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 | Dec. 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

Pinnacle Solutions Inc., Huntsville, Alabama, has been awarded a $21,395,866 modification (P00049) to previously awarded FA8621-16-C-6281 for support of the KC-10 training system. This contract modification provides for the exercise of Option Year Four. Work will be performed at Travis Air Force Base, California; Joint Base McGuire-Dix-Lakehurst, New Jersey; and the Training System Support Center in Fairfield, California, and is expected to be complete by Dec. 31, 2020. The total cumulative face value of the contract is $105,964,368. Fiscal 2020 operations and maintenance funds in the amount of $14,965,279 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.

The Boeing Co., Seattle, Washington, has been awarded a $12,011,819 firm-fixed-price contract modification (P00047) to previously-awarded contract FA8625-16-C-6599 for the incorporation of two engine Airworthiness Directives (ADs) and 29 engine service bulletins (SBs) on the program's eight Genx-2B engines. This contract modification will allow for VC-25B operational benefits and cost efficiencies with the work being performed concurrently with the VC-25B-specific modifications to the program's 747-8 aircraft engines under the engineering and manufacturing development activity. This contract modification will allow for the avoidance of increased costs and operational capability interruptions to the presidential aircraft by allowing for the incorporation of the ADs and SBs prior to final delivery of the VC-25B aircraft. Work will be performed at San Antonio, Texas; and Peebles, Ohio, and is expected to be completed by November 2021. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $7,831,032 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.

Computers Sites Inc., Denver, Colorado (P00008, FA8217-16-D-0002); Eaton, Raleigh, North Carolina (P0006, FA8217-16-D-0003); and AllCom Global, Lake St. Louis, Missouri (P00008, FA8217-16-D-0004), have been awarded an estimated maximum increase modification of $197,000,000 for power converting and continuation interfacing equipment. This modification provides for the installation of uninterruptable power supply systems across every major command. Work will be performed at Air Force bases throughout all major commands and is expected to be completed by Dec. 10, 2021. The estimated maximum value for each contract is being increased from $99,990,500 to $197,984,500, for fiscal years 2016-2021. Other procurement funds are being used and no funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

The Boeing Co., El Segundo, California, has been awarded a $21,260,075 modification (P00036) to previously awarded contract FA8819-15-C-0007 to exercise Option 5 for Space Based Space Surveillance Block 10 sustainment. This modification provides for the exercise of an option for the sustainment and required development necessary for Air Force operations and maintenance of the Space Based Space Surveillance System and Red Local Area Network. This effort includes systems engineering, operations, operations support, and contractor logistics support. Work will be performed at El Segundo, California; and Colorado Springs, Colorado, and is expected to be completed by June 20, 2022. The total cumulative face value of the contract is $129,825,811. Fiscal 2020 operations and maintenance funds in the amount of $2,000,000 are being obligated at the time of award. The Space and Missile Systems Center, Special Programs Directorate, Los Angeles Air Force Base, California, is the contracting activity.

Raytheon Co., Aurora, Colorado, has been awarded a $13,543,046, bilaterally negotiated contract modification (P00310) to previously awarded contract FA8807-10-C-0001 to modify the technical baseline to fulfill the requirements of four requests for changes (RFC). The contract modification is for implementation of four RFCs (312, 343, 345, and 393) to the technical baseline. Work will be performed at Aurora, Colorado, and is expected to be completed by June 30, 2021. The total cumulative face value of the contract is $3,308,389,602. No additional funds are being obligated at the time of award as the contract is incrementally funded. The U.S. Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.



ARMY

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $249,152,760 modification (P00042) to contract W56HZV-17-C-0001 for the Self-Propelled Howitzer and carrier, ammunition, tracked vehicles and their associated support under the production contract to build and deliver M109A7s and M992A3s. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 31, 2023. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $249,152,760 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Conco Inc.,* Louisville, Kentucky (W15QKN-20-D-0003); and Delfasco LLC,* Afton, Tennessee (W15QKN-20-D-0004), will compete for each order of the $46,200,000 firm-fixed-price contract for manufacture, inspect, test, and deliver metal containers and covers for the M231 and M232 series for the Modular Artillery Charge Systems. 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. 12, 2024. U.S. Army Contracting Command, New Jersey, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, was awarded a $15,547,894 modification (P00084) to contract W31P4Q-15-C-0102 for the Joint Air-to-Ground Missile production line for a rate ramp increase of 50 to 100 missiles per month. Work will be performed in Orlando, Florida, with an estimated completion date of March 30, 2022. Fiscal 2018 and 2019 procurement of ammunition, Army funds in the amount of $15,547,894 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.


