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. 16, 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

Solid State Scientific Corp., Hollis, New Hampshire, has been awarded a $59,000,000 firm-fixed-price and cost-plus-fixed-fee hybrid contract for Air Force Weather Enterprise (AFW) Product-as-a-Service/Infrastructure-as-a-Service. This contract provides the migration to the cloud for the Air Force Weather Branch and is to design and build an Air Force Weather Virtual Private Cloud. It is required to expand to support the cloud migration and operations for all AFW applications. Work will be performed at and is expected to be completed by May 9, 2020, with two one-year options. This sole source award is a result of a Small Business Innovative Research Phase III follow-on. Fiscal 2019 operations and maintenance funds in the amount of $777,351 are being obligated at the time of award. The Aerospace Management Systems Division, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-19-C-0041).

DEFENSE LOGISTICS AGENCY

TEK Precision Co. Ltd.,* Deer Park, New York, has been awarded a maximum $17,638,194 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation servo coupling assemblies. This was a competitive acquisition with one offer received. This is a five year contract with no option periods. Location of performance is New York, with a June 24, 2025, 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 Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0124).

Bell Helicopter, Fort Worth, Texas, has been awarded a maximum $8,982,860 firm-fixed-price delivery order (SPRPA1-19-F-M21Q) against a five-year basic ordering agreement (SPRPA1-16-G-001W) for H-1 aircraft tail rotor blades. 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 a January 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $92,000,000 firm-fixed-price, 15-month bridge contract for facilities maintenance, repair and operations items. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Hawaii, Guam and New Jersey, with a Dec. 14, 2020, performance completion date. Using military services are Army, Navy, Air Force, and 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 (SPE8E3-19-D0015).

Northrop Grumman Systems Corp., Oklahoma City, Oklahoma, has been awarded a minimum $42,838,512 firm-fixed-price, indefinite-quantity contract for the manufacture of B-2 hot trailing edge production units. This is 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 four-year base contract with one five-year option period. Locations of performance are Oklahoma, Ohio, Missouri, and California, with an Oct. 1, 2024, 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, Tinker Air Force Base, Oklahoma (SPRTA1-19-D-0001).

Moog Inc., Elma, New York, has been awarded a maximum $41,773,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation cylinder assemblies. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is New York, with a Sept. 1, 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 Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0121).

Raytheon Co., Andover, Massachusetts, has been awarded a maximum $23,774,837 firm-fixed-price contract for traveling wave tubes. 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-time procurement contract with no option periods. Location of performance is Massachusetts, with a Jan. 31, 2023, 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 Aviation, Redstone Arsenal, Alabama (SPRRA1-18-C-0061).

ARMY

Lockheed Martin Corp., Orlando Florida, was awarded a $40,614,330 modification (P00001) to contract W52P1J-17-D-0043 for Modernized Turret kits for the Apache attack helicopter. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Ology Bioservices Inc.,* Alachua, Florida, was awarded a $10,870,944 modification (P00054) to contract W911QY-13-C-0010 to establish, commission and support an agile and flexible advanced development and manufacturing capability. Work will be performed in Alachua, Florida, with an estimated completion date of March 19, 2023. Fiscal 2020 research, development, test and evaluation funds in the amount of $7,845,964 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Raytheon Co. Missile Systems, Tucson, Arizona, was awarded a $7,493,164 modification (P00001) to contract W15QKN-19-C-0017 for foreign military sales buyback. Work will be performed in Tucson, Arizona; Healdsburg, California; Karlskoga, Sweden; East Camden, Arkansas; Cedar Rapids, Iowa; Southway, Plymouth, United Kingdom; Glenrothes, Scotland, United Kingdom; Cincinnati, Ohio; Farmington, New Mexico; McAlester, Oklahoma; Joplin, Missouri; Salt Lake City, Utah; Gilbert, Arizona; Lansdale, Pennsylvania; and Santa Ana, California, with an estimated completion date of April 29, 2022. Fiscal 2019 Foreign Military Sales funds in the amount of $7,493,164 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

Raytheon Co., McKinney, Texas, was awarded a $427,298,588 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for procurement of Common Sensor Payload systems, spare parts and engineering and system support services. One bid was were solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 12, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0005).

