Back to news

December 7, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - November 30, 2018

NAVY

Grove Resource Solutions Inc.,* Frederick, Maryland (N6523619D4800); Millennium Corp., * Arlington, Virginia (N6523619D4801); SimVentions Inc.,* Fredericksburg, Virginia (N6523619D4802); BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N6523619D8403); Booz Allen Hamilton, McLean, Virginia (N6523619D4804); CACI NSS Inc., Reston, Virginia (N6523619D4805); General Dynamics Information Technology, Fairfax, Virginia (N6523619D4806); Leidos, Reston, Virginia (N6523619D4807); Northrop Grumman Systems Corp., Redondo Beach, California (N6523619D4808), and Scientific Research Corp., Atlanta, Georgia (N6523619D4809), are each awarded a combined $898,000,000 multiple award, indefinite-delivery/indefinite-quantity, performance-based service contract utilizing cost-plus-fixed-fee and firm-fixed-price task orders. The contracts are for Cyber Mission Engineering support services and provide for the delivery of information warfare capabilities through sea, air, land, space, electromagnetic, and cyber domains through the full range of military operations and levels of war. These contracts include a five-year ordering period, one 24-month option period, and one six-month option-to-extend-services in accordance with Federal Acquisition Regulation Clause 52.217-8. If all options are exercised, the cumulative value of these contracts will increase to $962,000,000. Work will be performed worldwide and is expected to be completed by November 2024. If all options are exercised, work would continue until May 2027. Navy working capital funds in the amount of $25,000 will be divided equally among all awardees and obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The multiple award contracts were competitively procured by full and open competition with reserves for small business via the Space and Naval Warfare Systems Center e-Commerce central website and the Federal Business Opportunities website, with 25 timely offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded an $889,949,558 cost-plus-fixed-fee contract for Naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (74 percent); and Schenectady, New York (26 percent). No completion date or additional information is provided on Naval Nuclear Propulsion program contracts. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $617,385,193 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 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 (N00024-19-C-2115).

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $634,011,726 cost-plus-fixed-fee contract for Naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (71 percent); and Schenectady, New York (29 percent). No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $610,145,142 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 (N00024-19-C-2114).

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $399,778,883 modification to a previously awarded fixed-price-incentive-firm, cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00019-17-C-0010). This modification provides for performance based logistics sustainment in support of the F-35 Lightning II F135 propulsion system for the U.S Navy; U.S Air Force; U.S. Marine Corps; Non-U.S. Department of Defense (DOD) participants, and Foreign Military Sales (FMS) customers. This modification provides for maintenance of support equipment; common program activities; unique and common base recurring sustainment; repair of repairable; field service representatives; common replenishment spares; conventional take-off and landing/carrier variant F135 unique maintenance services, and short take-off and landing F135 unique services. Work will be performed in East Hartford, Connecticut (73 percent); Oklahoma City, Oklahoma (18 percent); Camari, Italy (3 percent); Eglin Air Force Base (AFB), Florida (2 percent); Edwards AFB, California (1 percent); Hill AFB, Utah (1 percent); Luke AFB, Arizona (1 percent); and Marine Corps Air Station, Beaufort, South Carolina (1 percent), and is expected to be completed in November 2019. Fiscal 2019 operations and maintenance (Air Force, Marine Corps, and Navy), Non-U.S. DOD participants and FMS funds in the amount of $399,778,883 are being obligated on this award, $277,624,046, of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($142,300,541; 36 percent); U.S. Marine Corps ($109,353,811; 27 percent); U.S. Navy ($25,969,694; 6 percent); non-U.S. DOD participants ($90,987,493; 23 percent); and FMS customers ($31,167,344; 8 percent) under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $233,211,071 cost-plus-fixed-fee contract for Naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (93 percent); and Schenectady, New York (7 percent). No completion date or additional information is provided on Naval Nuclear Propulsion program contracts. Fiscal 2019 other procurement (Navy) funding in the amount of $111,996,969 and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $2,852,823 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. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2112).

