DOD AWARDED CONTRACTS
CONTRIBUTING SOURCE: U.S. Department of Defense
DEFENSE LOGISTICS AGENCY
Apex Clean Energy Holdings LLC,* Charlottesville, Virginia, has been awarded a maximum $497,350,565 firm-fixed-price contract for electricity from an on-site solar and off-site wind energy production facility, supplemented with electricity from conventional resources. This was a competitive acquisition with nine responses received. This is a 29-year, 10-month contract for renewable energy. The conventional energy portion of the contract is 10 years, with one 10-year and one eight-year option period. Locations of performances are Virginia and Texas, with an Oct. 31, 2045, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2046 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-16-D-8000).
US Foods Lexington, Lexington, South Carolina, has been awarded a maximum $64,500,000 fixed-price with economic price adjustment contract for prime vendor food and beverage support for customers in the South Carolina area. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a 363-day bridge contract. Location of performance is South Carolina, with a Jan. 14, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-3164).
Labatt Food Services, San Antonio, Texas, has been awarded a maximum $52,500,000 fixed-price with economic price adjustment contract for prime vendor food and beverage support for customers in the San Antonio area. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a 363-day bridge contract. Location of performance is Texas, with a Jan. 14, 2017, performance completion date. Using military services are Army, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-3163).
U.S. TRANSPORTATION COMMAND
Nine companies have each been awarded a share of an estimated $125,922,873 third option-year modification P00013 under an indefinite-delivery/indefinite-quantity fixed-price with economic price adjustment contract for Category A international commercial air cargo transportation service. For all companies, the modification brings the total cumulative face value of the contract to $549,663,016 from $ 423,740,143. The companies are: Alaska Airlines Inc., Seattle, Washington (HTC711-13-D-C001); Atlas Air Inc., Purchase, New York (HTC711-13-D-C002); Federal Express Corp., El Segundo, California (HTC711-13-D-C003); Kalitta Air LLC,* Leesburg, Virginia; (HTC711-13-D-C004); Miami Air International Inc.,* Miami, Florida (HTC711-13-D-C005); National Air Cargo Group Inc.,* Orlando, Florida (HTC711-13-D-C006); Northern Air Cargo Inc., Anchorage, Alaska (HTC711-13-D-C007); Omni Air International Inc.,* Tulsa, Oklahoma (HTC711-13-D-C008); and United Parcel Service Co., Louisville, Kentucky (HTC711-13-D-C009). Work will be performed worldwide as specified on each individual order, and is expected to be completed Jan. 31, 2017. Funds will be obligated through decentralized orders. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
U.S. SPECIAL OPERATIONS COMMAND
Minburn Technology Group LLC, Great Falls, Virginia (H92222-16-F-0019) is being awarded a maximum $115,000,000 firm-fixed-price delivery order to procure commercial Microsoft software licenses and software assurance in support of U.S. Special Operations Command Headquarters Procurement Division (SOF AT&L-KS). The majority of the work will be performed in Great Falls, Virginia, and is expected to be completed by Dec. 31, 2018. Fiscal 2016 operations and maintenance (O&M) funds in the amount of $26,328,058 are being obligated at time of award to satisfy the minimum guarantee. Procurement or O&M funding will be used as appropriate for new software. U.S. Special Operations Command Contracting office, Tampa, Florida, is the contracting activity.
ARMY
General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $75,324,426 cost-plus-fixed-fee, undefinitized contract action to provide non-recurring engineering efforts for the design and integration of a 30mm cannon mounted on an unmanned, stabilized turret onto the Stryker infantry carrier vehicle platform, and the development of eight prototypes. Per requirement, these contracts are only obligated to be funded up to 50 percent and this contract has obligated $30,757,464. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Jan. 15, 2021. Bids were solicited via the Internet with one received. Fiscal 2015 research, development, test and evaluation (Army) funds in the amount of $2,300,000; and fiscal 2016 research, development, test and evaluation (Army) funds in the amount of $28,457,000, were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0038).
