Back to news

February 4, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - February 03, 2020

AIR FORCE

The following eight firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award task order contracts (MATOC) -- each with a not to exceed price of $90,000,000 -- have been awarded to the following: Doyon Management Services, Federal Way, Washington (FA4626-20-D-0010); Geranios Enterprises Inc., Great Falls, Montana (FA4626-20-D-0011); Guy Tabacco Construction Co., Black Eagle, Montana (FA4626-20-D-0012); James Talcott Construction, Great Falls, Montana (FA4626-20-D-0013); JE Hurley Inc., Colorado Springs, Colorado (FA4626-20-D-0014); NorthCon Inc., Hayden, Idaho (FA4626-20-D-0015); Sealaska Construction Solutions LLC., Seattle, Washington (FA4626-20-D-0016); and Wadsworth Builders Co. Inc., Great Falls, Montana (FA4626-20-D-0017). This MATOC contract is a design-build, bid-build construction acquisition based on a general statement of work further defined with each individual task order. Work to be performed under the MATOC will be the general construction category, to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting and earthwork. Work will be performed at Malmstrom Air Force Base, Montana, and is to be completed as specified in each individual task order by Feb. 2, 2027. This award is the result of a competitive solicitation to total small businesses, 8(a) small business, and HUBZone small businesses; 16 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $4,000 ($500 each) are being obligated at the time of award. The 341st Contracting Squadron, Malmstrom Air Force Base, Montana, is the contracting activity.

Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $57,360,519 delivery order modification (FA8504-20-F-0007-P00002) to previously awarded contract FA8504-17-D-0002 for C-130J propulsion long term sustainment. This order provides funding for Option Three and Power By The Hour flying hours. The work is expected to be completed Feb. 1, 2021. Fiscal 2020 operations and maintenance funds in the amount of $57,360,519 are being obligated at the time of award. The total cumulative face value of the contract is $57,360,519. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Merrill Corp., Clearfield, Utah, has been awarded a firm-fixed price requirement type contract in the amount of $21,477,000 for the overhaul of duct assembly. Work will be performed in Clearfield, Utah, and is expected to be complete by Feb. 2, 2025. This award is the result of a sole-source acquisition. Fiscal 2020-2025 procurement funds will be used. The base award is estimated at $4,020,084; Option One is $4,000,467; Option Two is $4,346,985; Option Three is $4,641,164; and Option Four is $4,468,298. Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-20-D-0001).

The Boeing Co., St. Louis, Missouri, has been awarded a firm-fixed-price requirement type contract in the amount of $7,907,471 for the repair of KC-135 cowling and fan ducts. Work will be performed in St. Louis, Missouri, and is expected to be complete by Feb. 2, 2025. This award is the result of a sole-source acquisition. Fiscal 2020-2025 procurement funds will be used. The base award (three year amount) is estimated at $4,941,509. Option One is $1,444,206; Option Two is $1,521,756. Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-20-D-0002).

NAVY

Manson Construction Co., Seattle, Washington, is awarded an $89,370,000 firm-fixed-price contract that provides for design-bid-build services for the construction of Seawolf Class Service Pier Extension, Naval Base Kitsap Bangor. The total cumulative face value of the contract including the award of four options will be $89,370,000. This contract award does not involve foreign military sales. The work to be performed provides for the construction of a 520 foot by 68-foot single level, reinforced concrete, general-purpose submarine berthing pier extension to the existing pier, with pier-side utilities, communication systems and two-580-square-foot concrete floating camels. The pier extension includes engineered pile and caps to support the pier deck, a fixed crane, equipment pads, mobile cranes and utility buildings. The project also configures and adds to the existing wave screen attenuation system and modifies the existing small craft berthing at the service pier. Additionally, the project constructs a low-rise compressor building on the pier for new tool air compressors and breathing air compressors and alters an existing building to accommodate new and existing lift stations, sewage equipment, storm drainage, industrial wastewater services and provides a new emergency generator. Work will be performed in Silverdale, Washington, and is expected to be completed by July 2022. The solicitation was competitively procured via Federal Business Opportunities with five offers received. Fiscal 2020 military construction funds for $89,370,000 are obligated on this award. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-20-C-2002).

