Back to news

December 11, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - December 10, 2019

DEFENSE INFORMATION SYSTEMS AGENCY

Leidos Inc., Reston, Virginia, was awarded a competitive single award, indefinite-delivery/indefinite-quantity contract with a ceiling of $6,520,000,000 that includes a mix of fixed price and cost contract type pricing arrangements for Global Solutions Management – Operations (GSM-O) II, which provides support services for the operation, defense, and sustainment of the Department of Defense Information Network/Defense Information System Network. The place of performance is predominantly within the continental U.S. (CONUS); however, support services are also required at multiple locations outside CONUS. Proposals were solicited via the Federal Business Opportunities website (www.fbo.gov), now known as beta.SAM.gov website. The solicitation (HC1028-18-R-0024) was issued as a full and open competitive action. Three proposals were received. The period of performance includes a base period of five years (Jan. 1, 2020 – Dec. 31, 2025), with two two-year option periods, and one one-year option period, for a total period of 10 years (Jan. 1, 2020 – Dec. 31, 2030). The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-20-D-0001).

AIR FORCE

Computers Sites Inc., Denver, Colorado (P00008, FA8217-16-D-0002); Eaton, Raleigh, North Carolina (P0006, FA8217-16-D-0003); and AllCom Global, Lake St. Louis, Missouri (P00008, FA8217-16-D-0004), have been awarded an estimated maximum increase modification of $197,000,000 for power converting and continuation interfacing equipment. This modification provides for the installation of uninterruptable power supply systems across every major command. Work will be performed at Air Force bases throughout all major commands and is expected to be completed by Dec. 10, 2021. The estimated maximum value for each contract is being increased from $99,990,500 to $197,984,500, for fiscal years 2016-2021. Other procurement funds are being used and no funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

The Boeing Co., El Segundo, California, has been awarded a $21,260,075 modification (P00036) to previously awarded contract FA8819-15-C-0007 to exercise Option 5 for Space Based Space Surveillance Block 10 sustainment. This modification provides for the exercise of an option for the sustainment and required development necessary for Air Force operations and maintenance of the Space Based Space Surveillance System and Red Local Area Network. This effort includes systems engineering, operations, operations support, and contractor logistics support. Work will be performed at El Segundo, California; and Colorado Springs, Colorado, and is expected to be completed by June 20, 2022. The total cumulative face value of the contract is $129,825,811. Fiscal 2020 operations and maintenance funds in the amount of $2,000,000 are being obligated at the time of award. The Space and Missile Systems Center, Special Programs Directorate, Los Angeles Air Force Base, California, is the contracting activity.

Raytheon Co., Aurora, Colorado, has been awarded a $13,543,046, bilaterally negotiated contract modification (P00310) to previously awarded contract FA8807-10-C-0001 to modify the technical baseline to fulfill the requirements of four requests for changes (RFC). The contract modification is for implementation of four RFCs (312, 343, 345, and 393) to the technical baseline. Work will be performed at Aurora, Colorado, and is expected to be completed by June 30, 2021. The total cumulative face value of the contract is $3,308,389,602. No additional funds are being obligated at the time of award as the contract is incrementally funded. The U.S. Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

ARMY

Accenture Federal Services, Arlington, Virginia, was awarded a $75,820,763 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for unified enterprise resource planning capability support services. Bids were solicited via the internet with four received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Dec. 9, 2025. Fiscal 2020 Army working capital funds in the amount of $4,858,861 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-C-0005).

Rigid Constructors LLC,* Opelousas, Louisiana, was awarded a $9,986,105 firm-fixed-price contract for excavation, placement of material for the construction of earthen retention dikes, installation of settlement plates, surveying, clearing, grubbing, steel culvert installation, painting and metalwork fabrication. Bids were solicited via the internet with eight received. Work will be performed in Calcasieu, Louisiana, with an estimated completion date of Dec. 5, 2020. Fiscal 2020 civil construction funds in the amount of $9,986,105 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0006).