Honeywell International Inc., Phoenix, Arizona, was awarded a $46,965,295 firm-fixed-price contract for overhaul and repair of the T55-GA-714A engine. Bids were solicited via the internet with one received. Work will be performed in Phoenix, Arizona, with an estimated completion date of Sept. 30, 2020. Fiscal 2010 Army working capital funds in the amount of $46,965,295 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0051).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $24,397,228 modification (P00261) to contract W56HZV-15-C-0095 to provide total package fielding for the Joint Light Tactical Vehicle. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 other procurement, Army funds in the amount of $24,397,228 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

NAVY

Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $57,462,554 cost-plus-fixed-fee modification to a previously awarded contract N00024-17-C-6327 to exercise options for engineering support services for the Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare Increment One Block One (I1B1) Systems full-rate production in support of the Expeditionary Warfare program office. This option exercise is for Engineering Support Services for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) to introduce new technologies; address diminishing material and depot repairs to keep JCREW systems viable for future production; and maintain operational readiness for the field. Work will be performed in San Diego, California, and is expected to be complete by September 2020. Fiscal 2019 research, development, test, and evaluation funding in the amount of $2,971,124; and 2019 other procurement (Navy) funding in the amount of $1,406,871 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.

DONJON Marine Co. Inc., Hillside, New Jersey, is being awarded a $12,499,201 modification to previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract N00024-18-D-4307 deliver order N00024-19-F4D02 for continuation of emergency floodwater pumping operations in Puerto Rico under Army Corps of Engineers (ACOE) mission assignment. Work will be performed in Puerto Rico and is expected to be complete by June 2020. Non-expiring ACOE funding in the amount of $11,440,916 will be obligated at the 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.

Collins Aerospace, Cedar Rapids, Iowa, is awarded a $310,509,144 modification (P00009) to a previously awarded firm-fixed-price contract (N00421-18-D-0004). This modification exercises an option for the procurement of AN/ARC-210(v) radios for installation in over 400 strategic and tactical airborne, seaborne and land based (mobile and fixed) platforms for the Navy, Marine Corps, Army, Coast Guard, other government agencies and foreign military sales customers. Work will be performed in Cedar Rapids, Iowa, with deliveries expected to be completed in September 2022. 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.

ViaSat Inc., of Carlsbad, California, is awarded a $100,465,034 modification to its current indefinite-delivery/indefinite-quantity contract (N00039-15-D-0008) to increase the ceiling of the existing production contract line item number (CLIN), and the systems engineering and integration CLIN of the referenced contract. This ceiling increase will implement the capabilities identified in the Joint Requirements Oversight Council (JROC) memorandum dated Aug. 20, 2018, wherein the JROC endorsed the advanced capabilities of Concurrent Mutli-Netting-4 (CMN-4), Concurrent Contention Receive and Enhanced Throughput as the Department of Defense baseline for all future upgrades to any platform requiring Link-16 tactical data links. In response to the JROC memorandum, current Link-16 platform users identified the need for the procurement and/or retrofit of 3,370 additional Multifunctional Information Distribution System Joint Tactical Radio System (MIDS JTRS) CMN-4, F-22 Raptor, Tactical Targeting Network Technology terminals. This increase in scope will be in addition to the current scope in the original Class Justification and Approval (CJ&A) No. 17,226 approved April 25, 2014, for the MIDS JTRS, the amended CJ&A No. 18,012 approved Jan. 18, 2017, for the addition of the MIDS JTRS TTNT development effort, CJ&A No. 18,415 approved Sept. 11, 2018, for the addition of MIDS Modernization Increment 2, retrofits, and additional MIDS JTRS terminals, not including F-22s, and the initial CJ&A 19,415 approved July 2, 2019, to implement the JROC memorandum as described above. The modification will increase the contract value to $889,465,034. This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as to the governments of Austria, Chile, Finland, Israel, Jordan, Japan, Kuwait, Malaysia, Morocco, Oman, Pakistan, Qatar, South Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Thailand, United Arab Emirates, Australia, Canada, New Zealand and the United Kingdom. This contract also includes purchases to NATO and all NATO nations under the Foreign Military Sales program. Work will be performed in Carlsbad, California, and is expected to be completed May 2020. No additional funding will be placed on contract or obligated at the time of modification award. Existing contract funds will not expire at the end of the current fiscal year. Future contract actions will be issued and funds obligated as individual delivery orders. This contract modification was not competitively procured because it is a follow on, sole source, multiple award procurement pursuant to the authority of Title 10 U.S. Code 2304(c)(1): only one or a limited number of responsible sources (Federal Acquisition Regulation subpart 6.302-1(a)(2)). Non-competitive procedures were approved for this modification under CJ&A 19,415. Naval Information Warfare System Command, San Diego, California, is the contracting activity.