NAVY

Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $123,532,573 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract (N00024-19-C-5112) to exercise options for fiscal 2020 production of AEGIS Weapon System Fire Control System (FCS) MK 99 equipment, AEGIS modernization production requirements, and associated engineering services. These services are in support of DDG 51 Class Flight III destroyers and the Spanish navy’s F-110 program. This modification also covers the production of the AEGIS BMD Kill Assessment Ordnance Alteration (ORDALT) Kits and Solid State Switch Assembly (SSSA) Special Test Equipment (STE). The AMOD program fields combat system upgrades that will enhance the Anti-Air Warfare (AAW) and Ballistic Missile Defense (BMD) capabilities of AEGIS equipped DDG 51 Arleigh Burke-class destroyers. Work will be performed in Andover, Massachusetts (81%); Marlborough, Massachusetts (10%); Chesapeake, Virginia (3 %); Portsmouth, Rhode Island (3%); San Diego, California (2%); and Burlington, Massachusetts (1%), and is expected to be completed by April 2023. Foreign Military Sales; fiscal 2020 shipbuilding and conversion (Navy); fiscal 2020 other procurement (Navy); and fiscal 2020 defense wide procurement funding in the amount of $123,532,573 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.

Arete Associates Inc.,* Northridge, California, is awarded a $17,561,860 firm-fixed-price modification to a previously-awarded contract (N61331-18-D-0012) to exercise Option 2, to provide Coastal Battlefield Reconnaissance and Analysis (COBRA) Block I systems. Work will be performed in Tucson, Arizona (35%); Destin, Florida (35%); and Santa Rosa, California (30%), and is expected to be completed by July 2022. No funding will be obligated at time of award. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity.

Lightforce USA Inc., doing business as Nightforce Optics,* Orofino, Idaho, is awarded a $53,735,930 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for Precision-Variable Power Scopes (P-VPS). This procurement is for the P-VPS Standard and the P-VPS Standard, Long Range. The P-VPS is a precision direct view optic with continuously variable magnification ranging from 3x to less than or equal to 7x and greater than or equal to 25x continuous zoom for U.S. Special Operations Command. Work will be performed in Orofino, Idaho, and is expected to be complete by December 2024. Fiscal 2020 defense procurement funding in the amount of $2,351,124 will be obligated at the time of award and will expire at the end of the current continuing resolution period. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-20-D-JQ57).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $18,055,674 modification (P00055) to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0004). This modification provides for the maintenance and operation of the Australia, Canada, United Kingdom Reprogramming Laboratory (ACURL). This effort includes sustainment support for all ACURL systems to include consumables for the F-35 aircraft in support of the governments of Australia, Canada and the United Kingdom. Work will be performed in Eglin, Florida, and is expected to be completed in February 2021. Non-U.S. Department of Defense participant funds in the amount of $18,055,674 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.

Northrop Grumman, Charlottesville, Virginia, is awarded a $16,055,006 indefinite-delivery/indefinite-quantity (IDIQ), cost-plus-fixed-fee and firm-fixed-price delivery order for engineering and technical services for the design, development, testing, integration and system support of the AN/BPS-16(V)5 radar system. The work will be performed in Charlottesville, Virginia, and is expected to be completed by December 2020. The IDIQ ordering vehicle includes options, which, if exercised, would bring the cumulative value of this contract to $83,253,974 and expire in December 2024. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $410,000 will be obligated at time of award and will expire on Aug. 30, 2020. Fiscal 2019 other procurement (Navy) funding in the amount of $300,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(ii), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-20-D-6203).

Zero Waste Solutions Inc.,* Concord, California, is awarded a maximum $14,288,305 indefinite-delivery/indefinite-quantity firm-fixed-price contract for integrated solid waste management services at various Navy and Marine Corps installations within the San Diego metropolitan area, as well as three outlying naval training installations in the San Diego County area. The work to be performed provides for labor, supervision, management and materials (except those specified as government furnished), to perform various integrated solid waste management service functions as follows: refuse and recycling collection and disposal services. Initial task order is being awarded at $371,768 for integrated solid waste management services at Naval Base San Diego (45%); Marine Corps Air Station Miramar (24.2%); Naval Base Point Loma (23.7%); Marine Corps Recruit Depot (5.8%); Camp Michael Monsoor (0.6%); Remote Survival, Evasion, Resistance and Escape Camp Warner Springs (0.4%); and Camp
DMR Consulting Inc.,* Panama City Beach, Florida, is awarded an $8,991,202 firm-fixed-price modification to previously awarded contract N61331-19-D-0002 to exercise the option for the depot level repair, overhaul and modification for the MK-105 Magnetic Minesweeping Gear. This option exercise is for depot level repair and maintenance of the MK105 Magnetic Minesweeping Gear. The MK105 Magnetic Influence Minesweeping System, better known as the "sled," is a high-speed catamaran hydrofoil platform, which is towed behind the MH-53E helicopter and is used to sweep magnetic influence mines. Work will be performed in Panama City, Florida, and is expected to be completed by December 2020. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $9,475,825 firm-fixed-price delivery order (N00019-20-F-0283) against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides Harpoon/SLAM-ER missile system and Harpoon launch systems follow-on integrated logistics and engineering services support for the Navy and various Foreign Military Sales (FMS) customers. Work will be performed in St. Charles, Missouri (91.89%); St. Louis, Missouri (5.47%); and Yorktown, Virginia (2.64%), and is expected to be completed in February 2022. Fiscal 2020 operations and maintenance (Navy); and FMS funds in the amount of $9,475,825 will be obligated at time of award, $2,464,306 of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($2,464,306; 26%); and FMS customers ($7,011,519; 74%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

