Back to news

December 7, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - December 3, 2018

NAVY

The Navy is awarding 1,870 indefinite-delivery/indefinite-quantity, multiple-award contracts (MACs) to businesses in multiple locations across 46 of the 50 United States, the District of Columbia, and Guam for future competition of support service requirements to be solicited by Department of the Navy activities under the SeaPort Next Generation (SeaPort-NxG) multiple-award contract vehicle. All work under the contracts will fall under two categories (engineering support services and program management support services), which are further divided into 23 functional areas. The government estimates approximately $5,000,000,000 of services will be procured per year via orders issued under the SeaPort-NxG multiple award contracts. These awards contain provisions to set aside requirements for small businesses, service-disabled veteran-owned small businesses, 8(a) business development program participants, woman-owned small businesses and historically-underutilized business-zoned small businesses. Under these multiple-award contracts, each contractor will be provided a fair opportunity to nationally compete for individual task orders. The MACs have a five-year base period of performance with an additional five-year ordering period option. No contract funds will be obligated on the basic MAC awards. Contract funds will be obligated at time of task order award. Multiple funding types may be used. The funding for task orders to be issued under these contracts will come from a variety of sources and will be consistent with the purpose for which the funds were appropriated. These contracts were competitively procured via the Federal Business Opportunities website, with 1,894 offers received. The Naval Sea Systems Command, Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia is the contracting activity (N00178-18-R-7000). NOTE: For a list of contractors receiving awards please visit: https://www.navsea.navy.mil/Portals/103/Documents/Small_Business_Forum/SeaPort%20NxG%20Awardees%20List.pdf?ver=2018-11-28-123322-177

Austal USA, Mobile, Alabama, is awarded a $40,369,095 cost-plus-fixed-fee undefinitized contract action for procurement of long lead time material and production engineering for the Expeditionary Fast Transport (EPF) 14. The EPF class provides high speed, shallow draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the Navy, Marine Corps, and Army. Work will be performed in Novi, Michigan (39 percent); Houston, Texas (12 percent); Chesapeake, Virginia (10 percent); Mobile, Alabama (9 percent); Rhinelander, Wisconsin (7 percent); and Iron Mountain, Michigan (3 percent), with other efforts performed at various locations (each less than 1 percent) throughout the U.S. (4 percent); and various locations (each less than 1 percent) outside the U.S. (16 percent), and is expected to complete by July 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $20,184,547 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively solicited via Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, District of Columbia, is the contracting activity (N00024-19-C-2227).

The Concourse Group, LLC,* Annapolis, Maryland, is awarded a maximum amount $29,000,000 indefinite-delivery/indefinite-quantity contract for professional services in support of the Department of Navy's (DoN) Public Private Venture (PPV) and Real Estate (RE) Programs. The work to be performed will require the contractor to bring professional knowledge, skills, and experience in residential and commercial real estate development and large scale real estate portfolio management to the DoN's PPV and RE programs. The contractor shall provide advice and assistance to the DoN and conduct the necessary research and analysis to present DoN decision-makers with accurate and relevant information. The contractor will bring best business practices from the private sector to assist the DoN with all aspects of the special venture acquisitions, including family and unaccompanied housing public private ventures, enhanced use leasing, and other public-private venture opportunities such as energy, utilities, and lodging, as well as real estate. The work includes technical advisory services to the Naval Facilities Engineering Command (NAVFAC) Headquarters Special Venture Acquisition Office and the NAVFAC component commands for the purpose of providing professional services, project development, execution, portfolio management advice and support consistent with the privatization approach adopted by the DoN, as well as technical advisory services to the NAVFAC RE. Work will be performed in Annapolis, Maryland. The term of the contract is not to exceed 36 months, with an expected completion date of November 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by operations and maintenance (Navy); and family housing, (Navy), operations and maintenance. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-8008).

Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is awarded $20,987,258 for firm-fixed-price modification P00002 to a previously issued order (N0001918F2334) placed against basic ordering agreement N00019-15-G-0026. This order provides for the installation of aerial refueling retrofit kits on four E-2D Advanced Hawkeye aircraft. Work will be performed in St. Augustine, Florida, and is expected to be completed in June 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $20,987,258 are being obligated on this 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, was awarded $10,526,671 for modification P00002 to delivery order N0001918F0520 previously placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option to provide calendar year 2019 Harpoon/SLAM-ER integrated logistics and engineering support services for Navy and Foreign Military Sales (FMS) customers. Work will be performed in St. Charles, Missouri (91.84 percent); St. Louis, Missouri (5.47 percent); Yorktown, Virginia (2.64 percent); and Oklahoma City, Oklahoma (0.05 percent), and is expected to be completed in November 2019. Fiscal 2019 operations and maintenance (Navy); and FMS funds in the amount of $10,526,671 will be obligated at time of award, $2,530,961 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($2,530,961; 24 percent); and FMS ($7,995,710; 76 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Nov. 29, 2018)

The Boeing Co., St. Louis, Missouri, was awarded $10,526,671 for modification P00002 to delivery order N0001918F0520 previously placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option to provide calendar year 2019 Harpoon/SLAM-ER integrated logistics and engineering support services for Navy and Foreign Military Sales (FMS) customers. Work will be performed in St. Charles, Missouri (91.84 percent); St. Louis, Missouri (5.47 percent); Yorktown, Virginia (2.64 percent); and Oklahoma City, Oklahoma (0.05 percent), and is expected to be completed in November 2019. Fiscal 2019 operations and maintenance (Navy); and FMS funds in the amount of $10,526,671 will be obligated at time of award, $2,530,961 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($2,530,961; 24 percent); and FMS ($7,995,710; 76 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Nov. 29, 2018)

MTU America Inc. (formerly known as Tognum America Inc.), Novi, Michigan, is awarded $7,946,893 for sole-source firm-fixed-price, delivery order N0002419FB028 under previously awarded basic purchase agreement N00024-14-A-4101 to provide the government of Israel with MTU engines and engine components to support the Israeli marine vessels under Foreign Military Sales (FMS) case IS-P-GPB involving FMS to Israel. MTU engines and engine components will be applicable but not limited to the following MTU engine series: M90, M94, TB54, TB82, TB93, TB94, TE83, TE94, and SE84. Work will be performed in Brownstown Township, Michigan, and is expected to be completed by September 2019. Fiscal 2018 FMS funding in the amount of $7,946,893 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Raytheon Co. Missile Systems, Tucson, Arizona, was awarded a $51,895,419 cost-plus-fixed-fee completion contract for a Defense Advanced Research Projects Agency (DARPA) research project. Work will be performed in Tucson, Arizona (78 percent); McKinney, Texas (12 percent); Tewksbury, Massachusetts (5 percent); Richardson, Texas (2 percent); Huntington Beach, California (1 percent); and Ontario, New York (2 percent), with an expected completion date of December 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $3,242,000 are being obligated at time of award. This contract was a sole-source acquisition. DARPA, Arlington, Virginia, is the contracting activity (HR0011-19-C-0008).

U.S. TRANSPORTATION COMMAND

Farrell Lines Inc., Reston, Virginia, has been awarded a one-time only task order under indefinite-delivery/indefinite-quantity contract HTC711-15-D-R044 in the amount of $15,747,387. This task order provides cargo transportation services support to the Surface Deployment and Distribution Command, U.S. Army. The task order is in support of an Army unit deployment from Fort Bliss, Texas, to multiple forward operating bases in Afghanistan. Work will be performed in the U.S. and Afghanistan. The period of performance is from Dec. 3, 2018, to Feb. 11, 2019. Fiscal 2019 Transportation Working Capital Funds were obligated at award. This modification brings the total cumulative face value of the contract to $150,886,391 from $135,139,004. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Centron Industries Inc.,* Gardena, California, has been awarded a maximum $13,908,602 firm-fixed-price with economic-price-adjustment, indefinite-quantity contract for cables and lighting products. This was a competitive acquisition and three offers were received. This is a three-year base contract, with one two-year option period. Location of performance is California, with a Nov. 25, 2021, performance completion date. Using military services are Army, Air Force, Navy, and Marine Corps. The type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-19-D-0005).

