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 | Aug. 19, 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.

ARMY

Birdon America Inc.,* Denver, Colorado, was awarded a $196,941,052 firm-fixed-price contract for acquisition of M30 bridge erection boats, crew protection kits, stock lists, tools, test equipment, service representative and support, training and storage. 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 Aug. 12, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0093).

Raytheon Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $11,100,544 modification (P00017) to contract W31P4Q-19-C-0038 for engineering services for the Spiral 3 Test and Evaluation Plan, Spiral 3 System Hardware Qualification, and Worldwide Ammunition Reporting System requirements to support the Javelin Missile System. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2019 missile procurement, Army funds in the amount of $11,100,544 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

GiaCare and MedTrust JV LLC,* Fort Lauderdale, Florida, was awarded a $218,983,564 firm-fixed-price contract for registered nursing services. 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 Sept. 30, 2024. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0021).

Honeywell International Inc., Phoenix, Arizona, was awarded an $110,870,867 modification (P00102) to contract W56HZV-12-C-0344 for Total Integrated Engine Revitalization (TIGER) hardware to meet the Anniston Army Depot production of the Advanced Gas Turbine 1500 engine for the Abrams tanks and TIGER field repair site requirements. Work will be performed in Phoenix, Arizona, with an estimated completion date of Feb. 22, 2022. Fiscal 2019 other procurement, Army funds in the amount of $110,870,867 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

The Ross Group Construction Corp., Tulsa, Oklahoma, was awarded a $46,949,880 firm-fixed-price contract for the construction of a new visiting quarters facility at Little Rock Air Force Base, Arkansas. Bids were solicited via the internet with three received. Work will be performed in Little Rock Air Force Base, Arkansas, with an estimated completion date of Oct. 1, 2021. Fiscal 2019 non-appropriated funds for Air Force services funds in the amount of $46,949,880 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0028).

GMichael Baker International Inc., Moon Township, Pennsylvania, was awarded a $9,000,000 firm-fixed-price contract for communications engineering services within the Central Command Area of Responsibility. 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 Aug. 14, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0043).

NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $27,303,596 cost-plus-incentive-fee, cost only modification to previously awarded contract N00024-18-C-6258 to exercise option for engineering services and other direct costs in support of the Integrated Submarine Imaging System. Work will be performed in Manassas, Virginia (73.5%); Virginia Beach, Virginia (15%); Northampton, Massachusetts (5.5%); Fairfax, Virginia (3%); Arlington, Virginia (2%); and Newport, Rhode Island (1%), and is expected to be completed by September 2020. Fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test and evaluation (Navy) in the amount of $2,633,461 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.

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded $31,133,702 for modification P00013 to a previously awarded firm-fixed-price contract (N61340-17-C-0014). This modification provides for one E-2D Hawkeye Integrated Training System III Weapons Systems Trainer and one Aircrew Procedures Trainer, including technical data. Work will be performed in Norfolk, Virginia, and is expected to be completed in April 2024. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $31,133,702 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $107,353,729 for firm-fixed-price advance acquisition contract modification P00029 to a previously awarded fixed-price-incentive-firm, cost-plus-fixed-fee contract (N00019-16-C-0048). This modification procures long lead items for six CH-53K low-rate initial production lot 4 aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in August 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $107,353,729 will be obligated at time of award, none 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 an $80,011,579 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-5106 for fiscal 2019 AEGIS Modernization (AMOD) production requirements. This procurement covers the production, test and delivery of multi-mission signal processor equipment sets; electronic equipment fluid cooler; AEGIS Weapon System AMOD Upgrade equipment; Kill Assessment System 5.1 equipment; AEGIS spares; Australia Combat Systems Engineering Development Site; and AEGIS Ashore Japan Sites equipment. This contract combines purchases for the Navy (78.1%); the government of Japan (18.2%); and the government of Australia (3.7%) under the Foreign Military Sales program. This contract includes options, which, if exercised, would bring the cumulative value of this contract action to $80,411,730. Work will be performed in Moorestown, New Jersey (71.2%); Clearwater, Florida (27.4%); and Owego, New York (1.4%), and is expected to be complete by November 2023. Fiscal 2019 defense-wide procurement; 2019, 2018, 2017 other procurement (Navy); 2019, 2018, 2016, 2015, 2014 and 2013 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and Foreign Military Sales funding in the amount of $80,011,579 will be obligated at the time of award, of which $968,079 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