Data Link Solutions LLC, Cedar Rapids, Iowa, is awarded a $30,000,000 modification to its current indefinite-delivery/indefinite-quantity contract (N00039-15-D-0007) to increase the ceiling of the existing systems engineering and integration contract line item number (CLIN) of the referenced contract. This ceiling increase will implement the capabilities identified in the Joint Requirements Oversight Council (JROC) memorandum dated Aug. 20, 2018, wherein the JROC endorsed the advanced capabilities of Concurrent Mutli-Netting-4 (CMN-4), Concurrent Contention Receive and Enhanced Throughput as the Department of Defense baseline for all future upgrades to any platform requiring Link-16 tactical data links. In response to the JROC memorandum, current Link-16 platform users identified the need for the procurement and/or retrofit of 3,370 additional Multifunctional Information Distribution System Joint Tactical Radio System (MIDS JTRS) CMN-4, F-22 Falcon, Tactical Targeting Network Technology (TTNT) terminals. This increase in scope will be in addition to the current scope in the original Class Justification and Approval (CJ&A) No. 17,226 approved April 25, 2014, for the MIDS JTRS, the amended CJ&A No. 18,012 approved Jan. 18, 2017, for the addition of the MIDS JTRS TTNT development effort, CJ&A No. 18,415 approved Sept. 11, 2018, for the addition of MIDS Modernization Increment 2, retrofits and additional MIDS JTRS terminals, not including F-22s, and the initial CJ&A 19,415 approved July 2, 2019, to implement the JROC memorandum as described above. The contract covers the production, development and sustainment of the MIDS JTRS terminals. The modification will increase the contract value to $1,254,529,670. This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as to the governments of Austria, Chile, Finland, Israel, Jordan, Japan, Kuwait, Malaysia, Morocco, Oman, Pakistan, Qatar, South Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Thailand, United Arab Emirates, Australia, Canada, New Zealand and the United Kingdom. This contract also includes purchases to NATO and all NATO nations under the Foreign Military Sales program. Work will be performed in Cedar Rapids, Iowa (50%); and Wayne, New Jersey (50%), and is expected to be completed June 2020. No additional funding will be placed on contract or obligated at the time of modification award. Existing contract funds will not expire at the end of the current fiscal year. Future contract actions will be issued, and funds obligated as individual delivery orders. This contract modification was not competitively procured because it is a follow-on sole-source, multiple-award procurement pursuant to the authority of Title 10 U.S. Code 2304(c)(1): only one or a limited number of responsible sources (Federal Acquisition Regulation subpart 6.302-1(a)(2)). Non-competitive procedures were approved for this modification under CJ&A 19,415. Naval Information Warfare System Command, San Diego, California, is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia, is awarded an $11,765,526 time and material modification to exercise Option Period One under a previously awarded contract N00189-18-F-Z362. The work provides financial improvement and audit readiness support services to the Deputy Commandant, Programs and Resources, to address OMB A-123 governance, audit response coordination and audit coaching. After award, this contract was transferred to the Marine Corps Installations Command Headquarters, Contracting Office, and was assigned a new contract number M95494-19-F-0032. Work will be performed in Arlington, Virginia (75%); and Quantico, Virginia (25%), and is expected to be completed September 2020. Fiscal 2019 operation and maintenance (Marine Corps) funds for $1,527,843 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command Headquarters, Contracting Office, Arlington, Virginia, is the contracting activity.

VSE Corp., Alexandria, Virginia, is awarded a $10,082,812 firm-fixed-price contract for the delivery of counterterrorism and intelligence equipment, and in-country training in support of the Azerbaijan Maritime Security Program for the Caspian Sea under the Foreign Military Sales Building Partner Capacity program. This contract is for the government of Azerbaijan under the Foreign Military Sales (FMS) program. Work will be performed in Alexandria, Virginia (88%); and Azerbaijan (12%), and is expected to be completed September 2020. Fiscal 2019 FMS funding for $10,082,812 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured using the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4155).

KPMG LLP, McLean, Virginia, is being awarded an $8,577,162 time and material modification to exercise Option Period One under a previously awarded contract N00189-18-F-Z425. The work to be performed provides financial improvement and audit readiness support services to the Deputy Commandant, Installation and Logistics, for audit remediation activities for property, plant and equipment and inventory related property and process reform within Marine Corps Installation and Logistics and its supporting establishments associated with the Acquire to Retire, Plan to Stock, Procure to Pay and Order to Cash business mission areas. After award, this contract was transferred to the Marine Corps Installations Command Headquarters, Contracting Office, and was assigned a new contract number M95494-19-F-0045. Work will be performed in Arlington, Virginia (75%); Oceanside, California (20%); Lejeune, North Carolina (2%); Okinawa, Japan (2%); and Oxford, Tennessee (1%), and is expected to be completed September 2020. Fiscal 2019 operation and maintenance (Marine Corps) funds for $3,004,275 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command Headquarters, Contracting Office, Arlington, Virginia, is the contracting activity.

