Back to news

November 20, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - November 19, 2018

ARMY

Arora Group Inc.,* Gaithersburg, Maryland, was awarded an $85,457,545 firm-fixed-price contract to provide personal and non-personal services. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K00-19-D-0002).

Birdon America Inc.,* Denver, Colorado, was awarded a $44,452,448 modification (P00062) to contract W56HZV-14-C-0015 for bridge erection boats and crew protection kits. Work will be performed in Denver, Colorado, with an estimated completion date of March 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $44,452,448 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

URS Federal Services Inc., Germantown, Maryland, was awarded a $20,000,000 modification (0002 36) to contract W52P1J-12-G-0028 for logistic support services, maintenance, supply and transportation. Work will be performed in Mannheim and Dulmen, Germany, with an estimated completion date of Nov. 20, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $20,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

CSRA LLC, Huntsville, Alabama, was awarded an $8,790,283 modification (000033) to Foreign Military Sales (Uganda, Iraq, Croatia, Greece, Tunisia, Indonesia, Kenya, Saudi Arabia and Afghanistan) contract W31P4Q-05-A-0028 for non-standard rotary wing aircraft project office systems engineering and technical assistance support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 19, 2019. Fiscal 2018 other procurement, Army; and foreign military sales funds in the amount of $8,790,283 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

NAVY

Northrop Grumman Systems Corp., Herndon, Virginia (N00189-19-D-Z006); Capstone Corp., Alexandria, Virginia (N00189-19-D-Z007); Science Applications Information Corp., Reston, Virginia (N00189-19-D-Z008); General Dynamic Information Technology, Fairfax, Virginia (N00189-19-D-Z009); Booz Allen Hamilton Inc., McLean, Virginia (N00189-19-D-Z010); and CALIBRE Systems Inc., Alexandria, Virginia (N00189-19-D-Z011), are awarded an estimated $577,471,075 in multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide Joint Force development and training support services to enhance and improve the joint fighter's ability to adapt and overcome an ever-evolving threat environment in support of the Joint Chiefs of Staff. The contracts will run concurrently and include a 60-month base ordering period with an option for an additional six-month ordering period. If the option period is exercised, the total estimated value of the contracts combined will be $636,917,163. Work will be performed at government facilities in Suffolk, Virginia (90 percent); and at various contractor locations throughout the U.S. (10 percent). The percentage of work at each of the contractor facilities cannot be determined at this time. The base ordering period of the contract is anticipated to begin May 2019 and is expected to be completed by April 2024; if all options are exercised, the ordering period will be completed by October 2024. Fiscal 2019 operations and maintenance (Defense Acquisition) funds in the amount of $60,000 will be obligated ($10,000 on each of the six contracts to fund the contracts' minimum amounts); and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the Federal Business Opportunities website, with eight offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $41,509,096 firm-fixed-price delivery order (N00019-18-F-2494) against a previously issued basic ordering agreement (N00019-14-G-0020). This modification procures Xilinx and Intel-Altera Diminishing Manufacturing Sources parts that have reached end-of-life in order to support future aircraft deliveries for the Air Force, Marine Corps, and Navy as well as Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2019. Fiscal 2017 aircraft procurement (Air Force); 2018 aircraft procurement (Air Force, Marine Corps and Navy); 2019 operations and maintenance (Air Force, Marine Corps, and Navy); and FMS funding in the amount of $41,509,096 will be obligated at time of award, $32,836,293 of which will expire at the end of the current fiscal year. This delivery order combines purchases for the Air Force ($22,936,546; 55 percent); Marine Corps ($13,505,208; 33 percent); Navy ($4,766,733; 11 percent); and FMS ($300,609; 1 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

CRP Contracting,* Columbus, Ohio, is awarded a $31,116,904 firm-fixed-price contract for airfield lighting repairs at Naval Air Station Kingsville. The work to be performed provides for repairs to the airfield electrical infrastructure. The work also includes removal and installation of a new standing seam roof and removal and replacement of windows and incidental related work. Work will be performed in Kingsville, Texas, and is expected to be completed by November 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $31,116,904 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 two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-0503).

