Back to news

May 13, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - May 10, 2019

DEFENSE LOGISTICS AGENCY

LiteFighter System LLC,** Canton, Georgia, 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 12-month base contract with three one-year option periods. Locations of performance are Kentucky, Mississippi and Georgia, with a May 9, 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-1130).

Buffalo Supply Inc., Lafayette, Colorado, has been awarded a maximum $42,422,105 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical/surgical supplies. This was a competitive acquisition with 16 responses received. This is a five-year contract with no options. Location of performance is Colorado, with a May 9, 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 (SPE2DE-19-D-0008).

Varec Inc., Norcross, Georgia, has been awarded a maximum $25,998,175 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electronic point of sales and supporting services for fixed facility fuel distribution devices. This was a competitive acquisition with four responses received. This is a five-year base contract with 10 one-year option periods. Location of performance is worldwide support, both in the continental U.S. and outside the continental U.S. (OCONUS), with a May 9, 2024, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, National Guard and Coast Guard. Type of appropriation is fiscal year 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-19-D-0002).

Transaero Inc.,* Melville, New York, has been awarded a maximum $10,504,719 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for air data computers. This was a limited competitive acquisition using justification from Federal Acquisition Regulation 6.302-1(a)(2), which states only one responsible source and no other supplies or services will satisfy agency requirements, and extended to include only one or a limited number of responsible sources. This is a five-year contract with no option periods. Locations of performance are New York and the United Kingdom, with a May 10, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0074).

ARMY

Northrop Grumman Systems Corp., Sierra Vista, Arizona, was awarded a $163,588,331 cost-plus-fixed-fee contract for Hunter unmanned aircraft system fleet support for operations, maintenance, engineering, re-engineering and remanufacturing. One bid was solicited with one bid received. Work will be performed in Sierra Vista, Arizona, with an estimated completion date of May 9, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $41,883,787 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0033).

Raytheon Missiles Systems, Tucson, Arizona, was awarded a $101,333,802 modification (P00014) to contract W31P4Q-17-C-0194 to procure Tactically-Launched Optically-Tracked Wireless-Guided missiles. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2022. Fiscal 2017 other procurement, Army funds in the amount of $101,333,802 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

HHI Corp.,* Ogden, Utah, was awarded a $48,000,000 firm-fixed-price contract repair and construction at Hill Air Force Base, Utah. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 9, 2026. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-19-D-0071).

G.L.H.C. Services Inc.,* Lumberton, North Carolina, was awarded a $13,000,000 modification (P00003) to contract W912HN-17-D-0004 for general construction and design-build construction. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2022. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity.

Trend Construction Inc., Orlando, Florida, was awarded a $13,000,000 modification (P00004) to contract W912HN-15-D-0001 for general construction and design-build construction. Work locations and funding will be determined with each order, with an estimated completion date of March 25, 2020. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity.

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $10,508,635 modification (P00049) to contract W31P4Q-16-C-0102 to develop and qualify a modular rocket pod and launch tubes for the Guided Multiple Launch Rocket System that will be adaptable to future munitions. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Oct. 31, 2019. Fiscal 2018 missile procurement, Army funds in the amount of $10,508,635 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Milliman Solutions LLC, Seattle, Washington, was awarded a $9,010,000 firm-fixed-price contract to provide the U.S. Military Entrance Processing Command a commercial web-based prescription medication reporting system. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2024. U.S. Army Health Contracting Activity, Fort Sam Houston, Texas, is the contracting activity (W81K04-19-D-0017).

Science Applications International Corp., Reston, Virginia, was awarded an $8,339,000 modification (0001 34) to contract W31P4Q-18-A-0011 for systems engineering support. Work will be performed in Reston, Virginia, with an estimated completion date of May 3, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $8,339,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Harris Corp., Clifton, New Jersey, has been awarded $71,761,512 cost-plus-fixed-fee contract for engineering services. This contract provides for nonrecurring engineering services for AN/ ALQ-172 countermeasures systems, to include performing a form, fit, function, and interface replacement of the AN/ALQ-172 Line Replaceable Unit (LRU)-2, and LRU-3, documents and/or technical orders. Work will be performed in Clifton, New Jersey, and is expected to be complete by Nov. 9, 2022. This award is the result of a sole-source acquisition. Fiscal 2019 consolidated sustainment activity group-engineering funds in the full amount are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8522-19-C-0003).