Accenture Federal Services LLP, Arlington, Virginia (N00189-19-D-Z001); Deloitte & Touche LLP, Arlington, Virginia (N00189-19-D-Z002); KPMG LLP, McLean, Virginia (N00189-19-D-Z003); PricewaterhouseCoopers Public Sector LLP, McLean, Virginia (N00189-19-D-Z004); and Sehlke Consulting, Arlington, Virginia (N00189-19-D-Z005), are awarded combined estimated $83,855,994 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide financial and business operations management support services in support of the Bureau of Medicine and Surgery. The contracts will run concurrently and will include a 48-month ordering period. The ordering period of the contract is anticipated to begin February 2019 and is expected to be completed by January 2023. Work will be performed at various contractor locations throughout the U.S. (80 percent); and at government facilities in Falls Church, Virginia (20 percent). The percentage of work at each of the contractor facilities cannot be determined at this time. Fiscal 2019 operations and maintenance (Defense Health Program) funds in the amount of $100,000 will be obligated ($20,000 on each of the five 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 and Navy Electronic Commerce Online websites, with eight offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity.

Raytheon Co., Tewksbury, Massachusetts, is awarded a $45,009,813 modification to previously awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support and engineering services. The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed, and precision firepower and long ranges in support of forces ashore, while incorporating signature reduction, active, and passive self-defense system and enhanced survivability features. Work will be performed in Portsmouth, Rhode Island (61 percent); Tewksbury, Massachusetts (34 percent); Marlboro, Massachusetts (2 percent); Ft. Wayne, Indiana (2 percent); and Nashua, New Hampshire (1 percent), and is expected to be completed by September 2019. Fiscal 2019 research, development, test and evaluation (Navy); and 2019 operations and maintenance (Navy) funding in the amount of $54,256,958 will be obligated at the time of award, and funds in the amount of $10,158,276 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Kings Bay Support Services LLC, Alexandria, Virginia, is awarded a $39,858,516 modification for the exercise of option three under an indefinite-delivery indefinite-quantity contract for base operations support (BOS) services at Naval Submarine Base, Kings Bay. After award of this option, the total cumulative contract value will be $322,733,069. The work to be performed provides for all labor, facilities management, supervision, tools, materials, equipment, incidental engineering, environmental services and transportation to effectively execute BOS services. Work will be performed in Kings Bay, Georgia. This option period is from December 2018, to November 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $28,258,930 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida is the contracting activity (N69450-11-D-7578).

