharves; quay walls; dry docks; bulkheads; crane rail systems; fender systems; berthing and mooring; dredging; coastal and shoreline protection; and waterfront related utilities.  Task order 0001 is being awarded at $1,541,013 for design of the dry dock 2 portal crane rail repairs at Portsmouth Naval Shipyard, Kittery, Maine.  Work for this task order is expected to be completed by July 2019.  All work on this contract will be performed at various Navy facilities and other government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to, Maine (50 percent), Connecticut (20 percent), Rhode Island (20 percent), and other areas within the AOR (10 percent).  The term of the contract is not to exceed 60 months with an expected completion date of July 2023.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $1,541,013 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operations and maintenance (Navy), and Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-8729).

Gravois Aluminum Boats LLC, doing business as Metal Shark,* Jeanerette, Louisiana, is awarded an $18,455,327 delivery order to previously awarded indefinite-delivery/indefinite-quantity, firm-fixed price contract N00024-17-D-2209 for the construction and delivery of 40 Patrol Boats.  The delivery order will also provide basic boat equipment, shipping, long term preservation, boat familiarization, and crew original equipment manufacturer and waterjet training. Work will be performed in Jeanerette, Louisiana, and is expected to be completed by April 2021.  Fiscal 2018 other procurement (Navy) funding in the amount of $18,455,327 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 (N00024-17-D-2209).

Progeny Systems Corp.,* Manassas, Virginia, is awarded a $17,158,836 cost-plus-fixed-fee level-of-effort, cost-only sole-source contract, with optional cost-plus-fixed-fee and firm-fixed-price production orders, for the procurement of engineering and technical services including software development, commercial off-the-shelf products and hardware and software integration for submarine and undersea warfare weapons systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $92,012,254. Work will be performed in Manassas, Virginia (65 percent); Middletown, Rhode Island (25 percent); and San Diego, California (10 percent), and is expected to be completed by June 2019. Fiscal 2017 research, development, test and evaluation (Navy) funding in the amount of $6,542,828 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 10 U.S. Code 2304(c)(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 (N00024-18-C-6265).

Sierra Nevada Corp., Sparks, Nevada, is awarded $10,888,562 for cost-plus-fixed-fee modification P00008 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-17-D-0009) for outer wing station-430 (OWS-430) non-recurring engineering and manufacturing for KC-130J aircraft, including installation of one OWS-430 prototype.  Work will be performed in Centennial, Colorado (99 percent); and Sparks, Nevada (1 percent), and is expected to be completed in July 2019.  No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded a not-to-exceed $9,770,691 cost-plus-fixed-fee undefinitized modification to previously awarded contract N00024-08-C-2110 for additional material in support of component shock testing for USS Gerald R. Ford (CVN 78). Work will be performed in Newport News, Virginia, and is expected to be completed by March 2019.  Fiscal 2017 research, development, test, and evaluation (Navy) funding in the amount of $7,328,018 will be obligated at the time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

L3 Technologies Inc., Arlington, Texas, is awarded a $9,562,775 firm-fixed-price contract for the procurement of two EA-18G Tactical Operational Flight Trainers.  Work will be performed in Arlington, Texas, and is expected to be completed in November 2019.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,562,775 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-18-C-0015).

The Boeing Co., Training Systems and Government Services, St. Louis, Missouri, is awarded a $9,168,094 firm-fixed-price contract for the procurement of two EA-18G Tactical Operational Flight Trainers and one Brief/Debrief Station.  Work will be performed in Arlington, Texas (75 percent); and St. Louis, Missouri (25 percent), and is expected to be completed in December 2020.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,168,094 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-18-C-0028).

CH2M Hill Constructors Inc., Englewood, Colorado, is awarded a $7,598,462 firm-fixed-price construction task order modification under a previously awarded global contingency contract (N62470-13-D-6019) for repairs to Buildings 20, 546 and 1029 at Naval Foundry and Propeller Center, Philadelphia Naval Business Center.  After award of this modification, the total cumulative task order value will be $46,762,442.  Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by March 2020.  Fiscal 2018 operations and maintenance (Navy) contract funds will be 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.

DEFENSE INTELLIGENCE AGENCY

Leidos Inc., Reston, Virginia, was awarded a base year plus four option years cost-plus award fee contract (HHM402-18-C-0046) to provide linguist operations support for the Defense Intelligence Agency’s National Media Exploitation Center (NMEC) located in Bethesda, Maryland.  The contract has a start date of Aug. 1, 2018, with a potential end date of July 31, 2023, and a ceiling of $170,804,015 if all options are exercised. Through this award, DIA will procure foreign language translation services and content exploitation of captured, seized or otherwise acquired digital media and documents. Work will be performed primarily in Bethesda, Maryland. This contract was awarded through full and open competition and eight offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND 

Sig Sauer Inc., Newington, New Hampshire, was awarded a $48,000,000 five-year, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the acquisition of the Suppressed Upper Receiver Group (SURG).  The SURG weapon is an upgrade of the M4A1 lower receiver group in support of U.S. Special Operations Command (USSOCOM) Procurement Division.  Fiscal 2018 procurement funds in the amount of $24,620 are being obligated at the time of award.  The majority of the work will be performed in Newington, New Hampshire, and is expected to be completed by July 2023.  This contract was awarded through full and open competition.  USSOCOM headquarters, MacDill Air Force Base, Florida, is the contracting activity (H92430-18-D-0005).

