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 | Sept. 9, 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

GTA Containers Inc., South Bend, Indiana, has been awarded a $9,478,079 contract modification (P00004) to previously awarded FA8533-16-D-0001 for collapsible fuel tank production. The contract modification provides for the purchase of additional quantities of 34 10K collapsible fuel tanks; 171 50K collapsible fuel tanks; and 130 210K collapsible fuel tanks being produced under the basic contract. Total cumulative face value of the contract is $15,102,610. Work will be performed at South Bend, Indiana, and is expected to be completed by Jan. 31, 2021. Fiscal 2018 other procurement funds are being used and no funds are being obligated at the time of delivery order award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $8,422,148 cost-plus-fixed-fee modification (P00032) to previously awarded contract FA8675-16-C-0067 for field team support services for Advanced Medium-Range Air-to-Air Missile (AMRAAM) development test mission support including, test planning, test operations, test reporting and telemetry analysis.  This contract modification provides for exercise of the third option for an additional 12 months of services to support ground tests, captive flight tests and live fire tests conducted for developmental purposes up to and including operational test readiness reviews.  The effort also encompasses management and maintenance of AMRAAM separation test vehicles and other assets used for the test programs.  Total cumulative face value of the contract is $46,807,656.  Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Sept. 5, 2020.  This award is the result of a sole source acquisition and only one source was solicited and received.  Fiscal 2019 research, development, test and evaluation funds in the amount of $2,000,000; and Foreign Military Sales funds in the amount of $99,600 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

The Boeing Co., Defense, Space & Security – Network, Newark, Ohio, has been awarded a $7,494,440 firm-fixed-price delivery order, FA8119-19-F-0094, to basic contract FA8119-14-D-0003 for Air Launched Cruise Missile warhead arming devices remanufacture.  This delivery order provides for the remanufacture of 110 Air Launched Cruise Missile warhead arming devices for the fifth option period.  Work will be performed at Newark, Ohio, and is expected to be completed by May 9, 2020.  This award is the result of a sole source acquisition.  Fiscal 2019 missiles procurement funds in the amount of $7,494,440.00 are being obligated at the time of award.  The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Bowhead Cybersecurity Solutions & Services LLC, Alexandria, Virginia, has been awarded a $19,689,460 firm-fixed-price contract for the Air Force National Tactical Integration Program. This contract provides for real-time, two-way interactive information exchange among the combined/joint force air component commander, other joint and Air Force customers, and the national intelligence community. Work will be performed at Lackland Air Force Base, Texas; Fort Meade, Maryland; Wright Patterson Air Force Base, Ohio; Scott Air Force Base, Illinois; Barksdale Air Force Base, Louisiana; Tyndall Air Force Base, Florida; Davis-Monthan Air Force Base, Arizona; Fort Gordon, Georgia; Shaw Air Force Base, South Carolina; Langley Air Force Base, Virginia; Cape Canaveral Air Force Station, Florida; Hurlburt Field, Florida; Hickam Air Force Base, Hawaii; and Creech Air Force Base, Nevada. The performance period includes four option periods with expected completion by Jan. 30, 2024. This award is the result of a sole source set-aside acquisition. Fiscal 2019 operations and maintenance funding in the amount of $1,446,615 are being obligated at time of the award. The Acquisition Management & Integration Center-Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA7037-19-C-A009).

 

NAVY

Science Applications International Corp., Reston, Virginia, is awarded a $69,929,520 firm-fixed-price, cost-plus-fixed-fee modification to previously-awarded contract N00024-16-C-6425 to exercise Option Year Three for the production of Mk 48 Mod 7 heavyweight torpedo afterbody/tailcone sections, production support material, spares, auto-electrical power source test sets, engineering support, other direct costs and hardware repair services. Work will be performed in Bedford, Indiana (50%); Marion, Massachusetts (29%); Middletown, Rhode Island (16%); and Indianapolis, Indiana (5%), and is expected to be completed by March 2021. Fiscal 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2018 shipbuilding and conversion (Navy); and Foreign Military Sales funding in the amount of $69,929,520 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.

