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 | Nov. 4, 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.

NAVY

Northrop Grumman Systems Corp. - Marine Systems, Sunnyvale, California, is awarded a cost-plus incentive-fee $77,377,019 contract modification (P00002) to a previously awarded contract (N00030-19-C-0015) for technical engineering services, design and development engineering, component and full scale test and evaluation engineering, and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment (CMC). Work will be performed in Sunnyvale, California (55%); Ridgecrest, California (20%); Cape Canaveral, Florida (10%); Bangor, Washington (5%); Kings Bay, Georgia (5%); Barrow-In-Furness, England (2%); New London, Connecticut (1%); Quonset Point, Rhode Island (1%); and Arlington, Virginia (1%), and is expected to be completed by March 31, 2024. Fiscal 2020 shipbuilding and conversion Navy funding in the amount of $34,868,308 will be obligated on this award. Fiscal 2020 United Kingdom common funding in the amount of $42,508,711 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Lockheed Martin, Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,019,951 cost-plus-fixed-fee modification to a previously-awarded contract N00024-11-C-2300 to exercise an option for the accomplishment of post-delivery support for USS Minneapolis-Saint Paul (LCS 21) of the Littoral Combat Ship (LCS) program. This option exercise is for post-delivery support for the LCS program. Lockheed Martin, Rotary and Mission Systems, will provide expert design, planning and material support for LCS 21's post-delivery period. Lockheed Martin will perform the planning and implementation of deferred design changes that have been identified during the construction period. The corrections and upgrades are necessary to support USS Minneapolis-St. Paul sail-away and follow-on post-delivery test and trials period. Work will be performed in Marinette, Wisconsin (57%); Hampton, Virginia (14%); Moorestown, New Jersey (11%); San Diego, California (11%); and Washington, District of Columbia (7%), and is expected to be completed by October 2021. Fiscal 2015 shipbuilding and conversion (Navy) funding for $7,000,000 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 Co., Cincinnati, Ohio, is awarded an $8,747,720 firm-fixed-price delivery order (N00024-20-F-4117) under a previously-awarded basic ordering agreement N00024-18-G-4113 for integrated electronic controller kits for LM2500 marine gas turbine engines. The materials procured under this basic ordering agreement are LM2500 MGTEs and related material. MGTEs are installed in FFG 7, CG 47, DDG 51, LCS Independence variant, LHD 8 and LHA 6AF-class vessels. Work will be performed in Cincinnati, Ohio, and is expected to be completed by December 2020. Fiscal 2020 other procurement (Navy) funding in the amount of $8,747,720 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Dyncorp International LLC, Fort Worth, Texas, is awarded a $56,496,749 modification (P00033) to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable contract (N68936-17-C-0052). This modification exercises an option that provides aircraft maintenance, modification and aircrew support. This modification includes organizational-level aircraft maintenance and logistics support on aircraft, systems/subsystems, aircrew systems, search-and-rescue equipment and support equipment for P-3 Orion, C-130 Hercules, F/A-18 Hornet, E/A-18 Growler, AV-8B Harrier II and H-60 Seahawk for the Naval Test Wing Pacific. Work will be performed in China Lake, California (50%); Point Mugu, California (40%); Hickman Air Force Base, Hawaii (2%); Lemoore, California (2%); Patrick Air Force Base, Florida (1%); Holloman Air Force Base, New Mexico (1%); Patuxent River, Maryland (1%); Yuma, Arizona (1%); Miramar, California (1%) and North Island, California (1%), and is expected to be completed in October 2020. Fiscal 2020 working capital (Navy) funds for $42,121,234 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, Weapons Division, China Lake, California, is the contracting activity.