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $31,764,038 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-2104) for reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy's Moored Training Ships. This modification includes options which, if exercised, would bring the cumulative value of this modification to $63,846,335. Work will be performed in Groton, Connecticut (90 percent); and Charleston, South Carolina (10 percent), and is expected to be completed by September 2019. Fiscal 2018 other procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $23,532,530 will be obligated at time of award and funding in the amount of $17,999,876 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded $28,893,602 for modification P00022 to previously awarded cost-plus-fixed-fee contract (N00030-17-C-0001), to provide systems engineering and integration services in support of the Trident II (D5) strategic weapons system, the SSGN attack weapon system, and strategic weapon surety. Work will be performed at Rockville, Maryland (70.6 percent); Washington, District of Columbia (14.7 percent); Kings Bay, Georgia (5.1 percent); Silverdale, Washington (2.7 percent); Norfolk, Virginia (1.1 percent); San Diego, California (1.1 percent); Barrow, United Kingdom (1.1 percent); Alexandria, Virginia (1 percent); Buffalo, New York (0.3 percent); Downington, Pennsylvania (0.3 percent); Ocala, Florida (0.2 percent); Pittsfield, Massachusetts (0.2 percent); Montgomery Village, Maryland (0.2 percent); New Lebanon, New York (0.2 percent); New Paris, Ohio (0.2 percent); Wexford, Pennsylvania (0.2 percent); Alton, Virginia (0.2 percent); Springfield, Virginia (0.2 percent), Vienna, Virginia (0.2 percent); and St. Mary's, Georgia (0.2 percent), with an expected completion date of September 30, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $21,625,865; fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $4,350,554; and fiscal 2019 other procurement (Navy) funds in the amount of $2,917,183 will be obligated on this modification. Contract funds in the amount of $21,625,865 will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Space, Sunnyvale, California, is awarded $28,574,689 for cost-plus-fixed-fee modification P00002 to a previously awarded contract (N00030-18-C-0025), to exercise options for hypersonic booster technology development seeking to demonstrate technologies related to intermediate range capability through booster design, fabrication and validation testing. Work will be performed in Magna, Utah (51.03 percent); Elma, New York (14.08 percent); Sunnyvale, California (14.03 percent); Denver, Colorado (10.52 percent); Titusville, Florida (7.53 percent); Huntsville, Alabama (1.08 percent); Mooresville, North Carolina (1 percent); Cape Canaveral, Florida (0.52 percent); and Valley Forge, Pennsylvania (0.21 percent), with an expected completion date of Sept. 30, 2020. Fiscal 2018 research, development, test, and evaluation funds in the amount of $28,574,689 are being obligated on this award, which will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $20,583,568 fixed-price-incentive (firm target) 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. The 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, as well as 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 Bath, Maine (41 percent); Moorestown, New Jersey (17 percent); Pascagoula, Mississippi (9 percent); Norfolk, Virginia (8 percent); Camden, New Jersey (8 percent); San Diego, California (6 percent); Corona, California (5 percent); Deveselu, Romania (3 percent); Mayport, Florida (2 percent); and various places below one percent (1 percent), and is expected to be completed by November 2019. Fiscal 2013 shipbuilding and conversion (Navy); fiscal 2017, and 2019 other procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $17,260,714 will be obligated at time of award, and $2,036,071 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $9,838,779 modification to a previously awarded cost-plus-fixed-fee indefinite-delivery, indefinite-quantity contract (N00019-18-D-0001). This modification increases the ceiling of the indefinite-delivery, indefinite-quantity contract and provides for service life modifications on the F/A-18E/F fleet that will extend the operational service life of the F/A-18E/F fleet from 6,000 flight hours to 9,000 flight hours. Work will be performed in St. Louis, Missouri, and is expected to be completed in July 2020. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $9,838,779 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corporation Missile and Fire Control, Orlando, Florida, is awarded a $7,346,222 definitive job order which includes cost-plus-fixed-fee level of effort tasking for the Target Sight System (TSS) depot activation and firm-fixed price training for the depot activation under basic ordering agreement N00164-16-G-JQ87. Depot activation services include engineering and logistics support and stand-up for long term organic depot support for the TSS on the AH-1Z Cobra attack helicopter. The TSS is a large-aperture midwave forward-looking infrared sensor with a laser designator/rangefinder turret. The TSS provides the capability to identify and laser-designate targets at maximum weapon range, significantly enhancing platform survivability and lethality. The depot activation and training services will produce a TSS depot capability at Fleet Readiness Center South-East to include the required specialized weapons replaceable assembly and shop replaceable assembly test equipment, tooling, fixtures, training, access to technical data, engineering reach back, and support infrastructure for this capability. Work will be performed in Jacksonville, Florida, and is expected to be completed in December 2020. Fiscal 2017 aircraft procurement (Navy) funding in the amount of $7,346,222 will be obligated at the time of contract award and will expire at the end of the current fiscal year. This job order 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. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016419FJ016).

AIR FORCE

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $97,491,260 firm-fixed-price contract for contractor operated and maintained base supply of the Air Education and Training Command fleet of 178 T-1A trainer aircraft. Work will be performed at Randolph Air Force Base, Texas; Laughlin AFB, Texas; Vance AFB, Oklahoma; Columbus AFB, Mississippi; and Pensacola Naval Air Station, Florida, with an expected completion date of Nov. 30, 2019. This award for Option One is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount $48,288,767 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8106-18-C-0001).