KPMG LLP, McLean, Virginia, is awarded a $7,971,673 time and material modification to exercise option period one under a previously awarded contract N00189-18-F-Z424. The work to be performed provides financial improvement and audit readiness support services to the Deputy Commandant, Installation and Logistics, for audit deficiencies within Marine Corps Installation Command and Marine Corps Systems Command in the Acquire to Retire, Plan to Stock, Procure to Pay and Order to Cash business mission areas. After award, this contract was transferred to the Marine Corps Installations Command Headquarters, Contracting Office, and was assigned a new contract number M95494-19-F-0044. Work will be performed in Arlington, Virginia (75%); and Quantico, Virginia (25%), and is expected to be completed September 2020. Fiscal 2019 operation and maintenance (Marine Corps) funds for $5,256 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command Headquarters, Contracting Office, Arlington, Virginia, is the contracting activity.

KPMG LLP, McLean, Virginia, is awarded a $7,903,948 time and material modification to exercise option period one under a previously awarded contract N00189-18-F-Z426. The work to be performed provides financial improvement and audit readiness support services to the Deputy Commandant, Installation and Logistics, for remediation of current audit deficiencies and establishment of corrective action plans within Marine Corps Logistics Command for property, plant and equipment and wall-to-wall inventory. After award, this contract was transferred to the Marine Corps Installations Command Headquarters, Contracting Office, and was assigned a new contract number M95494-19-F-0046. Work will be performed in Albany, Georgia (100%), and is expected to be completed September 2020. Fiscal 2019 operation and maintenance (Marine Corps) funds for $5,256 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command Headquarters, Contracting Office, Arlington, Virginia, is the contracting activity.

KPMG LLP, McLean, Virginia, is awarded a $7,265,347 time and material modification to exercise Option Period One under a previously awarded contract N00189-18-F-Z428. The work to be performed provides financial improvement and audit readiness support services to the Deputy Commandant, Installation and Logistics, for remediation of audit deficiencies within Marine Corps Logistics Command in the Acquire to Retire, Plan to Stock, Procure to Pay and Order to Cash business mission areas. After award, this contract was transferred to the Marine Corps Installations Command Headquarters, Contracting Office, and was assigned a new contract number M95494-19-F-0048. Work will be performed in Albany, Georgia (100%), and is expected to be completed September 2020. Fiscal 2019 operation and maintenance (Marine Corps) funds for $5,256 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command Headquarters, Contracting Office, Arlington, Virginia, is the contracting activity.

Lockheed Martin Corp. Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $12,920,955 cost-plus-fixed-fee modification to previously awarded contract N64267-18-C-0132 for Aegis design agent field engineering services. Work will be performed in Norfolk, Virginia (34%); San Diego, California (31%); Yokosuka, Japan (19%); Pascagoula, Mississippi (4%); Washington, District of Columbia (4%); Port Hueneme, California (4%); and Rota, Spain (4%), and is expected to be completed by September 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $1,042,000; and fiscal 2019 other procurement (Navy) funding for $40,000 will be obligated at time of award, and funds for $1,042,000 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was non-competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The services include test and evaluation, engineering change development, ordnance/ship alterations, modernization engineering, logistics and technical support, ordnance alterations kit development, integration and test support, AN/SPY-1 series radar antenna refurbishment and Coast Guard deep-water program design agent field engineering support. These services are in support of Aegis-equipped CGs and DDGs, allied Aegis-equipped ships and Coast Guard Aegis-configured ships. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $63,992,064. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded a $10,948,268 cost-plus fixed-fee/award-fee order, N62786-19-F-0068, against the previously awarded basic ordering agreement N00024-15-G-2303, to provide advance planning, accomplishment and emergent availabilities for LCS-17 post shakedown availability. Lockheed Martin will provide advance planning and accomplishment of work for emergent availabilities and post-delivery test and trial support. Work will be performed in Mayport, Florida (44%); Hampton, Virginia (24%); District of Columbia (18%); and Moorestown, New Jersey (14%), and is expected to be completed by March 2021. Fiscal 2019 and 2014 shipbuilding and conversion (Navy) funding for $9,866,326 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity.

*Small Business