Back to news

June 15, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - June 12, 2020

DEFENSE LOGISTICS AGENCY

US Foods, Los Angeles, California, has been awarded a maximum $525,250,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is California, with a June 12, 2025, ordering period end date. Using customers are Army, Marine Corps, Navy, Air Force, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3278).

Sysco Hampton Roads, Inc., Suffolk, Virginia, has been awarded a maximum $377,791,948 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a two-year base contract with one one-year option period and one two-year option period. Location of performance is Virginia, with a June 9, 2025, ordering period end date. Using military services are Air Force, Army, Coast Guard, Marine Corps and Navy. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3277).

Federal Contracts Corp., Tampa, Florida, is sharing a maximum $189,261,484 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for agricultural equipment. This was a competitive acquisition with 10 responses received. Other contracts have been awarded under this solicitation (SPE8EC-17-R-0007) and additional awards are expected. Awardees will compete for a portion of the maximum dollar value. This is a five-year base contract with no option periods. Location of performance is Florida, with a June 11, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-20-D-0060).

NAVY

Lockheed Martin Corp., Owego, New York, is awarded a not-to-exceed $375,488,269 undefinitized contract modification (P00014) to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-19-C-0013). This modification provides non-recurring efforts to design and develop unique hardware and software for the Multi-Role Helicopter MH-60R development program for the government of India. Work will be performed in Owego, New York (81%); and Stratford, Connecticut (19%), and is expected to be complete by June 2025. Foreign Military Sales funds for $117,700,000 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $183,815,073 modification (P00096) to a previously awarded firm-fixed-price, fixed-price-incentive-fee, cost-plus-fixed-fee contract (N00019-15-C-0003). This modification incorporates additional operation, security and technical services in support of the F-35 Lightning II program for the Republic of Korea. Work will be performed in Fort Worth, Texas, and is expected to be complete by January 2021. Foreign Military Sales funds in the amount of $183,815,073 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.

Scientific Systems Co. Inc.*, Woburn, Massachusetts, is awarded a $9,575,556 cost-plus-fixed-fee order (N68335-20-F-0006) against a previously issued basic ordering agreement (N68335-15-G-0030). This order provides for continuing improvement of the software development processes to enhance cybersecurity and software safety for the Image Based Navigation for Vertical Take-off and Landing Tactical Unmanned Aerial Vehicle Shipboard Landing program in support of the MQ-8 Fire Scout unmanned air vehicle. This is a Small Business Innovation Research (SBIR) Phase III for research and development performed under the SBIR topic numbers N112-127, N03-025 and AF06-149. Work will be performed in Woburn, Massachusetts (95%); and Bedford, New Hampshire (5%), and is expected to be complete by June 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds for $50,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Engility Corp., Andover, Massachusetts, is awarded a $7,956,180 modification (P00010) to a previously awarded cost-plus-fixed-fee, cost reimbursable order (N68936-19-F-0379) against a General Services Administration One Acquisition Solution for Integrated Services Multiple Award Contract (GS00Q14OADU336). Work will be performed in Point Mugu, California (90%); Whidbey Island, Washington (1.67%); Patuxent River, Maryland (1.67%); China Lake, California (1.67%); Baltimore, Maryland (1.67%); St. Louis, Missouri (1.67%); and El Segundo, California (1.65%). This modification exercises an option for engineering, technical and programmatic support services for the development of electronic attack and electronic warfare products within the Airborne Electronic Attack Integrated Program. Work is expected to be complete by June 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $829,056 will be obligated at the time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity.

Johnson Controls Government Systems LLC, Rockville, Maryland, is awarded a $7,836,200 firm-fixed-price modification to increase the dollar of a contract task order for the upgrade of a cogeneration power plant, government-maintained buildings and the Metasys building automation software under the Energy Savings Performance Contract within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations. Work will be performed in Twentynine Palms, California, and provides for contractors to complete the upgrade of the cogeneration plant, government-maintained buildings and the Metasys building automation software. Work is expected to be complete by November 2026. After the award of this modification, the total cumulative task order value will be $194,104,318. For this project, Marine Corps Air Ground Combat Center Twentynine Palms has agreed to pay for the costs of services and construction from project financing, which will be obtained by Johnson Controls Government Systems LLC. The NAVFAC Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (DACA87-97-D-0069-EJP3).