The Boeing Co., St. Louis, Missouri, has been awarded an $11,205,341 indefinite-delivery requirements contract for F-15 sustaining engineering services. This contract provides for post-production support tasks/services unique to the original equipment manufacturer as required to maintain an adequate level of continuous sustaining engineering and logistics support for the Air Force and Foreign Military Sales (FMS) F-15 fleets. Work will be performed primarily in St. Louis, Missouri, and is expected to be complete by Nov. 9, 2027. This contract involves FMS to Saudi Arabia and Israel. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contacting activity (FA8505‐19‐D-0001).


*Small business
**Service-disabled veteran-owned small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1844479/source/GovDelivery/

On the same subject

  • Government watchdog warns of cost and technical risk for next-gen combat vehicle effort

    August 10, 2020 | International, Land

    Government watchdog warns of cost and technical risk for next-gen combat vehicle effort

    By: Jen Judson WASHINGTON — The Government Accountability Office is warning the Army its approach to cost estimates and technical development for its Optionally Manned Fighting Vehicle program is risky and should be amended, according to an August 6 report. The Army has already struggled to get the OMFV program, intended to replace the Bradley Fighting Vehicle, off the ground, canceling its previous solicitation to compete after receiving just one bid from General Dynamics Land Systems last fall. And GAO, in its report, is concerned that the service's newest attempt to get after delivering an OMFV comes with risk because the program documentation “does not clearly communicate the uncertainty associated with projected costs” and limits the program's “ability to gather the knowledge to effectively mitigate risk associated with system design maturity.” For one, the Army has come up with a singular cost estimate for the life-cycle of the program rather than a range of potential costs that takes uncertainty into account, according to the report. The OMFV program cost estimate, the report notes, is roughly $46 billion in fiscal 2019 dollars. “Our past work has determined that a point estimate alone is insufficient for managers to make informed decisions about the cost of a program,” the GAO writes. “For informed decisions, the cost estimate must reflect a degree of uncertainty, typically achieved through an uncertainty analysis, so that level of confidence can be given about the estimate.” For example, the OMFV program will be optionally manned, “which adds complexity and unknowns to the design as no vehicle like this currently exists in the Army's ground vehicle fleet,” the GAO said. “But the uncertainty surrounding this complex design is not reflected in the point estimate.” And because of this “decision makers are left making choices without a clear understanding of the impact on costs and may not be able to accurately budget for the program,” the report states. The constrained development schedule for OMFV is also a cause for concern as it inevitably drives risk into the program. GAO notes the Army had laid out, in its previous solicitation, a plan to design and demonstrate an OMFV prototype in three years and three months, but has since spread the schedule out a bit more with the relaunch of the program and now plans to complete system development and prototype demonstration in “close to” five years. The new solicitation also lays out a five-phase effort that will allow the Army to reassess the process at certain checkpoints throughout development, according to the report. The GAO also found promise in the Army's plan to use a modular open systems architecture to incorporate incremental upgrades. In the Army's previous plan for OMFV it also planned to use a mix of existing and new technologies but, the GAO report states, the program did not include plans to complete an independent technology readiness assessment until it was approaching a production decision. According to the Office of the Under Secretary for Defense for Acquisition and Sustainment, in a report to Congress, “the least mature technology for OMFV had only been demonstrated at the component level in a laboratory environment,” the report notes, adding that the level of technology maturity would require “significant” additional development before it could be added to a weapon system. “The Army is maturing, or has plans to mature, individual technologies to a level lower than the threshold recommended by leading practices before beginning system development,” the report says. “This creates a danger of limited insight into key technology risks.” Critical technologies, GAO states, should be demonstrated in “an operational or realistic environment — not simply in a relevant environment — prior to their incorporation into a system design to ensure that they work as intended for the end-user.” The GAO adds, based on past experience, that without proving out technology at that level, the Army risks the possibility that new capabilities won't work as planned and will require further maturation, which results in schedule slips and rising costs. In the previous competition, OMFV didn't hold a systems engineering design review before beginning system development and the Army canceled the solicitation “in part due to the conclusion that contractors could not complete a system design that met requirements within the given schedule,” the report notes, which “illustrates the risk of beginning system development without conducting a systems engineering design review.” Program officials told the GAO that the program office and requirements developers “may have misjudged the ability of contractors to integrate the desired technology within the given schedule.” The GAO recommends the Army secretary direct the OMFV program office to include a range of cost estimates to support a range of possible outcomes as well as conduct systems engineering reviews at key decision points. The report also lays out similar findings on the Mobile Protected Firepower program, which is heading into competitive prototype testing this summer. General Dynamics Land Systems and BAE Systems are competing to build the new light tank for Army infantry. The GAO recommended the Army should ensure the MPF program also include a range of cost estimates that account for uncertainty. https://www.defensenews.com/land/2020/08/06/government-watchdog-warns-of-cost-and-technical-risk-for-next-gen-combat-vehicle-effort/

