Back to news

August 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - Aug 1, 2019

DEFENSE LOGISTICS AGENCY

Tesoro Refining and Marketing Co., San Antonio, Texas (SPE602-19-D-0506, $348,692,953); BP Products North America Inc., Chicago, Illinois (SPE602-19-D-0514, $315,599,804); Par Hawaii Refining LLC, Houston, Texas (SPE602-19-D-0510, $271,274,321); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-19-D-0504, $260,554,844); Equillon Enterprises LLC, doing business as Shell Oil Products, Houston, Texas (SPE602-19-D-0509, $228,126,037); BP West Coast Products LLC, Blaine, Washington (SPE602-19-D-0512, $157,502,370); U.S. Oil and Refining Co., Tacoma, Washington (SPE602-19-D-0513, $156,746,055); Petro Star Inc.,* Anchorage, Alaska (SPE600-19-D-0505, $110,836,555); Phillips 66 Co., Houston, Texas (SPE602-19-D-0515, $58,246,377); Epic Aviation LLC, Salem, Oregon (SPE602-19-D-0508, $38,905,276); and Sinclair Oil Corp.,* doing business as Sinclair, Salt Lake City, Utah, (SPE602-19-D-0507, $38,197,366), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-19-R-0703 for various types of fuel. These were competitive acquisitions with 21 offers received. They are one-year contracts with a 30-day carryover. Locations of performance are Texas, Illinois, Washington, Alaska, Oregon, Utah, and the Rocky Mountain Region of the continental U.S., with an Oct. 30, 2020, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Petro Star Inc.,* Anchorage, Alaska, has been awarded a maximum $52,630,968 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for JA1 jet fuel. 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 a 30-day carryover. Location of performance is Alaska, with an Oct. 30, 2020, performance completion date. Using customer is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-19-D-0517).

Sysco Raleigh LLC, Selma, North Carolina, has been awarded a maximum $49,019,871 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution. 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 286-day contract with no option periods. Location of performance is North Carolina, with a May 16, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3230).

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $27,537,300 firm-fixed-price requirements contract for pneumatic tire wheel 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 three-year contract with no option periods. Locations of performance are Wisconsin and New Jersey, with a July 29, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0130). (Awarded July 30, 2019)

U.S. TRANSPORTATION COMMAND

Crowley Logistics Inc., Jacksonville, Florida, has been awarded a contract modification, P00009, on contract HTC711-17-D-R003 in the estimated amount of $328,000,000. This modification provides continued surface transportation coordination services for the movement of freight within the continental U.S. and Canada under the Department of Defense Freight Transportation Services program to the Defense Logistics Agency and Defense Contract Management Agency. Work will be performed in the continental U.S. and in Canada. The period of performance is from Aug. 1, 2019, to July 31, 2020. Fiscal 2019 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract from $110,285,829 to $438,285,829. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

AIR FORCE

Raytheon Co., Woburn, Massachusetts, has been awarded a $36,250,251, firm-fixed-price contract modification (P00014) to previously awarded contract FA8730-17-C-0010 for the Qatar Early Warning Radar (QEWR). This modification is for procurement and storage of obsolescent spares in support of QEWR sustainment. The modification brings the total cumulative face value of the contract to $1,094,776,076. Work will be performed in Woburn, Massachusetts, and is expected to be completed by August 2023. This modification involves 100% foreign military sales to the country of Qatar. Foreign Military Sales funds in the amount of $36,250,251 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Summers Concrete Contracting Inc., Hahira, Georgia, has been awarded a ceiling $25,000,000 indefinite-delivery/indefinite-quantity contract for repair airfield pavements. This contract provides for repair or alteration of airport runways and taxiways construction requirements. Work will be performed at Moody Air Force Base, Valdosta, Georgia; and Sebring, Florida, and is expected to be completed by July 31, 2024. This award is the result of a competitive acquisition with three offers received. No funds are being obligated at the time of award. The 23d Contracting Squadron, Moody Air Force Base, Georgia, is the contracting activity (FA4830-19-D-A001).