ARMY

Versar Inc., Springfield, Virginia (W912PL-20-D-0028); E3 Federal Solutions LLC, McLean, Virginia (W912PL-20-D-0029); Accura Engineering,* Atlanta, Georgia (W912PL-20-D-0030); and Stanley Consultants, Austin, Texas (W912PL-20-D-0031), will compete for each order of the $300,000,000 firm-fixed-price contract to support various construction activities along the southern border of the U.S. 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 June 11, 2025. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity.

Advanced Technology International, Summerville, South Carolina, was awarded an Other Transaction Authority agreement with a ceiling of $180,752,982 for enhanced technology maturation and risk reduction for Precision Strike Missile. Work will be performed in Grand Prairie, Texas; and Summerville, South Carolina, with an estimated completion date of Nov. 20, 2021. Fiscal 2020 research, development, test and evaluation, Army funds in the amount of $180,752,982 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-18-9-1008).

Valiant Integrated Services, San Diego, California, was awarded a $68,045,249 hybrid (cost-no fee, firm-fixed-price) contract to provide an immersive training environment. 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 July 31, 2025. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0013).

L3 Combat Propulsion Systems, Muskegon, Michigan, was awarded a $44,529,726 firm-fixed-price contract to procure hydro-mechanically propelled transmission, operational reliability, 800 series transmissions in two configurations. Bids were solicited via the internet with one received. Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 30, 2022. Fiscal 2018 and 2019 weapons and tracked combat vehicle procurement, Army funds; 2019 overseas contingency operations funds; and 2020 Army working capital funds in the amount of $44,529,726 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-C-0124).

Kiewit Infrastructure West Co., Vancouver, Washington, was awarded a $38,875,500 firm-fixed-price contract to replace a full-depth concrete ramp, taxiways and shoulders. Bids were solicited via the internet with two received. Work will be performed in Klamath Falls, Oregon, with an estimated completion date of June 27, 2022. Fiscal 2019 operations and maintenance, Army National Guard funds in the amount of $38,875,500 were obligated at the time of the award. U.S. Property and Fiscal Office, Oregon, is the contracting activity (W50S8Z-20-C-0002).

Walsh Federal LLC, Chicago, Illinois, was awarded a $22,955,000 firm-fixed-price contract to provide labor, materials, equipment and supervision necessary for upgrading the main gate access control point at Defense Depot San Joaquin. Bids were solicited via the internet with three received. Work will be performed in Tracy, California, with an estimated completion date of Nov. 23, 2021. Fiscal 2020 military construction, Army funds in the amount of $22,955,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0011).

Avion Solutions Inc.,* Huntsville, Alabama, was awarded a $19,825,503 modification (0002 33) to time-and-materials Foreign Military Sales (Bahrain, Egypt, Latvia, Saudi Arabia, Slovakia, Sweden, Taiwan, and United Arab Emirates) contract for utility helicopter logistics support services. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of June 11, 2021. Fiscal 2020 other procurement, Army; and Foreign Military Sales funds in the amount of $19,825,503 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-A-0029).

ICF Inc. LLC, Fairfax, Virginia, was awarded a $13,444,607 modification (P00036) to contract W911QX-17-C-0018 to extend mission critical defense cyber operation services provided by ICF. Work will be performed in Adelphi, Columbia, Fort Meade, and Aberdeen Proving Ground, Maryland; Fort Belvoir, Virginia; San Antonio, Texas; and Colorado Springs, Colorado, with an estimated completion date of Dec. 15, 2020. Fiscal 2020 research, development, test and evaluation, Army funds in the amount of $13,444,607 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Orion Marine Construction Inc., Tampa, Florida, was awarded a $10,499,080 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of March 30, 2021. Fiscal 2017, 2018, 2019, and 2020 civil construction funds; and 2017, 2018 and 2020 non-federal funds in the amount of $10,499,080 were obligated at the time of the award. The U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0015).

