August 1, 2023 | International, Aerospace, Security, Other Defence
Adaptive engine work feeds sixth-gen fighter design, says US Air Force
The Air Force is adapting AETP features into the future Next Generation Air Dominance platform’s engines.
November 27, 2019 | International, Aerospace, Naval, Land, C4ISR, Security
NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $831,008,187 modification to a previously awarded fixed-price-incentive-firm-target, firm-fixed-price contract (N00019-17-C-0001). This modification provides for the production and delivery of 15 lot 14 F-35A aircraft and associated red gear in support of the Government of Australia. Work will be performed in Fort Worth, Texas (59%); El Segundo, California (14%); Warton, United Kingdom (9%); Cameri, Italy (4%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); and various locations outside the continental U.S. (2%), and is expected to be completed in March 2023. Non-U.S. Department of Defense participant funds in the amount of $831,008,187 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $327,950,000 fixed-price-incentive-firm-target advance acquisition contract to procure long lead material, parts and components in support of the Lot 15 production and delivery of 48 F-35A Lightning II aircraft for the Air Force. Work will be performed in Fort Worth, Texas (35%); El Segundo, California (25%); Warton, United Kingdom (20%); Orlando, Florida (10%); Nashua, New Hampshire (5%); and Baltimore, Maryland (5%), and is expected to be completed in June 2023. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $327,950,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0009).
Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $29,180,420 cost-plus-fixed-fee modification to a previously-awarded contract N00024-16-C-5103 for additional Aegis combat system engineering, computer program maintenance, in-country support, staging support and implementation studies in support of current and future Foreign Military Sales (FMS) Aegis shipbuilding programs in support of the Japan Maritime Self Defense Force, Republic of Korea Navy, Spanish Armada, Royal Australian Navy and Royal Norwegian Navy, with scope available to support other potential FMS customers. The current Aegis FMS programs supported include the Japanese Kongo and Atago-class ships, Korean KDX III class ships, Spanish F-100 and F-110 program, Norwegian F310-class ships and Australian Hunter and Hobart-class ships. Work will be performed in Moorestown, New Jersey (96%); Tokyo, Japan (1%); Seoul, South Korea (1%); Bergen, Norway (1%); and Adelaide, Australia (1%), and is expected to be completed by June 2020. FMS funding in the amount of $29,180,420 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.
University of Missouri at Kansas City, Kansas City, Missouri, was awarded a $27,248,586 cost-plus-fixed-fee contract for the Short Pulse Research, Evaluation and non-Space, Weight and Power (SWAP) demonstration for Counter-Small Unmanned Aerial Systems (C-sUAS). Work will be performed in Kansas City, Missouri, and is expected to be completed by March 2022. The period of performance is 55 months including a 48-month base period, three 24-month option periods, two 32-month option periods, and three 36-month option periods, which will run concurrently Fiscal 2019 research, development, test, and evaluation, Navy funds in the amount of of $8,314,445 are obligated at time of award and incrementally funded with a base period valued at $7,913,051 and options at $19,335,535, and will not expire at the end of the fiscal year. This contract was originally competitively procured under N00014-18-S-B001 FY18 long range broad agency announcement (BAA). Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation cannot be determined at this time. Office of Naval Research, Arlington, Virginia is the contracting activity (N00014-18- C-1017-P00006). (Awarded Nov. 25, 2019)
Applied Physical Sciences Corp, Groton, Connecticut, was awarded a $23,225,953 cost-plus-fixed-fee contract for the multi-disciplinary tools, technologies, and experimental methods in support of future naval platform stealth and operations. Work will be performed in Groton, Connecticut (87%); and Cheswick, Pennsylvania (13 %), and is expected to be completed by October 2024. The total cumulative value of this contract including the base period is $23,225,953. This contract has no options. Fiscal year 2019 research, development, test, and evaluation, Navy funds in the amount of $146,749 are obligated at time of award and will not expire at the end of the fiscal year. This contract was competitively procured under N00014-19-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation cannot be determined at this time. Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014- 20-C-0001). (Awarded Nov. 25, 2019)
Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $17,620,319 fixed-price-incentive (firm target), cost and cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-5104 to exercise options for ship integration and test of the AEGIS Weapon System (AWS) for AWS Baselines through Advanced Capability Build (ACB) 12. The contract provides for AEGIS shipboard integration engineering, AEGIS test team support, AEGIS modernization team engineering support, ballistic missile defense test team support, and AWS element assessments. This contract will cover the AWS ship integration and test efforts for five new construction DDG 51 class ships, the major modernization of five DDG 51 class ships, and the major modernization of six CG 47 class ships. It will additionally cover the integrated combat system modifications and upgrades for all current ships with all AWS baselines up to and including ACB 12. Work will be performed in Norfolk, Virginia (44%); Everett, Washington (42%); Pascagoula, Mississippi (4%); Bath, Maine (3%); Moorestown, New Jersey (3%); Camden, New Jersey (2%); and various places below one percent (2%), and is expected to be complete by November 2021. Fiscal 2020 other procurement (Navy-OPN); fiscal 2020 operation and maintenance (Navy-OMN); and fiscal 2013 shipbuilding and conversion (Navy-SCN) funding in the amount of $10,882,412 will be obligated at the time of award, and $589,453 will expire at the end of the current fiscal year — fiscal 2020 OPN, 92%; fiscal 2020 OMN, 5%; and fiscal 2013 SCN, 3%. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
The Boeing Co., St. Louis, Missouri, is awarded a $13,741,368 cost-plus-fixed-fee delivery order (N00019-20-F-0338) against a previously issued basic ordering agreement (N00019-16-G-0001). This delivery order provides production engineering support for the installment and integration of weapon systems on the F/A-18 E/F and EA-18G aircraft. This delivery order also includes an option for research development, test and evaluation production engineering support. Work will be performed in Patuxent River, Maryland (82%); and St. Louis, Missouri (18%), and is expected to be completed in December 2020. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $13,641,692 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.
Centurum Information Technology Inc., Marlton, New Jersey, is awarded an $11,665,502 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide technical sustainment engineering, logistics and modernization support for integrated and non-integrated shipboard and ashore installations of satellite communications systems. Support will be provided to the Navy, Marine Corps, Coast Guard, Army, Air Force and Department of Homeland Security programs. This one-year contract includes four one-year options, which, if exercised, would bring the potential value of this contact to an estimated $59,414,364. Work will be performed in San Diego, California (40%); onboard Navy ships (40%); and at the contractor's facilities in Marlton, New Jersey (20%). The period of performance of the base award is Nov. 26, 2019, to Nov. 25, 2020. If all options are exercised, the period of performance would extend through Nov. 25, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0119, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Two proposals were received and one was selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-D-0119).
University of Missouri at Kansas City, Kansas City, Missouri, was awarded an $8,514,445 cost-plus-fixed-fee modification to a previously awarded contract N00014-18-C-1017. The total value of this contract is $27,248,586, including base and exercised options. This modification provides for the short pulse research, evaluation and non-space, weight and power demonstration for counter-small unmanned aerial systems. Work will be performed at Kansas City, Missouri, with an expected completion date of March 2022. Fiscal 2019 research, development test and evaluation (Navy) funds in the amount of $8,314,445 are obligated at time of award. Contract funds in the amount of $8,314,445 will not expire at the end of the current fiscal year. Office of Naval Research, Arlington, Virginia, is the contracting activity. (Awarded Nov. 25, 2019)
Austal USA, Mobile, Alabama, is awarded a $7,993,893 cost-plus-fixed-fee modification to a previously awarded contract (N00024-11-C-2301) for littoral combat ships (LCS) industrial post-delivery availability (IPDA) support for LCS 24. This contract modification is for IPDA efforts for LCS 24. Austal USA will provide shipboard support to implement approved engineering change proposals, approved government-responsible deficiencies identified during test and trials, and crew-related activities and preventative maintenance. Austal will also provide program management support and logistics support for technical documentation affected by the work performed. Work will be performed in Mobile, Alabama (80%); and Pittsfield, Massachusetts (20%), and is expected to be completed by October 2020. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $3,000,000 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 (N00024-11-C-2301).