  • Contract Awards by US Department of Defense - October 02, 2019

    October 3, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 02, 2019

    AIR FORCE Lockheed Martin Co., doing business as Lockheed Martin Space, Sunnyvale, California, has been awarded a $163,950,489 fixed-price, incentive-firm target modification (P00148) to previously awarded contract FA8810-13-C-0002 for space based infrared system contractor logistics support. This action is a bilateral supplemental agreement executed in accordance with justification and approval 18-14. Work will be performed at outside the continental U.S. locations; Peterson Air Force Base, Colorado; Buckley Air Force Base, Colorado; Greeley Air National Guard Station, Colorado; and Boulder, Colorado, and is expected to be completed by Sept. 30, 2020. Fiscal 2020 operations and maintenance funds are used and no funds are being obligated at the time of the award. The total cumulative face value of the modification is $163,950,489. The Air Force Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. ASES LLC, doing business as Field Aerospace, Oklahoma City, Oklahoma, has been awarded a $21,346,897 firm-fixed-price contract modification (P00023) to previously award contract FA8106-18-C-0002 to exercise Option One for full rate production to begin for the T-1A Avionics Modification Program. This contract provides for the replacement of the avionics suite in the Air Education and Training Command fleet of 178 T-1A trainer aircraft, 16 operational flight trainers and 14 part task trainers. Work will be performed at Oklahoma City, Oklahoma; Randolph Air Force Base, Texas; Laughlin Air Force Base, Texas; Vance Air Force Base, Oklahoma; Columbus Air Force Base, Mississippi; and Pensacola Naval Air Station, Florida, and is expected to be completed by Aug. 14, 2025. Fiscal 2018 aircraft procurement funds in the amount of $9,993,753; and 2019 aircraft procurement funds in the amount of $11,353,143 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Tinker Air force Base, Oklahoma, is the contracting activity. The Texas Workforce Commission, Austin, Texas, has been awarded a $17,085,515 contract modification (P00003) to previously awarded contract FA3016-18-D-0009 to exercise the first option period for Joint Base San Antonio/Ft. Sam Houston full food services. The contract modification exercised the first option period. Work will be performed at Joint Base San Antonio Ft. Sam Houston and Camp Bullis, and work is expected to be completed by Sept. 30, 2020. The total cumulative face value of the contract is $32,640,593. Fiscal 2020 operations and maintenance funds in the amount of $4,459,745 are being obligated at the time of the award. The 502d Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity. CACI Inc. - Federal, Chantilly, Virginia, has been awarded a $12,693,283 cost-plus-fixed-fee task order to previously awarded contract FA8723-19-D-0001 for support vehicle programmed depot maintenance. This action is an in-scope bilateral supplemental agreement executed in accordance with the terms of Mobile Command and Control Systems contract. Work will performed at Albuquerque, New Mexico; and Greeley Air National Guard Station, Colorado, and is expected to be completed by Sept. 30, 2023. The total cumulative face value of the contract is $12,693,283. Fiscal 2020 operations and maintenance funds in the amount of $4,916,938 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823-19-F-0013). DEFENSE LOGISTICS AGENCY Eaton Aeroquip LLC, Jackson, Michigan, has been awarded a maximum $69,387,451 fixed-price contract for hoses, assemblies and other related parts. This was a competitive acquisition with one offer received. This is an eight year contract with no option periods. Location of performance is Michigan, with an Oct. 1, 2027, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0003). DEFENSE HEALTH AGENCY Four Points Technology LLC, Chantilly, Virginia (HT0015-19-F-0161), was awarded a firm-fixed-price order for $12,428,715 (12-months), using fiscal 2020 operations and maintenance funds, subject to availability. This is an enterprise level order on National Aeronautics and Space Administration (NASA) Solution for Enterprise Wide Procurement (SEWP) for InterSystems Software renewal. This procurement is for InterSystems Software maintenance renewal to support the existing InterSystems Software deployed across the Department of Defense. These products provide relational databases collating all patient health information into a query engine application for use by healthcare providers. The requirement was competed on NASA SEWP as a 100% service disabled veteran owned small business set aside for InterSystems renewal, and Four Points Technology LLC provided the lowest-price-technically-acceptable quote. The amount of $12,428,715 for the base year is obligated at the time of award. The Defense Health Agency Enterprise Medical Support – Contracting Division (EMS-CD), located in San Antonio, Texas, is the contracting activity. (Awarded Sept. 30, 2019) NAVY General Electric Co., Lynn, Massachusetts, is awarded a $10,592,822 modification (P00002) to a previously awarded firm-fixed-price contract (N00019-18-C-1061). This modification exercises an option to procure two F414-GE-400 production install engines, five engine devices, and 29 engine device K-seals in support of Lot 23 engine production for the F/A-18E/F aircraft. Work will be performed in Lynn, Massachusetts (48%); Evendale, Ohio (20%); Hooksett, New Hampshire (14%); Rutland, Vermont (9%); and Madisonville, Kentucky (9%), and is expected to be completed in August 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $10,592,822 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. ARMY The Boeing Co., Mesa, Arizona, was awarded a $7,892,950 modification (P00038) to contract W58RGZ-16-C-0023 for the Communication Interface System Obsolescence for the Apache AH-64E full rate production. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2022. Fiscal 2019 aircraft procurement, Army funds in the amount of $7,892,950 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. CORRECTION: The Sept. 6, 2019, announcement of an award to BAE Systems Inc., York, Pennsylvania, for a modification (P00015) to contract W56HZC-18-C-0133 included an incorrect estimated work completion date. The estimated completion date is March 31, 2022. All other information in the original announcement remains the same. U.S. TRANSPORTATION COMMAND Louis Berger Aircraft Services, Greenville, South Carolina (HTC711-17-C-C002), has been awarded a $7,226,021 modification (P00008) for air terminal ground handling services contract in Kuwait. The modification brings the total cumulative face value of the contract to $20,265,296 from $13,039,275. Work will be performed at Al Mubarak Air Base, Kuwait, with an expected completion date of Sept. 30, 2020. Fiscal 2020 transportation working capital funds were obligated at time of award. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Oct. 1, 2019) *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1978068/source/GovDelivery/

