Back to news

April 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - April 25, 2019

AIR FORCE

The Massachusetts Institute of Technology Lincoln Laboratory, Lexington, Massachusetts, has been awarded a $2,038,147,146 modification (P00020) to previously awarded contract FA8702-15-D-0001 for the operation of the Lincoln Laboratory Federally Funded Research and Development Center. This modification provides for advanced technology research and development activities that focus on long-term technology development as well as rapid system prototyping and demonstration. Work will be performed in Lexington, Massachusetts, and is expected to be complete by March 31, 2020. This modification brings the total cumulative face value of the contract to $9,600,000,000, and no funds are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

General Dynamics Missions Systems, Scottsdale, Arizona, has been awarded a $20,241,853 requirements contract for Identification Friend or Foe KIV-78 Mode 4/5 Cryptographic Applique production. The contract provides for KIV-78 units, Delorean Circuit Card Assemblies, data and technical support for United States and foreign military sales requirements. Work will be performed in Scottsdale, Arizona, and is expected to be complete by April 24, 2023. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Joint-Base San Antonio, Texas, is the contracting activity (FA8307-19-D-0004).

ARMY

Lockheed Martin, Orlando, Florida, was awarded a $723,550,174 modification (P00011) to domestic and Foreign Military Sales (Lebanon, Netherlands and France) contract W31P4Q-18-C-0130 to procure a variety of HELLFIRE II missile variants. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2022. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $723,550,174 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Korte Construction Co., St. Louis, Missouri, was awarded a $31,295,038 firm-fixed-price contract to design and build an Integrated Training Center Academics Building at Eglin Air Force Base, Florida. Bids were solicited via the internet with six received. Work will be performed in Okaloosa, Florida, with an estimated completion date of April 30, 2021. Fiscal 2016 and 2019 military construction funds in the amount of $31,295,038 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0013).

Gentex Corp., Simpson, Pennsylvania, was awarded a $27,860,817 firm-fixed-price contract for the Head Gear Unit 56/P Rotary Wing Helmet. 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 April 25, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0070).

Yorktown Systems Group Inc.,* Huntsville, Alabama, was awarded a $23,650,768 modification (P00025) to contract W911S0-17-C-0007 for Asymmetric Warfare Group operations support services. Work will be performed in Fort Meade, Maryland, with an estimated completion date of May 14, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $18,800,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity.

NAVY

British Aerospace Engineering Systems Technology Solutions and Services, Inc., Rockville, Maryland (N00421-19-D-0045); Booz Allen Hamilton, Inc., McLean, Virginia (N00421-19-D-0048); Coherent Technical Services, Inc., Lexington Park, Maryland (N00421-19-D-0049); Engility Corp., Andover, Maine (N00421-19-D-0050); Gryphon Technologies, LC., Washington, District of Columbia (N00421-19-D-0051); J.F. Taylor, Inc., Lexington Park, Maryland (N00421-19-D-0052) and Valkyrie Enterprises, Inc., Virginia Beach, Virginia (N00421-19-D-0053) are each awarded cost-plus-fixed-fee, multi-award indefinite-delivery, indefinite-quantity contracts to provide engineering support services for Air Traffic Control and Landing Systems as well as developmental programs such as the Joint Precision Approach and Landing Systems (JPALS) and unmanned programs for the U.S. Navy, U.S. Marine Corps, U.S. Air Force and other Department of Defense activities. The estimated aggregate ceiling for all contracts is $98,625,565 with the companies having an opportunity to compete for individual orders. Work will be performed in St. Inigoes, Maryland, and various awardee and customer sites to be determined on individual orders and is expected to be completed in April 2024. Funds will be obligated on individual orders as they are issued. These contracts were competitively procured via an electronic request for proposals, seven offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded $90,773,387 for fixed-price-incentive-fee modification P00014 to a previously awarded contract (N0001918C1048). This modification will stand up organic depot repair capabilities for the F-35 integrated core processor. Work will be performed in McKinney, Texas (39.1 percent); Owego, New York (32.7 percent); Fort Worth, Texas (14.5 percent); Camden, New Jersey (5.9 percent); Clearwater, Florida (5 percent) and Melbourne, Florida (2.8 percent), and is expected to be completed in October 2022. Fiscal 2019 aircraft procurement (Air Force, Marine Corps and Navy) funds in the amount of $90,773,387 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 U.S. Air Force ($45,386,693; 50 percent), U.S. Marine Corps ($22,693,347; 25 percent) and the U.S. Navy ($22,693,347; 25 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded an $89,011,500 indefinite-delivery/indefinite-quantity task order contract for the technical and engineering services to integrate various external stores and alternative mission equipment onto the F/A-18E/F and EA-18G aircraft. Work will be performed in St. Louis, Missouri (40 percent), Patuxent River, Maryland (40 percent); Tullahoma, Tennessee (8 percent); Mountain View, California (8 percent); Philadelphia, Pennsylvania (2 percent); and Buffalo, New York (2 percent), and is expected to be completed in December 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $482,841 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919D0021).

