Department of Defense Contracts Valued at $7 Million or Above


MISSLE DEFENSE AGENCY

The Boeing Co., Huntsville, Alabama, was awarded $4,141,315,338 (contract modification HQ0147-19-C-0004 P00001), partially definitizing the $6,560,000,000 undefinitized contract action (UCA) issued Jan. 31, 2018, on contract HQ0147-12-C-0004, Ground-based Midcourse Defense (GMD) Development and Sustainment Contract (DSC).  The UCA extended the DSC period of performance from January 2018 through December 2023, and added the requirements to execute the GMD portion of the presidential mandated and congressionally enacted Missile Defeat and Defense Enhancements.  This effort includes delivery of a new missile field with 20 silos and two additional silos in a previously constructed missile field at Fort Greely, Alaska.  The MDA is deferring the production of the 20 additional Ground Based Interceptors (GBIs) (estimated not to exceed (NTE) value of $1,300,000,000) at this time due to the delay associated with not meeting the entrance criteria for the Redesigned Kill Vehicle (RKV) critical design review.  A portion of the effort to deliver 11 boost vehicles for flight tests and spares (estimated NTE value of $474,000,000) will remain under the UCA at this time.  This modification brings the total cumulative value of the contract, including options, to $10,799,794,123. The definitized scope of work includes technical capabilities to expand and improve a state-of-the-art missile defense system to ensure defensive capabilities remain both relevant and current, to include but not limited to:  Boost Vehicle (BV) development; providing GBI assets for labs and test events; development, integration, testing and deployment of ground systems software builds to address emerging threats; development and fielding of upgraded launch support equipment; expanded systems testing through all ground and flight testing; cyber security support and testing; and, operations and support via performance based logistics approach.  Work will be performed at multiple locations, including Huntsville, Alabama; Fort Greely, Alaska; Vandenberg Air Force Base, California; Schriever AFB, Colorado; Peterson AFB, Colorado; Cheyenne Mountain Air Station, Colorado; Colorado Springs, Colorado; Tucson, Arizona; other contractor designated prime, subcontractor, and supplier operating locations; and other government designated sites. The definitized effort will be performed by an industry team consisting of The Boeing Co., Northrop Grumman Innovation Systems, Northrop Grumman Systems Corp., Raytheon Co., and many other subcontractors.  This acquisition was executed on a sole-source basis under 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.  Boeing, as the GMD DSC prime contractor, along with its subcontractors, collectively have demonstrated special capabilities and/or expertise and that no other companies would have been able to satisfactorily perform the required services without unacceptable delays in fulfilling the agency’s requirements. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $26,951,213 were obligated at the time of award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Twenty-five companies have been awarded a firm-fixed-price contract under the following Global Heavyweight Service, indefinite-delivery/indefinite-quantity, fixed-price contracts with an estimated value of $284,932,621: ABX Air Inc., Wilmington, Ohio (HTC71119DC002); Air Transport International Inc., Wilmington, Ohio (HTC71119DC003); Alaska Airlines Inc., Seattle, Washington (HTC71119DC004); Allegiant Air LLC, Las Vegas, Nevada (HTC71119DC005); American Airlines, Fort Worth, Texas (HTC71119DC006); Amerijet International Inc., Fort Lauderdale, Florida (HTC71119DC007); Atlas Air Inc., Purchase, New York (HTC71119DC008;) Delta Air Lines Inc., Atlanta, Georgia (HTC71119DC009); Federal Express Corp., Washington, District of Columbia (HTC71119DC010); Hawaiian Airlines, Honolulu, Hawaii (HTC71119DC011); Jet Blue, Long Island City, New York (HTC71119DC012); Kalitta Air LLC, Ypsilanti, Michigan (HTC71119DC013); Lynden Air Cargo LLC, Anchorage, Alaska (HTC71119DC014); Miami Air International Inc., Miami, Florida (HTC71119DC015); MN Airlines, doing business as Sun Country, Eagan, Minnesota (HTC71119DC016); National Air Cargo Group Inc., Orlando, Florida (HTC71119DC017); Northern Air Cargo Inc., Anchorage, Alaska (HTC71119DC018); Omni Air International LLC, Tulsa, Oklahoma (HTC71119DC019); Polar Air Cargo Worldwide Inc., Purchase, New York (HTC71119DC020); Southwest Airlines, Dallas, Texas (HTC71119DC021); Tantonduk Outfitters Ltd., Fairbanks, Alaska (HTC71119DC022); United Airlines Inc., Chicago, Illinois (HTC71119DC023); United Parcel Service Co. (UPS), Louisville, Kentucky (HTC71119DC024); USA Jet Airlines, Belleville, Michigan (HTC71119DC025); and Western Global Airlines (WGA), Estero, Florida (HTC71119DC026).  This contract provides heavyweight delivery services for domestic and international shipments.  Services shall be provided for the Department of Defense, other federal government agencies, and contractors who have a cost-reimbursable contract line item number under another government contract which includes transportation of freight (cost-reimbursable contractors).  Services required include door-to-door, time-definite, pick-up and delivery, transportation, timely and accurate shipment tracking, government Third Party Payment System participation, customs clearance processing (if applicable) and shipment data reporting.  Work will be performed internationally and domestically, with an expected completion date of Sept. 30, 2022.  Ordering is decentralized and funding is provided by multiple government agencies.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded March 19, 2019)