Triton Marine Construction Corp., Bremerton, Washington, was awarded a $17,914,200 firm-fixed-price contract for the repair of trestle box beams at Naval Weapons Station Earle. The work to be performed provides for concrete spall repairs on the underside of Trestle 1A to the pile caps, beams, and deck; carbon fiber reinforced polymer strengthening of existing reinforced concrete box beams using the wet layup process; and installation of five new pile bents ten new piles will be driven on Trestle 1A to strengthen the existing box beams. Work will be performed in Colts Neck, New Jersey, and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $17,914,200 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9032). (Awarded Nov. 16, 2018).

Telephonics Corp., Farmingdale, New York, is awarded a $15,130,351 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the procurement of a maximum quantity of 50 Identification Friend or Foe Interrogator (IFFI) AN/UPX-43(V) 1 and 50 IFFI mounting trays, repair of repairables and required technical data in support of P-8A Poseidon Production Lots 9, 10, and 11 for the Navy, partner countries and foreign military sales (FMS) customers. Work will be performed in Farmingdale, New York, and is expected to be completed in November 2021. Fiscal 2018 aircraft procurement (Navy); and FMS funds in the amount of $3,588,904 will be obligated at time of award; none of which will expire at the end of the current fiscal year. The first order combines purchases for the Navy ($2,687,946; 75 percent); and the government of the United Kingdom ($900,958; 25 percent). This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0002).

CFM International Inc., West Chester, Ohio, is awarded $13,033,283 for modification P00002 to a previously awarded firm-fixed-price contract (N0001918C1071) to exercise an option for the procurement of one Poseidon CFM56-7B27AE engine for the government of Norway in support of the P-8 Poseidon aircraft under the Foreign Military Sales program. Work will be performed in Villaroche, France (53 percent); Evendale, Ohio (43 percent); Singapore (3 percent); and Bromont, Canada (1 percent), and is expected to be completed in September 2019. Foreign Military Sales funds in the amount of $13,033,283 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.

Colonna's Shipyard Inc.,* Norfolk, Virginia, is awarded an $11,884,493 firm-fixed-price contract for a 90-calendar day shipyard availability for the post shakedown availability and dry docking of USNS City of Bismarck (T-EPF 9). Work will include clean and gas-free tanks, voids, cofferdams and spaces, heater exchangers; modify fore peak structure, perform annual stern ramp maintenance, install heat tracing and thermal insulation on piping, perform annual maintenance of ride control system, bilge cleaning, reduction gear maintenance, self-contained breathing apparatus annual certification, high expansion foam system certification, heating, ventilation, and air conditioning system annual maintenance, annual sewage plant maintenance, docking and undocking, evacuation system annual certification, waterjet hydraulics maintenance, and installation of the adaptive force package. The contract includes options which, if exercised, would bring the total contract value of this contract to $13,593,593. Work will be performed in Norfolk, Virginia, and is expected to begin Jan. 7, 2019, with completion by April 6, 2019. Fiscal 2019 operations and maintenance funds in the amount of $13,593,593 are obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside, with more than two companies solicited via the Federal Business Opportunities website, with two offers received, with two found to be in the competitive range. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6702).

3 Phoenix Inc.,* Chantilly, Virginia, is awarded a $10,271,000 cost-plus-fixed-fee, cost only modification to previously awarded contract N00024-13-C-6264 to exercise an option for engineering and technical services and other direct costs in support thereof for the Small Business Innovative Research (SBIR) Phase III contract, topic number N04-138-Real-time Data Fusion and Visualization Interface for Environmental Research Data. Work will be performed in Chantilly, Virginia (40 percent); Wake Forest, North Carolina (40 percent); and Hanover, Maryland (20 percent), and is expected to be completed by October 2019. Fiscal 2017 shipbuilding and conversion (Navy); fiscal 2018 and 2019 other procurement (Navy); and fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $6,753,273 will be obligated at the time of award and funding in the amount of $724,610 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Kellogg Brown and Root Services Inc., Houston, Texas, is awarded $9,847,635 for task order A00012 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N62470-17-D-4012 for modification of the first option period for base operations support services at Camp Lemonnier, Djibouti, and other areas within Africa. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $132,110,862. Work will be performed at various installations in territory of Djibouti, Africa; and other areas within Africa, and is expected to be completed November 2019. No funds will be obligated at time of award. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity.

