March 3, 2021 | International, Aerospace
January 15, 2021 | International, Aerospace, Naval, Land, C4ISR, Security
NAVY
DoD Marine Constructors JV, Napa, California (N62473-21-D-1403); The Dutra Group, San Rafael, California (N62473-21-D-1404); Granite-Healy Tibbitts JV, Watsonville, California (N62473-21-D-1405); Manson Construction Co., Seattle, Washington (N62473-21-D-1406); Marathon Construction Corp.,* Lakeside, California (N62473-21-D-1407); R.E. Staite Engineering Inc.,* San Diego, California (N62473-21-D-1408); Reyes Construction Inc., Pomona, California (N62473-21-D-1409); and TNT Constructors, Bremerton, Washington (N62473-21-D-1410), are each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple-award construction contract for new construction, repair and renovation of waterfront facilities at various government installations located in the Naval Facilities Engineering Systems Command Southwest area of responsibility. These eight businesses may compete for task orders under the terms and conditions of the awarded contract. No task orders are being issued at this time. The maximum dollar value, including the base period and one option year for all eight contracts combined, is $750,000,000. The work to be performed provides for new construction, repair and renovation of waterfront structures and dredging within the North American Industry Classification System Code 237990 by design-build or design-bid-build. Types of projects may include, but are not limited to, dredging and disposal, piers, wharves, quay walls, bulkheads, relieving platforms, cellular structures, dry docks/caissons, break waters, fixed moorings, docks and marinas, pile driving, primary and secondary fender systems, sheet piles and sea walls. The solicitation's requirement for two or more awards to be reserved for highly qualified small businesses was met by the awards to Marathon Construction Corp. and R.E. Staite Engineering Inc. Future task orders will be primarily funded by operation and maintenance (Navy); Navy working capital; and military construction (Navy) funds. Work will be performed at various government installations in states including, but not limited to, California (90%); Arizona (6%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%), and will be completed by December 2026. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated to each awardee at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov contract opportunities website, with 15 proposals received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity.
TechFlow Mission Support LLC, doing business as EMI Services, Idaho Falls, Idaho, is awarded a maximum value $128,970,744 indefinite-delivery/indefinite-quantity contract for base operation support services at Naval Air Station Patuxent River, Maryland; Webster Field, St. Inigoes, Maryland; Solomons Annex, Solomons, Maryland; and Point Lookout, St. Mary's County, Maryland. Work will be performed in St. Mary's County, Maryland (92%); and Calvert County, Maryland (8%), and is expected to be complete by March 2029. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $13,269,831 for recurring work will be obligated under the initial task order at time of award and will expire at the end of the current fiscal year. The base operation support services to be performed include general information; management and administration; airfield facilities; and facilities support, including facility management, facility investment, integrated solid waste management, swimming pool services, special event support, utilities management, wastewater management, water services and environmental services. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-21-D-0002).
The MIL Corp., Bowie, Maryland, is awarded an $80,864,126 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for systems engineering services for assigned Global Radio Frequency Intelligence Networks related technologies and systems in support of the Naval Air Warfare Center Aircraft Division Webster Outlying Field Integrated Command, Control and Intel Division. Work will be performed in Saint Inigoes, Maryland, and is expected to be completed in April 2026. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0010).
Kay and Associates Inc., Buffalo Grove, Illinois, is awarded a $69,515,496 cost-plus-fixed-fee, cost reimbursable modification (P00012) to previously awarded contract N00421-17-C-0044. This modification exercises an option to procure maintenance and support services for F/A-18 aircraft and associated equipment in support of the government of Kuwait. Work will be performed in Kuwait, and is expected to be completed in January 2022. Foreign Military Sales funds in the amount $69,515,496 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, Patuxent River, Maryland, is the contracting activity.
Teledyne Brown Engineering Inc., Huntsville, Alabama, is awarded a $39,211,704 firm-fixed-price modification to previously awarded contract N00024-19-C-6402 to exercise options for the production of MK11 shallow water combat submersibles. Work will be performed in Huntsville, Alabama, and is expected to be completed by September 2024. Foreign Military Sales (country name withheld per international agreement) funding in the amount of $39,211,704 will be obligated at 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.