PAE Applied Technologies Inc., Fort Worth, Texas, is awarded a $47,364,653 modification (P00088) to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N00019-14-C-0038). This modification extends the period of performance and increases the ceiling to continue providing services in support of range engineering, operations and maintenance support to the Atlantic Test Range and the Atlantic Targets and Marine Operations Division of the Naval Air Warfare Center Aircraft Division. This work will employ disciplines embracing various types of system operations, laboratory and field testing, marine operations and target support services, engineering, range sustainability, maintenance, data reduction and analysis. Work will be performed in Patuxent River, Maryland, and is expected to be completed in June 2020. Fiscal 2020 research, development, test, evaluation; and working capital (Navy) funds for $12,645,500 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.

Konecranes Nuclear Equipment and Services LLC, New Berlin, Wisconsin, is awarded a $46,014,523 firm-fixed-price contract to provide one 175-ton portal crane at Puget Sound Naval Shipyard. The work to be performed provides for the contractor to design, fabricate, assemble, shop test, deliver, install, inspect, field test and make ready for use one 175-ton heavy-lift portal crane to be installed at Puget Sound Naval Shipyard. The crane shall be a portal type with a rotating superstructure, luffing boom, main hoist and an auxiliary hoist designed to meet the dimensional and functional requirements of the specification. The contract also contains six unexercised options, which if exercised, would increase cumulative contract value to $329,923,447. Work will be performed in New Berlin, Wisconsin, and is expected to be completed by November 2023. Fiscal 2020 other procurement, (Navy) funds in the amount of $46,014,523 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities websites with two proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-C-0002).

Lockheed Martin Corp., Fort Worth, Texas, is awarded an $11,548,231 cost-plus-fixed-fee, firm-fixed-price modification (P00025) to a previously awarded fixed-price incentive firm contract (N00019-18-C-1048) to provide work and training necessary for the Autonomic Logistics Information System 3.5 software rollout to the fleet under the low rate initial production Lot XI. Work will be performed in Orlando, Florida (57%); and Fort Worth, Texas (43%), and is expected to be completed in January 2021. Fiscal 2018 aircraft procurement (Air Force, Marine Corps and Navy); non-Department of Defense (DoD) participants; and Foreign Military Sales (FMS) funds in the amount of $11,548,231 are being obligated at time of award, $6,498,614 of which will expire at the end of the current fiscal year. This contract modification combines purchases for the Air Force ($3,043,659; 26%); Marine Corps ($1,476,651; 13%); Navy ($1,978,304; 17%); non-DoD participants ($3,060,938; 27%); and FMS ($1,988,680; 17%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., San Diego, California, is awarded a $9,140,087 cost-plus-fixed-fee delivery order (N00019-20-F-0457) against a previously issued basic ordering agreement (N00019-15-G-0026) in support of the MQ-8C Firescout unmanned aircraft system. This order is for the production and delivery of eight AN/ZPY-8 radar modification kits, eight forward access panel modification kits and all associated non-recurring engineering and qualification efforts in support of mission processor unit upgrades. Work will be performed in Santa Clarita, California (38%); San Diego, California (37%); Fort Worth, Texas (22%); and Lititz, Philadelphia (3%). Work is expected to be completed in April 2021. Fiscal 2018 and 2019 aircraft procurement (Navy) funds for $9,140,087 are being obligated at time of award, $3,921,389 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

Ultrax Aerospace Inc., Lees Summit, Montana, has been awarded a maximum $13,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for spares/repairs in support of the UH-60 Black Hawk Helicopter Automated Flight Control line replaceable units. 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 base contract with no option periods. Location of performance is Montana, with a Dec. 12, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0004).

Chemring Sensors and Electronic Systems Inc., Charlotte, North Carolina, has been awarded a maximum $12,141,494 firm-fixed-price, definitive type contract for Biological Agent Warning System 4 Plus Assembly units. 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 contract with one one-year option period being exercised at the time of award. Location of performance is North Carolina, with an April 30, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-C-0014).


*Small Business