AAR Airlift Group Inc., Palm Bay, Florida, has been awarded a task order modification (HTC711-18-F-R029 P00005) on contract HTC711-17-D-R016 in the amount of $34,093,983.  This modification provides continued support of NATO Air Command-Afghanistan/Combined Security Transition Command.  The services provide dedicated rotary wing air transportation to move passengers, cargo, and human remains as well as perform casualty evacuation in support of the Afghan Air Force within the borders of the government of the Islamic Republic of Afghanistan.  The option period of performance is from March 19, 2019, to March 18, 2020.  Type of appropriation is fiscal 2018 and 2019 Afghanistan Security Force Funds (Army).  This modification brings the total cumulative face value of the task order to $67,575,617 from $33,481,634.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded March 19, 2019)

NAVY

Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $245,048,211 firm-fixed-price modification to previously awarded contract N00024-17-C-6327 to exercise options for the Joint Counter-Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment 1 Block 1 (I1B1) systems full-rate production in support of the Expeditionary Warfare Program Office.  CREW systems are designed to provide protection for foot soldiers, vehicles and permanent structures.  The JCREW I1B1 system is the first-generation system that develops a common open architecture across all three capabilities and provides protection for worldwide military operations.  This integrated design maximizes commonality across all capabilities, reduces life cycle costs and provides increased protection against worldwide threats.  Work will be performed in San Diego, California, and is expected to be completed by January 2021.  Foreign military sales funding from the government of Australia in the amount of $2,159,560 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.

Patriot Contract Services LLC, Concord, California, is awarded a $77,030,190 modification for the fixed-price portion of a previously awarded contract (N0003314C3210). This modification is for a 12-month bridge contract for the operation and maintenance of eight government-owned Watson-class large medium-speed roll-on/roll-off ships.  The ships will continue to support Military Sealift Command’s worldwide prepositioning requirements.  Work will be performed at sea worldwide beginning April 1, 2019, and is expected to be completed by March 31, 2020.  Working capital funds (Navy and Transportation) funds in the amount of $77,030,190 are obligated at the time of award and will not expire at the end of the current fiscal year.  This contract extension was not competitively procured.  The contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code 2304(c)(1).  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

L-3 Chesapeake Sciences Corp., Millersville, Maryland, is being awarded a $43,094,331 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee, cost-type modification to previously-awarded contract N00024-16-C-6251 to exercise options for the production of TB-29C towed arrays.  Work will be performed in Liverpool, New York (48 percent); Millersville, Maryland (32 percent); and Ashaway, Rhode Island (20 percent), and is expected to be completed by January 2022.  Fiscal 2018 and 2019 other procurement (Navy); and fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $43,094,331 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.

