Department of Defense Contracts Valued at $7 Million or Above


AIR FORCE

Advanced Technology International, Summerville, South Carolina, has been awarded a $400,000,000 modification (P00015) to contract FA8814-18-9-0002 to increase the ceiling of the other transactions agreement for the Space Enterprise Consortium. The contract modification covers prototypes for broad space-related technologies (e.g. ground segment, launch segment, space segment, software, processes, or any combination) for government customers within the Department of Defense. The objectives of the agreement include: minimizing barriers to entry for small businesses and non-traditional vendors to work with the U.S. government and to identify and realize teaming opportunities among entities to promote integrated research and prototyping efficiencies; and reducing the cost of prototype development. Work will be performed in Summerville, South Carolina, and is expected to be completed Nov. 1, 2023. No funds are being obligated with this award.  Total cumulative face value of the contract is $500,000,000. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

BAE Systems Technology Solutions has been awarded a $9,695,000 firm-fixed price, indefinite-delivery requirements contract for the F-16 Commercial Fire Control Computer (CFCC) repair program. This contract is for the repair of the F-16 CFCC consisting of configuration management, obsolescence management, and technical support for replacement of secondary replaceable units. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by Sept. 10, 2023.  This award is the result of a sole-source acquisition. No funds are being obligated at the time of award.  Air Force Sustainment Center, Hill AFB, Utah, is the contracting activity (FA8251-18-D-0019).

NAVY

Web Business Solutions Inc.,** Fredericksburg, Virginia, is awarded a contract ceiling $70,553,538 indefinite-delivery/indefinite-quantity contract to provide support for the Command and Control Training and Education Center of Excellence. Work will be performed in Camp Pendleton, California (27 percent); Quantico, Virginia (23 percent); Camp Lejeune, North Carolina (17 percent); Okinawa, Japan (16 percent); Twenty-nine Palms, California (10 percent); Marine Corps Base Hawaii (7 percent), and is expected to be completed by September 2025.  Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $4,703,500 will be obligated on the first task order immediately following contract award and funds will expire the end of the current fiscal year.  This contract was competitively procured, with four offers received.  The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-18-D-7821).

L3 Technologies, Ocean Systems Division, Sylmar, California, was awarded a $49,364,268 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity sole-source contract to provide support and repair services for the TB-23 towed array systems and related test equipment.  L-3 will evaluate, salvage, repair and refurbish TB-23/BQ Towed Array System modules and associated test equipment and provide inventory management services. Support services include the engineering and technician services for tasking in the following areas: engineering and technical services, depot operations, logistics support, configuration management, evaluation, salvage, repair and upgrade, production support.  Work will be performed in Sylmar, California, and is expected to be completed by December 2021. Fiscal 2018 other procurement (Navy) funding in the amount of $4,135,238 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 Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-18-D-G800). (Awarded Sept. 10, 2018)

Tecnico Corp.,* Chesapeake, Virginia, is awarded a $25,598,667 firm-fixed-price contract for the Landing Craft, Air Cushion service life extension program (LCAC SLEP).  Tecnico is contracted to provide three LCAC SLEP availabilities, with an option for one additional availability. The LCAC SLEP will extend the service life of an LCAC from 20 to 30 years, sustain/enhance craft capability, replace obsolete electronics, repair corrosion damage, reduce life cycle cost by improving reliability and maintainability, increase survivability, and establish a common configuration baseline.  The LCAC SLEP scope of effort includes repair and upgrade of the buoyancy box, gas turbine engine replacement, installation of a new skirt, installation of an integrated command, control, computers, communications and navigation equipment package, and accomplishment of selected craft alterations and repair work. This contract includes options and orders which, if exercised and issued, would bring the cumulative value of this contract to $47,995,482. Work will be performed in Little Creek, Virginia, and is expected to be completed by February 2021. Fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $25,598,667 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2400).

General Electric Co., Cincinnati, Ohio, is awarded $19,671,429 for firm-fixed price delivery order N0002418F4125 under previously-awarded basic ordering agreement N00024-18-G-4113 for replacement hot-section materials for LM2500 marine gas turbine engines.  Work will be performed in Cincinnati, Ohio, and is expected to be completed by November 2019. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $19,671,429 will be obligated at time of award and will expire at the end of the current fiscal year. This order 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.

Lockheed Martin Corp. Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $13,020,091 cost-plus-fixed-fee contract for Aegis design agent field engineering services.  The services include test and evaluation, engineering change development, ordnance/ship alterations, modernization engineering, logistics and technical support, ordnance alterations kit development, integration and test support, AN/SPY-1 series radar antenna refurbishment and Coast Guard deep-water program design agent field engineering support. These services are in support of Aegis-equipped CGs and DDGs, allied Aegis-equipped ships and U.S. Coast Guard Aegis-configured ships.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $63,992,064. This contract combines purchases for the Navy (77 percent); and the governments of Japan (19 percent) and Spain (4 percent) under the Foreign Military Sales program. Work will be performed in Norfolk, Virginia (34 percent); San Diego, California (31 percent); Pascagoula, Mississippi (4 percent); Washington, District of Columbia (4 percent); Port Hueneme, California (4 percent); Yokosuka, Japan (19 percent), and Rota, Spain (4 percent), and is expected to be completed by September 2019. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $445,133; and fiscal 2018 other procurement (Navy) funding in the amount of $713,000 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 Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-18-C-0132).