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, was awarded a $20,337,451 modification (P00016) to a previously awarded firm-fixed-price contract (N61340-17-C-0014). This modification procures updates to the Delta Software System Configuration #3 software baseline to include the visual system and cyber security on tactics and flight trainer devices. Additionally, this modification provides technology refresh and aircraft concurrency updates on tactics devices, aircraft concurrency and aerial refueling updates on the flight devices, tactics and flight device training and associated technical data in support of the E-2D Hawkeye Integrated Training System. Work will be performed in Point Mugu, California, and is expected to be completed in June 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $2,016,274; fiscal 2019 aircraft procurement (Navy) funds in the amount of $13,061,234; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $5,259,943 will be obligated at time of award, $2,016,274 of which will expire at the end of the current fiscal year. The Naval Air Warfare Training Systems Division, Orlando, Florida, is the contracting activity. (Awarded Jan. 31, 2020)

Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $9,107,841 cost-plus-fixed-fee undefinitized contract action under a previously awarded basic ordering agreement N00024-19-G-5107 to repair and test the USS Sampson (DDG 102) SPY-1D(V) transmitter suite. This order covers repair, refurbishment, reassembly and testing of the AEGIS Weapon System (AWS) AN/SPY-1D(V) Transmitter Group in support of USS Sampson (DDG 102) as well as associated testing support. Work will be performed in Andover, Massachusetts (65%); Keyport, Washington (16%); Moorestown, New Jersey (10%); and Marlborough, Massachusetts (9%), and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) funding for $4,108,940 will be obligated at the time of award and expire at the end of the current fiscal year. This order 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-F-5105).

Zenetex LLC, Herndon, Virginia, was awarded a $7,521,702 cost-plus-fixed-fee contract to provide contractor support services (CSS) to temporarily augment government personnel to assist in the acquisition, management and sustainment of Navy training systems. CSS support includes corporate operations, research and technology, program management, logistics, engineering, instructional systems and test and evaluation support services for various training systems managed by the Naval Air Warfare Center Training Systems Division. Work will be performed in Orlando, Florida, and is expected to be completed in May 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $432,783; fiscal 2019 other procurement (Navy) funds in the amount of $138,112; fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $278,344; fiscal 2020 aircraft procurement (Navy) funds in the amount of $1,002,318; fiscal 2020 other procurement (Navy) funds in the amount of $357,920; fiscal 2020 operations and maintenance (Navy) funds in the amount of $507,119; fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $101,022; working capital (Navy) funds in the amount of $1,204,302; and Foreign Military Sales funds in the amount of $520,643 will be obligated at time of award, $785,463 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 Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-C-0009). (Awarded Jan. 31, 2020)

ARMY

H2 Direct LLC,* Gulf Breeze, Florida, was awarded a $39,000,000 firm-fixed-price contract for personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items and non-personal services necessary to provide information technology management support services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2025. The 418th Contracting Support Brigade, Fort Hood, Texas, is the contracting activity (W91151-20-D-0009).

Cray Inc., Seattle, Washington, was awarded a $26,480,000 firm-fixed-price contract for Department of Defense high performance computing modernization. Bids were solicited via the internet with three received. Work will be performed in Stennis Space Center, Mississippi, with an estimated completion date of Aug. 1, 2025. Fiscal 2020 other procurement, Army funds in the amount of $26,480,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-F-0126).

Sustainable System Solutions LLC,* Herndon, Virginia, was awarded a $9,563,615 cost-plus-fixed-fee contract to provide the design, development, integration, testing and fielding of test capabilities systems and/or related test infrastructure among ranges within the Department of Defense test and evaluation community. 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. 2, 2030. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0003).

Escal Institute Advanced Tech, North Bethesda, Maryland, was awarded an $8,805,373 firm-fixed-price contract to provide training and certifications to verify and validate student proficiency in cybersecurity roles. 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. 2, 2021. Fort Gordon, Georgia, is the contracting activity (W911S0-20-F-0111).

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Co., Ridley Park, Pennsylvania, was awarded an $18,186,000 firm-fixed-price type delivery order (H92241-20-F-0020) under basic ordering agreement W91215-16-G-0001 to procure the long lead components and parts in support of MH-47G rotary wing aircraft. This action is required to satisfy an urgent need to sustain U.S. Special Operations Forces (SOF) heavy assault, rotary wing aircraft and to mitigate the impact of the MH-47G aircraft availability in light of increased SOF operational demands. Contract funds will not expire at the end of the current fiscal year. Fiscal 2020 aircraft procurement, Army funds in the amount of $18,186,000 were obligated at the time of award. The majority of the work will be performed in Ridley Park. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.


*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2073298/source/GovDelivery/

On the same subject

  • Air Force to fall nearly 150 pilots short of annual training goal

    September 11, 2023 | International, Aerospace

    Air Force to fall nearly 150 pilots short of annual training goal

    The shortfall makes it more difficult for the service to fill a pilot shortage of around 2,000 people that has persisted for years.

  • Guerre en Ukraine : le fabricant d’armes américain Lockheed Martin enchaîne les records en Bourse, Thales encore en dessous des siens malgré un gain de plus de 30%

    March 7, 2022 | International, Aerospace, Naval, Land, C4ISR

    Guerre en Ukraine : le fabricant d’armes américain Lockheed Martin enchaîne les records en Bourse, Thales encore en dessous des siens malgré un gain de plus de 30%

    L’investissement ESG, très prisé en Europe, a longtemps pesé sur le cours de Bourse du Français Thales, qui tire 50%...

