DEPARTMENT OF DEFENSE Contracts VALUED AT $7 MILLION AND ABOVE


ARMY

GATR Technologies Inc., Huntsville, Alabama, was awarded a $522,498,247 modification (P00015) to contract W15QKN-13-D-0099 to procure multiple size Inflatable Satellite Antenna (ISA) systems, kits, spares, and associated training. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity.

Snap-on Industrial, Kenosha, Wisconsin, was awarded a $63,505,010 firm-fixed-price contract for the General Mechanic’s Tool Kit. Bids were solicited via the Internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug .10, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-D-0079).

American International Contractors Inc., Arlington, Virginia (W912ER-18-D-0008); AECOM Technical Services Inc., Los Angeles, California (W912ER-18-D-0009); CWI-OCC Weavers JV, McLean, Virginia (W912ER-18-D-0010); and MVL-EL SEIF LLC,* Wilmington, Delaware (W912ER-18-D-0011), will compete for each order of the $38,000,000 firm-fixed-price contract for design-build, construction, or site-adapt construction or renovations and repairs projects. Bids were solicited via the Internet with 19 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 10, 2023. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity.

Aptim Federal Services LLC, Alexandria, Virginia, was awarded a $27,000,000 firm contract for architect-engineer for hazardous, toxic, and radioactive waste and military munitions remediation. 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 Aug. 9, 2023. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-18-D-0002).

Alcan Builders Inc.,* Fairbanks, Alaska, was awarded a $7,755,869 firm-fixed-price contract to design and construct F-35A Satellite Dining Facility. Bids were solicited via the Internet with three received. Work will be performed in Eielson Air Force Base, Alaska, with an estimated completion date of July 20, 2020. Fiscal 2018 military construction funds in the amount of $7,755,869 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-18-C-0031).

DEFENSE THREAT REDUCTION AGENCY

Synaptek Corp., doing business as TekSynap, Reston, Virginia, is being awarded a maximum $435,000,000 indefinite-delivery/indefinite-quantity contract for agency-wide core information technology services and support (ITSS) for the Defense Threat Reduction Agency (DTRA) in support of the Information Integration and Technology Services (I2TS) Directorate and the Chief Information Office (CIO).  This is a five-year base contract with one five-year option period, the maximum dollar amount is for the life of the contract, including a five-year option period.  The bids were solicited through the Federal Business Opportunities website, with 13 offers received.    Work will be performed at Fort Belvoir, Virginia, however, DTRA maintains a global mission, and contractor personnel may be required to work at locations other than Fort Belvoir.  Performance is expected to be completed September 2028.  Task Order 1 is being awarded at $68,556,828 for IT service provisioning and operations services.  Task Order 2 is being awarded at $43,964,556 for cybersecurity support services.  Task Order 3 is being awarded at $19,472,853 for test, transition, and integration support services.  Task Orders 1, 2, and 3 will have a one-year base and four one-year options.  The contracting activity is the Defense Threat Reduction Agency, Fort Belvoir, Virginia (HDTRA1-18-D-0011).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $301,980,301 for cost-plus-fixed-fee delivery order N0001917F0472 against a previously issued basic ordering agreement (N00019-14-G-0020).  This order provides for the procurement of ancillary mission equipment for F-35 Lightning II low-rate initial production Lot 12 aircraft in support of the Air Force, Marine Corps, and Navy, the non-Department of Defense (DoD) participants and foreign military sales (FMS) customers.  Work will be performed in Fort Worth, Texas, and is expected to be completed in January 2021.  Fiscal 2016 aircraft procurement (Air Force); fiscal 2018 aircraft procurement (Air Force, Navy, and Marine Corps), non-DoD participant and FMS funds in the amount of $301,980,301 will be obligated at time of award, $41,066,198 of which will expire at the end of the fiscal year.  This order combines purchases for the Air Force ($109,727,547; 36 percent); Marine Corps ($50,115,140; 17 percent); Navy ($8,979,210; 3 percent); non-DoD participants ($102,334,986; 34 percent); and FMS customers ($30,823,418; 10 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded an $187,594,790 cost-plus-fixed-fee contract for fiscal 2018 advance planning to prepare and make ready for refueling complex overhaul (RCOH) work on USS John C. Stennis (CVN 74).  This effort will provide for the first year of RCOH advance planning efforts including material forecasting, long lead time material procurement, purchase order development, technical document and drawing development, scheduling, resource forecasting and planning, developing cost estimates for work to be accomplished, data acquisition, pre-overhaul tests and inspections, and other technical studies as required to prepare and make ready for the CVN 74 RCOH accomplishment.  Work will be performed in Newport News, Virginia, and is expected to be completed by July 2019.  Fiscal 2017 and 2018 shipbuilding and conversion (Navy) funds in the amount of $148,736,495 will be obligated at contract award and will not expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S. Code 2304(c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Sippican Inc., Marion, Massachusetts, is awarded a $59,156,580 firm-fixed-price, cost and cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-6412 to exercise options for the production of Mk 48 Mod 7 guidance and control sections (G&C), Mk 48 Mod 7 Common Broadband Advanced Sonar System (CBASS) functional item replacement kits, factory test equipment, spares, production support material, and related engineering services and hardware repair support for G&C sections and CBASS kits.  This contract combines purchases for the Navy (89 percent); and the governments of the Netherlands (9 percent); and Canada and Turkey (2 percent) under the Foreign Military Sales (FMS) program. Work will be performed in Marion, Massachusetts (88 percent); Braintree, Massachusetts (8 percent); and Lemont Furnace, Pennsylvania (4 percent), and is expected to be completed by March 2021. Fiscal 2018 weapons procurement (Navy) in the amount of $51,095,847; FMS funding in the amount of $6,230,033; and fiscal 2016 weapons procurement (Navy) in the amount of $1,830,700 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.