Verdis-Takisaki JV, Coeur d'Alene, Idaho (FA4620-19-D-A007); National Native American Construction Inc., Coeur d'Alene, Idaho (FA4620-19-D-A010); Global-Northcon JV, Hayden, Idaho (FA4620-19-D-A011); and Imperial Construction NW LLC, Wapato, Washington (FA4620-19-D-A012), have been awarded a combined, not-to-exceed $23,000,000 indefinite-quantity multiple award task order contract for design-build construction efforts. Work will be performed at Fairchild Air Force Base, Washington, and is to be expected to be complete by July 31, 2024. These awards are the result of a competitive acquisition and eight offers were received. Fiscal 2019 operation and maintenance funds in the amount of $500 are being obligated to each company at the time of award. The 92d Contracting Squadron, Fairchild Air Force Base, Washington, is the contracting activity.

L3 Technologies Inc., Link Training & Simulation Division, Arlington, Texas, has been awarded a $10,411,380 cost-plus-fixed-fee contract task order modification (P00011) to the previously awarded FA8621-19-6251 task order for F-16 aircraft simulator training program services. This contract modification will provide aircraft concurrency requirements for the M7.3 Operation Flight Plan to deliver medium and high-fidelity simulation capability to train pilots for the F-16 aircraft platform. The modification brings the total cumulative face value of the contract to $28,440,800. Work will be performed at Arlington, Texas, and is expected to be completed by March 31, 2021. Fiscal 2019 research and development funds in the amount of $800,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contract activity.

University of Dayton Research Institute, College Park, Dayton, Ohio, has been awarded a $9,800,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides enhancement and improvement to the non-destructive evaluation capabilities for aerospace structures and components. This contract promotes discovery and provides increased accuracy, precision, reliability and optimization of the material state awareness of aerospace materials. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Aug. 3, 2026. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $304,000 will be obligated at the time of award via task order 0001. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-5230).

ARMY

Kinder Brothers Excavating Inc.,* Dexter, Missouri (W912EQ-19-D-0009); SYTE Corp.,* Chicago, Illinois (W912EQ-19-D-0007); Randy Kinder Excavating Inc.,* Dexter, Missouri (W912EQ-19-D-0008); and C&M Contractors Inc.,* Doniphan, Missouri (W912EQ-19-D-0006), will compete for each order of the $50,000,000 firm-fixed-price contract for all plant, labor, materials and equipment for construction of relief wells, repairs to existing relief wells and construction of earthen berms. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 20, 2024. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity.

Sehlke Consulting LLC,* Arlington, Virginia, was awarded a $9,999,500 order-dependent contract for financial management support services. 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 Aug. 9, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-A-0001).

P&S Construction Inc.,* North Chelmsford, Massachusetts, was awarded a $9,457,700 firm-fixed-price contract for construction of a small arms range at Westover Air Reserve Base, Massachusetts. Bids were solicited via the internet with two received. Work will be performed in Westover, Massachusetts, with an estimated completion date of Dec. 9, 2020. Fiscal 2016, 2017 and 2018 military construction funds in the amount of $9,457,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0020).

Nisou LGC JV LLC,* Detroit, Michigan, was awarded an $8,945,520 firm-fixed-price contract for construction of the aerial port facility at Grissom Air Reserve Base, Indiana. Bids were solicited via the internet with two received. Work will be performed in Grissom, Indiana, with an estimated completion date of Oct. 12, 2020. Fiscal 2015, 2017 and 2019 military construction funds in the amount of $8,945,520 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0026).

