Back to news

March 5, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - March 04, 2020

NAVY

Perspecta Enterprise Solutions LLC, Herndon, Virginia, is awarded $62,143,412 as part of receiving a modification (N00039-13-D-0013_P00205) to the previously awarded indefinite-delivery/indefinite-quantity contract with a maximum potential value for the existing Next Generation Enterprise Network contract. Current and future work for the affected end user hardware seat services will be performed throughout the U.S. No additional funding will be placed on contract or obligated at the time of modification award. This modification will extend various end user hardware services from a six month (October 2019 to March 2020) to a 10 month ordering period (October 2019 to July 2020) during the contract's Option Year Six. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) and one source or limited sources (Federal Acquisition Regulations, subpart 6.302-1). This action is the result of a justification and approval that authorizes extending the ordering period by up to four months for end user hardware seat services through July 31, 2020. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-13-D-0013).

Serco Inc., Reston, Virginia, is awarded $60,747,812 which provides for exercise of the fourth option period under a fixed-price contract for lifecycle sustainment of physical security/access control and command, communications, computers and intelligence systems in support of the Naval Facilities Engineering Command anti-terrorism/force protection ashore program at various Navy installations worldwide. Work will be performed in California (12.47%); District of Columbia (11.70%); Florida (7.98%); Italy (7.61%); Virginia (7.23%); Washington (6.59%); Hawaii (5.65%); Japan (5%); Maryland (4.52%); Guam (4.31%); Texas (2.67%); Rhode Island (2.57%); Bahrain (2.21%); Spain (2.06%); Mississippi (2.02%); Illinois (2%); Georgia (1.53%); Connecticut (1.23%); Tennessee (1.22%); Indiana (1.21%); Greece (1.10%); New Jersey (1.08%); Pennsylvania (0.98%); United Kingdom (0.86%); New Hampshire (0.81%); Cuba (0.72%); Nevada (0.63%); Louisiana (0.63%); Republic of Korea (0.54%); New York (0.52%); Singapore (0.26%); and Maine (0.09%). The work to be performed provides for preventive maintenance of hardware, associated firmware and software; response and resolution of service calls for corrective maintenance to include equipment repair, overhaul, or replacement; information assurance vulnerability alert to include version control, patch management and vulnerability scanning; asset management to track, maintain, upgrade and dispose of systems; configuration management to establish and maintain consistency of the system attributes with operational requirements and evolving technical baseline; technical refreshments, upgrades and installation of new systems; and programmatic trend analysis to identify systemic sustainment issues such as technology obsolescence. After award of this option, the total cumulative contract value will be $245,745,412. This option period is from March 2020 to March 2021. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $55,365,560 are obligated on this award and will expire at the end of the current fiscal year. Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-16-C-1811).

VLJM LLC,* Fullerton, California, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $35,000,000 for 8(a) small business set-aside at various government installations within Marine Corps Base Camp Pendleton and Naval Weapons Station Seal Beach, California. No task orders are being issued at this time. The work to be performed provides for alterations, repairs, renovations and new construction within the North American Industry Classification System Code 237310 for paving projects. The terms of the contracts are not to exceed 60 months, with an expected completion date of March 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M, N; O&M, Marine Corps; and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0033).

Larsen and Toubro Ltd., Mumbai, India, is awarded an $11,500,000 firm-fixed-price contract in the support of the government of Chile for an existing twin-screw Anchor Handling, Towing, Supply and Standby Vessel (AHTSSV) with hybrid propulsion and dynamic positioning system, hull number 71010. Work will be performed in Chennai, India, and is expected to be completed by May 2020. This contract involves foreign military sales (FMS) to Chile. FMS national funding in the amount of $11,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-2214).

Progeny Systems Corp.,* Manassas, Virginia, is awarded a $9,304,227 cost-plus-fixed-fee contract for the "Automation Entity Classification in Video Using Soft Biometrics." The contractor, with support from the Office of Naval Research (ONR) and other stakeholders, has developed a suite of machine learning, image processing and computer vision capabilities that collectively serve as building blocks for intelligent solutions to real-world data analytics problems. Work will be performed in Manassas, Virginia. The work to be performed is aimed at maturing these capabilities through further research and development, integrating them into operational systems, supporting testing and evaluation and transitioning into programs of record. The proposed research extends prior Small Business Innovation Research (SBIR) and is in scope of decision support, artificial intelligence, machine learning and graph analysis. Work is expected to be completed by March 2024. The total cumulative value of this contract is $9,304,227. The base period is $9,304,227 with no options. The action will be incrementally funded with an initial obligation of $1,566,206 utilizing fiscal 2020 research, development, test and evaluation (Navy) funds and will not expire at the end of the current fiscal year. This contract was competitively procured under Navy SBIR Solicitation 2008.1 (SBIR Phase III; Topic Number N08-077). One proposal was received in response to the solicitation. ONR, Arlington, Virginia, is the contracting activity (N00014-20-C-2014).