VT Halter Marine Inc., Pascagoula, Mississippi, was awarded a not-to-exceed $9,000,0000 undefinitized contract action for functional design engineering, procurement of long-lead time material, and limited advanced production to support the Oceanographic Survey Ship (T-AGS 67). Work will be performed in Pascagoula, Mississippi (85 percent); Pittsburgh, Pennsylvania (13 percent); and New Orleans, Louisiana (2 percent), and is expected to be completed by May 2019. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $6,750,000 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)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2208). (Awarded Nov. 16, 2018)

Lockheed Martin Corp. Mission Systems and Training, Baltimore, Maryland, is awarded $7,105,135 for a firm-fixed-price contract for the manufacture of spare and repair parts used in the MK-41 Vertical Launching System. This is a one-year contract with no option periods. Work will be performed in Ventura, California (85 percent); and Baltimore, Maryland (15 percent), and will be completed by November 2019. Fiscal 2018 and 2019 working capital funds (Navy) in the amount of $7,105,135 will be issued as a delivery order that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received in response to the original solicitation in accordance with 10 U.S. Code 2304(c)(1). Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-19-D-ZD21).

AIR FORCE

Northrop Grumman Aerospace Systems, San Diego, has been awarded a $489,924,430 definitization and increase in scope fixed-price-incentive-fee and cost-plus-incentive-fee contract (FA8620-18-C-1000 PZ0004) for the Japan Global Hawk program. The contract provides for: three RQ-4 Global Hawk Block 30i air vehicles each containing an enhanced integrated sensor suite payload, two ground control elements, spares and support equipment, system engineering and program management tasks required to execute, manage, control, and report on all program activities, and a site survey. Work will be performed in San Diego and is expected to be completed by Sept. 1, 2022. This contract involves foreign military sales (FMS) to Japan and is the result of a sole-source acquisition. This action will increase funding by $294,542,454 for a total of $425,012,030 in FMS funding. FMS funding in the amount of $64,912,400 will be awarded as priced options to be exercised as soon as Japan releases the remaining funds. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Thales Air Traffic Management Inc., Clarksburg, Maryland, has been awarded a $30,634,338 firm-fixed-price contract option for Deployable Instrument Landing System (D-ILS) production units and spare parts. This contract option provides 9 D-ILS to be deployed worldwide. Work will be performed in Clarksburg, Maryland, and is expected to be completed September 2020. Fiscal 2017 and 2018 procurement funds in the amount of $30,634,338 are being obligated at the time of award. The total cumulative face value of the contract is $126,104,149 and has not changed with this award. Aerospace Management Systems Contracting Office, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-18-C-0034).

Engility Corp., Andover, Massachusetts, has been awarded a $30,304,806 cost-plus-incentive-fee contract for systems engineering and integration follow-on services. This contract provides support to ensure the Air Force Space Overhead Persistent Infrared and Space Based Environmental Monitoring program requirements are met in a timely manner. Work will be performed in El Segundo, California, and is expected to be completed by Feb. 28, 2021. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 research, development, test and evaluation funds in the amount of $15,48,920; space procurement funds in the amount of $783,582; and operations and maintenance funds in the amount of 1,934,075 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8810-19-F-0001).