Navistar Defense LLC, Lisle, Illinois, was awarded a $7,766,045 firm-fixed-price contract for 4x4 cargo trucks, 6x6 general transport truck, 6x6 30 ton recovery wrecker and medium tactical vehicles general transport truck spares. Bids were solicited via the internet with one received. Work will be performed in Lisle, Illinois, with an estimated completion date of Sept. 27, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,766,045 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0455).

NAVY

Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded $18,849,765 for cost-plus award-fee order N62786-19-F-0055 against the previously awarded basic ordering agreement N00024-15-G-2303 to provide engineering and management services for LCS-15 post shakedown availability. Lockheed Martin will provide support of the following: 62,462 man-hours level of effort; and to provide the work specification, pre-fabrication and material. Work will be performed in Moorestown, New Jersey (37%); Mayport, Florida (35%); Hampton, Virginia (14%); and Washington, District of Colombia (14%), and is expected to be complete by January 2021. Fiscal 2013 and 2019 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $13,631,677 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity.

BAE Systems Land & Armaments LP, Minneapolis, Minnesota, is awarded an $8,411,293 cost-plus-fixed-fee delivery order for MK38 Gun Weapon System Repair Program support. This contract action is for labor, material and services required to support the Gun Weapon System Repair Program in pre/post testing, removal/installation, refurbishment, fleet technical assistance, maintenance, training and fleet modernization of MK 38 machine gun system. Work will be performed in Norfolk, Virginia (29%); San Diego, California (27%); Yokosuka, Japan (16%); Manama, Bahrain (7%); Rota Spain (7%); Everett, Washington (4%); Tacoma, Washington (4%); Pearl Harbor, Hawaii (4%); and Pascagoula, Mississippi (2%), and is expected to be complete by September 2021. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 weapons procurement (Navy and Coast Guard) in the amount of $1,050,000 will be obligated at the time of award, and $750,000 will expire at the end of the current fiscal year. This delivery order was solicited as a sole source under basic ordering agreement N00174-18-G-0001 in accordance with 10 U.S. Code 2304(c)(1). The Naval Surface Warfare Center, Indian Head, Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-F-0420).

Leidos Innovations Corp, Gaithersburg, Maryland, is awarded an $8,208,133 performance-based, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Micro-processor En-route Automated Radar Tracking System (MEARTS). The contract is for the acquisition of hardware, software, logistics and on-call help desk support for MEARTS. The contract includes a single five-year ordering period and one six-month option to extend services in accordance with Federal Acquisition Regulations (FAR) Clause 52.217-8. The option period, if exercised, would bring the cumulative value of this contract to an estimated $8,737,303. Work will be performed in Charleston, South Carolina, and is expected to be completed by January 2025. An order utilizing fiscal 2019 operations and maintenance (Navy) funds in the amount of $605,690 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. This requirement was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) only one Responsible Source FAR Subpart 6.302-1). Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-19-D-1001).

EFW Inc., Fort Worth, Texas, is awarded $7,228,544 for firm-fixed-price delivery order N68335-19-F-0006 against a previously issued basic ordering agreement (N00019-17-G-0014). This delivery order procures 15 Fast Characterization Tools, 15 Helmet Kit Modification Fixtures, 15 Ready Room Testers and 20 Night Vision Goggle Modification Kits for the V-22 Color Helmet Mounted Display System. In addition, this delivery order provides drawing packages and the upgrade of five Fast Characterization Tools. Work will be performed in Haifa, Israel (70%); and Fort Worth, Texas (30%), and is expected to be completed in October 2020. Fiscal 2017 aircraft procurement (Air Force); and fiscal 2019 procurement defense-wide funds in the amount of $7,228,544 will be obligated at time of award, $3,496,053 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

DEFENSE INTELLIGENCE AGENCY

CoSolutions EIS JV LLC,* Sterling, Virginia, was awarded a labor hour contract (HMM402-19-F-0098) with an estimated total value of $10,000,148 to support intelligence training in Europe. Work will be performed at the Regional Joint Intelligence Training Facility at RAF Molesworth, United Kingdom; Patch Barracks, Stuttgart, Germany; and, on a temporary duty basis, at other locations in Europe and within the continental U.S. The expected completion date is July 31, 2024, if all options are exercised. Fiscal 2019 operations and maintenance funds in the amount of $1,713,015 are being obligated at time of award. This contract was solicited through a small business set aside and one offer was received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