Amethyst Builders, LLC*, Ewa Beach, Hawaii (N62478-19-D-4029); Concept 2 Completion, LLC*, Kailua, Hawaii (N62478-19-D-4030); D&D Construction, Inc.*, Waipahu, Hawaii (N62478-19-D-4031); and MEI Corp.*, Hauula, Hawaii (N62478-19-D-4032), are each awarded indefinite-delivery/indefinite-quantity multiple award design-bid-build construction contracts for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR). The maximum dollar value including the base period and four option years for all four contracts combined is $48,000,000. The work to be performed provides for, but is not limited to, new construction, addition, alteration, maintenance, and repair work by design-bid-build for the Navy, Marine Corps, Air Force and various Federal Agencies located in the State of Hawaii. These four contractors may compete for task orders under the terms and conditions of the awarded contract. No task orders are being issued at this time. All work on the contract will be performed within the NAVFAC Hawaii AOR. The term of the contract is not to exceed 60 months, with an expected completion date of April 2024. Fiscal 2019 Navy working capital funds in the amount of $20,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 20 proposals received. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Harris Corp., Roanoke, Virginia, has been awarded a maximum $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of Image Intensifying tubes in support of the AN/AVS-6 and AN/AVS-9 Aviator's Night Vision Imaging System (ANVIS). 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 base contract with one five-year option period. Location of performance is Virginia, with an April 24, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-19-D-0029).

Seiler Instrument & Manufacturing Co., Inc.,* St. Louis, Missouri, has been awarded a maximum $11,902,218 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for telescope and quadrant mounts. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Missouri, with a March 25, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0083).


*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1824510/source/GovDelivery/

On the same subject

  • Russian jets intercept B-52s during Baltic training flight

    November 27, 2024 | International, Aerospace

    Russian jets intercept B-52s during Baltic training flight

    A defense official said the interception was safe and professional. However, it comes at a time of increasing tension between the U.S. and Russia.