MISSILE DEFENSE AGENCY

Lockheed Martin Corp. - Rotary and Mission Systems, Colorado Springs, Colorado, is being competitively awarded an indefinite-delivery/indefinite quantity contract with a maximum amount of $240,000,000. Under this new contract, the contractor will support the development, deployment and sustainment of the Objective Simulation Framework Modeling & Simulation framework that leverages existing or mature capabilities with a modular, scalable, reconfigurable, and composeable architecture. A task order in the amount of $49,703,444 is being issued immediately after the award of this contract. The work will be performed in Huntsville, Alabama. The ordering period is from Nov. 19, 2018, through Nov. 18, 2023. This contract was competitively procured via publication on the Federal Business Opportunities website with three proposals received. Fiscal 2018 research and development funds in the amount of $1,700,000 are being obligated on the award of the first task order and will expire at the end of the current fiscal year. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-D-0002).

DEFENSE LOGISTICS AGENCY

Coastal Pacific Food Distributors, Stockton, California, has been awarded a maximum $52,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full food-line distribution. This is a 142-day bridge contract, which could possibly end early when the guaranteed minimum is met. Locations of performance are California, Japan, Singapore, Philippines and Diego Garcia, with an April 30, 2019, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-4046).

Burlington Apparel Fabrics, Greensboro, North Carolina, has been awarded a maximum $47,951,352 firm-fixed-price, indefinite-delivery contract for blue poly/wool cloth. This was a competitive acquisition with one response received. This is a one-year contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is North Carolina, with a Nov. 18, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1113).

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1694434/source/GovDelivery/

On the same subject

  • L'armée de l'air suédoise se prépare à la réception de ses premiers Gripen E

    October 8, 2021 | International, Aerospace

    L'armée de l'air suédoise se prépare à la réception de ses premiers Gripen E

    L'armée de l'air suédoise a récemment annoncé que l'escadre de l'armée de l'air de Skaraborg (F7) serait la première de l'armée de l'air suédoise à recevoir le Gripen E. Les essais en vol et les préparatifs se poursuivent en parallèle au sein des armées de l'air suédoise et brésilienne et chez Saab afin de garantir une introduction efficace et sans heurts de l'avion.

  • KNDS, Israel’s Elbit to produce European rocket artillery kit

    September 14, 2023 | International, Land

    KNDS, Israel’s Elbit to produce European rocket artillery kit

    Based on the existing PULS artillery rocket produced by Elbit, the new kit will offer a Europeanized version to countries in the region.

