Back to news

May 14, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - May 13, 2019

NAVY

C.E.R. Inc.,* Baltimore, Maryland (N40080-19-D-0011); Repaintex Co.,* Leesburg, Virginia (N40080-19-D-0012); Veterans Construction Coalition LLC,* Norfolk, Virginia (N40080-19-D-0013); Belt Built-CFM JV,* Crofton, Maryland (N40080-19-D-0014); G-W Management Services LLC,* Rockville, Maryland (N40080-19-D-0015); EGI-HSU JV LLC,* Gaithersburg, Maryland (N40080-19-D-0016); Desbuild Inc.,* Hyattsville, Maryland (N40080-19-D-0017); Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-19-D-0018); Tidewater Inc.,* Elkridge, Maryland (N40080-19-D-0019); and Donley Construction LLC,* Aberdeen, Maryland (N40080-19-D-0020), are awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of operations (AO). The maximum dollar value including the base period and one option year for all 10 contracts combined is $240,000,000. C.E.R. Inc. is being awarded the initial task order at $4,338,999 for the renovation of Rooms A143A through 162, Building 209 at Naval Research Laboratory, Washington, District of Columbia. Work for this task order is expected to be completed by December 2020. All work on this contract will be performed primarily within the NAVFAC Washington AO to include Washington, District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent). The term of the contract is not to exceed 60 months, with an expected completion date of May 2024. Fiscal 2019 supervision, inspection, and overhead; and fiscal 2019 Navy working capital funds (NWCF) in the amount of $4,338,999 are obligated on this award, of which $10,000 will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and NWCF. This contract was competitively procured via the Navy Electronic Commerce Online website, with 50 proposals received. These 10 contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded $139,808,430 for modification P00009 to a previously awarded, fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-16-D-1002). This modification increases the ceiling of the contract to procure up to 12,000 additional Precision Laser Guidance Sets for the Laser Joint Direct Attack Munition. Work will be performed in Fort Worth, Texas (68.23 percent); Cincinnati, Ohio (10.1 percent); St. Louis, Missouri (9.38 percent); Odessa, Missouri (4.37 percent); Simpsonville, South Carolina (4.03 percent); Minneapolis, Minnesota (1.68 percent); and various locations within the continental U.S. (2.21 percent), and is expected to be completed in April 2020. No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Applied Research Laboratory, University of Hawaii, Menoa, Hawaii, is awarded a maximum value $77,209,225 five-year, sole source, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, task order contract for research, development, engineering, and test and evaluation for programs throughout the Department of Defense. Running concurrently with the maximum ceiling announcement is an initial delivery order of $777,710. Work will be performed in Manoa, Hawaii, and is expected to be complete by May 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of a $777,710 will be obligated at initial delivery order and will not expire at the end of the current fiscal year. This contract is awarded pursuant to 10 U.S. Code 2304 (c) (3), as implemented in Federal Acquisition Regulation 6.302-3; industrial mobilization; engineering, developmental, or research capability; or expert services. Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-6400).

BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $32,324,635 firm-fixed-price contract for the execution of the medium auxiliary repair floating drydock (non-self-propelled) ARCO (ARDM 5) fiscal 2019 docking service craft overhaul availability. This availability will include a combination of maintenance, modernization and repair of the ARCO. This is a seven-month availability and was competed on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of maintenance, repair and modernization. Work will be performed in San Diego, California, and is expected to be completed by March 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $32,324,635 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two offers received in response to solicitation N5523618R0011. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-19-C-0007).

R. Stresau Laboratory Inc., Spooner, Wisconsin, is awarded a $19,982,892 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for MK18 MOD0 electric blasting caps and MK20 MOD2 electric squibs in support of the Navy, Army, Air Force, and Special Operations Command. The MK18 MOD0 electric blasting cap is initiated by an electric source such as a blasting machine or battery and is used in multiple explosives. The MK20 MOD2 electric squib is a stand-alone device used to ignite smokeless powder and pyrotechnic compositions used in electric demolition operations. Work will be performed in Spooner, Wisconsin, and is expected to be completed by April 2024. Fiscal 2018 and Fiscal 2019 procurement of ammunition (Air Force, Army, Navy, and Marine Corps) funding in the amount of $3,048,863 will be obligated at the 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 one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana is the contracting activity (N00164-19-D-JR66).