The Whiting-Turner Contracting Co., Baltimore, Maryland, was awarded a $30,469,870 firm-fixed-price contract for renovation of the 20th Chemical, Biological, Radiological, Nuclear, and Enhanced Conventional Weapons command headquarters facility. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Jan. 4, 2018. Bids were solicited via the Internet with six received. Fiscal 2012 military construction funds in the amount of $30,469,870 were obligated at the time of the award. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-16-C-0002).
Lockheed Martin, Orlando, Florida, was awarded a $15,017,849 firm-fixed-price, foreign military sales contract for a digital battle staff trainer, war simulation trainer. Work will be performed in Saudi Arabia, with an estimated completion date of Dec. 31, 2017. Bids were solicited via the Internet with one received. Fiscal 2016 other funds in the amount of $15,017,849 were obligated at the time of the award. Army Contracting Command, Program Manager Saudi Arabia National Guard, is the contracting activity (W90BRJ-16-C-0008).
NAVY
SMIT Singapore PTE Ltd., Singapore, is being awarded a $43,000,000 modification to previously awarded contract N00024-12-D-4120 to exercise an option for salvage, salvage-related towing, harbor clearance, ocean engineering, and point-to-point towing services to support the Director of Ocean Engineering, Supervisor of Salvage and Diving (SUPSALV). The Naval Sea Systems Command, SUPSALV, is responsible for maintaining contracts for commercial sources to supplement the Navy’s salvage, diving, towing, and search and recovery capabilities. Work will be performed in the Western Pacific waters and is expected to be completed by February 2017. No funding is being obligated at time of award and funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Crowley Technical Management Inc., Jacksonville, Florida, is being issued a $34,498,445 modification under a previously awarded firm-fixed-price contract (N62387-15-C-2505) to exercise a one-year option period for the operation and maintenance of five Navy Ocean Surveillance Ships (T-AGOS) and two Missile Range Instrumentation Ships (T-AGM). Work will be performed worldwide and is expected to be completed by Jan. 21, 2017. Navy working capital funds in the amount of $34,498,445 are being obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.
General Nucleonics Inc., Pomona, California, is being awarded a $16,577,014 firm-fixed-price long-term requirements contract for the repair for three weapons replaceable assemblies in support of the Main Rotor Blade In Flight Inspection System utilized on the H-53 aircraft. Work will be performed in Pomona, California, and work is expected to be completed by June 2020. No funds will be obligated at the time of award. Fiscal 2016 working capital funds (Navy) will be provided through individual delivery orders as they are issued; none of which will expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement, and one offer was received in accordance with Federal Acquisition Regulation 6.302-1. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-16-D-009F).
Lockheed Martin Corp., Missiles and Fire Control, Orlando, Florida, is being awarded a $14,221,556 cost-plus-fixed-fee undefinitized contract action for the procurement of non-recurring engineering requirements on the Target Sight System (TSS), including software development and testing, system modification, testing, and installation requirements necessary to configure the TSS to the requirements of the government of Pakistan. The TSS provides target identification and tracking, passive targeting for integrated weapons, including Hellfire missiles, and a laser-designation capability supporting friendly laser-guided weapons. The TSS is integrated into the AH-1Z Cobra attack helicopters. Work will be performed in Orlando, Florida (94 percent); and Ocala, Florida (6 percent). The work is expected to be complete by December 2017. Fiscal 2016 foreign military sales funding in the amount of $3,555,389 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract is being negotiated on a sole-source basis in accordance with statutory authority 10 U.S. Code 2304(c)(4) as implemented by Federal Acquisition Regulation 6.302-4. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-16-C-JQ11).