AIR FORCE
M1 Support Services, Denton, Texas, has been awarded a $101,871,372 modification to previously awarded contract FA4890-16-C-0005 for the backshop and flight line maintenance of multiple aircraft types on Nellis Air Force Base, Nevada. The contract modification provides for the exercise of an option for an additional year of maintenance support under the multiple year contract. Work will be performed at Nellis Air Force Base, Nevada, and is expected to be completed by Dec. 31, 2020. The total cumulative face value of the contract is $526,894,462. Fiscal 2020 operations and maintenance funds in the amount of $101,871,372 will be obligated at the time of the award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.
The Johns Hopkins University, Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $93,000,000 bilateral modification (P00002) to previously awarded 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 $93,000,000 to $186,000,000. Work will be performed at Los Angeles Air Force Base, California, and is expected to be completed by May 10, 2025. The total ceiling of the contract is $186,000,000. Fiscal 2019 operations and maintenance; and fiscal 2017, 2018, 2019 and 2020 research and development funds are being used and no funding is being obligated at the time of the award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.
Coulson Aircrane Ltd., Port Alberni, British Columbia, Canada, has been awarded a $39,262,254 firm-fixed and cost-type contract to procure design, engineering, development, manufacture and install of a 4000 gallon fire retardant delivery system for California Department of Forestry and Fire Protection. The contract award provides a 27 month period of performance. Work will be performed at Port Alberni, British Columbia, Canada, and is expected to be completed by February 2022. Total cumulative face value of the contract is $39,262,254. Fiscal 2018, 2019 and 2020 aircraft procurement funds in the amount of $36,730,820 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-20-C-0001).
Phoenix Management Inc., Austin, Texas, has been awarded a $12,097,480 face value, firm-fixed-price, cost reimbursable, labor hour modification (P00004) to previously awarded contract FA6606-19-C-A003 for base operations support services at Westover Air Reserve Base, Massachusetts. This contract modification is for the addition of an option for an additional 12 months of service. Work will be performed at Westover Air Reserve Base, Massachusetts, and is expected to be completed by Nov. 30, 2020. Total cumulative face value of the contract is $20,942,258. Fiscal 2020 operations and maintenance funds are being used and no funds are being obligated at the time of award. The 439th Contracting Flight, Westover Air Reserve Base, Massachusetts, is the contracting activity.
Raytheon Corp., Marlborough, Massachusetts, has been awarded an $8,517,484 modification (P00093) under previously awarded contract FA8705-14-C-0001 to exercise the interim contractor support, data and travel option for Global Aircrew Strategic Network Terminal. Work will be performed at Largo, Florida, and is expected to be completed by December 2020. The total cumulative value of the contract is now $348,366,192. Fiscal 2019 other procurement funds in the amount of $8,517,484 are being obligated at time of award. The Air Force Material Command, Hanscom Air Force Base, Massachusetts, is the contracting activity.
The Raytheon Co., Marlborough, Massachusetts, has been awarded an $8,308,308 cost-plus-fixed-fee change order contract modification (P00148) to the previously award contract FA8705-13-C-0005 for the Software InfoSec Module (SIM) Support Fixture (SSF). The contract modification is for the development and test of the SSF, which is used to maintain operational spare SIMS on the shelf to maintain the Family of Advanced Beyond Line-of-Sight Terminals Operation availability requirement for fielded sites. Work will be performed at Marlborough, Massachusetts, and is expected to be completed by August 2020. The total cumulative face value of the contract is $400,411,224. Fiscal 2019 and 2020 research, development, test and evaluation in the amount of $500,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.