*Small Business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1923647/source/GovDelivery/

On the same subject

  • US Air Force set to award $490M contract to counter small drones

    May 25, 2021 | International, Aerospace

    US Air Force set to award $490M contract to counter small drones

    The service plans to award a contract worth up to $490 million to a single vendor that can team with other companies to provide various counter-drone products.

  • Army to work with satellite radar imagery provider ICEYE

    November 24, 2021 | International, Aerospace, C4ISR

    Army to work with satellite radar imagery provider ICEYE

    Because SAR isn't dependent on visibility, it can be used to produce imagery at any time of day or night and through cloud cover.

  • Contract Awards by US Department of Defense - December 28, 2018

    December 31, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 28, 2018

    NAVY Raytheon Missile Systems, Tucson, Arizona, is awarded a not-to-exceed $434,389,104 for undefinitized modification P00001 to a previously awarded, fixed-price-incentive-firm contract (N00019-18-C-1068). This modification provides for the procurement of AIM-9X Lot 18 production requirements to include 766 AIM-9X Block II all up round tactical missiles for the Navy (138); Air Force (197); and the governments of Israel (11); Norway (20); Qatar (40); South Korea (60); and the United Arab Emirates (300), as well as 160 AIM-9X Block II+ all up round missiles for the Navy (12); Air Force (75); and the governments of Australia (49); Israel (7); and the Netherlands (17). In addition, this award provides for the procurement of 170 Block II Captive Air Training Missiles for the Navy (40), Air Force (64), and the governments of Israel (6), Qatar (20), and the United Arab Emirates (40); 12 Special Air Training Missiles for the Navy (4) and the government of Australia (8); 309 all up round containers for the Navy (53), Air Force (94), and the governments of Australia (21), the United Arab Emirates (91), South Korea (17), Norway (5), Israel (7), the Netherlands (5), and Qatar (16); eight Spare Advanced Optical Target Detectors for the governments of Australia (4), the United Arab Emirates (2), and Qatar (2); 50 Spare Guidance Units (Live Battery) for the governments of the United Arab Emirates (26), South Korea (4) and Qatar (20); 35 Spare Captive Air Training Missile Guidance Units for the governments of the United Arab Emirates (15) and Qatar (20); 50 Guidance Unit Containers for the governments of the United Arab Emirates (26), South Korea (4), and Qatar (20); six Spare Advanced Optical Target Detector Containers for the governments of Australia (4) and the United Arab Emirates (2); and one Spare Block II Propulsion Steering Section for the government of Australia (1). Work will be performed in Tucson, Arizona (31 percent); Andover, Massachusetts (10 percent); Keyser, West Virginia (9 percent); Santa Clarita, California (8 percent); Hillsboro, Oregon (5 percent); Ottawa, Ontario, Canada (5 percent); Goleta, California (4 percent); Cheshire, Connecticut (4 percent); Heilbronn, Germany (3 percent); Simsbury, Connecticut (2 percent); Jose, California (2 percent); Valencia, California (2 percent), Anaheim, California (2 percent); Cajon, California (2 percent); Cincinnati, Ohio (1 percent); Anniston, Alabama (1 percent); San Diego, California (1 percent); Chatsworth, California (1 percent); Amesbury, Massachusetts (1 percent); Claremont, California (1 percent); Sumner, Washington (1 percent); and various locations within the continental U.S. (4 percent), and is expected to be completed in March 2021. Fiscal 2017 and 2018 missile procurement (Air Force); fiscal 2017 and 2018 weapons procurement (Navy); fiscal 2018 research, development, test and evaluation (Navy); and foreign military sales funds in the amount of $321,622,863will be obligated at time of award, $8,527,158 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($121,460,276, 28 percent); Navy ($68,351,757, 16 percent); the governments of the United Arab Emirates ($140,486,747, 32 percent); Australia ($26,632,099, 6 percent); Qatar ($26,187,923, 6 percent); South Korea ($25,791,386, 6 percent); Israel ($9,197,285, 2 percent); Norway ($8,295,593, 2 percent); and the Netherlands ($7,986,038, 2 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Bell Boeing Joint Project Office, Amarillo, Texas, is awarded $366,623,144 for modification P00014 to a previously awarded