Rolls-Royce Marine North America Inc., Walpole, Massachusetts, is being awarded a $32,462,990 firm-fixed-price delivery order (N0002419F4123) under previously-awarded contract N00024-19-G-4108 for two spare MT30 and one MT5S Marine Gas Turbine Engines (MGTEs).  The material procured under this basic ordering agreement will build a rotatable pool of spare MT30 and MT5S MGTEs and related material.  These MGTEs are installed in LCS 1-variant littoral combat ships (hulls 5 through 25 only) and DDG 1000-class destroyers.  Work will be performed in Bristol, United Kingdom (93 percent); and Indianapolis, Indiana (7 percent), and is expected to be completed by March 2021.  Fiscal 2018 other procurement (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $32,462,990 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.

Bell Boeing Joint Program Office, Amarillo, Texas, is being awarded an $18,663,905 modification (P00003) to a firm-fixed-price delivery order (N0001919F0305) against a previously issued basic ordering agreement (N00019-17-G-0002).  This modification exercises an option to procure 60 MV-22 Proprotor Hub spring and drive link kits for the Marine Corps; and 10 CV-22 Proprotor Hub spring and drive link kits and six CV-22 Hub Spring Mod spare kits for the Air Force.  Additionally, this modification provides for the procurement of 12 interim spare drive links, three interim spare hub springs and nine proprotor hub spring and drive link kits in support of the government of Japan.  Work will be performed in Amarillo, Texas, and is expected to be completed in March 2021.  Fiscal 2019 aircraft procurement (Navy and Air Force); and Foreign Military Sales funds in the amount of $18,663,905 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Marine Corps ($13,355,718; 72 percent), the Air Force ($2,891,600; 15 percent); and the government of Japan ($2,416,587; 13 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SRI International, Menlo Park, California, has been awarded a maximum $87,707,816 long-term, indefinite-delivery, hybrid cost-plus-fixed-fee, firm-fixed-price, requirements type contract for the generalized emulation of microcircuits production program.  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 five-year contract with one six-month option period.  Locations of performance are New Jersey and California, with a Jan. 31, 2024, performance completion date.  Using military services are Army, Navy, Air Force and Marine Corps.  Type of appropriations are fiscal 2019 through 2024 operations and maintenance; and defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-19-D-0025).

Moog Inc., Elma, New York, has been awarded a maximum $18,618,768 firm-fixed-price requirements-type contract in support of the F/A-18 aircraft.  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 three-year contract with no option periods.  Locations of performance are New York and California, with a March 21, 2022, performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2019 through 2022 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4AX-17-D-9415).

Top Flight Aerostructures Inc.,* Dallas, Georgia, has been awarded a maximum $10,000,000 modification (P00006) exercising the two-year option period of a three-year base contract (SPRWA1-16-D-0007) with one two-year option period for consumable and depot-level repairables for C5 panels.  This is a firm-fixed-price contract.  Location of performance is Georgia, with a March 22, 2021, performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2019 through 2021 defense working capital funds.  The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia.

Aero Components Inc.,* Fort Worth, Texas, has been awarded a maximum $10,000,000 modification (P00008) exercising the two-year option period of a three-year base contract (SPRWA1-16-D-0002) with one two-year option period for consumable and depot-level repairables for C5 panels.  This is a firm-fixed-price contract.  Location of performance is Texas, with a March 22, 2021, performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2019 through 2021 defense working capital funds.  The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia.

Truman Arnold Companies, doing business as TAC Air, Fort Smith, Arkansas, has been awarded a minimum $7,376,860 fixed-price with economic-price-adjustment contract for fuel.  This was a competitive acquisition with 148 responses received.  This is a 47-month contract with a six-month option period.  Location of performance is Arkansas, with a March 31, 2023, performance completion date.  Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2019 through 2023 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0026).