DEFENSE LOGISTICS AGENCY

Raytheon Co., El Segundo, California, has been awarded a maximum $45,085,238 firm-fixed-priced delivery order (SPRPA1-20-F-C301) against a five-year basic ordering agreement (SPRPA1-17-G-C301) for APG-79 Radar System spare parts. 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. Location of performance is California, with a Dec. 30, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a maximum $19,483,754 cost-plus-fixed-fee, bridge contract for automated tank gauging, independent alarm system and overfill protection equipment maintenance. 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 19-month base contract with one three-month option period. Locations of performance are the 48 contiguous states, with a July 12, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, National Guard and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-20-C-0004).

National Industries for the Blind, Alexandria, Virginia, has been awarded a maximum $12,063,451 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for multiple sizes of innerspring mattresses. This is a mandatory procurement contract. This is a one-year base contract with two one-year option periods. Locations of performance are North Carolina and Virginia, with a Nov. 4, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B074).

Atlantic Diving Supply Inc., doing business as ADS Inc., Virginia Beach, Virginia, has been awarded a maximum $7,426,101 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical/surgical supplies. This was a competitive acquisition with 16 responses received. This is a five-year contract with no option periods. Location of performance is Virginia, with a Dec. 9, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0009).

NAVY

Moonlite Construction,* Corona, California, is awarded a maximum $20,000,000 indefinite-delivery/indefinite-quantity contract for painting and wall coverings construction alterations, renovations and repair projects at Naval Bases Coronado, Point Loma and San Diego and Marine Corps Air Station, Miramar, California. Work will be performed in San Diego, California. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0001).

Windamir Development Inc., McDonough, Georgia, is awarded a $10,082,338 firm-fixed-price task order which provides for exercise of the first and second options for pier refurbishment of Pier XRay North and XRay South at Joint Base Charleston. After award of these options, the total cumulative contract value will be $17,048,056. Work will be performed in Charleston, South Carolina, and the option period is from December 2019 to July 2021. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $10,082,338 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-F-0875).

The Boeing Co., St. Louis, Missouri, is awarded a $9,475,825 firm-fixed-price delivery order (N00019-20-F-0283) against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides Harpoon/SLAM-ER missile system and Harpoon launch systems follow-on integrated logistics and engineering services support for the Navy and various Foreign Military Sales (FMS) customers. Work will be performed in St. Charles, Missouri (91.89%); St. Louis, Missouri (5.47%); and Yorktown, Virginia (2.64%), and is expected to be completed in February 2022. Fiscal 2020 operations and maintenance (Navy); and FMS funds in the amount of $9,475,825 will be obligated at time of award, $2,464,306 of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($2,464,306; 26%); and FMS customers ($7,011,519; 74%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2037058/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - June 05, 2020