  • Contract Awards by US Department of Defense - May 7, 2019

    May 8, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - May 7, 2019

    NAVY Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $84,925,824 cost-plus-incentive-fee modification to previously awarded contract N00024-13-C-5116 for AEGIS combat system engineering, architecture, development, integration and test; Naval Integrated Fire Control-Counter Air integration and test; and training, studies and computer program maintenance. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2019. Fiscal 2014 and 2017 shipbuilding and conversion (Navy); fiscal 2018 and 2019 research, development, test, and evaluation (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $58,414,159 will be obligated at the time of award and funding in the amount of $4,217,275 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. G2 Software Systems Inc.,* San Diego, California, is awarded a $83,493,639 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. Fiscal 2019 working capital (Navy) funds in a guaranteed amount of $10,000 will be obligated at the time of award and will not expire by the end of the current fiscal year. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0059). Geocent,* Metairie, Louisiana, is awarded a $83,338,808 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0060). Forward Slope Inc.,* San Diego, California, is awarded a $76,903,173 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0058). Advanced Sciences and Technologies LLC (AS&T),* Berlin, New Jersey, is awarded a $68,106,416 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a Request for Proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0056). Solute Inc.,* San Diego, California, is awarded a $55,891,672 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0061). United Technologies Corp., Pratt & Whitney Engines, East Hartford, Connecticut, is awarded $55,675,476 for modification P00005 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1021). This modification provides additional funding for F135 long lead items to support the production delivery schedule, exercises an option for additional initial spare parts, and provides program administrative labor for the global spares pool in support the Navy; Air Force, and Marine Corps, non-U. S. Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in April 2022. Fiscal 2019 aircraft procurement (Navy, Air Force, and Marine Corps); non-U.S. DoD participant and FMS funds in the amount of $55,675,476 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This effort combines purchases for the Navy ($4,161,749; 7.5 percent); Air Force ($3,116,792; 5.6 percent); Marine Corps ($556,570; 1.0 percent); non-U.S. DoD participants ($24,899,106; 44.7 percent); and FMS Customers ($22,941,259; 41.2 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Data Intelligence LLC,* Marlton, New Jersey, is awarded a $48,103,672 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy), shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0057). Black Construction/MACE International JV, Harmon, Guam, is awarded a $29,877,000 firm-fixed-price contract for the construction of a three-megawatt photovoltaic electrical generation system at Naval Support Facility (NSF) Diego Garcia. The work to be performed provides for the construction (design-bid-build) of a three-megawatt photovoltaic electrical generation system and the supporting electrical distribution system upgrades required to interconnect the photovoltaic array with the existing NSF Diego Garcia. The project will also include site preparation, fencing, perimeter lighting and a ground cover system. Work will be performed in Diego Garcia, British Indian Ocean Territories and is expected to be completed by June 2021. Fiscal 2015 military construction (Department of Defense) contract funds in the amount of $29,877,000 are obligated on this 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 one proposal received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1324). Nathan Kunes Inc.,* San Diego, California, is awarded a $13,681,778 indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract for development, implementation and testing of computer network defense measures; development of wireless computing security, cross-domain solutions, and vulnerability assessments; and system and security engineering to evaluate commercial information assurance products. This two-year contract includes one three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $35,236,186. All work will be performed in San Diego, California. The period of performance of the base award is from May 7, 2019, through May 6, 2021. If the option is exercised, the period of performance would extend through May 6, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This contract was competitively procured via request for proposal N66001-18-R-0351 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Two offers were received and one was selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0089). BAE Systems, Information and Electronics Systems Integration Inc., Hudson, New Hampshire, is awarded $10,853,462 for cost-plus-fixed-fee delivery order N0001919F0019 against a previously issued basic ordering agreement (N00019-16-G-0021) for the upgrade of the Advanced Precision Kill Weapon System (APKWS) guidance section. This delivery order provides for non-recurring tasks to combine the Rotary Wing APKWS II and the Fixed Wing APKWS II Guidance Sections into one hardware and software solution. Work will be performed in Hudson, New Hampshire (93 percent); and Austin, Texas (7 percent), and is expected to be completed in April 2021. Fiscal 2018 and 2019 procurement of ammunition (Navy and Marine Corps) funds in the amount of $10,853,462 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY San Antonio Lighthouse for the Blind,** San Antonio, Texas, has been awarded a maximum $11,295,446 modification (P000013) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B024) with two one-year option periods for flame resistant, operational camouflage pattern, intermediate weather outer layer trousers. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. Location of performance is Texas, with an Oct. 31, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. UPDATE: Federal Contracts Corp., Tampa, Florida (SPE8EC-19-D-0040), has been added as an awardee to the multiple-award contract supplying felling trailers for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1840893/source/GovDelivery/

All news