The Boeing Co., Seattle, Washington, has been awarded a maximum $7,123,294 firm-fixed-price delivery order (SPRPA1-19-F-MQ03) against a five-year basic ordering agreement (SPE4A1-19-G-0013) with no option periods for turret drive units for the P-8 aircraft.  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 five-year, two-month contract with no option periods.  Location of performance is Washington, with a May 30, 2024, performance completion date.  Using customers are Navy and Foreign Military Sales to the United Kingdom.  Type of appropriation is fiscal 2019 through 2024 Navy working capital funds and foreign military sales funding.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

AIR FORCE

Range Generation Next, LLC (RGNext), Sterling, Virginia, has been awarded an $81,597,046 fixed-price-incentive-firm modification (P00231) to previously awarded contract FA8806-15-C-0001 for Launch and Test Range System Integrated Support Contract operations, maintenance, and sustainment.  This modification provides for support of an increase in operational requirements.  Work will be performed primarily at the Western Range at Vandenberg Air Force Base, California; and the Eastern Range at Patrick Air Force Base, Florida.  Work is expected to be complete by Sept. 30, 2022.  No funds are being obligated at the time of award.  Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity (FA8806-15-C-0001).

L-3 Communications, Greenville, Texas, has been awarded a $48,417,986 cost-plus-fixed-fee modification (P00005) to previously to previously awarded delivery order FA8620-18-F-4801, against basic ordering agreement FA8620-16-G-3027, for an additional engineering effort.  This modification provides for non-recurring engineering for the design effort of the ground system.  Work will be performed in Greenville, Texas, and is expected to be complete by Dec. 24, 2021.  This award is the result of a sole-source acquisition, and contract involves 100 percent foreign military sales.  Foreign military sales funds in the full amount are being obligated at the time of award.  This modification brings the total cumulative face value of the contract to $258,236,191.  The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

General Dynamics, Ordnance and Tactical Systems, Niceville, Florida, has been awarded a $27,600,096 firm-fixed-price modification (P00012) to previously awarded contract FA8681-16-C-0002 for the BLU-134/B Improved Lethality Warhead.  This modification provides for the exercise of an option for a quantity of BLU-134/B warheads produced under the basic development contract.  Work will be performed in Niceville, Florida, and is expected to be complete by Sept. 30, 2020.  Fiscal year 2019 procurement funds in the full amount are being obligated at the time of award.  Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Atmospheric and Environmental Research (AER), Lexington, Massachusetts, has been awarded a $21,559,320 cost-plus-fixed-fee contract for research and development.  This contract will provide for comprehensive, next-generation space environment model development, verification and validation, space environment related product development support, and design/prototyping of advanced space weather sensors.  Work will be performed in Lexington, Massachusetts; and Kirtland Air Force Base, New Mexico, and is expected to be complete by July 1, 2024.  The award is the result of a competitive acquisition and four offers were received.  Research and development funds in the amount of $2,107,785 are being obligated at the time of award.  Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-19-C-0400).

The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission-Capability Phase I.  This contract provides for the development, demonstration, and transition of advanced turbine propulsion, power and thermal technologies that provide improvement in affordable mission capability.  Work will be performed in St. Louis, Missouri, and is expected to be complete by March 2027.  This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 and 2019 research and development funds in the amounts of $5,000 and $315,000, respectively, are being obligated on the first task order at the time of award.  Air Force Research Laboratory, Wright-Patterson Air Force Base, Dayton Ohio, is the contracting activity (FA8650-19-D-2055).