M1 Support Services, Denton, Texas, has been awarded a $97,353,460 modification (P00048) to 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 AFB, Nevada, and is expected to be completed by Dec. 31, 2019. Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

AAR Manufacturing Inc., Cadillac, Michigan, has been awarded a $27,570,625 task order (FA8534-19-F-0005) to contract FA8519-14-D-0002 for the production of 463L cargo pallets. Work will be performed in Cadillac, Michigan, and is expected to be completed by Dec. 30, 2020. Fiscal 2017 other procurement funds in the amount of $27,570,625 are being obligated at time of award. This task order brings the total cumulative face value of the contract to $170,687,010. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Raytheon Co. Missile Systems Division, Tucson, Arizona, has been awarded an $18,691,155 fixed-price incentive (firm-target), follow-on contract for High-speed Anti-Radiation Missile targeting system contractor logistics support services. This contract provides depot repair and sustaining engineering activities. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 30, 2019. The contract includes a one-year period of performance with three one-year options. This contract award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $18,691,155 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-19-C-0004).

Telos Corp., Ashborn, Virginia, has been awarded a $15,195,573 modification (P00004) to contract FA4890-17-F-0025 for defensive cyber operations support at 17 U.S. Air Force bases in the continental U.S. The contract modification provides for the exercise of an option for an additional year of cyber security support services under the multiple year contract. Work will be performed in accordance with the performance work statement and is expected to be completed by Jan. 1, 2020. Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity.

Honeywell International Inc., Clearwater, Florida, has been awarded an $11,458,551 modification (P0003) to exercise an option on contract FA8214-18-C-0001 for Pendulous Integrated Gyroscopic Accelerometer float repairs. Work will be performed in Clearwater, Florida, and is expected to be completed by Dec. 20, 2019. Fiscal 2019 operations and maintenance funds in the amount of $11,458,551 are being obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

The Boeing Co., St. Louis, Missouri, has been awarded a $10,758,587 modification (P00066) to previously awarded FA8634-16-C-2653 for F-15 radar modernization program radar upgrades. The contract modification provides for the exercise of options for interim contract support repair. Work will be performed in St. Louis, and is expected to be completed by Dec. 31, 2019. Fiscal 2017 aircraft procurement funds in the amount of $10,758,587 are being obligated at the time of award. Total cumulative face value of the contract is $1,375,218,427. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $9,227,540 modification (P00019) to contract FA8509-17-C-0002 for the permanent installation of the Airborne Mission Networking System. This modification provides for the exercise of only trial kit install labor and fully funding non-recurring engineering, travel, and trial kit install labor. Work will be performed in Centennial, Colorado, with travel within the continental U.S. as required to government facilities for installation and testing. Work is expected to be completed by Sept. 16, 2019. Fiscal 2018 and 2019 research, development, test, and evaluation funds in the amount of $9,227,540 are being obligated at time of award. Total cumulative face value of the contract is $39,256,804. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509-17-C-0002).

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $84,448,463 firm-fixed-price contract for various motor vehicle parts and accessories. 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 three-year base contract with two one-year option periods. Location of performance is Wisconsin, with a Nov. 29, 2021, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2018, through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0021).

Nodak Electric Cooperative Inc.,* Grand Forks, North Dakota, has been awarded a $23,203,633 modification (P00002) to a 50-year utilities privatization contract (SP0600-18-C-8321) with no option periods for additional utility services for two electric systems. This is a fixed-price with economic-price-adjustment contract. Location of performance is North Dakota, with a Nov. 30, 2068, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019, through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

The Original Footwear Co., Arecibo, Puerto Rico, has been awarded a maximum $9,186,840 modification (P00014), exercising the third one-year option period of a four-year base contract (SPE1C1-16-D-1026), with three one-year option periods for men's poromeric shoes. This is firm-fixed-price, indefinite-delivery/definite-quantity contract. Locations of performance are Puerto Rico and Michigan, with a Nov. 30, 2019, performance completion date. Using customers are Army, Air Force, Marine Corps and Coast Guard. Type of appropriation fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