fixed-price-incentive-firm contract (N00019-17-C-0015). This modification provides for the production and delivery of three CMV-22B variation in quantity aircraft for the Navy and two MV-22B variation in quantity aircraft for the Marine Corps. Work will be performed in Fort Worth, Texas (30 percent); Ridley Park, Pennsylvania (15 percent); Amarillo, Texas (13 percent); Red Oak, Texas (3 percent); East Aurora, New York (3 percent); Park City, Utah (2 percent); McKinney, Texas (1 percent); Endicott, New York (1 percent); various locations within the continental U.S. (27 percent); and various locations outside the continental U.S. (4 percent), and is expected to be completed in October 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $366,623,144 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. United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $230,144,942 cost-plus-incentive-fee, fixed-price-incentive-firm contract. This contract provides for testing support for the F-35 Lightning II Propulsion System Block 4 Flight Test Program for the Navy, Marine Corps, Air Force and the non-U.S. Department of Defense (non-U.S. DoD) participants. Support to be provided includes technical engineering, flight test support, special tooling and test equipment, flight test spare and repair parts. Work will be performed at the Naval Air Station, Patuxent River, Maryland (35 percent); and Edwards Air Force Base, California (33 percent); and in East Hartford, Connecticut (32 percent), and is expected to be completed in December 2023. Fiscal 2019 research, development, test and evaluation (Navy and Marine Corps) funds in the amount of $20,000,000 are being 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). This contract combines purchase for the Navy ($45,760,870; 20 percent); Marine Corps ($45,760,870; 20 percent); Air Force ($91,521,740; 40 percent); and the non-U.S. DoD participants ($47,101,463; 20 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0007). Lockheed Martin Corp., doing business as Lockheed Martin Rotary and Mission Systems, Orlando, Florida, is awarded $109,021,915 for modification P00002 to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable contract (N68335-18-C-0681). This modification exercises Option Period One to procure 41 electronic Consolidated Automated Support Systems (eCASS). This contract also provides for eCASS related equipment, kits and test sets in support of various Aircraft Intermediate Maintenance Departments, Fleet Readiness Centers, Aircraft Carriers and L- Class Ships. Work will be performed in Orlando, Florida (27 percent); Hunt Valley, Maryland (24 percent); San Diego, California (14 percent); North Reading, Massachusetts (14 percent); Irvine, California (6 percent); Austin, Texas (3 percent); Everett, Washington (2 percent); Bohemia, New York (2 percent); Minneapolis, Minnesota (2 percent); and various locations within the continental U.S. (6 percent), and is expected to be completed in December 2021. Fiscal 2019 aircraft procurement (Navy); and 2018 shipbuilding and conversion (Navy) funds in the amount of $109,021,915 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, Lakehurst, New Jersey, is the contracting activity. Raytheon Co., Tucson, Arizona, is awarded an $81,311,942 cost-plus-fixed-fee modification to exercise an option under previously-awarded contract N00024-17-C-5405 for design agent engineering and technical support services for the Phalanx Close-In Weapon System (CIWS), SeaRAM, and Land-based Phalanx Weapon System. Phalanx CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses. CIWS is an integral element of the Fleet Defense In-Depth concept and the Ship Self-Defense Program. Operating either autonomously or integrated with a combat system, it is an automatic terminal defense weapon system designed to detect, track, engage and destroy anti-ship missile threats penetrating outer defense envelopes. The design agent engineering and technical support services are required for maintainability, reliability and improvements. This contract involves foreign military sales to Saudi Arabia, Taiwan, Canada, United Kingdom, South Korea, Portugal and Greece under the Foreign Military Sales program. Work will be performed in Tucson, Arizona (68 percent); El Segundo, California (18 percent); Louisville, Kentucky (5 percent); Camarillo, California (2 percent); Minneapolis, Minnesota (2 percent); Dallas, Texas (1 percent); Bohemia, New York (1 percent); Melbourne, Florida (1 percent); and