Raytheon Co., Keyport, Washington, is awarded a $16,095,857 modification to previously-awarded indefinite-delivery/indefinite-quantity requirements contract N61331-17-D-0001 to exercise options for maintenance and support for the AN/AQS-20 sonar mine detecting set. Work will be performed in Portsmouth, Rhode Island (65%); Keyport, Washington (30%); and Panama City, Florida (5%), and is expected to be completed by January 2022. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity.
Heffler Contracting Group,* El Cajon, California, is awarded a maximum value $15,000,000 firm-fixed-price, indefinite-delivery/indefinite quantity contract for specialty trade work, additions, alterations and repairs at various facilities located at Travis Air Force Base, California. No task orders are being issued at time of award. The work to be performed will be primarily design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, specialty trade work. The work performed may include new work, additions, alterations, maintenance and repairs. Future task orders will be primarily funded by operation and maintenance (Navy) funds. Work will be performed at Travis Air Force Base, California, and is expected to be completed by January 2026. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $2,000 will be obligated at time of award in order to meet the minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website, with nine proposals received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-1018).
Agile-Bot II LLC,* Reston, Virginia, is awarded a $14,075,424 cost-plus-fixed-fee contract for advanced cyber support services in support of the Marine Corps Cyberspace Operations Group. This one-year contract includes four one-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $72,996,224. All work will be performed in Quantico, Virginia. The period of performance of the base period is from Jan. 14, 2021, through Jan. 13, 2022. If all options are exercised, the period of performance would extend through Jan. 13, 2026. Fiscal 2021 operation and maintenance (Marine Corps) funds in the amount of $2,991,443 will be obligated at the time of award. This contract was competitively procured via request for proposal N66001-18-R-0011 published on the Federal Business Opportunities website and the NAVWAR e-Commerce Central website. Five offers were received and one was selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-21-C-0043).
Electrical Equipment Co.,* Norfolk, Virginia, is awarded a $10,976,873 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the delivery of up to a maximum quantity of 620 XVR16 and 380 XVR19 Versa Module Eurocard Single Board computers; four annual XVR19 Open Linux software development kit maintenance licenses; and 120 RES-3000 Ethernet Switch System components for multiple AN/UPX-24(V) Interrogator Set and AN/UPX-46(V) Interrogator System projects in support of Naval Air Warfare Center, Aircraft Division, Combat Integration and Identification Systems. Work will be performed in Norfolk, Virginia, and is expected to be completed in January 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-21-D-0047).
MISSILE DEFENSE AGENCY
L3Harris Technologies Inc., Fort Wayne, Indiana, is being awarded a firm-fixed-price prototype award with a total value of $121,634,954 through the Missile Defense Agency's authority under 10 U.S. Code § 2371b. This prototype award was competitively solicited among awardees of the Hypersonic and Ballistic Tracking Space Sensor Phase IIa effort, which was competitively awarded as a Prototype Other Transaction pursuant to 10 U.S. Code § 2371b. Four proposals were received. Under this award, the performer will provide the Missile Defense Agency's Hypersonic and Ballistic Tracking Space Sensor program with an on-orbit prototype demonstration, culminating with launch and early orbit testing. The work will be performed in Fort Wayne, Indiana, with an estimated completion date of July 14, 2023. Fiscal 2020 research, development, test and evaluation funds in the amount of $25,000,000 will be obligated at the time of award. These funds will expire at the end of the 2021 fiscal year. Missile Defense Agency, Schriever Air Force Base, Colorado, is the contracting activity (HQ0857-20-9-0001).
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, has been awarded a $17,949,424 modification (P00003) to previously awarded System of Systems Enhanced Small Unit (SESU) contract HR0011-20-C-0008. This modification brings the cumulative face value of the contract from $5,162,120 to $23,111,544. Work will be performed in Tewksbury, Massachusetts (39%); Tucson, Arizona (36%); Woburn, Massachusetts (13%); and Clifton, New Jersey (12%), with an estimated completion date of October 2022. Fiscal 2021 research and development funds in the amount of $2,000,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.