    June 8, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 05, 2020

    NAVY General Electric Co. GE Aviation, Lynn, Massachusetts, is awarded a $180,599,648 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures commercial depot level services for the repair and overhaul of T700-GE-401/401C turbo shaft engines, cold section modules and power turbine modules for the Navy H-60 Seahawk helicopter as well as the Marine Corps H-1 Cobra and Bell UH-1 Huey aircraft. Work will be performed in Wingsfield, Kansas, and is expected to be complete by June 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304 (c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0115). Vigor Marine LLC, Portland, Oregon, is awarded a $56,450,644 firm-fixed-price contract for a 210-calendar day split shipyard availability for the regular overhaul and dry docking of the hospital ship U.S. Naval Ship Mercy (T-AH 19). Work will be performed in Portland, Oregon, and is expected to be complete by August 2021. This contract includes one base period and 17 options and, if exercised, will bring the cumulative value to $61,201,329. Fiscal 2020 and 2021 working capital funds (Navy) are obligated in the amount of $56,450,644 and will not expire at the end of the fiscal year. This contract was competitively procured. Proposals were solicited via the Government Point of Entry website, and one offer was received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205). Systems Engineering Associates Corp. (SEA CORP),* Middletown, Rhode Island, is awarded a $26,643,618 cost-plus-fixed-fee and cost-only contract for services to develop, upgrade and apply the Extensible Markup Language Test Data Analysis Tool (XTDAS). Work will be performed in Middletown, Rhode Island (55%); Newport, Rhode Island (25%); Port Canaveral, Florida (5%); Andros Island, Bahamas (5%); other contractor labs and facilities (5%); and on-board platforms and ranges (5%), and is expected to be complete by June 2025. This contract was not competitively procured in accordance with 10 U.S. Code 2304(b)(2) because the Systems Engineering Associates Corp. developed the XTDAS under the Small Business Innovative Research (SBIR) program and its continued performance constitutes an SBIR Phase III contract. Per the Small Business Administration SBIR policy directive, to the greatest extent practicable, agencies shall issue Phase III awards relating to technology, including sole-source awards, to the SBIR awardee (in this instance SEA CORP) that developed the technology. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $314,977 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-20-D-L000). Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $12,355,663 firm-fixed-price modification to previously awarded contract M67400-18-F-0065 to exercise Option Year Two for analytics support for III Marine Expeditionary Force and Marine Corps Installations Pacific (MCIPAC). Work will be performed in Okinawa, Japan, and is expected to be complete by July 2021. Fiscal 2020 operations and maintenance (Marine Corps) funding in the amount of $12,355,663 will be obligated at the time of award and will expire at the end of the current fiscal year. The MCIPAC Regional Contracting Office, Marine Corps Base Camp Butler, Okinawa, Japan, is the contracting activity. Northrop Grumman Systems Corp., Apopka, Florida, is awarded a $7,289,968 modification to firm-fixed-price, supply job order N00164-17-F-J272 under basic ordering agreement N00164-17-G-JQ08 for the procurement of 56 single-color diode-pumped laser designators. Work will be performed in Apopka, Florida. This procurement of 56 laser designators will support the Common Sensor Payload Program's Multi-spectral Targeting System (MTS) Family of Electro-optic Infrared (EO/IR) Sensors. Work is expected be complete by June 2022. Fiscal 2020 operations and maintenance (Army) funding in the amount of $7,289,968 will be obligated at the time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this job order was not competitively procured; only one responsible source and no other supplies or services will satisfy agency requirements. The laser designators are in support of the MTS EO/IR sensor, which has been deployed on Army Gray Eagle aircraft to facilitate and enable the delivery of laser-guided munitions. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity. DEFENSE LOGISTICS AGENCY Janz Corp.,* Reynoldsburg, Ohio, has been awarded a maximum $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for surgical lasers, tables and their related accessories. This was a competitive acquisition with 105 responses received. This is a five-year contract with no option periods. Location of performance is Ohio, with a June 4, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0010). Outdoor Venture Corp.,* Stearns, Kentucky, has been awarded a maximum $9,696,612 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for military standard Temper tents. This was a competitive acquisition with two responses received. This is a one-year base contract with four, one-year option periods. Location of performance is Kentucky, with a June 2, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1249). Blind Industries and Services of Maryland,** Baltimore, Maryland, has been awarded a maximum $8,750,000 firm-fixed-price, indefinite-quantity contract for face covers. This is a one-year contract with no option periods. This was a sole-source acquisition using authority granted by the expanded AbilityOne procurement list, make-to-order notice dated April 9, 2020. Location of performance is Maryland, with a June 4, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B089). AIR FORCE Trident Systems Inc.,* Fairfax, Virginia, has been awarded a $35,000,000 maximum ordering amount, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and firm-fixed-price orders for Secure Collaborative Technology (SCTECH) software and hardware. This contract provides for the research, adaptation, enhancement and transition of critical Small Business Innovative Research (SBIR) technologies to provide new capabilities which are secure and provide access between multiple levels of security domains and bridge between different chat protocols. This effort will result in the delivery of several software releases to the SCTECH user community, to include computer software, technical documentation, hardware, installation and maintenance of the current systems located at existing customer sites. Work will be performed in Fairfax, Virginia; and Morrisville, North Carolina, and is expected to be completed June 5, 2025. This award is the result of a sole-source acquisition under the SBIR program. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-D-0600). Work Services Corp., Wichita Falls, Texas, has been awarded a $20,537,296 firm-fixed-price modification (P00010) to contract FA3020-18-C-0013 for food services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed June 30, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,104,410 are being obligated at the time of award. The total cumulative face value of the contract is $57,366,955. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity (FA3020-18-C-0013). General Electric Co., Cincinnati, Ohio, has been awarded a $20,000,000 cost-plus-fixed-fee modification (P00053) to contract FA8626-16-2138 for COVID-19 industrial base support. The contract modification is for the execution of an out-of-scope modification with a new statement of work and justification and approval to issue an undefinitized contract action, which is being used to preserve an at risk industrial base impacted by the COVID-19 pandemic. Work will be performed in Cincinnati, Ohio, and is expected to be completed Jan. 31, 2021. Fiscal 2020 Defense Production Act Title III funds in the amount of $15,868,844 are being obligated at the time of award. Total cumulative face value of the contract is $1,449,920,786. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Northrop Grumman Systems Corp., Clearfield, Utah, has awarded a ceiling $11,345,659 firm-fixed-price modification (P00022) to contract SPE4AX-19-D-9404 for left-hand and right-hand wing tips for the T-38 weapon system. Work will be performed in Stockton, California, and is expected to be completed July 2027. Fiscal 2020 working capital funds in the amount of $2,624,384 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity. ARMY Novavax Inc.,* Gaithersburg, Maryland, was awarded a $21,952,384 cost-no-fee contract for the development and production of the Novavax nanoparticle vaccine against COVID-19. Bids were solicited via the internet with one received. Work will be performed in Gaithersburg, Maryland, with an estimated completion date of June 3, 2021. Fiscal 2020 Defense Health Agency Coronavirus Aid, Relief and Economic Security Act funds in the amount of $21,952,384 were obligated at the time of award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0077). (Awarded June 4, 2020) Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $21,703,157 modification (P00063) to contract W58RGZ-17-C-0014 for logistics support services for government-owned fixed wing fleet performing special electronic mission aircraft missions. Work will be performed in Herndon, Virginia, with an estimated completion date of Aug. 31, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $21,703,157 were obligated at the time of award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Science Applications International Corp., Reston, Virginia, was awarded a $10,693,344 modification (000182) to contract W31P4Q-18-A-0011 for converged infrastructure engineering support; technical modeling support, containerized weapon system mission data analysis and engineering support; implementation support; and precision fires manager engineering and analysis. Work will be performed at Shaw Air Force Base, South Carolina, with an estimated completion date of June 4, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $10,693,344 were obligated at the time of award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Ocean Construction Services Inc.,* Virginia Beach, Virginia, was awarded a $9,492,405 firm-fixed-price contract for road repairs at Arlington National Cemetery. Bids were solicited via the internet with 11 received. Work will be performed in Arlington, Virginia, with an estimated completion date of Oct. 5, 2021. Fiscal 2020 cemeterial expenses (Army) funds in the amount of $9,492,405 were obligated at the time of award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-0019). *Small Business **Mandatory Source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2210304/source/GovDelivery/

  • Austal USA opens steel line ‘at a critical time,’ says Navy official

    April 14, 2022 | International, Naval

    Austal USA opens steel line ‘at a critical time,’ says Navy official

    Flexibility of cutting-edge facility leaves company poised for growth, leaders say

  • Former Space Force chief joins Impulse Space board of directors

    February 21, 2024 | International, Land

    Former Space Force chief joins Impulse Space board of directors

    Raymond was the first chief of space operations, overseeing the creation of the Space Force and leading the service from 2019 to 2022.

All news