ARMY
Leidos, Reston, Virginia, was awarded a $71,539,840 modification (P00010) to contract W52P1J-18-C-0047 for support services at Aberdeen Proving Ground, Blue Grass Chemical Agent Destruction Pilot Plant, Pueblo Chemical Agent Destruction Pilot Plant and the Anniston Field Office. Work will be performed in Reston, Virginia, with an estimated completion date of Sept. 23, 2028. Fiscal 2019 research, development, test and evaluation Army funds in the amount of $6,941,878 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
Complete Mobile Dentistry,* Windsor, Wisconsin, was awarded a $19,832,365 firm-fixed-price contract for personal services. Bids were solicited via the internet with 21 received. Work will be performed in Windsor, Wisconsin, with an estimated completion date of Nov. 30, 2020. Fiscal 2020 Department of Defense acquisition workforce development funds in the amount of $19,832,365 were obligated at the time of the award. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-20-F-0011).
Complete Mobile Dentistry,* Windsor, Wisconsin, was awarded a $15,013,694 firm-fixed-price contract for personal services. Bids were solicited via the internet with 21 received. Work will be performed in Windsor, Wisconsin, with an estimated completion date of Nov. 30, 2020. Fiscal 2020 Department of Defense acquisition workforce development funds in the amount of $15,013,694 were obligated at the time of the award. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-20-F-0014).
Pick Electric Inc.,* Spokane, Washington, was awarded a $9,157,622 firm-fixed-price contract for upgrades to the direct current system and low voltage switchgears at the lower Granite Lock and Dam powerhouse. Bids were solicited via the internet with four received. Work will be performed in Pomeroy, Washington, with an estimated completion date of Jan. 11, 2023. Fiscal 2020 firm-fixed-price funds in the amount of $5,351,690 were obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-20-C-0003).
Crawford Consulting,* East Pittsburgh, Pennsylvania, was awarded a $9,900,000 firm-fixed-price contract for engineering and construction management 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 Nov. 30, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-D-0001).
DEFENSE LOGISTICS AGENCY
Sustainment Technologies LLC, Bryan, Texas, has been awarded a maximum $32,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 101 responses received. This is a five-year contract with no option periods. Location of performance is Texas, with a Nov. 25, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0024).
U.S. SPECIAL OPERATIONS COMMAND
Lockheed Martin Aeronautics Co., Marietta, Georgia, was a awarded a maximum $93,000,000 modification on an indefinite-delivery/indefinite-quantity, firm-fixed-price and cost-plus-fixed-fee contract (H92403-18-D-0002-P00002) for operational flight program upgrades on SOF C-130 fixed wing aircraft along with systems engineering and integration support activities encompassing multiple third party systems sources for U.S. Special Operations Command (USSOCOM). The work will be performed in Marietta and is expected to be completed by April 2024. This contract was awarded on a sole-source basis. USSOCOM Headquarters, Tampa, Florida, is the contracting activity.
*Small Business
https://www.defense.gov/Newsroom/Contracts/Contract/Article/2027618/source/GovDelivery/
August 1, 2023 | International, Aerospace, Security, Other Defence
The Air Force is adapting AETP features into the future Next Generation Air Dominance platform’s engines.
February 3, 2022 | International, Aerospace, C4ISR
The new system will modernize the U.S. Space Force's command-and-control capabilities and paves the way for the service to decommission the legacy Space Defense Operations Center.
