May 23, 2024 | International, Aerospace
December 18, 2020 | International, Aerospace, Naval, Land, C4ISR, Security
ARMY
Honeywell International, Phoenix, Arizona, was awarded a $1,105,100,580 modification (P00002) to contract W56HZV-20-D-0062 for the Automotive Gas Turbine 1500 engine program. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2025. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.
The Boeing Co., Mesa, Arizona, was awarded a $40,717,442 modification (P00054) to contract W58RGZ-16-C-0023 for a Longbow Crew Trainer and spares. Work will be performed in Mesa, Arizona, with an estimated completion date of Feb. 28, 2025. Fiscal 2010 other procurement (Army) funds in the amount of $40,717,442 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
L3 Technologies Inc., Salt Lake City, Utah, was awarded a $29,197,837 firm-fixed-price contract for the manned/unmanned teaming hardware, as well as technical and engineering support, for the Apache helicopter. Bids were solicited via the internet with one received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of June 30, 2023. Fiscal 2021 aircraft procurement (Army) funds; and 2022 Foreign Military Sales (Morocco, Netherlands, Qatar, United Arab Emirates and United Kingdom) funds in the amount of $29,197,837 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-F-0144).
CORRECTION: The $837,591,519 multiple award contract announced on Dec. 16, 2020, to Central Lake Armor Express,* Central Lake, Michigan (W91CRB-21-D-0004); Bethel Industries Inc.,* Jersey City, New Jersey (W91CRB-21-D-0005); Carter Enterprises LLC,* Brooklyn, New York (W91CRB-21-D-0006); Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-21-D-0007); and Slate Solutions Inc.,* Sunrise, Florida (W91CRB-21-D-0008), for the Soldier Protection System was actually awarded today, Dec. 17, 2020.
NAVY
Perspecta Enterprise Solutions LLC, Herndon, Virginia, is awarded a $797,344,313 modification to previously awarded indefinite-delivery/indefinite-quantity contract N00039-13-D-0013 for the existing Next Generation Enterprise Network (NGEN). The total cumulative value of this contract is an estimated $6,661,441,247. The contract modification is for services provided under NGEN support for approximately 400,000 seats representing more than 650,000 Navy and Marine Corps users at more than 2,500 locations. NGEN provides net centric data and information technology services for comprehensive, end-to-end information services through a common computing and communication environment to Navy and Marine Corps military, civilian and contractor users. The services provided under NGEN are enterprise services; network services; voice, video and data services; information security services; support services; and testing services. Work will be performed throughout the U.S. with an expected completion date of Sept. 30, 2021. No additional funding will be placed on contract or obligated at the time of modification award. Contract funds will be obligated on individual task orders and will expire at the end of the fiscal year. This contract modification will add four option periods under the base NGEN contract with a potential period of performance of nine months if all options are exercised. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1), one source or limited sources (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.
Ultra Electronics Ocean Systems Inc., Braintree, Massachusetts, is awarded a $186,411,242 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite quantity contract for the AN/SLQ-25E ‘NIXIE' electro-acoustic towed torpedo countermeasure system. This contract includes options which, if exercised, would bring the cumulative value of this contract to $268,514,278. Work will be performed in Braintree, Massachusetts (58%); Manchester, New Hampshire (25%); Lititz, Pennsylvania (13%); and Huntington Beach, California (4%), and is expected to be completed by December 2026. Fiscal 2020 other procurement (Navy) $2,200,000 funding will be obligated at time of award and will not 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 Naval Undersea Warfare Center Division, Keyport, Keyport, Washington, is the contracting activity (N00253-20-D-0002).
Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-16-D-6300); Daniels & Daniels Construction Co., Inc.,* Goldsboro, North Carolina (N40085-16-D-6301); Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-16-D-6302); Military & Federal Construction Co., Inc.,* Jacksonville, North Carolina (N40085-16-D-6303); Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-16-D-6304); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-16-D-6305), are awarded a $90,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. The work to be performed provides for general construction services including new construction, demolition, repair, total/partial interior/exterior alteration/renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, communication systems, installation of new or extensions to existing high voltage electrical distribution systems, extensions to the existing high pressure steam distribution systems, extensions to the potable water distribution systems, extensions to the sanitary sewer systems, additional storm water control systems, painting, removal of asbestos materials and lead paint, and incidental related work. After award of this modification, the total maximum dollar value for all six contracts combined will be $429,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by September 2021. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance (Marine Corps); and military construction funds. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded firm-fixed-price task order N62473-21-F-4212 at $53,611,262 under a multiple award construction contract for design and construction of a mess hall and consolidated warehouse at Marine Corps Base Camp Pendleton (MCBCP), California. Work will be performed in MCBCP, California, and is expected to be completed by February 2025. The work to be performed provides for constructing a dining facility and a consolidated regimental supply warehouse and the project includes cybersecurity features, paving and site improvements including parking areas, roadways, curbs, gutters, sidewalks, landscaping, trash enclosures and signs. Demolition includes the removal of nine buildings. Fiscal 2020 military construction (Navy) contract funds in the amount of $53,611,262 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5858).
BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $24,681,208 cost-plus-award-fee modification to exercise an option on previously awarded contract N00024-20-C-2320 for the accomplishment of post shakedown availability (PSA). The PSA is for one Freedom variant Littoral Combat Ship. Work will be performed in Mayport, Florida, and is expected to be completed by September 2021. Fiscal 2020 shipbuilding and conversion (Navy) ($942,895; 57%); and 2019 shipbuilding and conversion (Navy) ($711,306; 43%) funding 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, D.C., is the contracting activity.
CACI Inc.-Federal, Chantilly, Virginia, is awarded a $20,317,601 cost-plus-fixed-fee contract action in support of acquisition and integrated logistics for the Program Executive Office (PEO), Integrated Warfare Systems (IWS), Front Office (FO). Tasking includes support to the broad areas of acquisition and integrated logistics for the current and future programs and their variants assigned to PEO IWS. Support includes the development and management of cross-program and cross-organization policies and practices for the full range of acquisition and integrated logistics support (ILS). The tasking is integral to the execution of legacy, current and future integrated combat systems, above water sensors, surface ship weapons, air and missile defense systems, undersea warfare systems, command and control systems, unmanned vehicles, navigation systems and human systems integration, as well as training, open architecture, interoperability and joint and coalition initiatives. Tasking includes professional support to PEO IWS FO and IWS directorates for acquisition support and ILS. Work will be performed at the Washington Navy Yard, Washington, D.C. Work is expected to be completed on April 30, 2021. Fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $3,003,490 (33%); fiscal 2021 other procurement (Navy) funds in the amount of $3,036,21 (34%); fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,045,541 (12%); fiscal 2020 research development test and evaluation funds in the amount of $1,556,168 (17%); and Foreign Military Sales funds in the amount of $378,842 (4%) will be obligated at time of award and will expire at the end of the fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-21-C-B002).
Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded firm-fixed-price task order N62478-21-F-4021 at $12,849,000 under a multiple award construction contract for constructing an annex and renovating Building 4100H at Joint Base Pearl Harbor-Hickam, Hawaii. The annex work to be performed provides for constructing a two-story annex to Building 4100H and the work includes foundations, concrete beams, slabs, walls and footings; metal decking and roofing; and mechanical, electrical and communications management systems. The renovation work includes reconfiguring the interior and includes renovation of restroom spaces, replacing all interior finishes throughout the building to include new flooring, ceiling systems and painting interior walls and upgrading the electrical systems. The task order also contains two line items, which, if awarded, would increase cumulative task order value to $13,870,618. Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2022. Fiscal 2018 military construction (Air Force Reserve) contracts funds in the amount of $8,552,000 are obligated on this award and will not expire at the end of the current fiscal year. Fiscal 2021 operation and maintenance (Air Force Reserve) contract funds in the amount of $4,297,000 are obligated on this award and will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-4003).