DEFENSE HEALTH AGENCY

Logistics Health Inc., La Crosse, Wisconsin, was awarded an $81,000,000 indefinite-delivery bridge contract (HT0011-19-D-0002). This award, titled “Reserve Health Readiness Program,” provides health readiness support services to the military service components to meet medical and dental standards essential in maintaining a deployable force. This short-term bridge contract will permit time to complete a competitive follow-on to this requirement. Services include immunizations, physical examinations, periodic health assessments, post-deployment health reassessments, mental health assessments, dental examinations, dental treatment, laboratory services, and other services as required to satisfy military service component health readiness needs. Services are delivered at military service component designated sites during group events, through the contractor's call center, and within an integrated network. The work will be performed in every U.S. state, U.S. territory, the District of Columbia, and Germany, with period of performance from Dec. 1, 2018, to May 31, 2019. Fiscal 2019 operations and maintenance funds will be obligated on task orders issued under this award. This contract was awarded on an other than full and open competition basis; pursuant to the authority of 10 U.S. Code 2304(c)(1). The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

ARMY

BridgePhase LLC,* Arlington, Virginia (W15QKN-19-D-0005); Insap Services Inc.,* Marlton, New Jersey (W15QKN-19-D-0006); Johnson Technology Systems Inc.,* Dover, New Jersey (W15QKN-19-D-0007); and Softek International Inc.,* Piscataway, New Jersey (W15QKN-19-D-0008), will compete for each order of the $72,377,360 firm-fixed-price contract for information technology services for Armament Research, Development and Engineering Center. Bids were solicited with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 8, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity.

Carolina Growler Inc.,* Star, North Carolina, was awarded a $66,665,620 firm-fixed-price contract for M1269 light engineer utility trailers. Bids were solicited with six received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 29, 2025. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0013).

Longbow LLC, Orlando, Florida, was awarded a $52,642,959 hybrid cost-plus-fixed-fee and firm-fixed-price contract for the production of radar electronic units and support functions. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of March 31, 2022. Fiscal 2018 and 2019 aircraft procurement, Army funds in the amount of $52,642,959 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0044).

Employment Source Inc.,* Fayetteville, North Carolina, was awarded a $43,500,000 firm-fixed-price contract for dining facility attendant services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 29, 2023. U.S. Army Mission and Installation Contracting Command, Fort Bragg, North Carolina, is the contracting activity (W91247-19-D-0002).

DynCorp International LLC, Fort Worth, Texas, was awarded a $41,658,522 modification (P00200), to contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Fort Worth, Texas; Afghanistan; and Iraq, with an estimated completion date of June 30, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $41,658,522 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

University of California-Santa Barbara, Santa Barbara, California, was awarded an $18,000,000 cost contract for collaborative biotechnologies. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-D-0001).

Weeks Marine Inc., Covington, Louisiana, was awarded a $17,418,500 firm-fixed-price contract for dredging. Two bids were solicited with two bids received. Work will be performed in Carolina Beach, North Carolina; and Kure Beach, North Carolina, with an estimated completion date of May 15, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $17,418,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0004).

DEFENSE FINANCE AND ACCOUNTING SERVICE

KPMG LLP, McLean, Virginia, is being awarded a maximum $36,039,975 modification (P00027) to exercise Option Year Two to previously awarded labor-hour contract HQ0423-17-F-0010 for fiscal 2019 financial statement audit services of the Army General Fund and Working Capital Fund. The modification brings the total cumulative face value of the contract to $95,894,268 from $59,854,293. Work will be performed in McLean, Virginia, with an expected completion date of Nov. 30, 2019. Fiscal 2019 Army operations and maintenance funds in the amount of $36,039,975 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0010).

