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 | Oct. 21, 2019

High-dollar contracts announced, DCMA will administer

By DCMA Public Affairs

The following contracts with a value of over $7 million were awarded over the last two weeks 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 authorizes $678.4 million in contractor payments per business day.

ARMY

Endeavor Robotics Inc., Chelmsford, Massachusetts, was awarded a $25,500,000 modification (P00005) to contract W56HZV-19-D-0031 to procure reset, sustain, maintain and recap parts for Robot Logistics Support Center technicians. 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 Dec. 31, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $159,138,000 firm-fixed-price Foreign Military Sales (Israel) contract for production of Israel modified variant of family of medium tactical vehicles, including initial parts provisioning and training support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 17, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-D-0009).

Northrop Grumman Systems Corp., Huntsville, Alabama, was awarded a $60,619,031 modification (P00185) to contract W31P4Q-08-C-0418 for engineering, logistics, integration, test and evaluation, and program management activities. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $5,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded an $8,309,050 cost-plus-fixed-fee contract to incorporate a requirement to stabilize the legacy nitroglycerin area facility at Radford Army Ammunition Plant. One bid was solicited with one bid received. Work will be performed in Radford, Virginia, with an estimated completion date of Dec. 31, 2021. Fiscal 2019 procurement of ammunition, Army funds in the amount of $8,309,050 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0021).

AIR FORCE

Space Exploration Technologies Corp., Hawthorne, California (FA8818-20-D-0001); Xbow Launch Systems Inc., Auburn, California (FA8818-20-D-0002); Northrop Grumman Innovation Systems, Chandler, Arizona (FA8818-20-D-0003); Firefly Black LLC, Cedar Park, Texas (FA8818-20-D-0004); United Launch Alliance, Centennial, Colorado (FA8818-20-D-0005); Aevum Inc., Huntsville, Alabama (FA8818-20-D-0006); VOX Space LLC., El Segundo, California (FA8818-20-D-0007); and Rocket Lab USA Inc., Huntington Beach, California (FA8818-20-D-0008), have been awarded a combined ceiling $986,000,000 multiple-award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a nine year ordering period. The contract seeks to capitalize on the emerging small launch providers while providing dedicated and primary launch services to the Department of Defense and other government agencies. The program allows for the rapid acquisition of launch services to meet mission requirements for payloads greater than 400 pounds, enabling launch to any orbit within 12-24 months from task order award. Work will be performed at the contractor facilities and a variety of government launch sites, depending on mission requirements. This award is the result of a competitive source acquisition and nine offers were received. Fiscal 2019 space procurement funds in the amount of $50,000 are being obligated at time of award. The Space and Missile Systems Center, Kirtland Air Force Base, New Mexico, is the contracting activity.

NAVY

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $7,877,789 modification (12) to a firm-fixed-price delivery order (5306) against a previously issued basic ordering agreement (N00019-14-G-0004). This modification procures 36 improved nacelles production kits in support of the CH-53E in-service aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in May 2022. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $7,877,789 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.

The Boeing Co., Seattle, Washington, is awarded a $193,318,432 modification (P00003) to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity contract N00019-18-D-0113. This modification provides CFM56-7B27A/3 and CFM56-7B27AE engine depot maintenance and repair, field assessment, maintenance repair and overhaul engine repair, and technical assistance for removal and replacement of engines for the P-8A Poseidon aircraft in support of the Navy, the government of Australia and Foreign Military Sales customers. Work will be performed in Atlanta, Georgia (94%); and Seattle, Washington (6%), and is expected to be completed in October 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.

StandardAero Inc., San Antonio, Texas, is awarded a $174,743,115 modification (P00004) to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity contract N00019-18-D-0110. This modification provides CFM56-7B27A/3 and CFM56-7B27AE engine depot maintenance and repair, field assessment, maintenance repair and overhaul engine repair, and technical assistance for removal and replacement of engines for the P-8A Poseidon aircraft in support of the Navy, the government of Australia and Foreign Military Sales customers. Work will be performed in Winnipeg, Manitoba, Canada (93%); and San Antonio, Texas (7%), and is expected to be completed in October 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.

AAR Aircraft Services Inc., Indianapolis, Indiana, is awarded a $44,865,877 modification (P00005) to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity contract N00019-18-D-0111. This modification provides P-8A Poseidon aircraft depot scheduled and unscheduled maintenance, fulfillment of depot in-service repair/planner and estimator requirements, technical directive incorporation, airframe modifications, aircraft on ground support, and removal and replacement of engines in support of the Navy, the government of Australia and Foreign Military Sales customers. Work will be performed in Indianapolis, Indiana, and is expected to be completed in October 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.
Raytheon Co., McKinney, Texas, is awarded a $17,897,746 cost-plus-incentive-fee order (N00019-20-F-0277) against a previously issued basic ordering agreement (N00019-15-G-0003). This order procures Advanced Targeting Forward Looking Infrared special test equipment updates to the Windows 10 operating system in support of the F/A-18E/F aircraft. Work will be performed in McKinney, Texas, and is expected to be completed in February 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $17,897,746 will be 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.