  • Contract Awards by US Department of Defense - December 16, 2020

    December 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 16, 2020

    ARMY Central Lake Armor Express,* Central Lake, Michigan (W91CRB-21-D-0004); Bethel Industries Inc.,* Jersey City, New Jersey (W91CRB-21-D-0005); Carter Enterprises LLC,* Brooklyn, New York (W91CRB-21-D-0006); Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-21-D-0007); and Slate Solutions Inc.,* Sunrise, Florida (W91CRB-21-D-0080), will compete for each order of the $837,591,519 firm-fixed-price contract for the Soldier Protection System. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 14, 2029. The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Towill Inc., Concord, California, was awarded a $22,666,666 firm-fixed-price contract for photogrammetric and Light Detection and Ranging (LiDAR) surveying and mapping. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 15, 2025. The U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-21-D-0022). Oxford Federal LLC, Lone Tree, Colorado, was awarded an $11,554,000 firm-fixed-price contract for design-build construction at sites in Israel. Bids were solicited via the internet with three received. Work will be performed in Tel Aviv, Israel, with an estimated completion date of June 8, 2022. Fiscal 2021 Foreign Military Sales (Israel) funds in the amount of $11,554,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, Europe District, is the contracting activity (W912GB-21-F-0023). DEFENSE LOGISTICS AGENCY Belmont Instrument LLC, Billerica, Massachusetts, has been awarded a maximum $133,570,787 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE2DH-16-R-0002 for a hospital and portable rapid blood infuser product line, military kits, associated consumables and accessories. This was a competitive acquisition with 132 responses received. This is a five-year contract with no option periods. Location of performance is Massachusetts, with a Dec. 15, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-21-D-0004). The Boeing Co., St. Louis, Missouri, has been awarded an estimated $108,537,739 modification (P00122) to five-year base contract SPRPA1-14-D-002U with one five-year option period adding consumable items supporting various aircraft. Location of performance is Missouri, with a Sept. 16, 2024, performance completion date. Using customers are Army, Navy, Air Force and military forces in Australia, Finland, France, Israel, Greece, Kuwait and Switzerland. Types of appropriation are fiscal 2021 defense working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. The Boeing Co., St. Louis, Missouri, has been awarded a maximum $41,709,797 cost-plus-fixed-fee delivery order (SPRPA1-21-D-9002) against five-year basic ordering agreement SPRPA1-14-D-002U for consumable and depot-level repairable parts for the KC-46 military unique 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 three-year base contract with two one-year option periods. Location of performance is Missouri, with a Dec. 15, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2021 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. OFD Foods LLC,* Albany, Oregon, has been awarded a maximum $34,162,535 fixed-priced with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for boil-in-bag dehydrated egg mix. This was a competitive acquisition with three responses received. This is a four-year contract with no option periods. Location of performance is Oregon, with a Dec. 11, 2024, ordering period end date. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2021 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-21-D-Z230). The Boeing Co., St. Louis, Missouri, has been awarded a $10,849,059 modification (P00122) against five-year basic ordering agreement SPRPA1-14-D-002U for additional F/A-18 A-D and E-G aircraft integrated product support. This is a firm-fixed-price contract. Locations of performance are Missouri, California, Virginia, Washington, Nevada and South Carolina, with a Dec. 31, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2021 Navy operation, maintenance and procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. NAVY Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $43,498,975 cost-plus-award-fee modification to previously awarded contract N00024-20-C-4203 to exercise Option Period One for the accomplishment of follow on CG 47 class integrated planning yard services. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by December 2024. Fiscal 2021 operation and maintenance (Navy); and other procurement (Navy) funds in the amount of $1,176,352 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea System Command, Washington, D.C., is the contracting activity. Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a $30,618,831 indefinite-delivery/indefinite-quantity modification for the exercise of Option Two to extend services for a base operations support services contract at Naval Station (NAVSTA), Mayport, Florida; Marine Corps Support Facility (MCSF) Blount Island, Florida; and outlying areas. The work to be performed provides for base operations support services to include port operations, facility investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, utilities management, electrical, wastewater, steam, water, base support vehicles and equipment and environmental. After award of this option, the total cumulative contract value will be $89,063,257. Work will be performed in Jacksonville, Florida, at NAVSTA Mayport (62%); MCSF Blount Island (37%); and outlying areas (1%). This option period is from January 2020 to December 2020. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (O&M) (Navy); fiscal 2021 O&M (Marine Corps); fiscal 2021 Navy working capital funds; and fiscal 2021 family housing O&M (Navy) contract funds in the amount of $24,963,973 for recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1800). Ark Construction Management LLC,* Mechanicsburg, Pennsylvania, is awarded a $25,000,000 indefinite-delivery/indefinite-quantity contract for roof maintenance in the Naval Facilities Engineering Systems Command (NAVFAC), Public Works Department, Pennsylvania, area of responsibility. This work to be performed under this contract will include provide roofing repair and replacement at locations in and around the Philadelphia and Mechanicsburg, Pennsylvania, areas. A task order in the amount of $5,000 is being issued to fulfill the minimum guarantee. Work will be performed in Philadelphia and Mechanicsburg, Pennsylvania. The term of the contract is not to exceed 60 months with an expected completion date of December 2025. Fiscal 2021 Navy working capital contract funds in the amount of $5,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by Navy working capital funds and operation and maintenance (Navy). This contract was competitively procured via the beta.SAM.gov website with five proposals received. NAVFAC Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-D-0014). DynCorp International LLC, McLean, Virginia, is awarded an $18,120,424 modification under contract N62742-17-C-3570 in the amount of $18,120,424 which provides for the exercise of the fourth option period under a cost-plus-incentive-fee contract for various support services to Department of Defense (DOD) components. The work to be performed provides for various support services to DOD components (e.g., Naval Mobile Construction Battalions, Naval Expeditionary Combat Command Pacific, Explosive Ordnance Detachment Group One, Coastal Riverine Group One, etc.) conducting humanitarian assistance, civic assistance, minor military construction projects, contingency efforts, supporting various exercises and other projects located at various sites, usually in remote areas in the Philippines, Cambodia, Timor-Leste and other countries in South Asia, Southeast Asia and Oceania. After award of this option, the total cumulative contract value will be $135,215,620. Work will be performed at various locations in Southeast Asia, South Asia and Oceania, and this option period is from January 2021 to December 2021. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $3,187,500 are obligated on this award and will expire at the end of the current fiscal year. Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $9,297,472 cost-plus-incentive-fee modification to previously-awarded contract N00024-17-C-6259 to exercise an option for Foreign Military Sales (FMS) engineering services, materials and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by August 2024. FMS funds in the amount of $2,968,429 will be obligated at time of award and will not expire at the end of the current fiscal year. Country name(s) are withheld due to international agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Hyatt Equities LLC, doing business as Hyatt Regency Jacksonville Riverfront, Jacksonville, Florida, is being awarded an $8,324,815 firm-fixed-price, three-month contract for lodging, meal and laundry services. This contract includes one three-month option period which, if exercised, could bring the cumulative value of this contract to $16,729,503. Work will be performed in Jacksonville, Florida. Work is expected to be completed April 12, 2021. If all options are exercised, work will continue through July 11, 2021. Fiscal 2021 military personnel (Marine Corps) funds in the amount of $8,324,815 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website, with 16 proposals received. The Regional Contracting Office, Parris Island, South Carolina, is the contracting activity (M00263-21-C-0001). AIR FORCE CORRECTION: The $79,569,583 contract announced on Dec. 14, 2020, to The Boeing Co., St. Louis, Missouri (FA8634-21-C-2702) for F-15 Eagle Passive Active Warning and Survivability System low rate initial production was actually awarded today, Dec. 16, 2020. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2449367/source/GovDelivery/

  • Cyber Physical Future: Trends, Challenges and Opportunities for 2025

    December 18, 2024 | International, C4ISR, Security

    Cyber Physical Future: Trends, Challenges and Opportunities for 2025

All news