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $50,307,909 cost-plus-incentive-fee modification to previously awarded contract N00024-15-C-5151 to exercise options for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build 16. The contract provides for Aegis shipboard integration engineering, Aegis test team support, Aegis modernization team engineering support, Ballistic Missile Defense test team support, Aegis ashore support and AWS element assessments. This contract will cover the AWS ship integration and test efforts for nine new construction DDG 51 class ships and the major modernization of seven DDG 51 class ships. It will additionally cover the integrated combat system modifications and upgrades for all current ships with all AWS Baselines up to and including ACB 16. Work will be performed in Moorestown, New Jersey (49%); Deveselu, Romania (12%); Norfolk, Virginia (8%); San Diego, California (8%); Washington, District of Columbia (7%); Pascagoula, Mississippi (5%); Mayport, Florida (4%); Bath, Maine (3%); and various places each below one percent (4% cumulative), and is expected to be complete by September 2024. Fiscal 2014 shipbuilding and conversion (Navy); fiscal 2019 operation and maintenance (Navy); and fiscal 2019 other procurement (Navy) funds in the amount of $4,774,574 will be obligated at time of award and $1,452,864 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Ultra Electronics Ocean Systems, Braintree, Massachusetts, is awarded a $46,679,930 modification to previously awarded contract N00024-18-C-6405 to exercise Option Year One for the production of MK54 MOD 0 lightweight torpedo array kits. This option provides spares, production support material, and related engineering services, hardware support and maintenance of government-furnished equipment. This modification combines purchases for the Navy (23%); the government of Canada (46%); Netherlands (28%); and Norway (3%) under the Foreign Military Sales (FMS) program. Work will be performed in Braintree, Massachusetts (70%); and Lititz, Pennsylvania (30%), and is expected to be completed by September 2022. FMS funding in the amount of $36,031,476; and fiscal 2019 weapons procurement (Navy) in the amount of $10,648,454 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-6405).

General Atomics, San Diego, California, is awarded a $33,187,541 cost-plus-incentive-fee, indefinite-delivery/definite-quantity contract for up to two Bearing Support Structure (BSS) inseparable assemblies in support of the Columbia-class program. This contract is for a five-year ordering period and does not include options. Work will be performed in Tupelo, Mississippi, and is expected to be completed by August 2024. Fiscal 2019 National Sea-Based Deterrence Fund (NSBDF) funding in the amount of $12,497,115 will be obligated at 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 three offers received. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-19-D-0006).

Progeny Systems Corp., Manassas, Virginia, is awarded a $10,688,154 modification to previously awarded contract N00024-18-C-6410 to exercise Option Year Two for the production of MK54 MOD 1 lightweight torpedo proof of design components, test equipment, associated production support material, spares, and engineering and hardware support services. This modification combines purchases for the Navy (99%); and the government of the United Kingdom (1%) under the Foreign Military Sales (FMS) program. Work will be performed in Charleroi, Pennsylvania (70%); Salt Lake City, Utah (26%); and Manassas, Virginia (4%), and is expected to be completed by March 2022. Fiscal 2019 weapons procurement (Navy) funding in the amount of $10,680,514; and FMS funding in the amount of $32,306 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.

General Electric Aviation, Lynn, Massachusetts, was awarded $143,680,709 for modification P00005 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-18-C-1007).  This modification is for 24 low rate initial production Lot 3 T408-GE-400 turboshaft engines and three Lot 2 T408-GE-400 engines for the CH-53K helicopter.  In addition, this modification provides for associated engine and programmatic support, logistics support, peculiar support equipment and spares.  Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2022.  Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $143,680,709 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. (Awarded Aug. 29, 2019)

Hexagon U.S. Federal Inc., Huntsville, Alabama, is being awarded a $107,067,910 firm-fixed-price, cost-plus-fixed-fee, and cost-only indefinite-delivery/indefinite-quantity (IDIQ) contract for surface ship Situational Awareness, Boundary Enforcement and Response (SABER) qualification testing and non-recurring engineering, computing hardware production, land-based site equipment, spare parts and engineering services. This IDIQ will support multiple program executive offices and ship programs. Work under this IDIQ contract will be performed in Huntsville, Alabama, and is expected to be completed by September 2023. No funding will be obligated with this IDIQ award; funds will be obligated with each order. This contract was competitively procured via the Federal Business Opportunities website using full-and-open competition procedures, with two offers received. This competition was conducted under the authority 10 U.S. Code 2304, which states that contracting officers shall promote and provide for full and open competition. Support under this IDIQ is for SABER systems to be installed on various surface ships. This procurement includes shipsets and test site sets, technical data, associated engineering services and spares. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-4114).