BAE Systems Technology Solutions and Services, Rockville, Maryland, is awarded a $7,930,867 modification (P00050) to a previously awarded cost-plus-fixed-fee contract N00421-15-C-0008. This modification exercises an option to provide engineering and technical services for integrated communications and information systems radio communications to Navy ships in support of the Ship and Air Integration Warfare Division, Naval Air Warfare Center – Webster Outlying Field. Work will be performed in Saint Inigoes, Maryland (60%); California, Maryland (30%); Bath, Maine (5%); and Pascagoula, Mississippi (5%), and is expected to be completed in October 2020. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $2,300,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Collins Aerospace, Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded a $21,318,085 modification (P00002) to a cost-plus-fixed-fee delivery order (N00019-19-F-2719) against a previously issued basic ordering agreement N00019-14-G-0021. This modification exercises an option that provides non-recurring engineering support to modernize the High Power Transmit System (HPTS) installed on the E-6B aircraft. This effort modernizes weapons replaceable assemblies and subsystems of the HPTS to avoid obsolescence. Work will be performed in Richardson, Texas (99%); and Cedar Rapids, Iowa (1%), and is expected to be completed in May 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $21,318,085 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.
Brandes Associates Inc.,* Lone Tree, Colorado, is awarded a $78,227,293 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract. This contract provides developmental and engineering support to include development, integration and test of mission planning products such as Naval Mission Planning Systems, Navy Tactical Aircraft, Joint Mission Planning Systems - Marine, Expeditionary, and legacy variants, emerging technology mission management capabilities, defensive electronic warfare libraries and all associated mission planning and control systems and subsystems. Work will be performed in Point Mugu, California (95%); and China Lake, California (5%), and is expected to be completed in November 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small business set aside competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-20-D-0001).

Space Ground Systems Solutions LLC, West Melbourne, Florida, awarded a $17,082,880 cost-plus-fixed-fee contract modification to overall ceiling for previously awarded contract (N00173-15-D-2015) for spacecraft engineering, software, research and development services to the Naval Center for Space Technology (NCST). Specifically, the indefinite-delivery/indefinite-quantity (IDIQ) provides support for software engineering development, maintenance, enhancement and configuration management support for all components contained within the Neptune™ software suite under the direction of the NRL Configuration Control Board, and the VMOC™ software framework under the direction of the VMOC™ program management and software engineering teams. Funding will be obligated for each task order and no funds are obligated on the base IDIQ contract. Work will be performed in Washington, District of Columbia (50%); and West Melbourne, Florida (50%), and is expected to be completed by March 2020. The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity.

Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $9,066,270 modification (P00013) to a previously awarded firm-fixed-price contract (N00019-17-C-0081). This modification exercises an option to procure three spare AE1107C engines in support of the V-22 Osprey program for the government of Japan. Work will be performed in Indianapolis, Indiana, and is expected to be completed in November 2020. Foreign military sales funds in the amount of $9,066,270 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.

DEFENSE LOGISTICS AGENCY

DRS Network & Imaging Systems LLC, Melbourne, Florida, has been awarded an $18,451,845 firm-fixed-price contract for wired housing assemblies. 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 base contract with one one-year option period being exercised at the time of award. Location of performance is Florida, with a Nov. 27, 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, Warren, Michigan (SPRDL1-20-C-0022).
UPDATE: Textron GSE/TUG Technologies Inc., Kennesaw, Georgia (SPE8EC-20-D-0050), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0002, announced Dec. 2, 2016.

National Industries for the Blind, Alexandria, Virginia, has been awarded a maximum $8,562,960 modification (P00005) exercising the first one-year option period of a one-year base contract (SPE1C1-19-D-B043) with four one-year option periods for moisture wicking T-shirts. This is an indefinite-delivery contract. Locations of performance are Virginia, North Carolina and Arkansas, with an Oct. 30, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Patriot Industries Inc., Monticello, Kentucky, has been awarded a $51,752,250 firm-fixed-price, definite-quantity contract for rifleman sets with tactical assault panels. This was a competitive acquisition with four responses received. This is a one-year base contract with no option periods. Location of performance is Kentucky, with a Sept. 30, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-C-0001).

The Gorman-Rupp Co.,* Mansfield, Ohio, has been awarded a maximum $7,245,900 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hydraulic pump units for heavy expanded mobility tactical truck vehicles. 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 five-year contract with no option periods. Location of performance is Ohio, with an Oct. 8, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0006).


*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)