General Dynamics Information Technology Inc., Fairfax, Virginia, is awarded a $46,103,818 modification (P00024) to a previously awarded indefinite-delivery/indefinite-quantity contract (W15QKN-15-D-0001) to execute Award Term 4 for integrated logistics support for multiple Foreign Military Sales customers. Work will be performed at Patuxent River, Maryland (52%); Mechanicsburg, Pennsylvania (5.5%); Philadelphia, Pennsylvania (5.5%); Jacksonville, Florida (2.5%); Pensacola, Florida (2.5%); various other locations within the continental U.S. (4%); Kuwait City, Kuwait (24%); Atsugi, Japan (1%) Iwakuni, Japan (1%); Koahsiung, Taiwan (1%); and Cairo, Egypt (1%), and is expected to be completed in October 2020. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Boston Consulting Group, Bethesda, Maryland, is awarded a $16,054,435 modification (P00007) to a previously issued firm-fixed-price order (N00421-19-F-0106) against a General Services Administration, Federal Supply Schedule contract (GS-10-F-0253V). This modification exercises the option to continue the implementation of a new Naval Sustainment System (NSS) to include the development of governance, coordination and accountability mechanisms across the Naval Aviation Enterprise. The Commander for the Fleet Readiness Center's contribution to the NSS will deploy commercial maintenance best practices, tailored to the Navy's operational requirements and starting position; in order to reduce component repair and heavy maintenance periodic maintenance inspection turnaround times and better enable aviation readiness recovery. Work will be performed in Bethesda, Maryland, and is expected to be completed in April 2020. Fiscal 2020 operation and maintenance (Navy) funds for $16,054,435 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Tewksbury, Massachusetts, is awarded an $11,517,079 cost-plus-fixed-fee and cost-plus-incentive-fee modification to a previously awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support and engineering services. The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed and precise firepower, and long ranges in support of forces ashore, while incorporating signature reduction, active and passive self-defense systems and enhanced survivability features. Work will be performed in Portsmouth, Rhode Island (51%); Tewksbury, Massachusetts (21%); San Diego, California (11%); Nashua, New Hampshire (6%); Bath, Maine (5%); Los Angeles, California (3%); Marlboro, Massachusetts (2%); and Fort Wayne, Indiana (1%), and is expected to be completed by October 2020. Fiscal 2020 research, development, test and evaluation (Navy); and operation and maintenance (Navy) funding for $3,164,948 will be obligated at time of award, and funds for $712,934 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $10,000,353 modification (P00003) to a previously awarded cost-plus-fixed-fee contract (N00019-19-C-0016). This modification extends the period of performance and increases scope to include obsolescence redesign in support of the production and delivery of Harpoon Block II missiles for the government of Saudi Arabia. Work will be performed in McKinney, Texas (63.46%); Minneapolis, Minnesota (21.61%); and St. Louis, Missouri (14.93%), and is expected to be completed in November 2019. Foreign Military Sales funds for $10,000,353 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.

Physical Optics Corp.,* Torrance, California, is awarded an $8,631,282 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the design, test, production and delivery of up to 503 C-Band radar tracking transponders in support of the Aerial Targets program. Work will be performed in Torrance, California, and is expected to be completed in October 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 competitively procured as a small business set-aside via an electronic request for proposal; three offers were received. The Naval Air Warfare Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0005).

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $69,247,177 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for up to 931,200 man hours of installation and certification technical support to the Combat Integration and Identification Systems Division, Naval Air Warfare Center, Aircraft Division (NAWCAD) Webster Outlying Field and Patuxent River in support of the Navy and the governments of Japan, South Korea and Australia. Work will be performed in St. Inigoes, Maryland (80%); and Rockville, Maryland (20%), and is expected to be completed in April 2025. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; one offer was received. The NAWCAD, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0003).