AIR FORCE

Utah State University Research Foundation/Space Dynamic Laboratory, North Logan, Utah, has been awarded an $11,477,222 cost-plus-fixed-fee task order (FA9453-19-F-0013) to previously awarded contract FA9453-16-D-0004 for a small satellite utility demonstration. The contractor will provide necessary research and development to maintain essential engineering, research and development capability in the areas of sensor development, image processing and data analysis. Work will be performed at North Logan, Utah, and is expected to be completed by March 14, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test, and evaluation funds in the amount of $557,437 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity. (Awarded Nov. 30, 2018)

ARMY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $9,430,158 modification (P00007) to contract W56HZV-17-C-0108 to install sensors on doors, build wire harness assemblies, and package all components as part of the Single Channel Ground and Airborne Radio System adapter kits, return sliding ramp assembly material for the vehicles and procure additional drop out factor material items on the Abrams SEPv3 45/60 vehicle production. Work will be performed in Lima, Ohio, with an estimated completion date of Aug. 30, 2019. Fiscal 2018 other procurement, Army funds in the amount of $9,430,158 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1704107/source/GovDelivery/

On the same subject

  • F-22, F-35 jets won’t hit Mattis’ readiness targets

    September 6, 2019 | International, Aerospace

    F-22, F-35 jets won’t hit Mattis’ readiness targets

    By: Aaron Mehta WASHINGTON — The U.S. Air Force's stealthy fighters will not meet an 80 percent mission-capable rate requirement set by former Defense Secretary Jim Mattis, top officials revealed Wednesday. Appearing at the 2019 Defense News Conference, Lt. Gen. Mark Kelly, deputy chief of staff for operations, said that the F-22 and F-35A would both fall short of the capability target set by Mattis shortly before his exit from the Pentagon. The F-16, however, “should” hit that target rate. In a memo first revealed by Defense News last October, Mattis ordered the Pentagon's F-35, F-22, F-16 and F-18 aircraft inventories to hit 80 percent mission-capability rates. A July investigation by sister publication Air Force Times revealed that in fiscal 2018, when Mattis issued the memo, the service was in a readiness nose dive: Of the 5,413 or so aircraft in the fleet, the percentage able to fly at any given time decreased steadily each year since at least FY12, when 77.9 percent of aircraft were deemed flyable. By FY17, that metric plunged to 71.3 percent, and it dipped again to 69.97 percent in FY18. Analysts were skeptical that such an increase could be achieved in just one year, and it appears that skepticism was well-founded. However, Kelly argued, not all mission-capable rates are created equal. “We learned a lot from the MC80 [mission-capable 80 percent] effort. One of the big things we learned is that our long-range readiness strategy, which takes a lot more consideration than MC80, is frankly a more viable strategy,” he said of an effort that takes a more holistic approach to whether needed assets are ready to use. “MC80 is actually a very important metric of how ready we are to go to war, but there is an easy way for the Air Force to achieve MC80 on any airframe, and that's to just stop flying. We actually flew more,” Kelly said. The F-22 struggled to hit 80 percent in large part because the low-observable coating on the plane requires slow, careful work to maintain, which drags down the mission-capable rates. The F-35A, meanwhile, was being stood up and flown more during this period than ever before, which was beneficial for the service, but meant that mission-capable rates were impacted by operational use. “So facts matter,” Kelly concluded. “The facts are: We won't make it, but the data behind the facts is we're actually having pretty good success.” During the panel, Air Force leaders were asked if the 386 squadron target, first unveiled last September, is still a hard goal for the service. Lt. Gen. Timothy Fay, deputy chief of staff for strategy, integration and requirements, didn't provide a concrete answer, but he did indicate that capability — as opposed to capacity — may be a more important standard for the future. “386 was an number we worked very hard on,” Fay said. “But it's not just a question of capacity. ... Yes, we have a force that's too small,” but the service is now “looking at new technologies, new ways to use those technologies.” https://www.defensenews.com/smr/defense-news-conference/2019/09/04/f-22-f-35-wont-hit-mattis-readiness-targets/

  • Air Force awards Boeing $2.3B contract for 15 more KC-46s

    November 29, 2023 | International, Aerospace

    Air Force awards Boeing $2.3B contract for 15 more KC-46s

    The award brings to 153 the number of KC-46s Boeing is on contract to build worldwide for the United States and allies.