DynCorp International LLC, Fort Worth, Texas, is being awarded an $88,730,512 modification (P00052) to a previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0003). This modification provides organizational, intermediate, and depot-level maintenance and logistics support for 16 T-34, 54 T-44, and 287 T-6 aircraft. Work will be performed at the Naval Air Station (NAS) Corpus Christi, Texas (47%); Whiting Field, Florida (42%); NAS Pensacola, Florida (9%); and various locations through the continental U.S. (2%), and is expected to be completed in March 2020. No funds will be obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Electric Aviation Systems, Vandalia, Ohio, is being awarded a $56,594,358 modification (P00006) to a previously awarded firm-fixed-price contract (N00019-18-C-0004). This modification procures 320 Generator Conversion Unit (GCU) G3 to G4 conversion retrofit kits; 547 GCU G4 units; wiring harnesses; and associated technical, financial and administrative data in support of F/A-18E/F and E/A-18G aircraft. Work will be performed Vandalia, Ohio, and is expected to be completed in January 2022. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $56,594,358 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.

AS and D Inc., Beltsville, Maryland, is being awarded a $16,118,830 cost-plus-fixed-fee modification to previously awarded indefinite-delivery/indefinite-quantity contract N00173-14-D-2016 for engineering and operational support for the command, control, data collection and mission management operations at Blossom Point Tracking Facility (BPTF). Work will be performed in Welcome, Maryland, and is expected to be complete by Aug. 26, 2020. Fiscal 2019 working capital funds (Navy) in the amount of $194,791; fiscal 2019 operation and maintenance funds (Navy) in the amount of $322,000; and fiscal 2019 research and development funds (Air Force) in the amount of $486,000, will be obligated at time of award. Contract funds in the amount of $516,791 will expire at the end of the current fiscal year. Contract funds in the amount of $486,000 will not expire at the end of the current fiscal year. The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity.

CORRECTION: The Sept. 5, 2019, announcement of a $9,500,000 delivery order (N68335-19-F-0393) against a previously awarded basic ordering agreement (N68335-16-G-0028) for Oceanit Laboratories Inc.*, Honolulu, Hawaii, included the incorrect contracting activity. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

CORRECTION: The Sept. 5, 2019, announcement of a $107,067,910 contract for Hexagon U.S. Federal Inc., Huntsville, Alabama (N00024-19-D-4114) included an incorrect completion date. The contract’s expected completion date is actually September 2024.

 

 

DEFENSE LOGISTICS AGENCY

BOH Environmental LLC, Houston, Texas, has been awarded a maximum $70,000,000 fixed-price with economic-price-adjustment contract for specialized shipping and storage containers. 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 two year base contract with three one year option periods. Location of performance is Texas, with a Sept. 5, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-19-D-0001).

 

 

ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded an $8,126,438 modification (P00015) to contract W31P4Q-18-C-0070 for the acquisition of Joint-Air-To-Ground missile engineering services.  Work will be performed in Orlando, Florida, with an estimated completion date of March 2, 2021.  Fiscal 2019 procurement, Air Force; and operations and maintenance, Army funds in the amount of $8,126,438 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Honeywell International Inc., Clearwater, Florida, was awarded a $37,851,458 firm-fixed-price contract for procurement of the commercial Tactical Advanced Land Inertial Navigator 5000 Inertial Navigation Unit. 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 Sept. 8, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0082).

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $29,316,074 modification (P00016) to contract W58RGZ-19-C-0027 for performance based logistics support services for the MQ-1C Gray Eagle unmanned aircraft system. Work will be performed in Poway, California, with an estimated completion date of Sept. 4, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $6,469,479 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

PAE Government Systems Inc., Arlington, Virginia, was awarded a $26,022,182 modification (P00014) to Foreign Military Sales (Afghanistan) W56HZV-17-C-0117 for the National Maintenance Strategy Ground Vehicle Support effort. Bids were solicited via the internet with one received. Work will be performed in Kabul, Afghanistan, with an estimated completion date of March 1, 2020. Fiscal 2019 Afghanistan Security Forces, Army funds in the combined amount of $26,022,182 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $14,986,238 modification (P00071) to contract W56HZV-13-C-0319 to provide labor and vendor costs to furnish and install two new horizontal boring mill machines. Work will be performed in Lima, Ohio, with an estimated completion date of March 7, 2022. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army funds in the amount of $14,986,238 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

* Small Business