  • Contract Awards by US Department of Defense - December 17, 2020

    December 18, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 17, 2020

    ARMY Honeywell International, Phoenix, Arizona, was awarded a $1,105,100,580 modification (P00002) to contract W56HZV-20-D-0062 for the Automotive Gas Turbine 1500 engine program. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2025. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. The Boeing Co., Mesa, Arizona, was awarded a $40,717,442 modification (P00054) to contract W58RGZ-16-C-0023 for a Longbow Crew Trainer and spares. Work will be performed in Mesa, Arizona, with an estimated completion date of Feb. 28, 2025. Fiscal 2010 other procurement (Army) funds in the amount of $40,717,442 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. L3 Technologies Inc., Salt Lake City, Utah, was awarded a $29,197,837 firm-fixed-price contract for the manned/unmanned teaming hardware, as well as technical and engineering support, for the Apache helicopter. Bids were solicited via the internet with one received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of June 30, 2023. Fiscal 2021 aircraft procurement (Army) funds; and 2022 Foreign Military Sales (Morocco, Netherlands, Qatar, United Arab Emirates and United Kingdom) funds in the amount of $29,197,837 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-F-0144). CORRECTION: The $837,591,519 multiple award contract announced on Dec. 16, 2020, to Central Lake Armor Express,* Central Lake, Michigan (W91CRB-21-D-0004); Bethel Industries Inc.,* Jersey City, New Jersey (W91CRB-21-D-0005); Carter Enterprises LLC,* Brooklyn, New York (W91CRB-21-D-0006); Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-21-D-0007); and Slate Solutions Inc.,* Sunrise, Florida (W91CRB-21-D-0008), for the Soldier Protection System was actually awarded today, Dec. 17, 2020. NAVY Perspecta Enterprise Solutions LLC, Herndon, Virginia, is awarded a $797,344,313 modification to previously awarded indefinite-delivery/indefinite-quantity contract N00039-13-D-0013 for the existing Next Generation Enterprise Network (NGEN). The total cumulative value of this contract is an estimated $6,661,441,247. The contract modification is for services provided under NGEN support for approximately 400,000 seats representing more than 650,000 Navy and Marine Corps users at more than 2,500 locations. NGEN provides net centric data and information technology services for comprehensive, end-to-end information services through a common computing and communication environment to Navy and Marine Corps military, civilian and contractor users. The services provided under NGEN are enterprise services; network services; voice, video and data services; information security services; support services; and testing services. Work will be performed throughout the U.S. with an expected completion date of Sept. 30, 2021. No additional funding will be placed on contract or obligated at the time of modification award. Contract funds will be obligated on individual task orders and will expire at the end of the fiscal year. This contract modification will add four option periods under the base NGEN contract with a potential period of performance of nine months if all options are exercised. 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), one source or limited sources (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Ultra Electronics Ocean Systems Inc., Braintree, Massachusetts, is awarded a $186,411,242 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite quantity contract for the AN/SLQ-25E ‘NIXIE' electro-acoustic towed torpedo countermeasure system. This contract includes options which, if exercised, would bring the cumulative value of this contract to $268,514,278. Work will be performed in Braintree, Massachusetts (58%); Manchester, New Hampshire (25%); Lititz, Pennsylvania (13%); and Huntington Beach, California (4%), and is expected to be completed by December 2026. Fiscal 2020 other procurement (Navy) $2,200,000 funding will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Undersea Warfare Center Division, Keyport, Keyport, Washington, is the contracting activity (N00253-20-D-0002). Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-16-D-6300); Daniels & Daniels Construction Co., Inc.,* Goldsboro, North Carolina (N40085-16-D-6301); Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-16-D-6302); Military & Federal Construction Co., Inc.,* Jacksonville, North Carolina (N40085-16-D-6303); Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-16-D-6304); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-16-D-6305), are awarded a $90,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. The work to be performed provides for general construction services including new construction, demolition, repair, total/partial interior/exterior alteration/renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, communication systems, installation of new or extensions to existing high voltage electrical distribution systems, extensions to the existing high pressure steam distribution systems, extensions to the potable water distribution systems, extensions to the sanitary sewer systems, additional storm water control systems, painting, removal of asbestos materials and lead paint, and incidental related work. After award of this modification, the total maximum dollar value for all six contracts combined will be $429,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by September 2021. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance (Marine Corps); and military construction funds. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded firm-fixed-price task order N62473-21-F-4212 at $53,611,262 under a multiple award construction contract for design and construction of a mess hall and consolidated warehouse at Marine Corps Base Camp Pendleton (MCBCP), California. Work will be performed in MCBCP, California, and is expected to be completed by February 2025. The work to be performed provides for constructing a dining facility and a consolidated regimental supply warehouse and the project includes cybersecurity features, paving and site improvements including parking areas, roadways, curbs, gutters, sidewalks, landscaping, trash enclosures and signs. Demolition includes the removal of nine buildings. Fiscal 2020 military construction (Navy) contract funds in the amount of $53,611,262 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5858). BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $24,681,208 cost-plus-award-fee modification to exercise an option on previously awarded contract N00024-20-C-2320 for the accomplishment of post shakedown availability (PSA). The PSA is for one Freedom variant Littoral Combat Ship. Work will be performed in Mayport, Florida, and is expected to be completed by September 2021. Fiscal 2020 shipbuilding and conversion (Navy) ($942,895; 57%); and 2019 shipbuilding and conversion (Navy) ($711,306; 43%) funding will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. CACI Inc.-Federal, Chantilly, Virginia, is awarded a $20,317,601 cost-plus-fixed-fee contract action in support of acquisition and integrated logistics for the Program Executive Office (PEO), Integrated Warfare Systems (IWS), Front Office (FO). Tasking includes support to the broad areas of acquisition and integrated logistics for the current and future programs and their variants assigned to PEO IWS. Support includes the development and management of cross-program and cross-organization policies and practices for the full range of acquisition and integrated logistics support (ILS). The tasking is integral to the execution of legacy, current and future integrated combat systems, above water sensors, surface ship weapons, air and missile defense systems, undersea warfare systems, command and control systems, unmanned vehicles, navigation systems and human systems integration, as well as training, open architecture, interoperability and joint and coalition initiatives. Tasking includes professional support to PEO IWS FO and IWS directorates for acquisition support and ILS. Work will be performed at the Washington Navy Yard, Washington, D.C. Work is expected to be completed on April 30, 2021. Fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $3,003,490 (33%); fiscal 2021 other procurement (Navy) funds in the amount of $3,036,21 (34%); fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,045,541 (12%); fiscal 2020 research development test and evaluation funds in the amount of $1,556,168 (17%); and Foreign Military Sales funds in the amount of $378,842 (4%) will be obligated at time of award and will expire at the end of the 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 (N00164-21-C-B002). Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded firm-fixed-price task order N62478-21-F-4021 at $12,849,000 under a multiple award construction contract for constructing an annex and renovating Building 4100H at Joint Base Pearl Harbor-Hickam, Hawaii. The annex work to be performed provides for constructing a two-story annex to Building 4100H and the work includes foundations, concrete beams, slabs, walls and footings; metal decking and roofing; and mechanical, electrical and communications management systems. The renovation work includes reconfiguring the interior and includes renovation of restroom spaces, replacing all interior finishes throughout the building to include new flooring, ceiling systems and painting interior walls and upgrading the electrical systems. The task order also contains two line items, which, if awarded, would increase cumulative task order value to $13,870,618. Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2022. Fiscal 2018 military construction (Air Force Reserve) contracts funds in the amount of $8,552,000 are obligated on this award and will not expire at the end of the current fiscal year. Fiscal 2021 operation and maintenance (Air Force Reserve) contract funds in the amount of $4,297,000 are obligated on this award and will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-4003). Viasat Inc., Duluth, Georgia, is awarded a $10,882,119 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides technical support, non-warranty hardware repair or replacement, obsolescence management, on-site maintenance, preventative maintenance, spare parts and replacement pedestals in support of the pedestal improvement project for the Atlantic Test Range Aircraft Signature and Avionics Measurement branch. Work will be performed in Patuxent River, Maryland, and is expected to be completed in December 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 not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0012). Alan Shintani Inc.,* Waipahu, Hawaii, is awarded firm-fixed-price task order N62478-21-F-4042 at $8,964,485 under a multiple award construction contract for a Navigation, Seamanship and Shiphandling Trainer (NSST) at Ford Island, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for the construction of an NSST and its supporting complement of rooms within an existing hangar building and includes electrical, mechanical, architectural, control system and fire protection work. The task order also contains one line item, which if awarded, would increase the cumulative task order value to $9,040,255. Work will be performed in Oahu, Hawaii, and is expected to be completed by February 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $8,964,485 are obligated on this award and will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-18-D-4028). AIR