Aircraft Readiness Alliance LLC,* Anchorage, Alaska, is awarded a $55,170,944 modification (P00012) to a previously awarded cost-plus-fixed-fee contract (N68936-17-C-0081). This modification exercises an option to provide depot level maintenance services in support of the Fleet Readiness Center Southwest mission. Work will be performed in San Diego, California (79.5%); Lemoore, California (8.5%) Camp Pendleton, California (3.4%); Yuma, Arizona (2.4%); Miramar, California (2.2%); Whidbey Island, Washington (1.7%); Kaneohe Bay, Hawaii (1%); Nellis, Nevada (1%); and Fallon, Nevada (0.3%), and is expected to be completed in October 2020. Fiscal 2020 working capital (Navy) funds in the amount of $19,062,893 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, Weapons Division, China Lake, California, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $10,571,178 modification (P00015) to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0040). This modification provides for the development and delivery of an enhanced simulator database and project management support for the F-35 aircraft in support of the government of Japan. Work will be performed in Orlando, Florida (70%); and Fort Worth, Texas (30%), and is expected to be completed in July 2021. Foreign Military Sales funds in the amount of $10,311,534 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.

BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $119,938,228 modification to exercise options for the fixed-price-incentive (firm target) and firm-fixed price contract line item numbers (CLINs) 4000, 4003 and 4004 portions of a previously awarded contract (M67854-16-C-0006). This modification is for the purchase of 30 Amphibious Combat Vehicles and associated production, fielding and support costs and depot support products. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15%); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), and is expected to be completed in January 2022. Fiscal 2020 procurement (Marine Corps) funds in the amount of $119,938,228 will be obligated at the time of award, and will not expire at the end of the current fiscal year. The contract was based on full and open competition with the solicitation publicized on the Federal Business Opportunities website with five offers received. The option CLINs were included within that contract and are being exercised in accordance with Federal Acquisition Regulation 52.217-7 Option for Increased Quantity-Separately Priced Line Item. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006).

Northrop Grumman Systems Corporation-Marine Systems, Sunnyvale, California, is awarded a cost-plus-fixed-fee $7,542,234 contract modification (P00024) to a previously awarded contract (N00030-16-C-0015) to provide support for technical engineering services, design and development engineering, component and full scale test and evaluation engineering and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment. Work will be performed in Sunnyvale, California (55%); Ridgecrest, California (20%); Cape Canaveral, Florida (10%); Bangor, Washington (5%); Kings Bay, Georgia (5%); Barrow-In-Furness, England (2%); New London, Connecticut (1%); Quonset Point, Rhode Island (1%); and Arlington, Virginia (1%), with an expected completion date of Sept. 30, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $315,604; and United Kingdom funding in the amount of $5,454,694 are being obligated on this award. Funds in the amount of $315,604 expire at the end of the current fiscal year. Subject to the availability of funding, fiscal 2020 research, development, test and evaluation and United Kingdom funding in the amount of $1,771,936 will be obligated on this award. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $7,027,643,109 modification to a previously awarded firm-fixed-price, fixed-price-incentive-firm-target, cost-reimbursable contract (N00019-17-C-0001). This modification provides for the procurement of 114 F-35 aircraft for Air Force, Marine Corps and Navy; non-Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Specifically the modification procures 48 F-35A aircraft for the Air Force, 20 F-35B aircraft for the Marine Corps, nine F-35C aircraft for the Navy, 12 F-35A aircraft for the government of Norway, 15 F-35A aircraft for the government of Australia, and eight F-35A and two F-35B aircraft for the government of Italy. The above U.S. aircraft quantities are inclusive of fiscal 2019 (Lot 13) plus up aircraft. In addition, this modification adds scope for the Air System Diminishing Manufacturing Sources integration, software data loads, critical safety items, red gear, non-recurring engineering, recurring engineering and the Joint Strike Fighter Airborne Data Emulator. Work will be performed in Fort Worth, Texas (57%); El Segundo, California (14%); Warton, United Kingdom (9%); Cameri, Italy (4%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); Nagoya, Japan (2%); and various locations outside the continental U.S. (2%), and is expected to be completed in March 2023. Fiscal 2019 aircraft procurement (Air Force, Marine Corps and Navy); non-DoD participants; and FMS funds in the amount of $7,027,643,109 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($2,812,512,346); Marine Corps ($1,297,487,314); Navy ($612,389,812); non-DoD participants ($2,243,321,947); and FMS ($61,931,690) customers. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded an $84,573,278 modification (P00058) to a previously awarded firm-fixed-price, cost-reimbursable contract (N00019-15-C-0120). This modification exercises an option to provide logistics services in support of the E-6B aircraft and the requirement for parts industry management and support equipment maintenance for the E-6B Take Change and Move Out and Airborne Command Post aircraft. Logistics support to the aircraft weapon system as well as systems engineering, associated support sites, and supporting organizations. Work will be performed in Oklahoma City, Oklahoma (70%); Bellevue, Nebraska (10%); Fairfield, California (10%); and Patuxent River, Maryland (10%), and is expected to be completed in November 2020. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $26,592,990 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.