Torch Technologies Inc., Huntsville, Alabama, was awarded a $7,484,308 modification (P00049) to contract W31P4Q-19-F-C003 for technical and engineering support for research and development. Work will be performed in Huntsville, Alabama, with an estimated completion date of July 10, 2020. Fiscal 2020 research, development, test and evaluation, Army funds in the amount of $7,484,308 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. (Awarded June 10, 2020)

AIR FORCE

Raytheon Co., El Segundo, California, has been awarded a $202,600,272 definitive contract for F-15 sustainment. The estimated value of the options is $112,670,298. This contract provides support for the APG 82(V)1 radar modernization program depot activation in support of the Air Force. These services will include the engineering services required to support depot activation. Work will be performed in El Segundo, California; Forest, Mississippi; and McKinney, Texas. Work is expected to complete Dec. 11, 2024. This award is a result of a sole-source acquisition. Fiscal 2018 aircraft procurement funds in the amount of $89,929,974 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8505-20-C-0001).

The Boeing Co., St. Louis, Missouri, has been awarded a $24,570,275 definitized, fixed-price-incentive-fee, cost-plus-fixed-fee modification (PZ0011) to contract FA2103-18-C-0061 for the B61-12 Life Extension Program. The contract modification is to definitize contract action for Lot One and Lot Two. Work will be performed in Saint Charles, Missouri, and is expected to be completed Dec. 31, 2022. Fiscal 2019 ammunition procurement funds in the amount of $72,091,114; and 2020 ammunition procurement funds in the amount of $19,545,218 are being obligated at the time of award. Total cumulative face value of the contract is $148,572,879. Air Force Nuclear Weapons Center, Eglin Air Force Base, Florida, is the contracting activity.

IBM Corp., Reston, Virginia, has been awarded an $8,964,932 firm-fixed-price modification (P00010) to contract FA7014-19-F-A152 for advisory and assistance support. This modification exercises Option Year One that continues support for the development, implementations, analysis and provision of policies, guidance, oversight, career field management and human capital management programs across the civil engineer enterprise. Work will be performed in Washington, D.C., and if all options are exercised, work is expected to be completed Aug. 2, 2024. This award is the result of a competitive acquisition with three offers received. Fiscal 2020 operations and maintenance funds in the amount of $4,340,387 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Raytheon Co., El Segundo, California, has been awarded a $37,442,009 cost-plus-fixed-fee contract for the Blackjack program, Phase 2. This contract provides for the research, development, and demonstration of an Overhead Persistent Infrared (OPIR) payload for Blackjack. Raytheon will complete design, fabricate, test, and deliver in quantity space-flight ready OPIR payloads capable of integrating with multiple Blackjack buses and Pit Boss subsystem supporting an on-orbit constellation level demonstration. Work will be performed in El Segundo, California, with an estimated completion date of April 2023. Fiscal 2019 research and development funds in the amount of $24,934,144; and fiscal 2020 research and development funds in the amount of $8,000,000 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original broad agency announcement, HR001118S0032. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001120C0096).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2218996/source/GovDelivery/

On the same subject

  • Two ways NATO plans to harness disruptive tech in 2023

    December 8, 2022 | International, C4ISR

    Two ways NATO plans to harness disruptive tech in 2023

    NATO is creating organizations within the alliance that can harness dual-use technologies in critical areas, such as artificial intelligence.

  • Space Force mulls new acquisition approach for next phase of medium, heavy launches

    June 30, 2022 | International, Aerospace

    Space Force mulls new acquisition approach for next phase of medium, heavy launches

    The Space Force hasn't finalized its plans for Phase 3 of its National Security Space Launch program, but its new acquisition executive said this week it is considering the possibility of including more launch vehicle classes as part of the contract.

