DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $91,290,023 modification (P00002) to previously awarded contract FA8634-18-C-2698 for F-15 Advanced Display Core Processor II (ADCPII ) Low-Rate Initial Production 3. This modification provides for the exercise of an option for the production and integration of the ADCPII boxes into the F-15 platform. Work will be performed in St. Louis, Missouri, and is expected to be complete by Dec. 28, 2021. This award is the result of a sole-source acquisition. Fiscal 2018 and 2019 procurement funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Fighter/Bomber Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded April 1, 2019)

Raytheon Co., Indianapolis, Indiana, has been awarded a $70,475,000 ceiling, indefinite-delivery/indefinite-quantity contract for F-16 engineering services. This contract provides for engineering services, organic depot stand-up support, interim contract support, and production support of the F-16 Center Display Unit. Work will be performed in Indianapolis, Indiana, and is expected to be complete by Feb. 28, 2025. This award is the result of a sole-source acquisition. Fiscal 2017, 2018 and 2019 procurement; and National Guard and Reserve equipment appropriation funds in the amount of $23,559,697 are being obligated on the first task order at the time of award. Air Force Life Cycle Management Center, F-16 Contracting Branch, Hill Air Force Base, Utah, is the contracting activity (FA8232-19-D-0005).

BB&E Inc., Northville, Michigan, has been awarded a $49,382,700 firm-fixed-price contract for advisory and assistance services to support the Air Force Civil Engineer Center (AFCEC) Environmental Directorate. This contract provides for advisory and assistance services for several AFCEC divisions in order to primarily support the tactical and operational activities of the Air Force’s Environmental Restoration Program. Work will be performed at Joint Base San Antonio (JBSA), Texas, and is expected to be complete by Oct. 10, 2023. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 Defense Environmental Restoration Account funds in the amount of $10,577,873 are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, JBSA, Texas, is the contracting activity (FA8903-19-F-0119).

LinQuest Corp., Los Angeles, California, has been awarded a $9,283,025 cost-plus-fixed-fee contract for support to the Joint Force Space Component Commander in the establishment of a unified combatant command for space. This contract provides for non-personal services to accomplish the necessary functions to assist the establishment of U.S. Space Command as directed by the president of the United States. Work will be performed at Peterson Air Force Base, Colorado; and Schriever Air Force Base, Colorado, and is expected to be complete by April 2020. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $4,500,000 are being obligated at the time of award. Headquarters Air Force Space Command, Enterprise Solutions Directorate, Peterson Air Force Base, Colorado, is the contracting activity (FA2545-19-C-A001).

NAVY

DRS Laurel Technologies, Chesapeake, Virginia, is awarded a $53,744,086 firm-fixed-price, indefinite-delivery/indefinite-quantity supply contract with cost reimbursable services for the repair station console (RSC) in support of guided-missile destroyer (DDG) modernization. Supplies are to be delivered to continental U.S. locations at various Navy bases, shipyards, repair facilities and contractor facilities. The Naval Surface Warfare Center, Philadelphia Division, is the Navy’s agent for the coordination and planning of all the engineering and technical support services for the DDG Modernization Program. The Navy modernization program provides a full spectrum of technical support encompassing all phases of the alteration/installation process. The RSC installation is accomplished in whole or in phases that minimize interruption in ship operating schedules while maximizing the capacity of type Commander and Naval Sea System Command agencies to upgrade and modernize hull, mechanical and electrical and electronic systems. 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 in Chesapeake, Virginia (85 percent); and various locations to be determined as orders are placed (15 percent), and is expected to be completed by April 2024. Fiscal 2018 other procurement (Navy) funding in the amount of $2,140,000 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 Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4017).

Hamilton Sundstrand Corp., Windsor Locks, Connecticut, is awarded an $11,129,837 firm-fixed-price, long-term contract for repair of the processor signal used on the F/A-18E/F aircraft. The five-year contract does not include option periods. Work will be performed in Windsor Locks, Connecticut, and work is expected to be completed by April 2024. No funds will be obligated at the time of award. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-sourced pursuant to the authority set forth in 10 U.S. Code 2304(C)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UM01).

II Corps Consultants Inc.,* Fredericksburg, Virginia, is being awarded a $7,002,360 firm-fixed-priced contract for services to provide contractor support to meet mission critical requirements for the Defeat the Device Counter Improvised Explosive Device (C-IED) Training Program. Technical support is needed to provide the Marine Corps with flexible, responsive and standardized C-IED training in order to prepare units for operations in an improvised explosive device environment. This contract contains options, which if exercised, will bring the total cumulative value of the contract to $30,104,481. Work will be performed at Marine Corps Bases Camp Lejeune, North Carolina (50 percent); Twentynine Palms, California (25 percent); and Camp Pendleton, California (25 percent). Work is expected to be complete April 2020. If all options are exercised, work will continue through April 2023. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $7,002,360 will be obligated at contract award and will expire at the end of the current fiscal year. This contract was competitively procured as a 100 percent small business set-aside via the Federal Business Opportunities website, with 14 offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-7905).

DEFENSE LOGISTICS AGENCY

Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a $14,884,350 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for parkas. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Locations of performance are Tennessee and Florida, with an April 7, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal year 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1155).

Winston-Salem Industries for the Blind Inc., doing business as IFB Solutions,** Winston Salem, North Carolina, has been awarded a maximum $10,832,960 modification (P00023) exercising the second one-year option of a one-year base contract (SPE1C1-17-D-B016) with two one-year option periods for parkas. The modification brings the maximum dollar value of the contract to $46,259,275 from $35,426,315. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are North Carolina, Kentucky and Puerto Rico, with an Oct. 11, 2020, estimated performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business
**Mandatory source

Related News

Lindy Kyzer is the director of content at ClearanceJobs.com. Have a conference, tip, or story idea to share? Email lindy.kyzer@clearancejobs.com. Interested in writing for ClearanceJobs.com? Learn more here.. @LindyKyzer