Martin Baker Aircraft Co. Ltd., Higher Denham, Near Uxbridge, Middlesex, England, is being awarded a $9,458,828 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0066), for the procurement of 30 Navy Aircrew Common Ejection Seats for F/A-18 series and EA-18G aircraft for the Navy. In addition, this modification provides for associated hardware, equipment, technical data, and production support services. Work will be performed in Higher Denham, Near Uxbridge, Middlesex, England (61.86 percent); Johnstown, Pennsylvania (22.46 percent); Ronkonkoma, New York (8.24 percent); and Chatsworth, California (7.44 percent), and is expected to be completed in August 2017. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $9,458,828 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.
AIR FORCE
L-3 Communications-Vertex Aerospace, Madison, Mississippi, was awarded an estimated $42,017,407 modification (P00012) to exercise the option on previously awarded contract FA3002-14-C-0013 for support to the T-1, T-6, and T-38 undergraduate pilot training at Vance Air Force Base. Work will be performed at Vance Air Force Base, Oklahoma, and Option 1 will be complete by Sept. 30, 2016. There are five more option periods under contract. The estimated completion date after all options is Sept. 30, 2021. No funds are being obligated at the time of award. Air Force Installation Contracting Agency, Joint Base San Antonio-Randolph, Texas, is the contracting activity. (Awarded on Sept. 17, 2015)
Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $30,727,886 undefinitized contract action for the Pakistani Air Force (PAF) C-130 fleet. Contractor will design, manufacture, integrate, train, provide technical support during installation, and deliver 11 C-130E model kits and five C-130B integrated avionics suites and kits. Additionally, Rockwell Collins shall develop, validate, and deliver consolidated B/E flight manual and associated checklists, and maintenance supplements required to operate, maintain, and sustain the PAF C-130 fleet. Work will be performed at Nur Khan Base, Islamabad, Pakistan, and is expected to be complete by Dec. 31, 2020. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales to the country of Pakistan. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-16-C-0005).
Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not-to-exceed $10,035,434 modification (P00510) to previously awarded contract FA8625-11-C-6597 for C-130J advanced procurement and external fuel tank modification kits. Contractor will provide long-lead items and the external fuel tank mod kits in preparation for the procurement of C-130Js for Israel. Work will be performed at Marietta, Georgia, and is expected to be complete by June 30, 2018. This contract is 100 percent foreign military sales to Israel. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
PAE Applied Technologies LLC, Fort Worth, Texas, was awarded an estimated $8,196,039 modification (P00015) to exercise the option on previously awarded contract FA3002-15-C-0003 for support services. Contractor will provide communications and information technology, housing management, operations and maintenance, space management, grounds and site management among other contract items. Work will be performed at Vance Air Force Base, Oklahoma, and is expected to be complete by Feb. 29, 2016. No funds are being obligated at the time of award. Air Force Installation Contracting Agency, Joint Base San Antonio-Randolph, Texas, is the contracting activity, and is working another three-month extension of services. (Awarded on Nov. 19, 2015)
CORRECTION: The contract to Exelis Inc., awarded on Dec. 3, 2015, had an incorrect contract number. The correct number is FA8730-16-C-0009. All other information in the release is accurate.
MISSILE DEFENSE AGENCY
Raytheon Co. Integrated Defense Systems, Woburn, Massachusetts, is being awarded a modification (P00053) to a previously awarded fixed-price-incentive-firm contract. The value of this contract modification is $35,999,523, increasing the total contract value from $208,191,227 to $244,190,750. Under this contract modification, the contractor will implement a data processor and signal processor equipment suite modernization at Royal Air Force Fylingdales, United Kingdom. The performance period is from January 2016 through July 2018. Fiscal 2014 and 2015 procurement funds in the amount of $35,999,523 will be obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-12-C-0014).