  • Contract Awards by US Department of Defense - November 21, 2019

    November 21, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 21, 2019

    AIR FORCE The Raytheon Co., Tucson, Arizona, has been awarded a $386,000,000 contract modification (P00001) to the previously awarded contract FA8681-18-D-0001 for the total package approach (TPA) to the Paveway Family of Weapons. The contract action provides a TPA for Paveway-specific activities including, but not limited to: studies, production, certification, integration and sustainment. This modification increases the ceiling of the indefinite-delivery/indefinite-quantity contract from the previously awarded amount of $110,000,000 to $496,000,000. Work will be performed at Tucson, Arizona; and Air Force test ranges. This modification involves 100% foreign military sales to countries with active cases to acquire Paveway weapon systems or have expressed interest in the Paveway Family of Weapons. The total cumulative face value of the contract is $496,000,000. Foreign Military Sales funds are being used and no funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Direct Attack Branch, Eglin Air Force Base, Florida, is the contracting activity. L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $77,247,414 firm-fixed-price contract for contractor operated and maintained base supply of the Air Education and Training Command fleet of 178 T-1A trainer aircraft. Work will be performed at Randolph Air Force Base, Texas; Laughlin AFB, Texas; Vance AFB, Oklahoma; Columbus AFB, Mississippi, and Pensacola Naval Air Station, Florida, and is expected to be completed by Nov. 30, 2020. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 operations and maintenance funds in the amount $15,787,799 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-18-C-0001). JYG Innovations LLC, Dayton, Ohio (FA8604-20-D-3503); Stellar Innovations & Solutions Inc., Moraine, Ohio (FA8604-20-D-3501); and Indigenous Technologies LLC, Chickasha, Oklahoma (FA8604-20-D-3502), have been awarded a $75,000,000 indefinite-delivery/indefinite-quantity contract for Air Force Life Cycle Management Center (AFLCMC) information technology support services. This contract provides for all personnel, supervision and services necessary to accomplish organizational unique communications and information systems support for AFLCMC Wright Patterson Air Force Base organizations for information technology functions considered to be outside the definition of core services. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Feb. 28, 2026. This award is the result of a competitive acquisition and 17 offers were received. Fiscal 2020 operations and management and procurement funds in the amount of $215,059 (JYG Innovations LLC); $1,882,637 (Indigenous Technologies LLC); and $1,784,659 (Stellar Innovations and Solutions Inc.), will be obligated at the time of award. The Air Force Life Cycle Management, Information Technology Contracting, Wright-Patterson Air Force Base, Ohio, is the contracting activity. ARMY VGW Geospatial JV,* O'Fallon, Illinois, was awarded a $240,000,000 firm-fixed-price contract for professional land survey architect-engineer in support of the Southwestern Division Department of Homeland Security Border Infrastructure Program. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 19, 2024. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9126G-20-D-6002). Lockheed Martin Corp., Orlando, Florida, was awarded a $93,000,000 cost-plus-fixed-fee contract for a national cyber range that provides the ability to conduct realistic cybersecurity test and evaluation of major Department of Defense (DoD) acquisition programs and the ability to conduct realistic training, certification and mission rehearsal events for the DoD Cyber Mission Force. One bid were solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 19, 2021. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0001). The Morganti Group Inc., Danbury, Connecticut, was awarded an $88,515,202 firm-fixed-price contract for construction of buildings, utilities, airfield pavements and infrastructure improvements. Bids were solicited via the internet with six received. Work will be performed in Azraq, Jordan, with an estimated completion date of Sept. 15, 2022. Fiscal 2020 military construction, Army funds in the amount of $88,515,202 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-20-C-0002). Mobley Contractors Inc.,* Morrilton, Arkansas, was awarded a $20,219,318 firm-fixed-price contract for the demolition and construction of the spillway bridge at Eufaula Lake, Oklahoma. Bids were solicited via the internet with two received. Work will be performed in Stigler, Oklahoma, with an estimated completion date of March 31, 2022. Fiscal 2020 operation and maintenance, civil works funds in the amount of $20,219,318 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-20-C-0003). SAF Inc.,* Akron, Ohio, was awarded an $8,555,145 firm-fixed-price contract for design-build for Town of Martin low income housing redevelopment. Bids were solicited via the internet with three received. Work will be performed in Martin, Kentucky, with an estimated completion date