various locations below one percent (2 percent). Work is expected to be completed by January 2020. Fiscal 2019 operations and maintenance (Army) funding in the amount of $13,798,000; fiscal 2017 weapons procurement (Navy) funding in the amount of $2,126,000; fiscal 2018 weapons procurement (Navy) funding in the amount of $1,500,000; fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $1,252,295; fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $187,355; and foreign military sales funding in the amount of $37,500 will be obligated at time of award, and funds in the amount of $15,924,000 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 not-to-exceed $75,000,000 for undefinitized, fixed-price-incentive-firm-target modification P00002 to a previously awarded firm-fixed-price contract (N00019-18-C-1046). This modification provides for non-recurring engineering in support of the incorporation of the initial Block III capability for the production of F/A-18E/F and EA-18G aircraft. Work will be performed in St. Louis, Missouri (62 percent); El Segundo, California (33 percent); Mesa, Arizona (3 percent) and Ft. Walton Beach, Florida (2 percent), and is expected to be completed in March 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $35,000,000 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. General Electric Co., Lynn, Massachusetts, is awarded $70,752,076 for modification P00016 to a previously awarded firm-fixed-price contract (N00019-17-C-0047) for the procurement of 16 F414-GE-400 install engines for the F/A-18 aircraft for the Navy. Work will be performed in Lynn, Massachusetts (59 percent); Hookset, New Hampshire (18 percent); Rutland, Vermont (12 percent); and Madisonville, Kentucky (11 percent), and is expected to be completed in December 2020. Fiscal 2018 aircraft procurement (Navy) funds in the amount $70,752,0768 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., St. Louis, Missouri, is awarded a not-to-exceed $55,000,000 undefinitized fixed-price-incentive-firm contract for the procurement of up to six Infrared Search and Track Block II low-rate initial production III units for the F/A-18E/F series aircraft. Work will be performed in Orlando, Florida (73 percent); and St. Louis, Missouri (27 percent), and is expected to be completed in December 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $17,350,000 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 Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0019). Doyon Project Services LLC,* Federal Way, Washington, is awarded $36,171,741 for firm-fixed-price task order N4425519F4055 under a multiple award construction contract (N44255-17-D-4036) for the construction of five standard Type-D earth covered magazines at Naval Magazine Indian Island, Washington. The Type-D magazines will be constructed as cast in-place concrete structures with earth berm covers on grade. The project also includes the construction of a pre-engineered metal building to be used for inert storage with a two-stall forklift charging station for forklifts that will support the magazines. Other aspects of the project include fiber optic information systems, electronic security system, site preparation, paving, site improvements, electrical utilities, fire protection system, environmental mitigation, and demolition of existing buildings and roads. Work will be performed in Indian Island, Washington, and is expected to be completed by April 2021. Fiscal 2018 military construction (Navy) contract funds in the amount of $35,835,336; and fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $336,405 are obligated on this award, of which $336,405 will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. Bell Boeing Joint Project Office, Amarillo, Texas, is awarded $23,201,950for delivery order N0001919F0031 against a previously issued basic ordering agreement (N00019-17-G-0002). This delivery order provides for MV-22 flight test sustainment; MV-22 flight test sustainment back-home support for analysis of flight tests; and flight test support for five MV-22 aircraft for the Navy, Air Force and the government of Japan. Work will be performed in Patuxent River, Maryland, and is expected to be completed in December 2019. Fiscal 2019 aircraft procurement (Navy and Air Force); research, development, test and evaluation (Navy and Air Force); and foreign military sales funds in the amount of $23,201,950 will be obligated at time of award. No funds will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($18,136,470; 