American Electronic Warfare Associates Inc.,* California, Maryland, is awarded a $40,103,262 fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for technical support services for the Aircraft Prototype Systems Division of the Naval Air Warfare Center – Aircraft Division Integrated Battlespace Simulation and Test Department. Services to be provided include all phases of program execution from initial conceptual studies, execution planning, management, engineering, documentation, fabrication, installation/ modification and test and evaluation activity support for aircraft research, development, prototyping, experimentation and test and evaluation programs. Work will be performed in Patuxent River, Maryland, and is expected to be completed in November 2023. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042119D0076).

Teledyne Instruments Inc., North Falmouth, Massachusetts, is awarded a $7,666,080 cost-plus-fixed-fee, cost reimbursable, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for services and supplies to support the ongoing development of autonomous underwater vehicles, localization systems, monitoring and navigation tele-sonar subsea modems. This contract includes options, which, if exercised, would bring the cumulative value of this contract to an estimated $22,222,593. Work will be performed in North Falmouth, Massachusetts (90%); and Keyport, Washington (10%), and is expected to be complete by December 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $4,281,649; and fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,070,412 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was procured as a Small Business Innovation Research Phase III award without further competition. The awardee satisfied competition requirements during Phase I and Phase II under Topic N02-082. A justification and approval document pursuant to 10 U.S. Code 2304(c)(5) was approved by the Naval Undersea Warfare Center Division, Keyport, Competition Advocate in January 2017. The Naval Undersea Warfare Center Division, Keyport, in Keyport, Washington, is the contracting activity (N00253-19-D-0005).

AIR FORCE

Lockheed Martin Co., doing business as Lockheed Martin Space, Sunnyvale, California, has been awarded a $15,555,158 cost-plus-fixed-fee modification (P00150) to previously awarded contract FA8810-13-C-0002 for Space-Based Infrared System contractor logistics support for fiscal 2019 projects. This contract will provide an in-scope bilateral supplemental agreement executed in accordance with the terms of special clause requirement H00005. Work will be performed at Peterson Air Force Base, Buckley AFB, Greeley Air National Guard Station, and Boulder, Colorado, and is expected to be completed by Oct. 31, 2021. Fiscal 2019 3400 funds are being obligated at the time of award. Total cumulative face value of the contract is $1,500,933,962. The Air Force Space and Missile Systems Center, Peterson AFB, Colorado Springs, Colorado, is the contracting activity. (Awarded Aug. 13, 2019)

DEFENSE LOGISTICS AGENCY

General Dynamics Mission Systems Inc., Scottsdale, Arizona, has been awarded a maximum $12,973,184 firm-fixed-price contract for the Warfighter Information Network-Tactical Increment 2 system. This was a sole-source acquisition using justification 41 U.S. Code 1903, as stated in Federal Acquisition Regulation 6.302-1. This is a one-time procurement contract with no option periods. Location of performance is Arizona, with a Feb. 9, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-P-0047).

*Small business
**Service-disabled, veteran-owned small business

Contact Public Affairs

Defense Contract Management Agency
Attn:  DCMA - DCC Office of Strategic Communication
3901 Adams Avenue Building 10500 
Fort Gregg-Adams, VA 23801 

Media Relations: 804-821-8036
Email: dcma.gregg-adams.hq.mbx.DCMA-Public-Affairs@mail.mil
FOIA Requests:  804-609-4533

Download the DCMA Media Kit (PDF)