Boston College, Institute for Scientific Research, Boston, Massachusetts, has been awarded a $10,632,835 cost reimbursable contract for research and development.  This contract provides for extending and exploiting existing tools, assets and information to maximize near-term benefits to the government, while simultaneously generating new ideas, innovations and basic research for next-generation technologies promising new, in some cases revolutionary, capabilities for the warfighter.  Work will be performed at Boston College, Massachusetts; and Kirtland Air Force Base, New Mexico; and a few other locations in the U.S., and is expected to be complete by April 1, 2024.  The award is the result of a competitive acquisition and four offers were received.  Fiscal 2019 research and development funds in the amount of $681,932 are being obligated at the time of award.  Air Force Research Laboratory, Kirtland AFB, New Mexico, is the contracting activity (FA9453-19-C-0401).

Lockheed Martin Corp. Rotary and Mission Systems, King of Prussia, Pennsylvania, been awarded a $9,127,496 cost-plus-fixed-fee contract for Joint Air-to-Surface Standoff Missile (JASSM) Enterprise Management System 8.0.  This contract provides for enhancements to the software package known as the JASSM Enterprise Management System.  Work will be performed in King of Prussia, Pennsylvania, and is expected to be complete by March 21, 2020.  This award is the result of a sole-source acquisition.  Fiscal 2019 operations and maintenance funds in the amount of $7,950,826 are being obligated at the time of award.  Air Force Life Cycle Management Center, Eglin, Air Force Base, Florida, is the contracting activity (FA8682-19-C-0012).

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $8,925,748 undefinitized contract action for the France MQ-9 Block 1 Weapons integration effort.  This contract provides for the production and integration of weapons kits onto the French Air Force MQ-9 Block 1 aircraft.  Work will be performed in Poway, California, and is expected to be complete by Sept. 30, 2020.  This contract involves 100 percent foreign military sales to France.  Foreign military sales funds in the amount of $4,373,617 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-2388).

Summit Technical Solutions LLC, Colorado Springs, Colorado, has been awarded a $7,399,030 modification (P00024) to previously awarded contract FA2517-17-C-8000 for the Perimeter Acquisition Radar Attack Characterization System (PARCS).  This modification provides for the exercise of Option Year Two and the management, operation, maintenance and logistical support of PARCS.  Work will be performed at Cavalier Air Force Station, North Dakota, and is expected to be complete by April 30, 2020.  Fiscal 2019 operational and maintenance funds in the amount of $6,825,574; and fiscal 2018 other procurement funds in the amount of $882,912 are being obligated at the time of award.  This modification brings the total cumulative face value of the contract to $46,920,785.  The 21st Contracting Squadron, Peterson Air Force Base, Colorado, is the contracting activity.

ARMY

U.S. Facilities Inc., Philadelphia, Pennsylvania, was awarded a $20,047,415 firm-fixed-price contract for Atlantic Intracoastal Waterway facilities operations and maintenance.  Bids were solicited via the internet with one received.  Work will be performed in Chesapeake, Virginia, with an estimated completion date of April 1, 2024.  Fiscal 2019 operations and maintenance Army funds in the amount of $3,792,940 were obligated at the time of the award.  U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0008).

The Urban Collaborative LLC,* Eugene, Oregon (W912BV-19-D-0004); HB&A – The Schreifer Group JV,* Colorado Springs, Colorado (W912BV-19-D-0005); and Onyx of Alexandria Inc.,* Alexandria, Virginia (W912BV-19-D-0006), will compete for each order of the $20,000,000 firm-fixed-price contract for investigative studies, design services and other support services.  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 March 21, 2024.  U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

Valley Foods Inc.,* Youngstown, Ohio, was awarded a $10,000,000 firm-fixed-price contract for subsistence items and meals for the Virginia National Guard. Bids were solicited via the internet with one received.  Work locations and funding will be determined with each order, with an estimated completion date of Feb. 29, 2024.  U.S. Property and Fiscal Office Virginia is the contracting activity (W912LQ-19-D-0001).

Goodfellow Bros. Inc., Wenatchee, Washington, was awarded a $6,917,330 modification (P00001) to contract W912CN-18-D-0008 for rock crushing services at Pohakuloa Training Area, Hawaii.  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 April 23, 2023.  413th Combat Support Brigade, Hawaii, 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.