Lampson International LLC, Kennewick, Washington, is awarded a $7,907,692 firm-fixed price, indefinite-delivery/indefinite-quantity contract for reactor compartment disposal land haul services. Work will be performed in Richland, Washington, and is for the off-load, transport and placement of defueled, decommissioned reactor compartment disposal packages from a barge at the Port of Benton in Richland, Washington, to a burial trench located on the U.S. Department of Energy's Hanford site in support of Puget Sound Naval Shipyard and Intermediate Maintenance Facility. Work is expected to be complete by March 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $987,730 will be obligated 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 website with three offers received. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-20-D-4000).

Huntington Ingalls Industries, Newport News Shipbuilding Division, Newport News, Virginia, is awarded a $7,532,422 cost-plus-fixed-fee option exercise modification to previously-awarded contract (N00024-18-C-2102) for engineering and technical design effort to support research and development concept formulation for current and future submarine platforms. Work will be performed in Newport News, Virginia (80%); Modesto, California (13%); East Aurora, New York (3%); Bayview, Idaho (2%); and Westerly, Rhode Island (2%), and is expected to be completed by September 2020. This contract procures advanced submarine research and development, including studies to support the future development, production and sustainment phases of submarine platforms. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $795,000 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, District of Columbia, is the contracting activity.

AIR FORCE

The Boeing Co., Seattle, Washington, has been awarded a not-to-exceed $36,721,743 undefinitized modification (P00206) to contract FA8625-11-C-6600 for KC-46 engineering, manufacturing and development contract. This modification is for the component build and development of the hardware system integration lab to conduct lab verification and ground test verification for the boom telescope actuator redesign. Work will be performed in Seattle. Fiscal 2019 research and development funds in the amount of $27,541,307 are being obligated at the time of award and is expected to be completed February 2023. The Air Force Life Cycle Management Center, KC-46 Program Office, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Heckler & Koch Defense Inc.,* Ashburn, Virginia, was awarded a $33,500,000 modification (P00028) to contract W15QKN-16-D-0051 for the Compact Semi-Automatic Sniper Systems and the Squad Designated Marksman Rifle. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 16, 2022. U.S. Army Contracting Command, New Jersey, is the contracting activity.

Sauer Inc., Jacksonville, Florida, was awarded a $31,412,000 firm-fixed-price contract for Volar Barracks renovations at Fort Polk, Louisiana. Bids were solicited via the internet with six received. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of Oct. 25, 2021. Fiscal 2020 sustainment, restoration and modernization; and operations and maintenance, Army funds in the amount of $31,412,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0014).

DEFENSE LOGISTICS AGENCY

Base Utilities Inc.,* Grand Forks and Cavalier, North Dakota, has been awarded a maximum $7,244,277 modification (P00009) to a 50-year utilities privatization contract (SP0600-18-C-8322) with no option periods for additional utility services for two water and two wastewater systems. This is a fixed-price with economic-price-adjustment contract. Location of performance is North Dakota, with a Jan. 31, 2069, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2102247/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - June 3, 2019