*Small business
NAVY
CH2M Hill Inc., Virginia Beach, Virginia, is being awarded a maximum amount $240,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity architect-engineering contract for comprehensive, long-term environmental action services on Navy and Marine Corps installations at various Department of Defense sites in the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR). The work to be performed provides for architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy’s Environmental Restoration Program, Munitions Response Program, and other similar programs at any Navy and Marine Corps activity in the AOR covered by NAVFAC Atlantic. The principle geographic areas covered by this contract include NAVFAC Mid-Atlantic Hampton Roads and Marine Corps Integrated Product Teams, Washington, Northwest, Southwest, and Europe Africa Southwest Asia AORs and Puerto Rico. Task order 0001 is being awarded at $180,000 for architect engineering services at the program management office in Virginia Beach, Virginia. Work for this task order is expected to be completed by March 2016. All work on this contract will be performed within the NAVFAC Atlantic AOR including, but not limited to, North Carolina (26 percent); Puerto Rico (26 percent); Virginia (26 percent); Maryland (8 percent); California (5 percent); Washington, District of Columbia (3 percent); West Virginia (3 percent); Washington (2 percent); and Alaska (1 percent), and is expected to be completed by January 2021. Fiscal 2016 environmental restoration (Navy) contract funds in the amount of $180,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by environmental restoration (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-16-D-9000).
L-3 Communications Corp., Northampton, Massachusetts, was awarded a $44,710,060 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, cost reimbursement, firm-fixed-price contract for depot-level services for the upgrade, repair, and overhaul of the photonics masts. The Photonics Mast (PM) and Photonics Mast Variant (PMV) are major units within the imaging systems on Virginia-class and Ohio-class submarines. This procurement will provide for repair of masts; replacement and repair of mast subassemblies; testing, inspection, and evaluation of photonics masts; and upgrades to the PM and PMV. This acquisition will also provide engineering and technical support in the form of distance and/or on-site support to the field at intermediate level repair facilities. Work will be performed in Northampton, Massachusetts, and the expected completion date is January 2019. Fiscal 2015 and 2016 other procurement (Navy) funding in the amount of $3,811,259 will be obligated on the first two task orders, none of which will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) – only one or limited number of sources and no other suppliers will satisfy the requirements. The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-16-D-0349). (Awarded Jan. 8, 2016)
Boston Ship Repair LLC,* Boston, Massachusetts, is being awarded a $12,505,219 firm-fixed-price contract for 58-calendar day shipyard availability for the regular overhaul and dry docking of USNS Grumman (T-AO 195). Work will include general services for ship, clean and gas-free tanks void and cofferdams and spaces; cargo tanks preservation; potable water tanks preservation; tank deck overhead preservation; non-skid preservation; port main engine 12K hour overhaul; cargo system wire replacement; cargo console system mechanical support; cargo console system installation; No. 4 ship service diesel generator 50K overhaul; aqueous foam-forming film piping; No. 3 and 4 ship service diesel generator turbocharger overhauls; annual lifeboat davit inspections; underwater hull and freeboard preservation; sea valve overhaul; controllable pitch propeller system checks and 15 year tail shaft inspection; stern tube seal maintenance; and ultrasonic thickness readings/hull survey. The contract includes options which, if exercised, would bring the total contract value to $12,843,198. Work will be performed in Boston, Massachusetts, and is expected to be completed by April 15, 2016. Fiscal 2016 maintenance and repair contract funds in the amount of $12,505,219 are being obligated at the time of award, and the funds will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4001).
Marine Hydraulics International Inc., Norfolk, Virginia, is being awarded an $8,612,073 firm-fixed-price contract for USS Winston S. Churchill (DDG 81) fiscal 2016 Selected Restricted Availability (SRA). Work will involve ship repair, maintenance, and modernization. This contract includes option items which, if exercised, would bring the cumulative value of this contract to $9,389,433. Work will be performed in Norfolk, Virginia, and is expected to be completed by July 2016. Fiscal 2016 operation and maintenance (Navy); and fiscal 2016 other procurement (Navy) funding in the amount of $8,612,073 is being obligated at time of award, and $7,451,364 will expire at the end of the current fiscal year. This contract was competitively procured under full and open competition via the Federal Business Opportunities website; three offers were received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N50054-16-C-0003).
