Department of defense contracts valued at $7 Million or above


NAVY

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $211,996,197 cost-plus-incentive-fee, cost-plus-fixed-fee modification to previously-awarded contract N00024-18-C-5105 for incorporation of remaining Baseline J7 scope for new-construction DDG Aegis Weapon System J7 Baseline development and integration in support of the Japan Maritime Self-Defense Force (JMSDF). This modification will provide for continued JMSDF Aegis Combat System J7 Baseline development and integration.  These efforts include full operational capability at the development test sites, execution of J7 Baseline development and integration activities, integration of Japanese domestic ship systems, in-country integrated test team support and provision of technical manuals, logistics and staging activities.  Work will be performed in Moorestown, New Jersey (73 percent); Yokohama, Japan (11 percent); Mount Laurel, New Jersey (6 percent); Kawasaki, Japan (3 percent); Nasu, Japan (3 percent); Nagoya, Japan (2 percent); Tokyo, Japan (1 percent); and Washington, District of Columbia (1 percent), and is expected to be completed by October 2021. Foreign Military Sales funding in the amount of $211,996,197 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.

The Raytheon Co., El Segundo, California, is awarded an $88,443,303 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for the modification and upgrade of the sensor system software and hardware for the F/A-18/EA-18G aircraft to incorporate updates, improvements, and enhancements of tactical capabilities.  Services to be provided include technical support for hardware and software anomaly investigation, design, development, documentation, integration, test, and evaluation of systems and support equipment.  Work will be performed in El Segundo, California, and is expected to be completed in February 2024.  Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,399,824 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 Federal Acquisition Regulation 6.302-1.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893619D0001).

Amee Bay LLC,* Hanahan, South Carolina (N64498-19-D-4013); Aviation Maritime Support Services LLC,* Chesapeake, Virginia (N64498-19-D-4014); and Thermcor Inc.,* Norfolk, Virginia (N64498-19-D-4015), were each awarded a cost-plus-fixed fee, indefinite-delivery/indefinite quantity multiple award contract with firm-fixed-priced ordering provisions for engineering and technical services to support the Naval Surface Warfare Center Philadelphia Division’s (NSWCPD) Hull, Mechanical and Electrical (HM&E) modernization programs. Amee Bay LLC is awarded $57,337,423; Aviation Maritime Support Services LLC is awarded $63,775,817; and Thermcor Inc. is awarded $63,795,441. The mission of NSWCPD is to transition hull, mechanical and electrical machinery technology to the Navy active/reserve fleet, and support various sponsors for Navy modernization programs. This requires development and execution of various ship changes and ship alterations to upgrade and maintain in a more cost-effective and timely manner the system/equipment readiness of various Navy HM&E and electronic systems. The engineering and technical support services for this requirement are primarily small, minimally intrusive, turn-key equipment level modernization projects that are generally accomplished pierside at the various homeports outside of Chief Naval Operations availabilities. The installation process consists of several phases, including advance planning, ship check, assessments, fabrication, prototype evaluation and installation, final design shipboard installation, testing and completion. Work will be performed at various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. and is expected to be completed by January 2024. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $520,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $108,000 will also be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Feb. 8, 2019)

McKinsey & Co. Inc., Washington, District of Columbia, is awarded $15,730,560 for modification P00002 to a firm-fixed-price, cost-plus-fixed-price delivery order N6833518F0362 previously issued against blanket purchase agreement (N68335-18-A-0042) in support of the F-35 Lightning II affordability campaign for the Navy, Marine Corps, and Air Force.  The modification provides for maturation of the current effort through expansion and refinement of existing scope, including strategic sourcing, senior leadership team offsite, and major contract actions.  Work will be performed in Arlington, Virginia, and is expected to be completed in June 2019.  Fiscal 2018 aircraft procurement (Navy); and fiscal 2019 aircraft procurement (Marine Corps and Air Force) funds in the amount of $15,730,560 will be obligated at time of award, none of which will expire at the end of the fiscal year.  This modification combines purchases for the Navy ($6,001,250; 38 percent); Marine Corps ($6,001,250; 38 percent), and Air Force ($3,728,060; 24 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

CACI Inc. Federal, Chantilly, Virginia, has been awarded a not-to-exceed $11,530,702 modification (P00010) to previously awarded contract HQ0423-15-F-5001 for comptroller mission systems support for the Office of the Under Secretary of Defense (Comptroller).  This modification exercises Option Year 4 with a period of performance of Feb. 16, 2019, through Feb. 15, 2020. The modification brings the total cumulative face value of the contract to $51,604,376 from $40,073,674. Work will be performed at the Pentagon and in remote locations within the National Capital Region with an expected completion date of Feb. 15, 2020. Fiscal 2019 operations and maintenance Defense-wide funds in the amount of $11,530,702 are being obligated at time of award. The Defense Finance and Accounting Service, Columbus, Ohio, is the contracting activity.

*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.