    June 4, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 3, 2019

    DEFENSE LOGISTICS AGENCY HDT Expeditionary Systems Inc., Solon, Ohio, has been awarded a maximum $200,000,000 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for commercial off-the-shelf shelters and tents. This was a competitive acquisition with one response received. This is a one-year base contract with three one-year option periods. Locations of performance are Alabama, Ohio, Virginia and Kentucky, with a June 4, 2020, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. 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-1158). NAVY Accenture Federal Services LLC, Arlington, Virginia, is awarded a $79,074,099 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide program and project management; support of the Navy Tele-Mentoring Program; system administration; training; communications support; data analytics; tele-radiology; and support of the Health Experts Online Portal and Pacific Asynchronous TeleHealth in support of the Bureau of Medicine and Surgery. Work will be performed in Falls Church, Virginia (83 percent); San Diego, California (10 percent); Portsmouth, Virginia (2 percent); Camp Pendleton, California (2 percent); Lemoore, California (1 percent); Twentynine Palms, California (1 percent); and Bremerton, Washington (1 percent). The contract will include a 60-month ordering period that will begin July 2019, and is expected to be completed by July 2024. Fiscal 2019 operations and maintenance (Defense Health Procurement) (O&MDHP) funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and those funds will expire at the end of fiscal 2019. Subsequent task orders will be funded with the appropriate fiscal year O&MDHP funds. This contract resulted from a full and open competitive solicitation pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the Federal Business Opportunities and Navy Electronic Commerce Online websites, with 11 offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-19-D-Z024). Lockheed Martin Sippican Inc., Marion, Massachusetts, is awarded a $56,865,098 firm-fixed-price, cost, and cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-6412 to exercise Option Year Three for the production of Mk 48 Mod 7 guidance and control (G&C) sections, Mk 48 Mod 7 Common Broadband Advanced Sonar System (CBASS) Functional Item Replacement (FIR) kits, spares, production support material, and related engineering services and hardware repair support for G&C sections and CBASS kits. Work will be performed in Marion, Massachusetts (88 percent); Braintree, Massachusetts (8 percent); and Lemont Furnace, Pennsylvania (4 percent), and is expected to be completed by March 2021. Fiscal 2019 and 2017 weapons procurement (Navy); Foreign Military Sales; fiscal 2019 research, development, test and evaluation (Navy); and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $56,865,098 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, District of Columbia, is the contracting activity. Communication & Power Industries LLC, MPP Division, Palo Alto California, is awarded a $10,244,971 firm-fixed-price, indefinite-quantity contract for evaluation, repair, rebuild and new manufacture of L-Band Klystron microwave tubes required to support the AN/SPS-49 radar system. Work will be performed in Palo Alto, California, and is expected to be completed by June 2024. Working capital funds (Navy) funding in the amount of $905,658 will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016419DWP32). ARMY General Dynamics Mission Systems Inc., Taunton, Massachusetts, was awarded a $36,850,696 modification (0125) to contract W15P7T-10-D-C007 for post-deployment software support services. Work locations and funding will be determined with each order, with an estimated completion date of June 1, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. TRAX International LLC, Las Vegas, Nevada, was awarded a $17,666,430 modification (P00312) to contract W9124Q-07-C-0504 for mission support services. Work will be performed in White Sands Missile Range, New Mexico, with an estimated completion date of Aug. 31, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $2,100,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, White Sands Missile Range, New Mexico, is the contracting activity. CORRECTION: The contract announced on May 31, 2019, for DirectViz Solutions LLC (DVS),* Chantilly, Virginia (W91RUS-19-C-0014), was not awarded. No new award date has been set. AIR FORCE AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, has been awarded a $24,318,602 undefinitized contract action for AC-208 contract logistics support and maintenance training. This contract provides for contractor logistics support and maintenance training for the AC-208 aircraft. Work will be performed at Hamid Karzai International Airport, Kabul, Afghanistan, and is expected to be complete by May 31, 2020. Fiscal 2018 Foreign Military Sales funds in the amount of $7,406,993 are being obligated at the time of award. Air Force Life Cycle Management Center, Training Aircraft Division, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8617-19-C-6234). Work Services Corp., Wichita Falls, Texas, has been awarded a $20,805,260 firm-fixed-price modification (P00002) to the previously awarded contract FA3020-18-C-0013 for food services. This contract modification provides full funding for the first option period. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be complete by June 30, 2020. This modification brings the total cumulative face value of the contract to $36,010,315. Fiscal year 2019 operations and maintenance funds in the full amount are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1864933/source/GovDelivery/