June 14, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence
NAVY Resource Management Concepts Inc.,* Lexington Park, Maryland, is awarded a $101,231,753 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for information technology engineering and management services for aircraft, avionics, and weapons system requirements in support of the Naval Air Warfare Center Aircraft Division's Integrated Battlespace Simulation and Test Department (AD 5.4). Work will be performed in Patuxent River, Maryland (71 percent); Orlando, Florida (7 percent); San Diego, California (6 percent); Jacksonville, Florida (6 percent); Point Mugu, California (5 percent); and Cherry Point, North Carolina (5 percent), and is expected to be completed in July 2023. No funds are being obligated at time of award, funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0065). Harper Construction Co. Inc., San Diego, California, is awarded $56,127,477 for firm-fixed-price task order N6247317F4705 under a previously awarded multiple award construction contract (N62473-16-D-1881) for construction of a maintenance hangar, maintenance shop and administrative building at Marine Corps Air Station, Yuma, Arizona. The work to be performed provides for the construction of three facilities in support of project P612 which includes a maintenance hangar, maintenance shop, and an administrative building. Associated work at all three sites includes, but is not limited to, testing and abatement for hazardous materials, demolition/disposal, site grading/prep, utility infrastructure work and relocation of aircraft point-of-service power, repair and install of airfield and other paving, optional photovoltaic system at the hangar site, testing, commissioning, and all incidental related work necessary to provide complete and usable facilities. The task order also contains one unexercised option, which if exercised would increase the cumulative task order value to $56,826,414. Work will be performed in Yuma, Arizona, and is expected to be completed by April 2022. Fiscal 2017 military construction (Navy) contract funds in the amount of $56,127,477 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Multi-MAC JV,* Yuma, Arizona, is awarded a maximum amount $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for compliance with air emission regulations, Emergency Planning and Community Right-to-Know Act regulations, greenhouse gas and all other environmental media regulations to support Navy, Marine Corps, and other Department of Defense installations and federal agencies worldwide. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command Atlantic area of responsibility including, but not limited to, California (45 percent); Virginia (15 percent); North Carolina (15 percent); Florida (5 percent); Maryland (5 percent); Washington (5 percent); Georgia (5 percent); and Europe Africa Southwest Asia (5 percent). The term of the contract is not to exceed 60 months with an expected completion date of June 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4010). Technical Data Analysis Inc.,* Falls Church, Virginia, is awarded a $37,735,874 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide engineering and technical support services for the Naval Air Warfare Center Aircraft Division Air Vehicle Department. Engineering and technical support services for this effort shall include analysis, development, and integration of warfare systems, aircraft structural life surveillance, service life assessments and service life extensions in support of various Navy and Marine Corps platforms. Work will be performed in Patuxent River, Maryland, and is expected to be completed in August 2024. 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, competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0069). Raytheon Co., Goleta, California, is awarded a $32,977,260 firm-fixed-price contract to conduct a demonstration of existing technologies (DET) in support of the Dual Band Decoy Program. This DET will demonstrate expanded capabilities of the Integrated Defensive Electronic Countermeasures AN/ALE-55 Fiber Optic Towed Decoy and AN/ALE-50 Advanced Airborne Expendable Decoy used on the F/A-18E/F aircraft. Work will be performed in Goleta, California, and is expected to be completed in September 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $12,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via a broad agency announcement, with three offers received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C1026). Cape Environmental Management Inc.,* Honolulu, Hawaii, is awarded $13,611,247 for cost-plus-award-fee task order N6274219F0129 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-16-D-1807) for implementation of remedial alternatives to address sediments contaminated with polychlorinated biphenyls and metals at the Pearl Harbor sediment site. The selected remedies to be implemented will include placement of a thin-layer of clean material for enhanced natural recovery (ENR) and treatment of contaminated sediment with activated carbon amendment material in under-pier areas where dredging or other active remedies are impracticable. The remedy action also includes pre-ENR dredging of sediment where necessary, to provide sufficient clearance below the authorized maintenance dredging elevation for the placement of clean material for ENR. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2022. Fiscal 2019 environmental restoration (Navy) contract funds in the amount of $13,611,247 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. WR Systems, Fairfax, Virginia, is awarded a $10,918,406 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production, engineering, technical and logistical services associated with delivery and technical support of the AN/SPA-25H Indicator Group. These systems support surface ships and are the standard data and distribution system from radar sensors to navigational and tactical displays. Additionally, the Navy has a need to procure durable and reliable state-of the-art switchboards, decoders, converters, switches and upgrades, for existing AN/SPA-25G and AN/SPA-25H installations. Work will be performed in Norfolk, Virginia (90 percent); and various Navy shipyards (10 percent), and is expected to be completed by May 2024. Fiscal 2018 and 2019 other procurement (Navy); and fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $2,335,439 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured on the basis of full and open competition via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N0017819D4505). ARMY Baker Jacobs JV, Pittsburgh, Pennsylvania, was awarded a $46,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of June 12, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0030). CGI Federal Inc., Fairfax, Virginia, was awarded a $34,414,693 modification (P00049) to contract W911S0-15-C-0004 for Operational and Environment Core functions support services. Work will be performed in Fort Eustis, Virginia, with an estimated completion date of Aug. 9, 2020. Fiscal 2190 operations and maintenance, Army funds in the amount of $23,000,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity. TiER1 Performance Solutions LLC,* was awarded a $19,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for research and development. Bids were solicited via the internet with 63 received. Work locations and funds will be determined with each order, with an estimated completion date of June 13, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-D-0002). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $17,335,100 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for re-baselining the current production configuration and the procurement of capability enhancements to Government Furnished M1070A1 Heavy Equipment Transporters. One bid was solicited with one received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of July 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $17,355,100 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0031). Avion Solutions Inc.,* Huntsville, Alabama, was awarded a $15,189,965 modification (0002 18) to Foreign Military Sales (Afghanistan, Bahrain, Croatia, Egypt, Jordan, Latvia, Saudi Arabia, Slovakia, Sweden, Tunisia and United Arab Emirates) contract W31P4Q-15-A-0029 for logistics support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of June 16, 2020. Fiscal 2019 Foreign Military Sales; other procurement, Army; operations and maintenance, Army; and research, development, test, and evaluation funds in the amount of $15,189,965 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. GTA Containers Inc.,* South Bend, Indiana, was awarded a $14,706,913 firm-fixed-price contract for procurement of collapsible fabric tanks. Two bids were solicited with two bids received. Work will be performed in South Bend, Indiana, with an estimated completion date of Dec. 6, 2022. Fiscal 2019 Army working capital funds in the amount of $14,706,913 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0409). Goodrich Corp., Brea, California, was awarded a $12,634,182 firm-fixed-price contract for maintenance and overhaul of the Hoist, Internal Rescue. 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 June 10, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0037). Oxford Federal LLC, Sheridan, Wyoming, was awarded a $7,762,098 firm-fixed-price Foreign Military Sales (Israel) contract for Site 13900. Six bids were solicited with three bids received. Work will be performed in Tel Aviv, Israel, with an estimated completion date of July 31, 2020. Fiscal 2019 Foreign Military Sales funds in the amount of $7,762,098 were obligated at the time of the award. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity (W912GB-19-F-0111). CORRECTION: A contract announced on June 12, 2019, for IBM Corp., Bethesda, Maryland (W912DY-19-F-0396), for $9,500,000 incorrectly identified the purpose of the contract. The contract is for the Department Of Defense High Performance Computing Modernization Program, Technology Insertion, Army Research Laboratory, Order 17 - Containerized Machine Learning System. All other information in the announcement was correct. U.S. SPECIAL OPERATIONS COMMAND The Boeing Co., Ridley Park, Pennsylvania, was awarded a $30,778,000 firm-fixed-price type delivery order (H92241-19-F-0091) under an existing contract (W91215-16-G-0001) to procure components and parts in support of MH-47G rotary wing aircraft. This action is required to satisfy an urgent need to sustain U.S. Special Operations Forces (SOF) heavy assault, rotary wing aircraft, to mitigate the impact of the MH-47G aircraft availability in light of increased SOF operational demands and to procure H-47 long-range, rotary wing aircraft under foreign military sales acquisition procedures for the United Kingdom. Fiscal 2019 Aircraft Procurement, Army funds in the amount of $20,778,000 and no-year Foreign Military Spending funding from the United Kingdom in the amount of $10,000,000 shall be obligated at time of award for the acquisition of long-lead components and parts in support of the MH-47G Block II Production Program. Contract funds will not expire at the end of the current fiscal year. The majority of the work will be performed in Ridley Park. U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY Sea Box,* Cinnaminson, New Jersey, has been awarded a maximum $7,364,845 firm-fixed-price contract for TRICON containers. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(2) and 41 U.S. Code 3304(A)(2), as stated in Federal Acquisition Regulation 6.302-2(a)(2). This is a one-year base contract with no option periods. Location of performance is New Jersey, with Dec. 31, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRD11-19-C-0220). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1875427/source/GovDelivery/