Viasat Inc., Duluth, Georgia, is awarded a $10,882,119 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides technical support, non-warranty hardware repair or replacement, obsolescence management, on-site maintenance, preventative maintenance, spare parts and replacement pedestals in support of the pedestal improvement project for the Atlantic Test Range Aircraft Signature and Avionics Measurement branch. Work will be performed in Patuxent River, Maryland, and is expected to be completed in December 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0012).
Alan Shintani Inc.,* Waipahu, Hawaii, is awarded firm-fixed-price task order N62478-21-F-4042 at $8,964,485 under a multiple award construction contract for a Navigation, Seamanship and Shiphandling Trainer (NSST) at Ford Island, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for the construction of an NSST and its supporting complement of rooms within an existing hangar building and includes electrical, mechanical, architectural, control system and fire protection work. The task order also contains one line item, which if awarded, would increase the cumulative task order value to $9,040,255. Work will be performed in Oahu, Hawaii, and is expected to be completed by February 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $8,964,485 are obligated on this award and will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-18-D-4028).
AIR FORCE
Raytheon Co., Largo, Florida, has been awarded a ceiling of $611,500,000, firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable-no-fee, indefinite-delivery/indefinite-quantity contract for command and control switching systems (CCSS). This contract provides electronic digital telecommunications system developed for military command and control. The CCSS is the key component of the Defense Red Switch Network, enabling secure and non-secure voice and data telecommunications at multiple levels, large scale voice conferencing capabilities and is inter-operable with other secure devices. CCSS switches are accredited by the Defense Intelligence Agency for top secret/sensitive compartmentalized information multi-level security. The life-cycle logistics support for operational CCSS provide program management, product configuration management, data management, quality control and assurance, contractor logistics support, spare parts replenishment and management, hardware and software support and engineering and technical services. Work will be performed at multiple government facilities and is expected to be completed by Dec. 31, 2032. This award is the result of a sole-source acquisition. Fiscal 2020 operation and maintenance funds in the amount of at least $452,034 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8218-20-D-0001).
The Johns Hopkins University, Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $300,000,000 bilateral modification (P00006) to contract FA8819-18-D-0009 for additional engineering support services, systems engineering for complex systems, specialized research and development and other support functions. This modification increases the ceiling of the indefinite-delivery/indefinite-quantity contract from the previously awarded amount of $186,000,000 to $486,000,000. Work will be performed at Los Angeles Air Force Base, California, and is expected to be completed May 10, 2025. The total ceiling of the contract is $486,000,000. Fiscals 2017, 2018, 2019, 2020 and 2021 research, development, test and evaluation funds are being used with no funds being obligated at the time of award. The Space and Missile Systems Center, Los Angeles AFB, California, is the contracting activity.
Shenandoah Fleet Maintenance and Management LLC, Warrenton, Virginia, has been awarded a $9,384,408 cost-reimbursable definitive contract for Logistics Readiness Squadron/Logistics Readiness Vehicles. This contract provides 866 fleet management and analysis services and scheduled/unscheduled maintenance for approximately 639 vehicles assigned to Robins Air Force Base, Georgia, and perform roadside services within the permissible operating distance of 100 miles. Work will be performed at Robins AFB, Georgia, is expected to be completed Jan. 31, 2026. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2021 operation and maintenance funds in the amount of $1,283,488 are being obligated at time of award. The Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8501-21-C-0004). (Awarded Dec. 14, 2020)
DEFENSE LOGISTICS AGENCY
Terma North America Inc., Warner Robins, Georgia, has been awarded a maximum $306,480,755 fixed-price, indefinite-delivery/indefinite-quantity contract for the production, repair and engineering support of various types of aircraft electronic countermeasure systems. 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 ten-year contract with no option periods. Location of performance is Georgia, with a Dec. 17, 2030, ordering period end date. Using customers are Air Force and various foreign customers. Type of appropriation is fiscal 2021 through 2031 defense working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-21-D-0003).