Lockheed Martin Rotary Mission Systems, Owego, New York, is awarded a $43,439,773 modification (P00015) to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00019-18-C-1066). This modification increases the scope and ceiling of the contract to provide electronic warfare capability development and integration in support of the design, development, and integration of the advanced digital receiver/processor upgrade to the existing E-2D AN/ALZ-217 electronic support measures receiver/processor, active front end, and receive antenna weapons replaceable assemblies. Work will be performed in Owego, New York (99%); and Clearwater, Florida (1%), and is expected to be completed in September 2023. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $9,382,120 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.

MISSILE DEFENSE AGENCY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a sole source, cost only contract modification (P00069) under previously awarded contract HQ0276-15-C-0003 to increase the CLIN 0014 undefinitized contract action not-to-exceed value by $267,178,800 from $387,187,200 to $654,366,000. Under this modification, the "pacing items only" restriction is removed and the contractor is now authorized to work the full, unchanged, effort to manufacture, assemble, test and deliver 20 Standard Missile-3 Block IIA missiles and related efforts, and four missiles under Foreign Military Sales (FMS) case JA-P-ATB to Japan. The value of the contract is increased by $267,178,800 from $1,198,400,240 to $1,465,579,040. The work will be performed in Tucson, Arizona; and Huntsville, Alabama, with an estimated completion date of December 2022. Fiscal 2018 procurement, defense-wide funds in the amount of $209,000,000; and FMS funds in the amount of $7,652,000 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-15-C-0003).

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a sole-source, cost-plus-incentive-fee contract modification (P00345) under previously awarded contract HQ0276-10-C-0001. The total value of this contract modification is $139,663,509. The total value of the contract increases from $3,024,726,153 by $139,663,509 to $3,164,389,662. This modification provides for scope supporting Aegis Ballistic Missile Defense, including additional upgrades to Baseline 5.4, flight test, ground test, post-certification engineering, in-service support, and future studies. This contract modification contains a three month option period which, if exercised, will increase the cumulative value of this contract to $3,210,363,559. Work will be performed in Moorestown, New Jersey, with an expected completion date of July 31, 2020. If all options are exercised, the period of performance would extend through Oct. 31, 2020. Fiscal 2019 and 2020 research, development, test and evaluation; fiscal 2018, 2019 and 2020 procurement defense wide; and fiscal 2020 operations and maintenance funds in the amount of $12,080,453 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

Northrop Grumman Systems Corp., Azusa, California, is being awarded a firm-fixed-price prototype award with a total value of $20,000,000 through the Missile Defense Agency's authority under 10 U.S. Code § 2371b. This prototype award was competitively solicited via publication through the Space Enterprise Consortium Other Transaction Agreement between Space and Missile Systems Center and Advanced Technology International (FA8814-18-9-0002). Twelve proposals were received. Under this award, the performer will provide the Missile Defense Agency's Hypersonic and Ballistic Tracking Space Sensor Program with prototype payload design and signal-chain processing risk reduction demonstration. The work will be performed in Azusa, California, with an estimated completion date of Oct. 31, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $15,000,000 will be obligated at the time of award. These funds will expire at the end of the 2020 fiscal year. Missile Defense Agency, Schriever Air Force Base, Colorado, is the contracting activity (HQ0857-20-9-0003).