of Feb. 28, 2021. Fiscal 2010 civil construction funds in the amount of $8,555,145 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-20-F-9999). Threat Tec LLC,* Hampton, Virginia, was awarded an $8,066,481 modification (P00005) to contract W9124E-18-D-0002 for training support services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 24, 2020. U.S. Army Mission and Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity. Lockheed Martin Missile & Fire Control, Grand Prairie, Texas, was awarded a $7,083,431 hybrid contract (cost-plus-fixed-fee and firm-fixed-price foreign military sales (Bahrain, Republic of Korea, Finland, Jordan, Singapore and United Arab Emirates)) for logistics services in support of the Precision Fires Rocket and Missile System launchers. One bid was solicited with one bid received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Nov. 14, 2022. Fiscal 2020 foreign military sales funds in the amount of $7,083,431 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0088). NAVY Lockheed Martin Corp., Baltimore, Maryland, is awarded an $86,346,780 for an undefinitized contract action, ceiling-priced, indefinite-delivery, firm-fixed price, performance-based logistics requirements contract for the repair, upgrade or replacement of the MK-41 Vertical Launch System. Work will be performed in Ventura, California (65%); various contractor supplier locations throughout the U.S. (23%); and various contractor divisions located in Clearwater, Florida; Baltimore, Maryland; and La Mesa, Mexico (collectively 12% as breakdown cannot be determined at this time). This contract includes a five-year base period with no options. Work is expected to be completed by November 2024. Annual working capital funds (Navy) in the amount of $17,583,191 will be issued for delivery order (N00383-20-F-0WB0) that will be awarded concurrently with the contract and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-WB01). Schmidt-Prime Group LLC,* Pensacola, Florida, is awarded a $30,000,000 maximum amount firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for professional architectural and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of operations (AO). The work to be performed provides for preparation of professional architectural and engineering services for preparation of design-bid-build documents and design-build request for proposals for various project types at Department of Defense (DoD) and non-DoD activities in the NAVFAC Southeast AO. Initial task order is being awarded at $441,467 to provide engineering services to update the installation DD Form 1391 project documentation and prepare the region team final DD Form 1391 for the Advanced Helicopter Training System at Naval Air Station, Whiting Field, Milton, Florida. Work for this task order is expected to be completed by March 2020. All work on this contract will be performed at various Navy and Marine Corps installations in the NAVFAC Southeast AO 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 November 2024. Fiscal 2019 military construction (MILCON, Navy) contract funds in the amount of $441,467 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance and MILCON, Navy. This contract was competitively procured via the Navy Electronic Commerce Online website with 26 proposals received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0002). Progeny Systems Corp., Manassas, Virginia, is awarded a $23,488,366 cost-plus-incentive-fee and cost-plus-fixed-fee contract modification to previously awarded contract N00024-19-C-6267 to exercise and fund options for engineering services and Navy equipment. Work will be performed in Manassas, Virginia (85%); and Charleroi, Pennsylvania (15%), and is expected to be complete by March 2022. Fiscal 2020 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); fiscal 2020 research, development, test and evaluation (Navy); and fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $18,921,361 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 Navy Yard, Washington, District of Columbia, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $15,796,385 cost-plus-fixed-fee contract modification (P00038) to a previously awarded and announced contract (N00030-17-C-0001) to provide services for the U.S. and United Kingdom Trident II D5 strategic weapon system programs, U.S. SSGN attack weapon systems, nuclear weapon surety and future concepts. Work will be performed at Rockville, Maryland (70.3%); Washington, District of Columbia (14.33%); Kings Bay, Georgia (5.1%); Silverdale, Washington (2.7 %); Norfolk, Virginia (1.5% ); San Diego, California (1.5%); Alexandria, Virginia (1.1%); Barrow, United Kingdom (1.1%); Ocala, Florida (0.20%); Ball Ground, Georgia (0.20 %); Saint Mary's, Georgia (0.2%); Pittsfield, Massachusetts (0.17%); Montgomery Village, Maryland (0.15%); Thurmont, Maryland (0.15%); Buffalo, New York (0.15%); New Lebanon, New York (0.15%); New Paris, Ohio (0.15%); Downingtown, Pennsylvania (0.15%); Wexford, Pennsylvania (0.15%); Alton, Virginia (0.15%); Springfield, Virginia (0.15%); Vienna, Virginia (0.15%); and Baltimore, Maryland (0.10%), with an expected completion date of September 30, 2020. Fiscal 2020 