*Small business
https://www.defense.gov/Newsroom/Contracts/Contract/Article/2473002/source/GovDelivery/
March 3, 2021 | International, Aerospace
June 18, 2020 | International, Aerospace, Naval, Land, C4ISR, Security
NDO/VNA - Deputy Minister of National Defence Sen. Lt. Gen. Nguyen Chi Vinh on June 16 engaged in two online talks with Jody Thomas, Deputy Minister of Canada's Department of National Defence, and Peter Tesch, Deputy Secretary for Strategic Policy & Intelligence at Australia's Department of Defence. Canadian and Australian ambassadors and military attaches to Vietnam also took part in the talks. During the talks, Vinh informed the Australian and Canadian officials on the COVID-19 situation in Vietnam, attributing the good outcomes in controlling the disease to concerted efforts of the entire political system, with the Vietnam People's Army serving as the core and vanguard force. Highlighting the importance of international collaboration in the fight against the pandemic, he thanked Australian and Canadian defence bodies' cooperation in sharing information on COVID-19 prevention, control, research and treatment. He hoped the joint work will last for long given the COVID-19 complexities. On the occasion, Vinh and his counterparts reviewed outcomes of Vietnam-Australia and Vietnam-Canada defence ties in the past time and sought agreement on future orientations with a stress on military medical coordination in disease prevention and control. All sides vowed that they will not allow the pandemic to hinder their thriving cooperation. The Vietnamese and Canadian officials expressed their delight at breakthroughs in the relations of the sides after their defence ministers exchanged visits, particularly in human resources training and UN peace keeping mission. The Canadian side said it plans to set up a military attaché office in Vietnam this year, and the two sides agreed to push for the establishment of a bilateral defence policy dialogue mechanism toward building a three-year cooperation scheme for the two defence ministries. Meanwhile, Vietnam and Australia took note of outstanding joint work, such as Australian military aircraft, for the second time, transporting personnel of Vietnam's level-2 field hospital to South Sudan for peacekeeping mission. The sides also began teaming up to organise activities in searching for Vietnamese soldiers going missing during wartime, shooting skills exchanges; and discussions on women, peace and security. Vinh stated Vietnam's Defence Ministry is committed to the effective implementation of defence cooperation with Australia and Canada based on signed documents and agreements for the benefit of the sides involved and of the region. The official also informed his counterparts on the schedule of activities during the year Vietnam serves as Chair of ASEAN 2020 and its tenure as a non-permanent member of the UN Security Council for 2020-2021. He highlighted Vietnam's determination in strengthening collaboration within the framework of the ASEAN Defence Minister's Meeting (ADMM) and ADMM Plus. He stressed Vietnam backs Canada's responsible participation in the region in line with ASEAN's consensus principle and praised Australia's success in hosting the first informal ASEAN – Australia defence ministers' meeting. https://en.nhandan.org.vn/politics/item/8778302-vietnam-boosts-defence-cooperation-with-canada-australia.html
June 25, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence
U.S. SPECIAL OPERATIONS COMMAND Raytheon Space and Airborne Systems, McKinney, Texas, was awarded a $96,639,799 indefinite-delivery/indefinite-quantity contract modification (P00007) with firm-fixed-price and cost-plus-fixed-fee contract line items to an existing contract (H92222-16-D-0033). This contract modification increases the ceiling from $203,360,201 to $300,000,000 for continued low-rate initial production of the Silent Knight Radar system in support of U.S. Special Operations Command (USSOCOM). Fiscal 2019 procurement funds in the amount of $54,720,000 are being obligated at time of contract modification. The remaining costs will be funded via delivery/task orders, and depending on the requirement, may be funded using research, development, test and evaluation; procurement; or operations and maintenance funding. The ordering period is valid for five years. The work will be performed in McKinney and Forest, Mississippi, and is scheduled to be completed by October 2022. USSOCOM headquarters, Tampa, Florida, is the contracting activity. NAVY Leidos Inc., Reston, Virginia, is awarded an estimated $72,817,062 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price contract for the Transformational Reliable Acoustic Path System (TRAPS) on behalf of the Maritime Surveillance Systems Program Office, Navy Program Executive Office Submarines. The TRAPS capability complements fixed surveillance systems and the surveillance towed array sensor system. TRAPS provides flexible and responsive wide area surveillance for theater antisubmarine warfare commanders worldwide. This contract has a three-year ordering period up to the contract award amount. There are no options. Work will be performed in Long Beach, Mississippi, and is expected to be completed by June 2022. No funding is obligated at the time of award. Funds will be obligated as individual delivery orders are issued. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0030). FlexDecks Inc.,* Houston, Texas, is awarded a $17,200,997 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure up to 40 each V-22 and MV-22B maintenance wing platform stands for the Marine Corps, Air Force, Navy and the government of Japan. Work will be performed in Houston, Texas, and is expected to be completed in June 2024. Fiscal 2017 and 2018 aircraft procurement and foreign military sales funds in the amount of $5,490,973 will be obligated at the time of award, $4,519,637 of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a 100% small business set-aside; three offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0134). Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $16,273,896 cost-plus-fixed fee, firm-fixed-price, cost contract (N00024-19-C-6269) for the procurement of multifunction modular masts for new construction Virginia-class Block V hulls, spares and repairs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $97,860,000. Work will be performed in Nashua, New Hampshire (70%); and Syracuse, New York (30%), and is expected to be complete by June 2020. If all options are exercised, work will continue through June 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $13,932,928 will be obligated at time of award and will not expire at the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. AIR FORCE Accenture Federal Services LLC, Arlington, Virginia, has been awarded a $65,447,464 other transaction agreement for the execution of the enterprise information technology as a service compute and store risk reduction effort experiment. This agreement provides for an experiment for services to include providing a flexible and scalable hosting solution for applications and data, operation and maintenance of the compute and store environment, and application rationalization. Work will be performed in Buckley Air Force Base, Colorado; Maxwell AFB, Alabama; Offutt AFB, Nebraska; Joint Base Elemendorf-Richardson, Alaska; Cannon AFB, New Mexico; and Hurlburt Field, Florida, and is expected to be completed by June, 2020. Fiscal 2019 operations and maintenance funds in the amount of $28,517,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8726-19-9-0002). Harris Corp., Colorado Springs, Colorado, has been awarded an $18,084,893 cost-plus-fixed-fee contract modification (P00003) to previously awarded FA8819-19-C-0002 for the manufacturing of Air Force Satellite Control Network complaint L and S band antennas for the space combat range. Work will be performed at Colorado Springs, Colorado; and Kirtland Air Force Base, New Mexico, and is expected to be completed by June 19, 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $18,084,893 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Los Angeles AFB, California, is the contracting activity. Northrop Grumman Innovation Systems, Fort Worth, Texas, has been awarded a $17,780,580 cost-plus-fixed fee with an embedded fixed-price and cost reimbursement contract to provide sustainment services for the Lebanese Air Force Armed Caravan Program. This contract provides field service representatives, repair and return, calibration, support equipment and spares. Work will be performed in Beirut, Lebanon, and is expected to be completed June 30, 2021, with the possibility of extending the completion date to June 30, 2024. This contract involves 100% foreign military sales to Lebanon. This award is the result of a sole source acquisition. Foreign Military Sales funds in the amount of $10,732,607 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-C-3001). EaglePicher Technologies,* Joplin, Missouri, has been awarded a $14,125,999 cost-plus-fixed-fee contract action for an F-35 Agnostic Battery System. This contract provides for the acquisition of the manufacturing process improvement for the F-35 agnostic battery. Work will be performed in Joplin, Missouri, and is expected to be completed by June 17, 2022. This award is the result of a competitive Small Business Innovative Research action and one offer were received. Fiscal 2018 research and development funds in the amount of $7,248,000 are being obligated at the time of award. The Air Force Research Laboratory Contracting, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-5077). Joe Torres Co., Bakersfield, California, has been awarded a $9,080,374 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for integrated solid waste management services. This contract provides for collection and disposal of municipal solid waste, recycling and landfill services. Work will be performed in Edwards Air Force Base, California, and is expected to be completed by June 30, 2024. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $439,615 are being obligated at the time of award. The Air Force Test Center, Edwards AFB, California, is the contracting activity (FA9301-19-D-A006). ARMY General Dynamics Mission Systems, Marion, Virginia, was awarded a $44,000,000 firm-fixed-price contract for Army Standard Family ISO Shelter, one-side expandable, two-side expandable, and modified extended rigid wall shelter. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 21, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0078). BIS Services LLC,* Kenner, Louisiana, was awarded a $32,305,200 firm-fixed-price contract for Calcasieu River and pass stone foreshore protection. Bids were solicited via the internet with three received. Work will be performed in Cameron Parish, Louisiana, with an estimated completion date of Dec. 12, 2020. Fiscal 2019 civil construction funds in the amount of $32,305,200 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0051). BIS Services LLC,* Kenner, Louisiana, was awarded a $14,785,945 firm-fixed-price contract for Calcasieu River and pass stone foreshore protection, repairs and armoring. Bids were solicited via the internet with four received. Work will be performed in Cameron Parish, Louisiana, with an estimated completion date of Feb. 10, 2021. Fiscal 2019 operations and maintenance, civil funds in the amount of $14,785,945 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0047). Huffman Construction LLC,* Poplar Bluff, Missouri, was awarded a $13,757,500 firm-fixed-price contract for Ohio River shoreline repair work for multiple pump stations and the construction of a new pump station. Bids were solicited via the internet with four received. Work will be performed in Paducah, Kentucky, with an estimated completion date of Jan. 6, 2022. Fiscal 2017 civil construction funds in the amount of $13,757,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0050). Gilbane Federal, Concord, California, was awarded a $13,601,007 firm-fixed-price contract for repair to Moran Hall South (Bldg. 29802). Bids were solicited via the internet with three received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of Jan. 2, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $13,601,007 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3007). Bhate Environmental Associates Inc.,* Birmingham, Alabama, was awarded an $11,382,741 firm-fixed-price contract for demolition services to plan and execute the removal of buildings and facilities to include the abatement and removal of asbestos containing materials and other regulated materials, disconnect and capping of utilities, complete removal of utilities, disposal of all debris materials and restoration. Nine bids were solicited with three bids received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Aug. 19, 2021. Fiscal 2019 NASA funds in the amount of $11,382,741 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-F-0428). DEFENSE LOGISTICS AGENCY Sysco Seattle, Kent, Washington, has been awarded a maximum $21,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution for Navy ships customers in the Puget Sound/Seattle, Washington area. This was a sole-source acquisition in accordance with 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 240-day bridge contract with no option periods. Location of performance is Washington, with a Feb. 15, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3227). (Awarded June 20, 2019) Federal Prison Industries Inc.,** Washington, District of Columbia, has been awarded a maximum $17,232,000 firm-fixed-price, indefinite-quantity contract for Navy coveralls. This is a one-year base contract with four one-year option periods. Locations of performance are Atlanta, Georgia, Arizona, Mississippi, and District of Columbia, with a Nov. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-F027). Sysco Seattle, Kent, Washington, has been awarded a maximum $14,300,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution for land based customers in Seattle, Washington, and surrounding areas. This was a sole-source acquisition in accordance with 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 240-day bridge contract with no option periods. Location of performance is Washington, with a Feb. 15, 2020, performance completion date. Using customers are Army, Air Force, Marine Corps, Army National Guard, and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3226). (Awarded June 20, 2019) DEFENSE INFORMATION SYSTEMS AGENCY Iridium Satellite LLC, Tempe, Arizona, was awarded a non-competitive firm-fixed-price contract modification (P00012) for the extension of services on the current Airtime contract (HC104714C4000). The face value of this action is $8,579,000, funded by fiscal 2019 defense working capital funds. The total cumulative face value of the contract is $469,483,000. Performance will be at the contractor's facility. The original solicitation was issued on the basis of other than full and open competition pursuant to 10 U.S. Code 2304(c)(1). Only one responsible source and no other type of supplies or services would satisfy agency requirements. The period of performance is June 22, 2019, through July 21, 2019. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. (Awarded June 19, 2019) *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1884099/source/GovDelivery/