Leidos Inc., Reston, Virginia, is being awarded a firm-fixed-price prototype award with a total value of $19,995,345 through the Missile Defense Agency's authority under 10 U.S. Code § 2371b. This prototype award was competitively solicited via publication through the Space Enterprise Consortium Other Transaction Agreement between Space and Missile Systems Center and Advanced Technology International (FA8814-18-9-0002). Twelve proposals were received. Under this award, the performer will provide the Missile Defense Agency's Hypersonic and Ballistic Tracking Space Sensor Program with prototype payload design and signal-chain processing risk reduction demonstration. The work will be performed in San Diego, California, with an estimated completion date of Oct. 31, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $15,000,000 will be obligated at the time of award. These funds will expire at the end of the 2020 fiscal year. Missile Defense Agency, Schriever Air Force Base, Colorado, is the contracting activity (HQ0857-20-9-0002).

ARMY

Ravenswood Solutions, Fremont, California, was awarded a $62,896,230 hybrid (cost-no-fee and firm-fixed-price) contract for a fully instrumented, highly realistic, and immersive training environment. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0002).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $9,043,846 modification (P00091) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles; and operations and maintenance, Army funds in the amount of $9,043,846 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Montana State University, Bozeman, Montana, was awarded an $8,600,000 modification (P00001) to contract W911W6-18-C-0050 for or primary aircraft structure, to understand and overcome challenges to production of primary aircraft structure using stretch-broken carbon fiber. Work will be performed in Bozeman, Montana, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 and 2019 research, development, test and evaluation, Army funds in the amount of $8,600,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $162,403,915 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to procure small multipurpose equipment transport systems; support hardware including authorized stockage list kits and prescribed load list kits; and services for refurbishment, user training, field service representative, system technical support, program management support for pre-production meetings, and storage. Four bids were solicited with four received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 29, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-D-0002).

The Boeing Co., Mesa, Arizona, was awarded a $62,294,566 modification (PZ0005) to contract W58RGZ-19-C-0024 for performance-based logistics support for the AH-64D/E Apache Attack helicopter. Work will be performed in Mesa, Arizona, with an estimated completion date of April 30, 2024. Fiscal 2019 Army working capital funds in the amount of $62,294,566 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $16,553,897 cost-plus-fixed-fee contract for universal armament interface. This contract provides for system engineering and program management for universal armament interface development. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 19, 2024. This award is the result of a sole source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $923,829 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8628-20-C-2267).

The Boeing Co., Layton, Utah, has been awarded a $22,571,000 firm-fixed-price contract modification (P00009) to previously award contract FA8204-19-C-0001 for ICBM Cryptography Upgrade Increment II (ICU II) production. This modification exercises production Lot 2, Option 1 and provides the government 54 A-4 drawers. Work will be performed at Huntsville, Alabama; Huntington Beach, California; and Layton, Utah, and is expected to be completed by Jan. 12, 2022. The total cumulative face value is $104,213,725. Fiscal 2019 missiles procurement funds in the amount of $1,826,000; and fiscal 2020 missiles procurement funds in the amount of $20,745,000 are being obligated at the time of award. The Air Force Nuclear Weapons Center, ICBM Contracting Division, Hill Air Force Base, Utah, is the contracting activity.