FORCE Raytheon Co., Largo, Florida, has been awarded a ceiling of $611,500,000, firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable-no-fee, indefinite-delivery/indefinite-quantity contract for command and control switching systems (CCSS). This contract provides electronic digital telecommunications system developed for military command and control. The CCSS is the key component of the Defense Red Switch Network, enabling secure and non-secure voice and data telecommunications at multiple levels, large scale voice conferencing capabilities and is inter-operable with other secure devices. CCSS switches are accredited by the Defense Intelligence Agency for top secret/sensitive compartmentalized information multi-level security. The life-cycle logistics support for operational CCSS provide program management, product configuration management, data management, quality control and assurance, contractor logistics support, spare parts replenishment and management, hardware and software support and engineering and technical services. Work will be performed at multiple government facilities and is expected to be completed by Dec. 31, 2032. This award is the result of a sole-source acquisition. Fiscal 2020 operation and maintenance funds in the amount of at least $452,034 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8218-20-D-0001). The Johns Hopkins University, Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $300,000,000 bilateral modification (P00006) to contract FA8819-18-D-0009 for additional engineering support services, systems engineering for complex systems, specialized research and development and other support functions. This modification increases the ceiling of the indefinite-delivery/indefinite-quantity contract from the previously awarded amount of $186,000,000 to $486,000,000. Work will be performed at Los Angeles Air Force Base, California, and is expected to be completed May 10, 2025. The total ceiling of the contract is $486,000,000. Fiscals 2017, 2018, 2019, 2020 and 2021 research, development, test and evaluation funds are being used with no funds being obligated at the time of award. The Space and Missile Systems Center, Los Angeles AFB, California, is the contracting activity. Shenandoah Fleet Maintenance and Management LLC, Warrenton, Virginia, has been awarded a $9,384,408 cost-reimbursable definitive contract for Logistics Readiness Squadron/Logistics Readiness Vehicles. This contract provides 866 fleet management and analysis services and scheduled/unscheduled maintenance for approximately 639 vehicles assigned to Robins Air Force Base, Georgia, and perform roadside services within the permissible operating distance of 100 miles. Work will be performed at Robins AFB, Georgia, is expected to be completed Jan. 31, 2026. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2021 operation and maintenance funds in the amount of $1,283,488 are being obligated at time of award. The Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8501-21-C-0004). (Awarded Dec. 14, 2020) DEFENSE LOGISTICS AGENCY Terma North America Inc., Warner Robins, Georgia, has been awarded a maximum $306,480,755 fixed-price, indefinite-delivery/indefinite-quantity contract for the production, repair and engineering support of various types of aircraft electronic countermeasure systems. 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 ten-year contract with no option periods. Location of performance is Georgia, with a Dec. 17, 2030, ordering period end date. Using customers are Air Force and various foreign customers. Type of appropriation is fiscal 2021 through 2031 defense working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-21-D-0003). Oro Manufacturing Co., Monroe, North Carolina, has been awarded a maximum $10,608,476 indefinite-quantity, long-term contract for aircraft seat aviation life support equipment. 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 five-year contract with no option periods. Location of performance is North Carolina, with a Nov. 29, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-21-D-0037). (Awarded Dec. 4, 2020) DEFENSE FINANCE AND ACCOUNTING SERVICE Ernst & Young LLP, Washington, D.C., is being awarded a labor-hour contract option with a maximum value of $33,128,772 for audit services of the Department of the Air Force General Fund and Working Capital Fund financial statements and examination. Work will be performed in Washington, D.C., with an expected completion date of Dec 31, 2021. This contract is the result of a competitive acquisition for which one quote was received. The contract had a 16-month base period plus three individual one-year option periods with a maximum value of $135,006,112. This award brings the total cumulative value of the contract to $125,830,971. Fiscal 2021 operation and maintenance (Air Force) funds in the amount of $33,128,772 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0148). KPMG LLP, McLean, Virginia, has been awarded a fixed-price contract option with a maximum value of $12,097,714 for audit services of the U.S. Army Corps of Engineers (USACE) Civil Works (CW) and Sub-allotted Funds financial statements. Work will be performed in McLean, Virginia, with an expected completion date of Dec. 31, 2021. This contract is the result of a competitive acquisition for which three quotes were received. The contract had a 12-month base period plus four individual one-year option periods, with a maximum value of $57,693,820. This award brings the total cumulative value of the contract to $45,358,627. Fiscal 2021 USACE CW revolving funds in the amount of $12,097,714 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0039). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2450931/source/GovDelivery/

All news