other procurement (Navy) funds in the amount of $5,938,482; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $3,126,542 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-17-C-0001). The Nutmeg Companies Inc.,* Norwich, Connecticut, is awarded a $15,360,720 firm-fixed-price contract for renovation of Building 2, reactor servicing ship support, located at Portsmouth Naval Shipyard. The project provides whole building repair and modernization to Building 2. Exterior envelope repairs and replacement will include, but not be limited to, roofing and flashing systems, trim, window and door repairs, brick and masonry, and the installation of roof and wall insulation. The project includes, but is not limited to, the replacement of any deteriorated heating, ventilation, and air conditioning equipment and controls, the renovation of electrical and plumbing systems and the modernization of automated fire detection/suppression systems installed to achieve code compliance. Interior repairs will include the removal of lead paint and asbestos material hazards currently encapsulated in the walls and ceilings. Partial reconfigurations of existing spaces will include offices, work areas and egress paths in order to improve space utilization, accessibility and life safety. State Historic Preservation Officer consultation will be required for all work associated with the building's character defining features. Work will be performed in Kittery, Maine, and is expected to be completed by February 2021. Fiscal 2020 operation and maintenance, (Navy) contract funds in the amount of $15,360,720 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0032). BAE Systems, Rockville, Maryland, is awarded a $15,245,739 firm-fixed-price contract modification P00006 under a previously awarded contract (N00604-19-C-4001) to exercise option year one for the operation and maintenance of Navy communication, electronic and computer systems. The contract includes a 12-month base period and four one-year option periods. The exercise of this option will bring the estimated value of the contract to $29,146,674, and if all options are exercised, it will bring the total value to $79,707,560. Work will be performed in Oahu, Hawaii (94%); and Geraldton, Australia (6%). Work is expected to be completed by November 2020; if all options are exercised, work will be completed by November 2023. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $4,019,559 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was solicited on a full and open, unrestricted basis with two offers received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Regional Contracting Department, Pearl Harbor, Hawaii, is the contracting activity. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $12,136,378 modification (P00032) to a previously awarded fixed-price-incentive-firm, cost-plus-fixed-fee contract (N00019-16-C-0048). This modification provides CH-53K configuration changes required for initial operational test and evaluation for lot 1 low rate initial production aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in January 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,136,378 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. San Diego Gas & Electric Co., San Diego, California, is awarded a $9,645,185 firm-fixed-price modification under a basic utility service contract for the final design and construction of a natural gas mainline for Cantonment Area 62, Marine Corps Base (MCB) Camp Pendleton. The work to be performed provides for replacing the existing natural gas mainline between Area 52 and Area 62 at MCB Camp Pendleton. A new 6" Polyethylene natural gas transmission mainline, to be installed under Cristianitos Road between South El Camino Real and San Mateo Road, will supply natural gas to the new natural gas master meter assembly. After award of this modification, the total cumulative contract value will be $10,286,614. Work will be performed in Camp Pendleton, California, and is expected to be completed by May 2021. Fiscal 2020 operation and maintenance, (Headquarters Marine Corps) contract funds in the amount of $9,645,185 will be obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-14-C-0201). DEFENSE LOGISTICS AGENCY Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum of $7,635,468 firm-fixed-price contract for men's trousers. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Locations of performance are North Carolina and New York, with a Nov. 20, 2020, performance completion date. Using military service is Navy. 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-1213). Optima Batteries, Milwaukee, Wisconsin, has been awarded a maximum $7,576,806 firm-fixed-price contract for storage batteries. This was a sole-source acquisition using justification U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year base contract with two one-year option periods. Locations of performance are Wisconsin and Mexico, with a Nov. 19, 2024, performance completion date. Using military services are Air Force, Army and Navy. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0043). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2022193/source/GovDelivery/

All news