Raytheon Co., Tewksbury, Massachusetts, has been awarded a $22,250,138 cost-plus-incentive-fee contract modification (P00039) to previously awarded FA8730-15-C-0002 for the Qatar Air Missile Defense Operation Center (ADOC). The contract modification is for the procurement of the outside continental U.S. transfer of ADOC prime mission equipment (PME), installation of ADOC PME, integration activities, training of ADOC operators, and development of a communications cabinet. Work will be performed in Tewksbury, Massachusetts; and Qatar, and is expected to be completed by May 31, 2020. This modification involves 100 percent foreign military sales to Qatar. Total cumulative face value of the contract is $303,037,178. Foreign Military Sales funds in the amount of $22,250,138 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $9,331,526 cost-plus-incentive-fee contract modification (P01025) to a previously awarded contract F19628-02-C-0010 for sustainment of the Ground-Based Electro Optical Deep Space Surveillance (GEODSS) weapons system. Work will be performed at White Sands Missile Range, New Mexico; Diego Garcia, British Indian Ocean Territory; Maui, Hawaii; and Colorado Springs, Colorado, and is expected to be completed by June 30, 2020. The total cumulative face value is $9,331,516. Fiscal 2020 operations and maintenance funds in the amount of $3,463,000 are being obligated at time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity.

Lockheed Martin Co., Space Systems Co., King of Prussia, Pennsylvania, has been awarded a $7,325,831 contract modification (P00031) to previously awarded contract FA8823-17-C-0003 for the AN/UMQ-13 Meteorological Data Station MARK IV-B System sustainment. The MARK IV-B is a web enabled client-server system that receives, processes, disseminates and stores real time imagery and mission sensor data from polar orbiting and geostationary satellites. Data from multiple satellites can be processed simultaneously. Using approved network protocols the system disseminates environmental imagery and sensor data to internal/external modeling systems and provides stored environmental imagery and sensor data to forecaster users. The MARK IV-B Forecaster client software is fully interrogatable and enables weather personnel to manipulate and transform environmental data. The MARK IV-B provides both automatic and semiautomatic dissemination of products to other approved external systems. Work will be performed at King of Prussia, Pennsylvania, and is expected to be completed by Oct. 31, 2020. The total cumulative face value is $27,313,202. Fiscal 2020 operations and maintenance funds in the amount of $3,438,207; and spectrum relocation funds in the amount of $644,391 are being obligated at the time of option award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

L‐3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded an estimated $30,000,000 firm-fixed‐price, indefinite‐delivery/indefinite‐quantity modification (P00019) to previously awarded contract FA8106‐17‐D‐0001 for contractor logistic support of the Air Force C‐12 fleet. Work will be performed in Madison, Mississippi; San Angelo, Texas; Okmulgee, Oklahoma; Buenos Ares, Argentina; Gaborone, Botswana; Brasilia, Brazil; Bogota, Columbia; Cairo, Egypt; Accra, Ghana; Tegucigalpa, Honduras; Budapest, Hungary; Joint Base Andrews, Maryland; Nairobi, Kenya, Rabat, Morocco; Manila, Philippines; Riyadh, Saudi Arabia; Bangkok, Thailand; Ankara, Turkey; Edwards Air Force Base, California; Holloman Air Force Base, New Mexico; Joint Base Elmendorf‐Richardson, Alaska; Oslo, Norway; and Yokota Air Base, Japan, and is expected to be completed by Dec. 31, 2020. The estimated cumulative face value of the contract is $120,000,000. Fiscal 2020 aircraft procurement funds are being used and no funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

The Superior Forge & Steel Corp., Lima, Ohio (FA8681-20-D-0020); and Ellwood National Forge, Irvine, Pennsylvania (FA8681-20-D-0021), have been awarded $90,000,000 multiple award, indefinite-delivery/indefinite-quantity contracts. These contracts provided for the procurement of GBU-57 Massive Ordnance Penetrators BLU-J 27C/B Penetrator warhead case assemblies with associated components. Work will be performed at Lima, Ohio; and Irvine, Pennsylvania, and is expected to be complete by Oct. 28, 2027. This award is the result of two sole source acquisitions. Fiscal 2018 ammunition production funds in the amount of $3,000 per contractor for the initial delivery order are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

*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)