78 percent); Air Force ($2,879,339; 12 percent); and the government of Japan ($2,186,141; 10 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Kiewit Infrastructure West Co., Honolulu, Hawaii, is awarded a $15,419,280 firm-fixed-price contract to construct improvements to the landing areas within Marine Corps Base Hawaii properties that MV-22 Osprey aircraft will utilize for training maneuvers. The work to be performed provides for the converting of existing landing helicopterassault pad into a landing helicopter dock pad, construction of a newlanding platform dock pad, and construction of four new concrete landing pads. Work will be performed in Kaneohe Bay, Hawaii, and is expected to be completed by August 2020. Fiscal 2018 militaryconstruction (Navy) contract funds in the amount of $15,419,280 areobligated on this award; of which $3,766,478 will expire at the end of thecurrent fiscal year. This contract was competitively procured via theFederal Business Opportunities website, with five proposals received.The Naval Facilities Engineering Command, Pacific, Joint Base PearlHarbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1321). Grunley Construction Inc., Rockville, Maryland, is awarded $14,676,000 under a previously awarded firm-fixed-price contract (N40080-18-C-0033) to exercise the first and third option for the design and construction of an operational archives and research facility at the Washington Navy Yard. The construction work performed provides for the construction of the complete replacement and upgrade of the fire alarm and suppression systems; interior power and light distribution; heating, ventilation, and air conditioning and humidity controls; and installation of the tele-communications and security systems in Buildings 46 and 67. The work provides for the construction of a high capacity modular storage systems and commissioning of applicable systems of Building 169. The work also includes the construction of a sensitive compartmented information facility in Building 46. After award of these options, the total cumulative contract value will be $40,653,000. Work will be performed in Washington, District of Columbia, and is expected to be completed by March 2022. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $14,676,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. AIR FORCE The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $400,000,000 indefinite-delivery/indefinite-quantity contract for B-1 and B-52 bomber engineering services. This contract provides for recurring and non-recurring engineering services to B-1 and B-52 aircraft. Work will be performed at Tinker Air Force Base, Oklahoma; Edwards Air Force Base, California; Barksdale Air Force Base, Louisiana; and Oklahoma City, Oklahoma. Work is expected to be complete by Dec. 31, 2019. Fiscal 2019 operations and maintenance funds in the amount of $35,232,481 are being obligated at the time of award. Air Force Life Cycle Management, Tinker Air Force Base, Oklahoma City, Oklahoma, is the contracting activity (FA8107-19-D-0001). Raytheon Co. - Integrated Defense System, Tewksbury, Massachusetts, has been awarded a $15,150,728 modification (P00029) to previously awarded contract FA8730-15-C-0002 for the Qatar Air and Missile Defense Operation Center. This modification provides for the procurement of the Qatar Alternate ADOC Prime Mission Equipment and software, and bring the total cumulative face value of the contract to $269,800,480. Work will be performed in Tewksbury, Massachusetts, and is expected to be complete by May 31, 2020. This modification involves 100 percent foreign military sales to Qatar. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded an $11,256,951 modification (FA8681-14-D-0028-001709) to contract FA8681-14-D-0028-0017 for high rate compact telemetry units (HCTMs) and long laser wire harnesses. This modification provides for the exercise of options for an additional quantity of 269 encrypted HCTMs, 30 unencrypted HCTMs, and 50 long laser wire harnesses being produced under the delivery order. Work will be performed in St. Louis and is expected to be completed by November 2020. Fiscal 2017 special defense acquisition funds; fiscal 2011 foreign military sales funds; fiscal 2018 research, development, test and evaluation funds; and fiscal 2018 other procurement funds are funding the contract. This modification involves foreign military sales to the Kingdom of Bahrain. The total cumulative face value of the contract is $33,578,408. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contract activity. (Awarded Dec. 18, 2018) ARMY Raytheon Co. Missile Systems, Tucson, Arizona, was awarded a $205,205,445 cost-plus-fixed-fee contract for land-based Phalanx weapon system. 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. 27, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0015). Raytheon Integrated Defense Systems, Fullerton, California, was awarded a $51,901,116 firm-fixed-price contract for the procurement of 50 Enhanced Sentinel A3 radars and associated spares. Bids were solicited via the internet with one received. Work will be performed in Fullerton, California, with an estimated completion date of Dec. 30, 2022. Fiscal 2018 other procurement, Army funds in the amount of $51,901,116 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0018). Raytheon Integrated Defense Systems, Fullerton, California, was awarded a $28,912,871 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for Sentinel life cycle support. Bids were solicited via the internet with one received. Work will be performed in Fullerton, California, with an estimated completion date of Dec. 31, 2022. Fiscal 2019 operations and maintenance, Army funds in the amount of $4,297,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0044). Georgia Vocational Rehabilitation Agency, Tucker, Georgia, was awarded a $25,800,000 firm-fixed-price contract for food service. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2019. U.S. Army Mission and Installation Contracting Command, Fort Benning, Georgia, is the contracting activity (W911SF-19-D-0003). Garco Construction Inc., Spokane, Washington, was awarded a $23,481,000 firm-fixed-price contract for Survival, Evasion, Resistance, Escape pipeline dormitory at Fairchild Air Force Base, Washington. Bids were solicited via the internet with two received. Work will be performed in Fairchild Air Force Base, Washington, with an estimated completion date of Nov. 20, 2020. Fiscal 2017 military construction funds in the amount of $23,481,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-19-C-0002). URS Federal Services Inc., Germantown, Maryland, was awarded an $18,967,634 modification (0003 54) to contract W52P1J-12-G-0028 0003 for maintenance supply and transportation logistics support services for Army Prepositioned Stock 5. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of Jan. 2, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $4,443,831 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Calibre Systems Inc., Alexandria, Virginia, was awarded a $17,190,846 firm-fixed-price contract for program management, technical and policy advise, recommendations, and support. 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, 2021. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0004). DEFENSE LOGISTICS AGENCY Erie Engineered Products Inc.,* Lancaster, New York, has been awarded a maximum $47,766,579 firm-fixed-price requirements contract for reusable shipping and storage containers. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Location of performance is New York, with a Dec. 27, 2021, performance completion date. Using military service is Navy. Type of funding is fiscal 2019 through 2022 non-Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-D-001W). WASHINGTON HEADQUARTERS SERVICES QualX Corp., Springfield, Virginia, has been awarded a $9,006,681 firm-fixed-price contract. The contract provides information management and information access support services for Washington Headquarters Services. Work performance will take place in Arlington and Springfield, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $9,006,681 are being obligated on this award. The expected completion date is Jan. 16, 2022. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-17-C-0022). MISSILE DEFENSE AGENCY CORRECTION: The Dec. 21, 2018, announcement that The Boeing Co., Huntsville, Alabama, was awarded a five-year, sole-source, cost-plus-award-fee contract [HQ0147-19-C-0001] with a period of performance of Dec. 15, 2018, through Dec. 14, 2023, and incremental funding in the amount of $54,900,000 was incorrect. The contract period of performance was actually Dec. 21, 2018, through Dec. 21, 2023, and the amount of incremental funding was $40,904,000. Also, for clarification, the five-year contract is for a three-year base period with two one-year option periods. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1722414/

All news