  • Contract Awards by US Department of Defense - February 06, 2020

    February 7, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 06, 2020

    NAVY Northrop Grumman Systems Corp., San Diego, California, is awarded a $172,424,000 modification (P00004) to a previously awarded fixed-price-incentive-firm-target contract (N00019-19-C-0008). This modification exercises options for the production and delivery of two MQ-4 Triton unmanned air systems for the Navy, one Navy main operating base, trade studies and associated technical and administrative data. Work will be performed in San Diego, California (30.5%); Red Oak, Texas (12%); Palmdale, California (10%); Baltimore, Maryland (9.7%); Salt Lake City, Utah (7.9%); Bridgeport, West Virginia (4.9%); Indianapolis, Indiana (3.8%); Moss Point, Mississippi (3.6); Chantilly, Virginia (3.5%); Waco, Texas (1.7%); San Clemente, California (1.3%); Newton, North Dakota (.9%); various locations within the continental U.S. (8.8%); and various locations outside the continental U.S. (1.4%), and is expected to be completed in January 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $172,424,000 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. Toland & Mizell Architects Inc.,* Atlanta, Georgia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $30,000,000 for professional architectural and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast (SE) area of operations (AO). Initial task order is being awarded at $267,865 to provide engineering design for Server Rooms 1 and 2 within Building 514 at Naval Air Station Jacksonville. Work for this task order is expected to be completed by September 2020. All work on this contract will be performed at various Navy and Marine Corps installations in the NAVFAC Southeast AOR including, but not limited to Florida (20%); Georgia (17%); South Carolina (15%); Louisiana (10%); Mississippi (10%); Texas (10%); Andros Island, Bahamas (5%); Guantanamo Bay, Cuba (5%); Tennessee (3%); Alabama (1%); Arkansas (1%); Kansas (1%); Missouri (1%); and Oklahoma (1%), and is expected to be completed by February 2025. Fiscal 2020 operations and maintenance (Navy) (O&M N) contract funds in the amount of $267,865 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M N and military construction (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with 26 proposals received. NAVFAC SE, Jacksonville, Florida, is the contracting activity (N69450-20-D-0001). Progeny Systems Corp.,* Manassas, Virginia, is awarded a $14,822,628 cost-plus-fixed-fee and cost-only modification to previously-awarded contract N00024-19-C-6204 to exercise options to provide engineering and technical services for Navy submarines and aircraft carriers via the software infrastructure and build process related to a maintenance management tool. This option exercise is under Small Business Innovation Research Topic N05-051 for software build production, engineering and technical services, and includes all material travel, subsistence and incidental material in support of the related production orders and services. Work will be performed in Manassas, Virginia (30%); Groton, Connecticut (25%); Bremerton, Washington (15%); Las Vegas, Nevada (10%); Cleveland, Ohio (10%); Chesapeake, Virginia (4%); Pearl Harbor, Hawaii (2%); San Diego, California (2%); and Kings Bay, Georgia (2%), and is expected to be completed by January 2021. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $4,058,930 was obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Electric Boat Corp., Groton, Connecticut, is awarded a $7,598,226 undefinitized contract action to the previously awarded contract N00024-16-C-2111 to perform Phase III of the Virginia Class Main Propulsion Machinery control systems effort. Work will be performed in Sunnyvale, California, and is scheduled to be completed by March 2021. Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $7,598,226 will be obligated at time of award and funding will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity. U.S. TRANSPORTATION COMMAND Construction Helicopters Inc., Howell, Michigan, has been awarded a contract modification, P00009, on contract HTC711-17-D-R007 in the amount of $168,964,521. This modification provides continued rotary- and fixed-wing airlift support services, including passenger, cargo, casualty evacuation, personnel recovery, air drop and limited door-to-door services to U.S. Africa Command. Work will be performed in continental Africa, African islands and countries supporting operations in Africa, such as Germany and Italy. The option period of performance is from Feb. 2, 2020, to Feb. 1, 2021. This modification brings the total cumulative face value of the contract to $703,381,606 from $534,417,085. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Jan. 28, 2020) Berry Aviation Inc., San Marcos, Texas, has been awarded a contract modification, P00009, on contract HTC711-17-D-R008 in the amount of $157,889,835. This modification provides continued rotary- and fixed-wing airlift support services, including passenger, cargo, casualty evacuation, personnel recovery, air drop and limited door-to-door services to U.S. Africa Command. Work will be performed in continental Africa, African islands and countries supporting operations in Africa, such as Germany and Italy. The option period of performance is from Feb. 2, 2020, to Feb. 1, 2021. This modification brings the total cumulative face value of the contract to $674,556,717 from $516,666,882. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Jan. 28, 2020) Erickson Helicopters Inc., Portland, Oregon, has been awarded a contract modification, P00007, on contract HTC711-17-D-R009 in the amount of $93,601,765. This modification provides continued rotary- and fixed-wing airlift support services, including passenger, cargo, casualty evacuation, personnel recovery, air drop and limited door-to-door services to U.S. Africa Command. Work will be performed in continental Africa, African islands and countries supporting operations in Africa, such as Germany and Italy. The option period of performance is from Feb. 2, 2020, to Feb. 1, 2021. This modification brings the total cumulative face value of the contract to $379,378,242 from $285,776,477. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Jan. 28, 2020) ARMY Akima Support Operations LLC, Herndon, Virginia, was awarded a $101,329,977 cost-no-fee, cost-plus-fixed-fee, firm-fixed-price contract for Enhanced Army Global Logistics Enterprise logistics support and services at Fort Hood, Texas. Bids were solicited via the internet with 11 received. Work will be performed at Fort Hood, Texas, with an estimated completion date of Aug. 7, 2025. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0137). Federal Resources Supply Co.,* Stevensville, Maryland, was awarded a $40,365,948 firm-fixed-price contract for metal working and machine shop set shelters. 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 Feb. 25, 2025. U.S. Army Contracting Command, Rock Island Arsenal, is the contracting activity (W9098S-20-D-0005). Vectrus Systems Corp, Colorado Springs, Colorado, was awarded a $23,026,701 modification (P00012) to contract W52P1J-18-C-0025 to provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Area Support Group-Kuwait Dining Facility food services. Work will be performed in Kuwait City, Kuwait, with an estimated completion date of Feb. 9, 2021. Fiscal 2020 operations and maintenance, Army; defense cooperation agreement operations and maintenance; and Air Force operations and maintenance funds in the amount of $23,026,701 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Pine Bluff Sand And Gravel Co., White Hall, Arkansas, was awarded a $16,389,850 firm-fixed-price contract for Mississippi River maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in New Orleans and Black Hawk, Louisiana, with an estimated completion date of Feb. 9, 2023. Fiscal 2020 civil construction funds in the amount of $16,389,850 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0002). Messer Construction Co., Cincinnati, Ohio, was awarded a $13,960,000 firm-fixed-price contract for replacement and relocation of an existing fuel farm located at Wright Patterson Air Force Base. Bids were solicited via the internet with four received. Work will be performed at Wright Patterson Air Force Base, Ohio, with an estimated completion date of June 17, 2021. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0006). Skookum Educational Programs, Bremerton, Washington, was awarded a $7,335,413 modification (P00006) to contract W911S8-18-D-0004 to provide regularly scheduled custodial services to a multitude of federal facilities at Joint Base Lewis-McChord, Washington. Work will be performed at Joint Base Lewis-McChord, Washington, with an estimated completion date of Feb. 28, 2023. The 418th Contracting Support Brigade, Joint Base Lewis-McChord, Washington, is the contracting activity. DEFENSE LOGISTICS AGENCY Federal Prison Industries Inc.,** Washington, District of Columbia, has been awarded a maximum $24,465,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various types of trousers. This is a one-year base contract with four one-year option periods. Locations of performance are Washington, District of Columbia, Texas, Illinois and North Carolina, with an Oct. 5, 2021, performance completion date. Using customers are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-F057). *Small business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2077018/source/GovDelivery/

All news