AIR FORCE

UES Inc., Dayton, Ohio (FA8650-19-D-2904); and University of Dayton Research Institute, Dayton, Ohio (FA8650-19-D-2905), have been awarded a not-to-exceed $99,000,000 indefinite-delivery/indefinite-quantity contract for scientific research. This contract provides for scientific exploration for the discovery and/or advancement of power, energy, thermal, integration and control (PETIC) technologies in order to develop enabling materials, processes, devices, modeling and simulation for advanced high performance military weapon systems and emerging applications. Work will be performed at the Air Force Research Laboratory Wright Research Site, Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 21, 2024. This contract is the result of a competitive acquisition and two offers were received. Fiscal 2019 research and development funds in the amount of $4,341,500 are being obligated on task orders at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the

DEFENSE LOGISTICS AGENCY

Raytheon Co., McKinney, Texas, has been awarded a maximum $36,739,122 firm-fixed-price delivery order (SPRPA1-19-F-CB04) against a five-year basic ordering agreement (SPRPA1-19-G-CB01) with no option periods for aircraft spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. Location of performance is Texas, with a Sept. 30, 2022, performance completion date. Using customer is Navy. Type of appropriation is fiscal 2019 through 2022 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Serco Inc., Reston, Virginia, has been awarded a maximum $21,113,749 modification (P00011) exercising the second one-year option period of a one-year base contract (SP3300-17-C-5003) with four one-year option periods for chemical management services. This is a firm-fixed-price contract with cost-reimbursement and cost-plus-fixed-fee line items. Locations of performance are Virginia, North Carolina, Florida, and California with a May 15, 2020, performance completion date. Using customer is Defense Logistics Agency Aviation. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

United Technologies Corp., doing business as Pratt & Whitney Military Engines Division, East Hartford, Connecticut, has been awarded a maximum $9,048,256 firm-fixed price contract for TF-33 aircraft engine first stage turbine blades. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year, six-month contract with no option periods. Location of performance is Connecticut, with an Oct. 29, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-19-F-0249).

Safety Kleen Systems Inc., Richardson, Texas, has been awarded a maximum $8,334,836 firm-fixed-price, indefinite-quantity contract for engine lubricating oil. This was a competitive acquisition with one offer received. This is a one-year base contract with four one-year option periods. Locations of performance are Louisiana and California, with a May 12, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-19-D-0023).

DEFENSE INFORMATION SYSTEMS AGENCY

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a sole-source, firm-fixed-price delivery order (HC1084-19-F-0145) with a face value and approximate total contract value of $28,600,000, under contract NNG15SC08B on the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement contract vehicle for additional Army installation kits and spares in support of the Army Program Executive Office Command, Control, and Communications-Tactical Project Manager, Mission Command. This action is funded by fiscal 2019 procurement funds. Performance is throughout the continental U.S. The contract period of performance is 12 months. The DISA/Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity.

ARMY

Stanton Engineering Services LLC,* Columbia, Missouri, was awarded a $9,000,000 firm-fixed-price contract for architect and engineering fire protection support services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 13, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0026).


*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1846374/source/GovDelivery/

On the same subject

  • Hensoldt Wins Billion-dollar Contract for "PEGASUS" Reconnai

    July 5, 2021 | International, Aerospace, C4ISR

    Hensoldt Wins Billion-dollar Contract for "PEGASUS" Reconnai

    Sensor solutions provider HENSOLDT has been awarded a contract by the German Federal Office of Bundeswehr Equipment, Information Technology and In-Service Suppo

  • What’s the spending plan for sixth-gen fighters around the world?

    June 25, 2024 | International, Aerospace

    What’s the spending plan for sixth-gen fighters around the world?

    Opinion: Tamarack Defense offers a look at funding and delivery efforts for the future combat aircraft.

