An official website of the United States government
Here's how you know
A .mil website belongs to an official U.S. Department of Defense organization in the United States.
A lock (lock ) or https:// means you’ve safely connected to the .mil website. Share sensitive information only on official, secure websites.

News | July 29, 2019

High-dollar contracts announced, DCMA will administer

By DCMA Public Affairs

The following contracts with a value of over $7 million were awarded last week and will be administered by the Defense Contract Management Agency. The agency currently manages approximately 350,000 contracts with an overall total value of $5.2 trillion. The agency also currently authorizes $678.4 million in contractor payments per business day.

AIR FORCE

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a $9,453,990 cost-plus-fixed-fee modification (P00088) to previously awarded contract FA8629-14-C-2403 for initial capabilities upgrades. This contract modification provides for the engineering analysis and integration (or removal) of capabilities such as situational awareness data link, automatic direction finder, distributed aperture infrared countermeasures and electro-optical/infrared with primary flight reference symbology. Work will be performed at Stratford, Connecticut; and Owego, New York, and is expected to be completed by July 24, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $9,453,990 are being obligated at the time of award. Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity.

ARMY

ASNA, Santa Ana, California (W911QY-19-D-0045); and Mills Manufacturing Corp.,* Ashville, North Carolina (W911QY-19-D-0046), will compete for each order of the $249,000,000 firm-fixed-price contract for the purchase T-11 Personnel Parachute System. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of July 22, 2019. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

BCF Solutions Inc.,* Arlington, Virginia (W15QKN-19-D-0089); Trijicon Inc.,* Wixom, Michigan (W15QKN-19-D-0095); and Trijicon Inc.,* Wixom, Michigan (W15QKN-19-D-0094), will compete for each order of the $48,800,000 firm-fixed-price contract for mounted machine gun optic mounts on the M2 and M2A1 machine guns, the M240 family of machine guns, and the MK19 grenade launcher. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of July 26, 2024. U.S. Army Contracting Command, New Jersey, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Bell Helicopter, Fort Worth, Texas, has been awarded a maximum $7,394,295 firm-fixed-price delivery order (SPRPA1-19-F-M21B) against a five-year basic ordering agreement (SPRPA1-16-G-001W) for H-1 aircraft gear box assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a five-year, two-month contract with no option periods. Location of performance is Texas, with an Aug. 31, 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.

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $9,804,501 firm-fixed-price delivery order (SPRPA1-19-F-C15B) against basic ordering agreement SPRPA1-17-G-C101, for H-53 hydraulic fluid tanks. 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 one-year contract with no option periods. Location of performance is Connecticut, with a Sept. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Crown Clothing Co., Vineland, New Jersey, has been awarded a maximum $12,386,162 modification (P00009) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D-1079), with four one-year option periods for men's coats and replacement collars. This is a fixed-price contract. Location of performance is New Jersey, with an Aug. 8, 2020, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

FN America LLC, Columbia, South Carolina, has been awarded a maximum $10,589,029 firm-fixed-price contract for receiver cartridges. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with a July 26, 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-0112).

Carter Enterprises LLC, doing business as Mil-Spec Enterprises, Brooklyn, New York, has been awarded a maximum $24,252,013 modification (P00029) to a one-year contract (SPE1C1-16-D-1071) with three one-year option periods for the Improved Outer Tactical Vest, Generation IV. This is a firm-fixed price, indefinite-quantity contract. Location of performance is New York, with a Sept. 15, 2020, 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.

NAVY

Northrop Grumman Systems Corp., San Diego, California, is awarded $33,755,229 for firm-fixed-price, cost-plus-fixed-fee delivery order N00019-19-F-0272 against a previously issued basic ordering agreement (N00019-15-G-0026) in support of the MQ-4C Triton unmanned aircraft system. This order procures material kits and retrofit labor to incorporate the Integrated Functional Capability 4.0 configuration into retrofit aircraft and ground segments. Work will be performed in San Diego, California (41.2%); Palmdale, California (30.7%); Waco, Texas (9.9%); Salt Lake City, Utah (2.9%); Newtown, North Dakota (2.5%) Verona, Wisconsin (1.6%); Sterling, Virginia (1.5%); Irvine, California (1%); San Clemente, California (0.7%); and various locations inside and outside the continental U.S. (7.9% and 0.1%, respectively). Work is expected to be completed in January 2022. Fiscal 2019 aircraft procurement (Navy); and fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $33,755,229 are being obligated at time of award, $1,719,061 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $15,707,204 cost-plus-incentive-fee modification to previously awarded contract (N00024-16-C-5136) for AEGIS Weapons System design requirements in support of Guided Missile Frigate (FFG(X)). The Frigate Combat Management System (CMS) contract includes the design of the CMS. The planned contract action will modify CMS capabilities under development and integrate increased combat system element capability, resulting in an AEGIS Weapon System that aligns with FFG(X) class ships. Work will be performed in Moorestown, New Jersey, and is expected to be completed by September 2021. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $1,901,637 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.

Northrop Grumman Systems Corp., San Diego, California, is awarded $14,187,994 for modification P00037 to a previously awarded fixed-price, incentive-fee contract (N00019-15-C-0002) in support of the MQ-4C Triton unmanned aircraft system. This modification incorporates integrated functional capability 4.0 into low-rate initial production Lot 2 Aircraft B12. Work will be performed in Palmdale, California (41.6%); San Diego, California (34.2%); Waco, Texas (5.3%); Verona, Wisconsin (2.4%); Salt Lake City, Utah (1.7%); Irvine, California (1.5%); San Clemente, California (1%); Saint Peters, Missouri (0.7%); Menlo Park, California (0.7%); Ronkonkoma, New York (0.5%); and Grove, Oklahoma (0.5%); and various locations inside and outside the continental U.S. (9.8% and 0.1%, respectively). Work is expected to be completed in November 2021. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $14,187,994 are being obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $27,425,442 for firm-fixed-price delivery order N00024-19-F-5632 under previously awarded contract N00024-15-D-5217 for 165 Technical Insertion Sixteen (TI-16) Common Display System (CDS) Variant A water-cooled production consoles. The CDS is a set of watch station consoles designed to support the implementation of Open Architecture in Navy combat systems. The TI 16 CDS is the next evolution in the CDS family and consists of a three-eyed horizontal display console. This delivery order combines purchases for the Navy (85%); and the government of Japan (15%) under the Foreign Military Sales (FMS) program. Work will be performed in Johnstown, Pennsylvania, and is expected to be complete by March 2020. Fiscal 2018 other procurement (Navy); fiscal 2014, 2016 and 2017 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $26,935,062 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.

Progeny Systems Corp.,* Manassas, Virginia, is awarded a $17,633,753 cost-plus-fixed fee level-of-effort and cost-only modification to previously awarded contract N00024-18-C-6265 to exercise options for the procurement of engineering and technical services, including software development, commercial off-the-shelf products, hardware and software integration for submarine and undersea warfare weapons systems. Work will be performed in Manassas, Virginia (65%); Middletown, Rhode Island (25%); and San Diego, California (10%), and is expected to be complete by July 2020. Fiscal 2019 and 2018 research, development, test and evaluation (Navy); 2016 shipbuilding and conversion (Navy); and 2018 other procurement (Navy) funding in the amount of $13,083,051 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 (N00024-18-C-6265).

*Small Business