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $38,948,000 cost-plus-fixed-fee, firm-fixed-price modification to previously awarded contract N00024-16-C-4316 to continue performance of the repair, maintenance, upgrades, and modernization efforts on USS Helena (SSN 725) dry-docking selected restricted availability.  Work will be performed in Newport News, Virginia. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $38,948,000 will be obligated at 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.  In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured: only one responsible source and no other supplies or services will satisfy agency requirement. The contracted requirements include advance and new work efforts necessary to repair, and maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled availability.

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $23,920,438 cost-plus-incentive-fee, cost-plus-fixed-fee modification to previously awarded contract N00024-10-C-5125 for Aegis combat systems engineering, integrated test team for in-country support, integrated logistics support and staging for the Australian Air Warfare Destroyer Hobart Class Ship 3 Shipbuilding Program in support of the Royal Australian Navy. Work will be performed in Adelaide, Australia (61 percent); Moorestown, New Jersey (25 percent); Camden, New Jersey (10 percent); and Pureland, New Jersey (4 percent), and is expected to be completed by January 2020. foreign military sales funding in the amount of $23,920,438 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.

Technology Unlimited Group, San Diego, California, is awarded a $22,443,225 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services and software development to support information operations and meteorology and oceanography systems. This is one of seven multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period.  This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $57,723,089. All work will be performed in San Diego, California, and work is expected to be completed Aug. 9, 2020.  If the option is exercised, work will continue through August 2023.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy) funds. This contract was competitively procured via Request for Proposal N66001-17-R-0011 which was published on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Nine offers were received and seven were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0327).

Solers Inc., Arlington, Virginia, is awarded a $22,055,924 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services and software development to support information operations and meteorology and oceanography systems. This is one of seven multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $56,808,380. All work will be performed in San Diego, California, and work is expected to be completed Aug. 9, 2020.  If the option is exercised, work will continue through August 2023.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy) funds. This contract was competitively procured via Request for Proposal N66001-17-R-0011 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nine offers were received and seven were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0325).

General Dynamics Information Technology Inc., Fairfax, Virginia, is awarded a $20,909,579 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services and software development to support information operations and meteorology and oceanography systems. This is one of seven multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $53,867,188. All work will be performed in San Diego, California, and work is expected to be completed Aug. 9, 2020.  If the option is exercised, work will continue through August 2023.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy) funds. This contract was competitively procured via Request for Proposal N66001-17-R-0011 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nine offers were received and seven were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0322).

Forward Slope Inc., San Diego, California, is awarded a $20,227,678 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-awardcontract for engineering services and software development to support information operations and meteorology and oceanography systems. This is one of seven multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $52,110,917. All work will be performed in San Diego, California, and is expected to be completed Aug. 9, 2020.  If the option is exercised, work will continue through August 2023.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy) funds. This contract was competitively procured via Request for Proposal N66001-17-R-0011 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nine offers were received and seven were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0321).

P&J Robinson Corp., San Diego, California, is awarded a $20,211,616 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-awardcontract for engineering services and software development to support information operations and meteorology and oceanography systems. This is one of seven multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $52,058,888. All work will be performed in San Diego, California, and work is expected to be completed Aug. 9, 2020.  If the option is exercised, work will continue through August 2023.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy) funds. This contract was competitively procured via Request for Proposal N66001-17-R-0011 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nine offers were received and seven were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0324).