AIR FORCE

Gulfstream Aerospace Corp., Savannah, Georgia, has been awarded a $36,154,927 firm-fixed-price modification (FA8106-18-D-0002-P00001) to previously awarded contract FA8106-18-D-0002 for C-20/C-37 fleet sustainment. The contract modification is for exercise of Option Year 1, to include issuance of task orders for five months extension of contract term to support the C-20 and C-37 fleet for the Air Force, Army, Navy, Marines, and Coast Guard; funding uninterrupted continuation of contractor logistics. Work will be performed at Savannah, Georgia; Naval Air Station Sigonella, Italy; Ramstein Air Base, Germany; Andrews Air Force Base, Maryland; Hickam AFB, Hawaii; Marine Corps Base, Hawaii; MacDill AFB, Florida; and Ronald Reagan Washington National Airport, Washington, District of Columbia. The work is expected to be completed by Jan. 31, 2019. Fiscal 2018 operations and maintenances funds are being obligated at the time of award. Total cumulative face value of the contract is $594,429,554. Air Force Lifecycle Management Center, Tinker AFB, Oklahoma, is the contracting activity.

Radiance Technologies Inc., Huntsville, Alabama, has been awarded an $8,693,319 cost-plus-fixed-fee contract for Voice of the Offense software. This contract provides for research, design, development, demonstration, test, integration, and delivery of a TA3: Voice of the Offense software that automatically generates, deploys, and enforces configurations of components and subsystems for use in commercial and military platforms. Work will be performed in Huntsville, Alabama, and is expected to be completed by Jan. 26, 2022.  This award is the result of a competitive acquisition and 35 offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $721,604 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-18-C-0145).

Lockheed Martin Corp., Orlando, Florida, has been awarded an $8,569,784 cost-plus-fixed fee contract for Agile ConSec Evaluation Support software/hardware system. This contract provides for developing technologies for automatically analyzing and improving the configuration of complex composed systems to reduce attack surface while assuring expected behavior.  The ConSec program will develop an automated capability to generate, deploy, and monitor the configurations of components in a composed system to provide expected functionality while minimizing attack.  Work will be performed in Orlando, Florida. The location of performance is Orlando, Florida, and is expected to be completed 42 months after the contract is awarded. This award is the result of a competitive acquisition, and 35 offers were received. Fiscal 2017 and 2018 research, development, test and evaluation funds in the amount of $1,661,904 are being obligated at the time of award.  Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-18-C-0146).

GRAMMATECH Inc., Ithaca, New York, has been awarded an $8,426,162, cost-plus-fixed-fee completion contract for Configuration Identification Normalization and Enforcement (CONFINE) software system. This contract provides for research, design, development, demonstration, test, integration, and delivery of a CONFINE software system that automatically generates, deploys, and enforces configurations of components and subsystems for use in commercial and military platforms. Work will be performed in Madison, Wisconsin, and is expected to be completed by Jan. 27, 2022. This award is the result of a competitive acquisition and 35 offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $1,148,203 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-18-C-0141).  

ARMY 

AECOM Technical Services Inc., Los Angeles, California, was awarded a $27,000,000 firm-fixed-price contract for architect-engineer remediation for hazardous, toxic and radioactive waste and military munitions. Bids were solicited via the Internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of July 26, 2023. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-18-D-0005).

Olin Corp. – Winchester Division, East Alton, Illinois, was awarded a $7,027,819 modification (P00031) to contract W52P1J-16-C-0003 for caliber .50 ammunition. Work will be performed in Oxford, Mississippi, with an estimated completion date of Jan. 31, 2020. Fiscal 2018 other procurement, Army funds in the amount of $7,027,819 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Freeman Holdings of Washington LLC, doing business as Million Air Moses Lake,* Moses Lake, Washington, has been awarded a minimum $7,774,641 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 107 responses received. This is a 43-month contract with a six-month option period. Location of performance is the state of Washington, with a March 31, 2022, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-18-D-0073).

IBM Corp., Reston, Virginia, has been awarded a $7,746,167 firm-fixed-price, cost-plus-incentive-fee contract for technical and functional services for the Defense Agency Initiative. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. Locations of performance are Virginia and other areas in the continental U.S., with a July 31, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 operations and maintenance funds and fiscal 2018 through 2019 research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania (SP4701-18-C-0048). 

*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.