  • GE Aerospace sees supply constraints persisting next year

    June 19, 2024 | International, Aerospace

    GE Aerospace sees supply constraints persisting next year

  • Contract Awards by US Department of Defense - January 15, 2019

    January 16, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 15, 2019

    ARMY BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $474,084,062 cost-plus-fixed-fee contract for system technical support and sustainment system technical support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 14, 2025. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0040). ACC Construction Co. Inc., Augusta, Georgia, was awarded a $30,006,388 firm-fixed-price contract for a Special Operations Forces tactical equipment maintenance facility. Bids were solicited via the internet with six received. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of Sept. 5, 2020. Fiscal 2017 and 2018 military construction funds in the amount of $30,006,388 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0008). Tecmotiv (USA) Inc.,* Niagara Falls, New York, was awarded a $19,644,207 firm-fixed-price Foreign Military Sales (Egypt) contract for M60 engine overhaul parts package. Bids were solicited via the internet with one received. Work will be performed in Niagara Falls, New York, with an estimated completion date of Nov. 25, 2020. Fiscal 2011 foreign military sales funds in the amount of $19,644,207 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-C-0042). DynCorp International LLC, Fort Worth, Texas, was awarded an $18,537,068 modification (P00205) to contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Fort Worth, Texas, with an estimated completion date of June 30, 2019. Fiscal 2017 and 2019 aircraft procurement, Army; and operations and maintenance, Army funds in the amount of $18,537,068 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Mississippi Limestone Corp.,* Friars Point, Mississippi, was awarded an $18,399,991 firm-fixed-price contract for articulated concrete mattress casting at the Mississippi River. Bids were solicited via the internet with two received. Work will be performed in Delta, Louisiana, with an estimated completion date of Dec. 21, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $18,399,991 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-19-C-0002). Avatar Environmental LLC,* West Chester, Pennsylvania (W912DQ-19-D-3004); GEO Consultants Corp.,* Kevil, Kentucky (W912DQ-19-D-3005); Trevet-Bay West JV II LLC,* San Diego, California (W912DQ-19-D-3006); and TriEco LLC,* Louisville, Kentucky (W912DQ-19-D-3007 ), will compete for each order of the $12,000,000 hybrid cost-plus-fixed-fee and firm-fixed-price contract for environmental architect engineer services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 14, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity. Leidos Inc., Reston, Virginia, was awarded a $9,742,355 modification (P00030) to contract W911QX-16-C-0012 for support of Saturn Arch Aerial Intelligence System for day and night image collection and exploitation of Improvised Explosive Device “hot spot” areas. Work will be performed in Bridgewater, Virginia, with an estimated completion date of Sept. 16, 2019. Fiscal 2018 other procurement, Army funds in the amount of $ 2,062,117 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $7,201,316 modification (P00024) to contract W56HZV-17-C-0059 for the maintenance of M88 recovery vehicles, technical data package maintenance and total ownership cost reduction. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 18, 2020. Fiscal 2018 other procurement, Army funds in the amount of $7,201,316 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. DEFENSE LOGISTICS AGENCY ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $400,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for patient monitoring and capital equipment systems and accessories. This was a competitive acquisition with 36 responses received. This is a five-year base contract with one five-year option period. Location of performance is Massachusetts, with a Jan. 13, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0011). (Awarded Jan. 14, 2019) Valneva USA Inc., Gaithersburg, Maryland, has been awarded a maximum $70,051,600, firm-fixed-price contract for the Japanese Encephalitis Vaccine. This was a sole-source acquisition using justification 10 U.S. Code 2304 ( c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year contract with no option periods. Location of performance is Maryland and the U.K., with a Jan. 14, 2020, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-19-D-0001). Dental Health Products Inc.,* New Franken, Wisconsin, has been awarded a maximum $37,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 68 responses received; 20 contracts have been awarded to date. This is a five-year contract with no option periods. Location of performance is Wisconsin, with a Jan. 13, 2024, performance completion date. Using customers are Department of Defense and other federal organizations. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0005). (Awarded Jan. 14, 2019) NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $68,933,454 for cost-plus-incentive fee delivery order 0104 against a previously issued basic ordering agreement (N00019-14-G-0020). This order provides for the design, development, documentation, integration, and test of upgrades to the U.S. Reprogramming Laboratory to execute the Mission Data (MD) programming and reprogramming mission for the F-35 Digital Channelized Receiver/Technique Generator and Tuner Insertion Program (DTIP) and non-DTIP configurations. These efforts are in support of Air Force, Navy and Marine Corps operational aircraft, as well as all training aircraft within the continental U.S. with MD products. Work will be performed in Fort Worth, Texas (65 percent); Baltimore, Maryland (25 percent); and Eglin Air Force Base, Florida (10 percent), and is expected to be completed in May 2021. Fiscal 2018 research, development, test and evaluation (Air Force, Navy and Marine Corps) funding in the amount of $20,000,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This order combines purchases for the Air Force ($34,466,727; 50 percent); Navy ($17,233,364; 25 percent), and the Marine Corps ($17,233,363; 25 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. C4 Planning Solutions, Blythe, Georgia, is awarded a maximum ceiling $45,488,761 firm-fixed price, indefinite-delivery/indefinite quantity contract with a five-year ordering period and option to extend services up to six months for tactical systems support and professional engineering services for the Marine Corps Tactical Systems Support Activity. This contract contains an option, which if exercised, will bring the contract value to $49,999,196. Work will be performed at Camp Pendleton, California (41 percent); Okinawa, Japan (15 percent); Camp Lejeune, North Carolina (four percent); Norfolk, Virginia (four percent); Alexandria, Virginia (four percent); Quantico, Virginia (four percent); New Orleans, Louisiana (two percent); and additional various locations outside the continental U.S. (26 percent), and work is expected to be completed by March 6, 2024. If the option is exercised, work will continue through Sept. 6, 2024. Fiscal 2017 (Marine Corps) operations and maintenance funds in the amount of $515,910; and fiscal 2019 (Marine Corps) operations and maintenance funds in the amount of $146,903 will be obligated under the initial task order immediately following contract award. Although expired, the fiscal 2017 contract funds in the amount of $515,910 are available for this effort in accordance with 31 U.S. Code 1558. The contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M68909-19-D-7605). AECOM Management Services Inc., Germantown, Maryland, is awarded a $35,162,580 indefinite-delivery/indefinite-quantity, fixed-price contract resulting from solicitation N00189-18-R-0044 that includes provisions for economic price adjustment to provide third party logistics support services and hazardous material supplies as required by Marine Corp. Pacific and tenant Navy commands in Okinawa, Japan. The contract includes a five-year base ordering period with an option to extend services for a six-month ordering period pursuant to Federal Acquisition Regulation 52.217-8 which if exercised, the total value of this contract will be $38,965,976. All work will be performed in Okinawa, Japan, and work is expected to be completed February 2024. If the option is exercised, work will be completed by August 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $768,053; fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $1,211,512; and working capital funds (Navy) in the amount of $138,000 will be obligated at time of award. Operations and maintenance (Navy and Marine Corps) funds will expire at the end of the fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity. (N00189-19-D-0001) BAE Systems Hawaii Shipyards Inc., Honolulu, Hawaii, was awarded a not-to-exceed $9,576,151 undefinitized contract action modification to previously-awarded contract N00024-14-C-4412 for scheduled Surface Incremental Availability (SIA) on USS Halsey (DDG 97). The scheduled SIA is the opportunity in the ship's life cycle primarily to conduct structural repairs and alteration to systems. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by May 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $4,689,804; and fiscal 2018 other procurement (Navy) funding in the amount of $98,255 will be obligated at time of award. Funds in the amount of $4,689,804 will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. (Awarded Jan. 14, 2019) Global Technical Systems Inc.*, Virginia Beach, Virginia, is awarded an $8,510,970 firm-fixed–price delivery order N00024-19-F-5610 under previously awarded indefinite-delivery/indefinite-quantity contract N00024-14-D-5213 for the procurement of 15 Common Processing System (CPS) Technical Instruction Twelve Hybrid (TI-12H) water-cooled production units for Surface Electronic Warfare Improvement Program and two CPS TI-12H air-cooled production units for ship self defense systems. The CPS is a computer processing system based on an Open Architecture (OA) design. CPS consists of the CPS enclosure assembly and three subsystems: the processing subsystem, the storage/extraction subsystem, and the Input / Output (I/O) subsystem. It is intended to support the computer requirements of various Navy combat systems. This contract will provide for production, testing and delivery of CPS (water cooled, air cooled, and air-cooled commercial equivalents), spares, and associated engineering services. Work will be performed in Virginia Beach, Virginia, and is expected to be complete by October 2019. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $8,510,970 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, District of Columbia, is the contracting activity. (Awarded Jan. 14, 2019) Lockheed Martin Corp., Baltimore, Maryland, is awarded a fixed-price-incentive firm target modification to previously-awarded contract N00024-18-C-2300 to exercise an option for the construction of one fiscal 2019 littoral combat ship. The specific contract award amount for this ship is considered source-selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104) and will not be made public at this time. Lockheed Martin will perform and oversee all necessary design, planning, construction and test and trials activities in support of delivery of this ship to the Navy. Work will be performed in Marinette, Wisconsin (40 percent); Washington, District of Columbia (7 percent); Baltimore, Maryland (6 percent); Beloit, Wisconsin (2 percent); Iron Mountain, Michigan (2 percent); Milwaukee, Wisconsin (1 percent); Waunakee, Wisconsin (1 percent); Crozet, Virginia (1 percent); Coleman, Wisconsin (1 percent); Monrovia, California (1 percent); and various locations below 1 percent (38 percent), and is expected to be completed by February 2026. Fiscal 2019 shipbuilding and conversion (Navy) funding 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, District of Columbia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1732604/source/GovDelivery/

All news