Oro Manufacturing Co., Monroe, North Carolina, has been awarded a maximum $10,608,476 indefinite-quantity, long-term contract for aircraft seat aviation life support equipment. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is North Carolina, with a Nov. 29, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-21-D-0037). (Awarded Dec. 4, 2020)
DEFENSE FINANCE AND ACCOUNTING SERVICE
Ernst & Young LLP, Washington, D.C., is being awarded a labor-hour contract option with a maximum value of $33,128,772 for audit services of the Department of the Air Force General Fund and Working Capital Fund financial statements and examination. Work will be performed in Washington, D.C., with an expected completion date of Dec 31, 2021. This contract is the result of a competitive acquisition for which one quote was received. The contract had a 16-month base period plus three individual one-year option periods with a maximum value of $135,006,112. This award brings the total cumulative value of the contract to $125,830,971. Fiscal 2021 operation and maintenance (Air Force) funds in the amount of $33,128,772 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0148).
KPMG LLP, McLean, Virginia, has been awarded a fixed-price contract option with a maximum value of $12,097,714 for audit services of the U.S. Army Corps of Engineers (USACE) Civil Works (CW) and Sub-allotted Funds financial statements. Work will be performed in McLean, Virginia, with an expected completion date of Dec. 31, 2021. This contract is the result of a competitive acquisition for which three quotes were received. The contract had a 12-month base period plus four individual one-year option periods, with a maximum value of $57,693,820. This award brings the total cumulative value of the contract to $45,358,627. Fiscal 2021 USACE CW revolving funds in the amount of $12,097,714 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0039).
*Small business
https://www.defense.gov/Newsroom/Contracts/Contract/Article/2450931/source/GovDelivery/
May 23, 2024 | International, Aerospace
April 9, 2024 | International, C4ISR
October 23, 2020 | International, Aerospace, Naval, Land, C4ISR, Security
NAVY Leidos Inc., Reston, Virginia, is awarded a $149,238,311 indefinite-delivery/indefinite-quantity contract containing cost-plus-fixed-fee, cost reimbursement and firm-fixed-price provisions. This contract provides services and supplies for the operation of the Naval Array Technical Support Center facility. Work will be performed in Newport, Rhode Island (99%); and Reston, Virginia; and Virginia Beach, Virginia (each location less than 1%), and is expected to be completed in November 2025. Service Cost Center funding (a type of overhead funding that is not authorized/appropriated in a particular fiscal year) in the amount of $13,837,718 will be obligated on the first task order and will not expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website with four offers received in response to solicitation no. N66604-19-R-0182. The Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity (N66604-21-D-A000). Raytheon Co., Tewksbury, Massachusetts, is awarded a $12,699,161 ceiling increase and a 21-day period of performance extension modification to previously awarded, cost-plus-fixed-fee contract N65236-18-C-8009 for Cross Domain Maritime Surveillance and Targeting. Work will be performed in Tewksbury, Massachusetts (53%); Cambridge, Massachusetts (24%); San Diego, California (10%); Woburn, Massachusetts (7%); Portsmouth, Rhode Island (5%); and Arlington, Virginia (1%), and is expected to be completed by November 2021. This modification brings the total cumulative value of the contract to $53,456,317. Fiscal 2020 research, development, testing, and evaluation (Navy) funds in the amount of $2,527,793 will be obligated at time of award. Funds will not expire at the end of the fiscal year. The Naval Information Warfare Center, Atlantic, Charleston, South Carolina, is the contracting activity. DEFENSE LOGISTICS AGENCY WGL Energy Services Inc., Vienna, Virginia (SPE604-21-D-7500, $35,243,557); Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-21-D-7505, $22,671,935); Enspire Energy LLC, Chesapeake, Virginia (SPE604-21-D-7504, $16,476,727); and UGI Energy Services Inc., Wyomissing, Pennsylvania (SPE604-21-D-7502, $12,570,456), have each been awarded a fixed‐price with economic‐price-adjustment contract under solicitation SPE604-20-R-0407 for natural gas. These were competitive acquisitions with seven offers received. These are two-year contracts with no option periods. Locations of performance are Delaware; Maryland; Washington, D.C.; Virginia; Massachusetts; New York; New Jersey; Pennsylvania; and Maryland, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, National Guard, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency, Energy, Fort Belvoir, Virginia. Honeywell International Inc. Aerospace, Tucson, Arizona, has been awarded a maximum $15,851,900 firm-fixed-price delivery order (SPRPA1-21-F-Q800) against five-year basic ordering agreement SPE4A1-17-G-0016 for V-22 spare parts. 