Corp Ten International, Herndon Virginia, is awarded a $8,010,965 indefinite-delivery/indefinite-quantity contract for services and materials required to support the existing surveillance Data Collection System (DCS) to include hardware, software, airtime, technical and engineering services.  The existing DCS integrates all sensors and transmitters currently used in a comprehensive client-server architecture that is expandable to accommodate new sensors, transmitters, and communication systems as required.  Work will be performed in Dahlgren, Virginia (97 percent); Key West, Florida (1 percent); Colorado Springs, Colorado (1 percent), and Washington, District of Columbia (1 percent), and is expected to be completed September 2023. Fiscal 2018 procurement (defense agencies) funding in the amount of $294,121 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. A notice of intent to sole source in accordance with Federal Acquisition Regulations 5.201 and 5.203 (a) and was posted on the Federal Business Opportunities website, July 18, 2017. The Naval Surface Warfare Center, Dahlgren Division, is the contracting activity (N0017818D4007).

Raytheon Co., McKinney, Texas, is awarded $7,973,280 for cost reimbursable modification P00014 to add two one-year options on job order 0002 under a previously awarded contract (N00164-17-G-JQ02) to procure engineering support services, maintenance, and repair for the Multi-spectral Targeting System on the Navy EP3 aircraft.  Work will be performed in McKinney, Texas, and is expected to be completed by August 2020. Fiscal 2017 aircraft procurement (Navy); and fiscal 2018 operations and maintenance (Navy) funding in the amount of $1,226,714 will be obligated at time of award.  Funding in the amount of $1,031,714 will expire at the end of the current fiscal year. This contract was awarded on a sole-source basis in accordance with the statutory authority of 10 U.S. Code 2304(c) (1) as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded a $49,618,289 modification (P00059) to contract W31P4Q-15-C-0102 for the procurement of Joint Air-to-Ground Missiles. Work will be performed in Orlando, Florida, with an estimated completion date of Feb. 28, 2021. Fiscal 2017 and 2018 other procurement, Army funds in the amount of $49,618,289 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Armtec Defense Products Inc., Coachella, California, was awarded a $35,850,854 modification (P00005) to contract W15QKN-15-D-0004 for the production and delivery of modular artillery charge systems M231/M232-series combustible case cartridges. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of May 17, 2020. U.S. Army Contracting Command, New Jersey, is the contracting activity.

Sauer Inc., Jacksonville, Florida, was awarded a $31,409,000 firm-fixed-price contract for barracks renovation (Buildings 2044 and 2045). Bids were solicited via the internet with 10 received. Work will be performed in Fort Polk, Louisiana,with an estimated completion date of May 4, 2020. Fiscal 2018 military construction funds in the amount of $31,409,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0072).

Alltech Engineering,* St. Paul, Minnesota (W91238-18-D-0014); Abide International,* Sonoma, California (W91238-18-D-0015); and BCI Construction USA,* Pace, Florida (W91238-18-D-0016), will compete for each order of the $30,000,000 firm-fixed-price contract for labor, management, tools, equipment, materials, transportation, and supervision to provide wide range of repairs and replacement of components on all facets of dams. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 10, 2023. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

Great Lakes Dredge & Dock, Oak Brook, Illinois, was awarded a $26,222,000 firm-fixed-price contract for maintenance dredging of Fire Island Inlet and shores westerly to Jones Inlet. Bids were solicited via the internet with three received. Work will be performed in Copiague, New York, with an estimated completion date of April 10, 2019. Fiscal 2018 civil works funds in the amount of $26,222,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-18-C-0017).

Ranco Construction Inc.,* Southampton, New Jersey, was awarded an $11,509,275 firm-fixed-price contract for fuel cell and corrosion facility project. Bids were solicited via the internet with six received. Work will be performed in Egg Harbor Township, New Jersey, with an estimated completion date of March 27, 2020. Fiscal 2016 military construction funds in the amount of $11,509,275 were obligated at the time of the award. U.S. Property and Fiscal Office, New Jersey, is the contracting activity (W912KN-18-C-6001).

Airborne Systems North America, Santa Ana, California, was awarded a $9,575,711 firm-fixed-price contract for the purchase of the Advanced Tactical Parachute System. Bids were solicited via the internet with one received. Work will be performed in Santa Ana, California, with an estimated completion date of Nov. 1, 2019. Fiscal 2018 other procurement, Army funds in the amount of $9,575,711 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-C-0229).

*Small Business

**Service disabled veteran-owned 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.