Geocent LLC, Metairie, Louisiana, is awarded an $18,286,074 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services and software development to support information operations and meteorology and oceanography systems. This is one of seven multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $47,464,233. All work will be performed in San Diego, California, and work is expected to be completed Aug. 9, 2020.  If the option is exercised, work will continue through August 2023.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy) funds. This contract was competitively procured via Request for Proposal N66001-17-R-0011 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nine offers were received and seven were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0323).

Solute Inc., San Diego, California, is awarded a $17,009,527 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services and software development to support information operations and meteorology and oceanography systems. This is one of seven multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period.  This two-year contract includes one, three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $43,804,723. All work will be performed in San Diego, California, and work is expected to be completed Aug. 9, 2020.  If the option is exercised, work will continue through August 2023.  No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy) funds. This contract was competitively procured via Request for Proposal N66001-17-R-0011 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nine offers were received and seven were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0326).

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded an $8,786,292 firm-fixed-price modification to previously awarded contract N00024-15-C-5228 to exercise options for the production of Cooperative Engagement Capability (CEC) AN/USG-3B equipment sets. CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies.  Work will be performed in Largo, Florida, and is expected to be completed by February 2020. Fiscal 2018 and 2016 aircraft procurement (Navy) funding in the amount of $8,786,292 will be obligated at the time of award, and funds in the amount of $1,464,382 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Raytheon Co., McKinney, Texas (SPRBL1-18-D-0031); and DRS Network & Imaging Systems LLC, Melbourne, Florida (SPRBL1-18-D-0032), have each been awarded a maximum $79,348,472 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPRBL1-18-R-0039 for the production of spare parts in support of the Second Generation Forward Looking Infrared Block 1 B kit. This was a competitive acquisition with two offers received. These are five-year contracts with no option periods. Locations of performance are Texas and Florida, with an Aug. 9, 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 Land and Maritime, Aberdeen Proving Ground, Maryland.

Huntsville Rehabilitation Foundation doing business as Phoenix,** Huntsville, Alabama, has been awarded a maximum $32,500,000 firm-fixed price contract for polypropylene and cotton duck sandbags. This is a two-year base contract with three one-year option periods. Maximum dollar amount is for the life of the contract, including options. Location of performance is Alabama with an Aug. 9, 2023, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E6-18-D-0006).

Choctawhatchee Electric Cooperative Inc., DeFuniak Springs, Florida, has been awarded a maximum $19,989,648 modification (P00012), incorporating the economic-price-adjustment agreement to the existing 50-year contract (SP0600-16-C-8314) with no option periods, for electric utility services. 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 2018 through 2067 operations and maintenance funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Honeywell International Inc., Albuquerque, New Mexico, has been awarded a maximum $8,225,877 firm-fixed-price delivery order (SPRPA1-18-F-LH1Y) against a five-year basic ordering agreement (SPRPA1-14-G-001Y) for digital indictors. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1.This is a one-year, four-month contract with no option periods. Location of performance is New Mexico, with a Dec.30, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

UTC Aerospace Systems Co., doing business as Simmonds Precision Products, Vergennes, Vermont, has been awarded a maximum $7,357,950 firm-fixed priced contract for aircraft digital computer main protection units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1.This is a one-year, two-month contract with no option periods. Location of performance is Vermont, with an Oct. 9, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-18-C-Y037).

AIR FORCE

UES Inc, Dayton, Ohio, has been awarded a $49,057,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for research and development associated with the Flash and Laser Airborne Protection System program.  This contract is for exploratory and advanced research and development of materials and technologies to control, manipulate, and protect against photonic energy.  Research involved in the processing, structure, properties and performance of photonic materials will provide a means to mature and transition the highest priority products needed by the Air Force.  These efforts will ultimately result in developed technologies that can be transitioned to legacy, developmental and future Air Force system components to provide an increase in aircrew protection, performance and efficiency while reducing cost and accelerating manufacture.  The objective of this program is to increase aircrew survivability to flash-blindness and directed energy threats through unique and innovative research and development solutions, and to advance the current state-of-the-art in photonic materials technologies, interactions, and applications. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Nov. 10, 2024. This award is the result of a competitive acquisition and four offers were received. Fiscal 2018 research, development, test, and evaluation funds in the amount of $1,072,134 are being obligated at the time of award. Air Force Research Laboratory, Wright Patterson AFB, Ohio, is the contracting activity (FA8650-18-D-5424).

 

*Small Business

**Mandatory Source

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.