  • Contract Awards by US Department of Defense - March 02, 2020

    March 3, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - March 02, 2020

    DEFENSE INTELLIGENCE AGENCY Applied Research Associates, Albuquerque, New Mexico (HHM402-20-D-0007); Booz Allen Hamilton Inc., McLean, Virginia (HHM402-20-D-0008); CACI NSS Inc., Reston, Virginia (HHM402-20-D-0009); Centauri LLC, Chantilly, Virginia (HHM402-20-D-0010); General Dynamics Information Technology Inc., Herndon, Virginia (HHM402-20-D-0011); Northrop Grumman Systems Corp., Cincinnati, Ohio (HHM402-20-D-0012); and Radiant Geospatial Solutions, Gaithersburg, Maryland (HHM402-20-D-0013), were awarded a five-year indefinite-delivery/indefinite-quantity (IDIQ), multiple-award contract called DORE2 with a combined ceiling value of $990,000,000. Through this award, the Defense Intelligence Agency (DIA) will procure Data Science, Operations, Requirements, Exploitation and Engineering (DORE2) services to support DIA Directorate for Science and Technology missions. Work will be performed at contractor facilities and at government facilities in the National Capital Region with an estimated completion date of March 1, 2025. The contract was awarded through a full and open solicitation and eight offers were received. Each company will receive a $10,000 minimum guarantee. Task Orders (TO) will be issued competitively under this IDIQ which will allow for the following TO contract types: firm-fixed-price; fixed price, level of effort term; fixed-price incentive (FPI includes firm and successive targets; fixed-price-award-fee; cost-plus incentive-fee; cost-plus-award-fee; cost-plus-fixed-fee term and completion; and time-and-material or labor hour). The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. NAVY Andromeda Systems Inc.,* Virginia Beach, Virginia, is awarded an $89,104,038 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides reliability-centered maintenance for service aircraft, engines, systems (weapons, aircrew escape, avionics and electrical systems), support equipment (avionics support equipment, non-avionics support equipment and aircraft launch/recovery equipment), and a Fleet Readiness Center/depot plant equipment to include modifications during all life cycle phases and levels of maintenance. Work will be performed in various locations within the continental U.S. and is expected to be completed by March 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small-business set-aside and competitively procured via Federal Business Opportunities; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0028). Architecture, Engineering, Consulting, Operations, and Maintenance (AECOM) Technical Services Inc., Los Angeles, California, is being awarded a $75,000,000 maximum amount, firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for preparation of Navy and Marine Corps facilities' planning and environmental documentation in the Naval Facilities Engineering Command (NAVFAC) Europe, Africa, Central (EURAFCENT) area of operations (AO). Work will be performed at various locations within the NAVFAC/EURAFCENT/AO to include but not limited to: Naples, Italy; Sigonella, Italy; Souda Bay, Greece; Manama, Kingdom of Bahrain; Djibouti, Africa; Rota, Spain; and Vicenza, Italy. The work to be performed provides for design projects including, but not limited to: administration buildings, religious facilities, community buildings, dining facilities, recreational facilities, security buildings, child development centers, bachelor quarters, Navy lodges, airfield facilities, waterfront facilities, operational facilities, base housing, water treatment facilities and associated work, central plant utility system upgrades and other infrastructure. No task orders are being issued at this time. The term of the contract is not to exceed 60 months with an expected completion date of February 2024. Contract funds are fiscal 2020 operations and maintenance, Navy (O&M, N). Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. NAVFAC EURAFCENT, Naples, Italy, is the contracting activity (N33191-20-D-0605). Vernadero Group Inc.,* Phoenix, Arizona (N62473-20-D-0021); Gulf South Research Corp.,* Baton Rouge, Louisiana (N62473-20-D-0022); BioResource Consultants Inc.,* Ojai, California (N62473-20-D-0023); and Hercules JV,* Yuma, Arizona (N62473-20-D-0024), are awarded a combined $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for natural resources-related services at various locations within Naval Facilities Engineering Command (NAVFAC) Southwest's area of operations (AO), including but not limited to: California (94%); Arizona (1%); Colorado (1%); Nevada (1%); New Mexico (1%); Oregon (1%); and Washington (1%). The work to be performed provides natural resources-related services for botanical, ornithological, mammal, amphibian, reptile and invertebrate surveys, wetlands delineations, biological monitoring, soil sampling and analysis, natural resources and fire management plans, native plant community planning and restoration, wildland erosion control plans, research and analysis of the effects of military training or similar extensive land uses (e.g. off-road vehicle use) for natural resources on the species, community and landscape scale. Use of this information will predict ecological trends, natural resource and model development for land use (including both conceptual and mathematical modeling through aerial photo interpretation), use of natural resources in non-urban areas, geographic information systems and for the preparation of interpretive materials (e.g. informational pamphlets and signage). The maximum dollar value, including the one two-year base period and one three-year option period for all four contracts combined is not to exceed $30,000,000. The term of the contract is not to exceed 60 months and is expected to be complete by February 2025. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $20,000 are being obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. This contract was competitively procured via the Federal Business Opportunities website and six proposals were received. The four contractors may compete for the task orders under the terms and conditions of the awarded contract. NAVFAC Southwest, San Diego, California, is the contracting activity. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded an $18,350,860 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2112 for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (93%); and Schenectady, New York (7%). Fiscal 2020 other procurement for shipbuilding and conversion (Navy) funding in the amount of $18,350,860 will be obligated at time of award and funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulations 6.302-1 with only one responsible source. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Textron Aviation Inc., Wichita, Kansas, is awarded a $14,291,437 modification (P00005) to a previously awarded firm-fixed-price contract (N00019-17-C-0004) and provides modification for the production and delivery of one King Air 350C Cargo Slick aircraft modified to a UC-12W. Work will be performed in Wichita, Kansas, and is expected to be completed in March 2021. Fiscal 2020 aircraft procurement funds in the amount of $14,291,437 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 Aeronautics Co., Fort Worth, Texas, is awarded a $9,627,065 cost-plus-fixed-fee order (N00019-20-F-0532) against a previously issued basic ordering agreement (N00019-19-G-0008). This order procures program management support to execute the planning, procurement and delivery of initial aircraft spares in support of the F-35 Air Force, Marine Corps and Navy, non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers operational aircraft. Work will be performed in Fort Worth, Texas, and is expected to be complete in December 2020. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $3,833,787; fiscal 2020 aircraft procurement (Navy) funds in the amount of $2,374,818; non-DoD participant funds in the amount of $2,225,726; and FMS funds in the amount of $1,192,734 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. Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $7,272,135 modification (P00007) to a previously awarded, cost-plus-fixed-fee delivery order (N00019-18-F-0016) against basic ordering agreement (N00019-17-G-0002). Work will be performed in Fort Worth, Texas (84%); Ridley Park, Pennsylvania (5%); Patuxent River, Maryland (4%); Fort Walton Beach, Florida (4%); and Amarillo, Texas (3%), and is expected to be completed in May 2021. This modification provides additional funding to support non-recurring engineering and the associated efforts required to incorporate optimized wiring and structural improvements on the nacelle into the V-22 aircraft production line and retrofit of fleet aircraft during depot level maintenance and supports Navy, Marines Corps, Air Force and the government of Japan. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $4,312,376; fiscal 2019 aircraft procurement (Air Force) funds in the amount of $1,133,645; fiscal 2018 aircraft procurement (Navy) funds in the amount of $1,088,396; and Foreign Military Sales funds in the amount of $737,718 will be obligated at time of award, $1,088,396 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. MISSILE DEFENSE AGENCY Northrop Grumman Systems Corp., Redondo Beach, California, is being awarded a $20,808,229 modification (P00374) to a previously awarded F04701-02-C-0009 contract to exercise an option period. The value of this contract is increased from $1,921,265,055 to $1,942,073,285. Under this modification, the contractor will provide on-orbit operations and sustainment for the Space Tracking and Surveillance System. The work will be performed at the Missile Defense Space Center, Colorado Springs, Colorado; and at Northrop Grumman Systems Corp., Redondo Beach, California. The performance period is from April 1, 2020, to March 31, 2021. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $13,811,905 is certified available for modification award. The Missile Defense Agency, Colorado Springs, Colorado, is the contracting activity. U.S. TRANSPORTATION COMMAND Three companies were awarded Option Year One modifications under the following master lease contract, indefinite-delivery/indefinite-quantity, fixed price contracts: SeaCube Leasing International Inc., Woodcliff Lake, New Jersey (HTC711-19-D-R008); Textainer Equipment Management, San Francisco California (HTC711-19-D-R009); and Triton Container International Limited, Hamilton HM 12, Bermuda (HTC711-19-D-R-010). The companies are eligible to compete at the task order level for an option year estimated amount of $17,253,689. This modification provides for intermodal equipment leasing and transportation services, and related container support functions, to include interfacing with government systems to meet the government missions and exercises. Work will be performed on a global basis. Option Year One period of performance is March 1, 2020, to Feb. 28, 2021. This modification brings the total cumulative estimated face value of the contract to $33,480,935 from $16,227,246. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Feb. 28, 2020) ARMY Dawson Technical Inc.,* San Antonio, Texas, was awarded a $14,719,129 firm-fixed-price contract to provide total facilities operation and maintenance for the Army Chemical Defense Training Facility, Fort Leonard Wood, Missouri. Bids were solicited via the internet with two received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of March 31, 2025. Fiscal 2020 operations and maintenance, Army funds in the amount of $14,719,129 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911S7-20-C-0003). EMC Inc.,* Grenada, Mississippi (W912HY-20-D-0013); and Florabama Geospatial Solutions LLC,* Defuniak Springs, Florida (W912HY-20-D-0014), will compete for each order of the $10,000,000 firm-fixed-price contract for architect and engineering services for professional surveying and mapping 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 March 1, 2025. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity. AIR FORCE General Electric Co.-GE Research, Niskayuna, New York, has been awarded a $10,431,151 cost-type contract for Rapid Assurance Curation Kit (RACK) software. This contract provides for the research, development and demonstration of the RACK software to enable certifiers to rapidly determine system risk acceptability. This effort will provide a common evidence representation and efficient ingestion Application Programming Interface, automatic feedback to evidence providers, automatic decomposition of evidence, a polystore that organizes diverse evidence items, the ability to accept and store provenance metadata and an efficient query interface. The location of performance is Niskayuna, New York, and work is expected to be complete by March 2, 2024. This award is the result of a competitive acquisition and 34 offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $470,444 are being obligated at time of award; this is not a multi-year contract. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0203). DEFENSE LOGISTICS AGENCY Meggitt Polymers and Composites, Rockmart, Georgia, has been awarded a maximum $10,073,708 firm-fixed-price delivery order (SPRPA1-20-F-LW09) against a five-year basic ordering agreement (SPRPA1-15-G-003X) for fuel tanks for the F/A-18 aircraft. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Location of performance is Georgia, with a Nov. 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. CORRECTION: The contract announced on Feb. 28, 2020, for Rosenbauer America LLC, Lyons, South Dakota (SPE8EC-20-D-0055) was announced with an incorrect award date. The correct award date is March 2, 2020. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2099625/source/GovDelivery/

All news