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 no option periods. Location of performance is Arizona, with an Oct. 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency, Aviation, Philadelphia, Pennsylvania. National Industries for the Blind,* Alexandria, Virginia, has been awarded a maximum $13,676,269 modification (P00014) exercising the fourth one-year option period of a one-year base contract (SPE1C1-17-D-B003) with four one-year option periods for advanced combat helmet pad suspension systems. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Virginia, Pennsylvania, and North Carolina, with an Oct. 26, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. CORRECTION: The contract announced on Sept. 30, 2020, for Boeing Co., Mesa, Arizona, for $30,322,385, was announced with an incorrect award date and incorrect contract number. The correct award date is Oct. 22, 2020, and the correct contract number is SPRRA1-21-C-0002. AIR FORCE L3 Technologies Inc., Salt Lake City, Utah, has been awarded a $23,836,458 cost-plus-fixed-fee contract to perform survivable super high frequency (SSHF) upgrades to the E-4B platform. The SSHF upgrade seeks to build new capabilities that form the foundation for maintaining the E-4B as an effective nuclear command, control and communications platform. Work will be performed in Salt Lake City, Utah; and Offutt Air Force Base, Nebraska, and is expected to be completed by April 18, 2022. This award is the result of a competitive acquisition and 67 offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $20,000,000 will be obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8612-21-C-5007). Palantir USG Inc., Palo Alto, California, has been awarded a $9,000,000 firm-fixed-price contract for the Palantir Gotham platform for the COVID-19 response at Los Angeles Air Force Base, California. The contract modification is for the procurement and utilization of the Palantir Gotham Platform, which is a commercial software that will be accessed by the Air Force to facilitate the critical efforts necessary to coordinate decisions in response to the COVID-19 pandemic. Work will be performed in Palo Alto, California, and is expected to be completed April 30, 2021. Fiscal 2020 research, development, test and evaluation funds in the full amount are being obligated at the time of award. U. S. Space Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8806-21-C-0002). SPACE DEVELOPMENT AGENCY Perspecta Engineering Inc., Chantilly, Virginia, is awarded a $17,890,322 task order on an indefinite-delivery/indefinite-quantity contract to provide mission system engineering and integration support for the Space Development Agency's Tranche 0 capabilities. The awardee will provide overall technical leadership for integrating Tranche 0 elements and executing on-orbit tests and experiments, culminating in a Capstone event which demonstrates potential capabilities to the warfighter. Work will be performed in Chantilly, Virginia; Valley Forge, Pennsylvania; Blossom Point, Maryland; Colorado Springs, Colorado; El Segundo, California; Huntsville, Alabama; Melbourne, Florida; and Space Development Agency, Washington, D.C. This award was made based on specifications in the Tranche 0 Mission Systems Engineering and Integration request for proposal HQ0850-20-R-0004. Funds obligated at the time of award are defense-wide fiscal 2021 research, development, test and evaluation funds. Space Development Agency, Washington, D.C., is the contracting activity (HQ0850-21-F-0001). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY General Dynamics Mission Systems Inc., San Antonio, Texas, has been awarded a $7,869,884 modification (P00053) to previously awarded contract HR0011-16-C-0001 for classified information technology services. The modification brings the total cumulative face value of the contract to $167,187,910 from $159,318,026. Work will be performed in Arlington, Virginia, with an expected completion date of February 2021. Fiscal 2020 research and development funds in the amount of $7,428,876 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2391498/source/GovDelivery/