  • Contract Awards by US Department of Defense - February 25, 2019

    March 1, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    NAVY DZSP 21 LLC, Marlton, New Jersey, is awarded a $106,378,427 cost-plus-fixed-fee contract for base operations support services at Joint Region Marianas, Guam. The work to be performed provides for facility and base operating support for the following services: management and administration, port operations, ordnance, material management, facility management, sustainment, restoration and modernization, electrical, wastewater, steam, hot water and demineralized water, potable water, transportation, and environmental. Work will be performed at various locations on the island of Guam and is expected to be completed by February 2020. Fiscal 2019 and 2020 working capital funds (Navy and Defense); fiscal 2019 and 2020 transportation Air Force working capital funds; fiscal 2019 and 2020 operations and maintenance (Navy, Air Force, Defense); fiscal 2019 family housing operations and maintenance (Navy); fiscal 2019 operations and maintenance (Marine Corps, Army, Army National Guard, and Air National Guard); fiscal 2019 health program funds (Defense); and fiscal 2019 commissary agency (Defense) contract funds in the amount of $106,378,427, of which $96,495,650 are obligated on this award and will expire at the end of the current fiscal year, and $9,882,777 are subject to the availability of funds. This contract was issued as a sole-source procurement under the 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. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-19-C-1175). Micro Systems Inc., Fort Walton Beach, Florida, is awarded a $22,986,171 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production, repairs services and associated ancillary equipment for the systems for Naval Target Control Block II and III in support of Navy aerial targets. Work will be performed in Fort Walton Beach, Florida, and is expected to be completed in February 2024. Fiscal 2018 weapons procurement (Navy) funds in the amount of $3,219,199 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 10 U.S. Code2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919D0020). L-3 KEO, Northampton, Massachusetts, is awarded a $19,299,276 firm-fixed-price modification to previously awarded contract N00024-15-C-6252 to exercise options for the production of the Universal Modular Mast. The Universal Modular Mast serves as a lifting mechanism for Virginia class mast payloads. Work will be performed in Bologna, Italy (74 percent); and Northampton, Massachusetts (26 percent), and is expected to be complete by August 2021. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $19,299,276 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. Leidos Corp., Reston, Virginia, is awarded an $11,560,339 cost-plus-fixed-fee contract to procure non-recurring engineering efforts to analyze, define and document system and subsystem requirements for capability enhancements to integrate the adaptive radar countermeasures program on the F/A-18 aircraft. Work will be performed in Arlington, Virginia (50 percent); Clifton, New Jersey (25 percent); Goleta, California (10 percent); St. Louis, Missouri (10 percent); Raleigh, North Carolina (3 percent); and Huntsville, Alabama (2 percent), and is expected to be completed in June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $11,560,339 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 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0051). Clark Nexsen-CH2m Hill JV Norfolk, Englewood, Colorado, is awarded a $9,500,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for architect-engineering services design projects located throughout the Naval Facilities Engineering Command (NAVFAC) area of responsibility worldwide (AOR). The primary tasks anticipated under this contract include DD Form 1391 documentation, design-build request for proposals, plans, specifications, cost estimates, related studies, field investigations, surveying and mapping, tests, evaluations, consultations, program management, conceptual designs, soil borings, hazardous materials identification, energy computation, life safety code studies, interior space comprehensive planning/design, conceptual designs, value engineering, other associated engineering services, shop drawing review, as-built drawing preparation, operation and maintenance support information, commissioning, and construction inspection and engineering consultation services during construction. After award of this modification, the total cumulative contract value will be $24,500,000. Critical projects are planned to be performed in the NAVFAC AOR worldwide, including but not limited to, Djibouti (53 percent); Italy (30 percent); Spain (12 percent); and Greece (5 percent). The term of the contract is not to exceed 60 months with an expected completion date of November 2021. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance (Navy). Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-17-D-5004). DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded $8,893,970 for firm-fixed-price delivery order N0002419F5617 under previously-awarded contract N00024-15-D-5201 for 18 Technology Insertion 16 air-cooled Common Processing System cabinets and two remote access servers. The Common Processing System provides the computer processing and memory, data storage and extraction and input/output interfaces to support host software applications of Navy combat systems. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by March 2020. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $8,893,970 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. Pacific Scientific Energetic Materials Co., Chandler, Arizona, is awarded an $8,892,173 firm-fixed-price modification under previously-awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00174-17-D-0016 to exercise an option for development, product improvement and prototyping support of various aircrew escape systems managed under the Joint Program Office for Cartridge Actuated Device/Propellant Actuated Device Tri-Service Charter. This requirement is for engineering, technical, administrative and programmatic management support for total life cycle management of the various aircrew escape systems. Work will be performed in Chandler, Arizona, and is expected to be completed by January 2020. No additional funds will be obligated at time of award. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $24,968,022 modification (P00031) to previously awarded contract HR0011-16-F-0005 for Enterprise Support Services. The modification brings the total cumulative face value of the contract to $95,553,943 from $70,585,921. Work will be performed in Arlington, Virginia, with an expected completion date of May 2020. Fiscal 2019 research and development funds in the amount of $24,632,633 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. AIR FORCE Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $19,459,236 firm-fixed-price delivery order (FA8504-19-F-0008-P00001) to previously awarded contract FA8504-17-D-0002 for C-130J Propulsion long-term sustainment. This delivery order provides for funding Option II flying hours. Work will be performed primarily at Robins Air Force Base, Georgia, and also at various locations that support C-130J Propulsion long-term sustainment. Work is expected to be complete by Jan. 31, 2020. Fiscal 2019 procurement funds in the full amount are being obligated at the time of award, and this order brings the total cumulative face value of the contract to $90,165,776. Air Force Life Cycle Management Center, Robins AFB, Georgia, is the contracting activity. Textron Defense Systems, Wilmington, Massachusetts, has been awarded a $15,956,064 firm-fixed-price modification (P00009) to previously awarded contract FA8204-14-D-0001 for the MK12A Mod 5 F Midsection remanufacturing program. This modification extends the ordering period of the original requirements contract by five years. Work is being performed at Wilmington, Massachusetts, and is expected to be complete by March 5, 2025. No funds are being obligated at time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity. LoadPath, LLC, Albuquerque, New Mexico, has been awarded a $14,899,737 ceiling cost-reimbursement contract for Advanced Spacecraft Systems with Integrated Structural Thermal Technologies (ASSISTT). This contract provides for the advancement of the technology and scientific knowledge in the areas of deployable structures, thermal systems, RF antenna structures, integrated structural sensing, and advanced manufacturing. Work will be performed in Albuquerque, New Mexico, and is expected to be complete by Feb. 28, 2024. This contract was the result of a competitive acquisition and four offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $440,670 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-0002). Engineered Arresting Systems Corp., doing business as Zodiac Arresting Systems America, Aston, Pennsylvania, was awarded a $9,679,711 firm-fixed-price requirements contract for the Textile Aircraft Arresting Systems (TAAS) This contract provides for the production of the TAAS, a onetime emergency use overrun aircraft arresting system designed for use with tail hook equipped fighter aircraft, or non-hook equipped aircraft when couples with a net barrier engaging system. Work will be performed in Merpins, France, and is expected to be complete by Sept. 28, 2022. This award is the result of a sole-source acquisition, and no funds were obligated at the time of award. Air Force Life Cycle Management, Robins Air Force Base, Georgia, is the contracting activity (FA8533-17-D-0001). (Awarded Sept. 29, 2017) ARMY Next-CEI JV LLC,* Honolulu, Hawaii (W912CN-19-D-0002); R&I Construction Inc.,* Aiea, Hawaii (W912CN-19-D-0003); D&D Construction Inc.,* Waipahu, Hawaii (W912CN-19-D-0004); and Amethyst Builders LLC,* Ewa Beach, Hawaii (W912CN-19-D-0005), will compete for each order of the $16,800,000 firm-fixed-price contract for sustainment, restoration and modernization. Thirty bids were solicited with 19 bids received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 29, 2024. U.S. Army 413th Combat Support Battalion, Hawaii, is the contracting activity. DEFENSE LOGISTICS AGENCY Silver Oak Leaf, Inc.,** Alpharetta, Georgia, has been awarded a maximum $16,074,375 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for blouses and trousers for the Type III, Navy Working Uniform. This was a competitive acquisition with six responses received. This is an 18-month base contract with three one-year option periods. Location of performance is Puerto Rico and Georgia, with a Feb. 24, 2021, estimated performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1135). * Small Business **Service-disabled veteran-owned small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1766751/

All news