Correction: The contract awarded on Oct. 30, 2015, to 2H&V Construction Services,* Bonifay, Florida (N69450-16-D-0601); Birmingham Industrial Construction LLC,* Alabaster, Alabama (N69450-16-D-0602); ESA South Inc.,* Cantonment, Florida (N69450-16-D-0603); Firewatch Contracting of Florida LLC,* Tampa, Florida (N69450-16-D-0604); J.A.M. Construction Services,* Merritt Island, Florida (N69450-16-D-0605); and York-Brawley JV,* Hampton, Virginia (N69450-16-D-0607), for construction projects located primarily within the Naval Facilities Engineering Command Southeast area of responsibility is revised to include Leebcor Services LLC,* Williamsburg, Virginia (N69450-16-D-0606). This contractor is being added to the previously awarded suite of contracts due to a corrective action. The maximum dollar value including the base period and four option years for all seven contracts combined is $75,000,000.
DEFENSE LOGISTICS AGENCY
Bluewater Defense Inc.,* San Lorenzo, Puerto Rico, has been awarded a maximum $112,707,320 modification (P00128) exercising the third one-year option period of a one-year base contract (SPM1C1-13-D-1020) with four one-year option periods for various types of uniform trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Jan. 17, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
The Boeing Co., St. Louis, Missouri, has been awarded a maximum $8,343,706 firm-fixed-price delivery order (THNP) against basic ordering agreement SPE4A1-14-G-0007 in support of Navy aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Missouri, with a Nov. 30, 2021, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 through fiscal 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.
ARMY
Raytheon Co., McKinney, Texas, was awarded a $13,366,719 modification (P00041) to contract W56HZV-12-C-0046 for nine turrets for the Marine Corps Light Armored Vehicle anti-tank variant. Work will be performed in McKinney, Texas, with an estimated completion date of July 30, 2018. Fiscal 2016 other procurement (Army) funds in the amount of $13,366,719 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.
The Dutra Group was awarded an $8,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for contract to rent a hopper dredge with attendant plan and operators for maintenance dredging of the Mobile Harbor Channel, with an estimated completion date of March 14, 2017. Bids were solicited via the Internet with two received. Funding and work location will be determined with each order. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-16-D-0041).
WASHINGTON HEADQUARTERS SERVICES
American Society for Engineering Education, Washington, District of Columbia, is being awarded an $111,456,970 firm-fixed-price and cost contract to provide administrative support for the Department of Defense Science, Mathematics and Research for Transformation (SMART) Scholarship for Service program. Much of the funding provided will be used to reimburse the contractor for scholarships and stipends paid to students. Work performance will take place in Washington, District of Columbia with an expected completion date of Jan. 14, 2021. Fiscal 2015 research, development, test and evaluation funds in the amount of $8,000,000 are being obligated at time of the award. Washington Headquarters Services, Arlington, Virginia is the contracting office (HQ0034-16-C-0008).
*Small business
AIR FORCE
Raytheon Co.– Missile Systems, Tucson, Arizona, has been awarded an $85,500,000 indefinite-delivery/indefinite-quantity contract for Griffin missiles and support. Contractor will provide Griffin A and B Block II/III missiles, including test and support equipment with engineering support. Work will be performed at Tucson, Arizona, and is expected to be complete by Jan. 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 procurement funds in the amount of $27,645,682 are being obligated for the first task order (0001) at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-16-D-0072).
ATK Launch Systems Inc., a wholly owned subsidiary of Orbital ATK Inc., Magna, Utah, has been awarded a $46,968,005 other transaction agreement for the development of three rocket propulsion system prototypes for the Evolved Expendable Launch Vehicle (EELV) program. This agreement implements Section 1604 of the Fiscal Year 2015 National Defense Authorization Act, which requires the development of a next-generation rocket propulsion system that will transition away from the use of the Russian-supplied RD-180 engine to a domestic alternative for National Security Space launches. An other transaction agreement was used in lieu of a standard procurement contract in order to leverage on-going investment by industry in rocket propulsion systems. This other transaction agreement requires shared cost investment with ATK Launch Systems Inc. for the development of prototypes of the GEM 63XL strap-on solid rocket motor, the Common Booster Segment (CBS) solid rocket motor, and an Extendable Nozzle for Blue Origin’s BE-3U upper stage engine. These rocket propulsion systems are intended for use on an Orbital ATK next generation launch vehicle. The GEM 63XL strap-on solid rocket motor is also intended for use on United Launch Alliance’s Vulcan launch vehicle. The locations of performance are Magna, Utah; Iuka, Mississippi; Chandler, Arizona; and Los Angeles Air Force Base, California. The work is expected to be completed no later than Dec. 30, 2019. Air Force fiscal 2015 research, development, test and evaluation funds in the amount of $46,968,005 are being obligated at the time of award. ATK Launch Systems Inc. is contributing $31,130,360 at the time of award. The total potential government investment, including all options, is $180,238,059. The total potential investment by ATK Launch Systems Inc., including all options, is $124,830,693. This award is the result of a competitive acquisition with multiple offers received. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California is the contracting activity (FA8811-16-9-0002).
Space Exploration Technologies, Corp. (SpaceX), Hawthorne, California, has been awarded a $33,660,254 other transaction agreement for the development of the Raptor rocket propulsion system prototype for the Evolved Expendable Launch Vehicle (EELV) program. This agreement implements Section 1604 of the Fiscal Year 2015 National Defense Authorization Act, which requires the development of a next-generation rocket propulsion system that will transition away from the use of the Russian-supplied RD-180 engine to a domestic alternative for National Security Space launches. An other transaction agreement was used in lieu of a standard procurement contract in order to leverage on-going investment by industry in rocket propulsion systems. This other transaction agreement requires shared cost investment with SpaceX for the development of a prototype of the Raptor engine for the upper stage of the Falcon 9 and Falcon Heavy launch vehicles. The locations of performance are NASA Stennis Space Center, Mississippi; Hawthorne, California; and Los Angeles Air Force Base, California. The work is expected to be completed no later than Dec. 31, 2018. Air Force fiscal 2015 research, development, test and evaluation funds in the amount of $33,660,254 are being obligated at the time of award. SpaceX is contributing $67,320,506 at the time of award. The total potential government investment, including all options, is $61,392,710. The total potential investment by SpaceX, including all options, is $122,785,419. This award is the result of a competitive acquisition with multiple offers received. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California is the contracting activity (FA8811-16-9-0001).
Scientific Systems Co. Inc.,* Woburn, Massachusetts, has been awarded an $11,565,001 cost-plus-fixed-fee Small Business Innovation Research III contract for an advanced navigation system technology demonstration on Small Diameter Bomb (SDB) Increment I. Contractor will flight test, demonstrate, and evaluate the technology readiness of an ImageNav-SDB advanced navigation system using the SDB Increment I. Work will be performed at Woburn, Massachusetts, and is expected to be complete by Jan. 13, 2018. This award is the result of a sole-source acquisition. Fiscal 2015 and 2016 research and development funds in the amount of $11,565,001 are being obligated at the time of award. Air Force Lifecycle Management Center, Rapid Acquisition Cell, Eglin Air Force Base, Florida, is the contracting activity (FA8656-16-C-0094).
NAVY
The Math Works Inc., Natick, Massachusetts, is being awarded an $11,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure software licenses, and software maintenance, training, and consulting services in support of MATLAB, which is used for performing mathematical calculations, analyzing and visualizing data, and writing new software programs. Work will be performed in Natick, Massachusetts, and is expected to be completed in January 2020. Fiscal 2016 research, development, test and evaluation funds (Navy) in the amount of $72,516 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c) (1). The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-16-D-0005).
*Small business