MISSILE DEFENSE AGENCY

Raytheon Missile Systems is being awarded a sole-source cost-plus-fixed-fee modification in the amount of $27,277,473 to previously awarded contract HQ0276-15-C-0005 adding contract line item numbers 4005, 4006, and 4013 to provide depot level planning, All Up Round (AUR) re-certifications, and AUR repairs. This modification increases the total cumulative face value of the contract by $27,277,473 (from $1,757,712,887 to $1,784,990,360). The work will be performed in Tucson, Arizona, with an expected completion date of October 2019. Fiscal 2019 operations maintenance funds in the amount of $9,000,000 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1702589/source/GovDelivery/

On the same subject

  • The Navy aims to install cyber baselines aboard 180 ships

    July 6, 2020 | International, Naval, C4ISR

    The Navy aims to install cyber baselines aboard 180 ships

    Andrew Eversden Naval Information Warfare Systems Command plans to deploy technology that will certify a ship's compliance with cybersecurity requirements to 180 vessels by fiscal 2022. The cyber baseline system — deployed by FRD 300, which is short for the Cybersecurity Office of the command's Fleet Readiness Directorate — is a web-based application. It allows the directorate to ensure a ship's systems comply with cybersecurity requirements set by the departments of Defense and the Navy prior to departure, according to a June 29 news release from NAVWAR. A baseline “offers a searchable, easy-to-use, platform-specific record of all Navy networks, including hosted and connected, afloat and ashore systems, enabling the ability to independently manage and maintain a ship's information technology capabilities,” the release said. Cyber baselines have been deployed aboard 40 ships in fiscal 2019, the release said. The program, which started in January 2018, has implemented cyber baselines on 80 Navy ships as of June 2020, according to the release. “Delivering cyber baselines allows us to identify capability risks during a ship's availability or scheduled modernization, assuring a cyber-ready platform prior to departure,” FRD 300 Director Duane Phillips said. “We are using an end-to-end approach, ensuring that all hosted and connected systems, including the Consolidated Afloat Networks and Enterprise Services (CANES) and Integrated Shipboard Network System (ISNS), comply with DoD and DoN requirements and are approved to meet cyber security technical authority standards.” The tool is delivered and installed in coordination with NAVWAR Headquarters, Naval Information Warfare Center Pacific and Naval Information Warfare Center Atlantic. According to the release, FRD 300 supports 10 to 15 platforms at any given time. It is currently working on ships in Bahrain, Japan, California, Washington “and more,” the release said. Because of the coronavirus pandemic, FRD 300 is providing both distance and in-person training on the system. “Despite today's current circumstances, our Navy and our nation are continuing to experience an unprecedented degree of competition in the maritime environment,” FRD 300 Executive Director Mike Spencer said. “As the technical leader for Navy cybersecurity we must continue to drive implementation of cyber standards, creating a secure, defensible information domain. By delivering, installing and managing cyber baselines, we are able to provide a validated end-to-end cyber compliant network improving cyber readiness across the fleet.” NAVWAR is also working with NIWC Pacific and Program Executive Office Command, Control, Communications, Computers and Intelligence and Space Systems to create a C4I certification by the end of fiscal 2021 that assess a system's cyber readiness. According to the release, the certification process will confirm “all warfighter tools and capabilities are cyber secure through consistent and pervasive implementation of cybersecurity specifications and standards.” The efforts come as the Navy continues to work to improve its cybersecurity after an assessment last year found the service lacked effective cyber hygiene and recommended that it restructure its cybersecurity governance. https://www.c4isrnet.com/battlefield-tech/it-networks/2020/06/30/the-navy-aims-to-install-cyber-baselines-aboard-180-ships/

  • Northrop Grumman Says It Will Walk Away From Cluster Bomb Contract

    January 29, 2021 | International, Land

    Northrop Grumman Says It Will Walk Away From Cluster Bomb Contract

    The company's CEO says the decision is part of a move to "be thoughtful about potential human rights implications" of its products. Northrop Grumman said Thursday that it would walk away from a U.S. government cluster bomb contract as the company moves to distance itself from the deadly weapons commonly associated with civilian casualties. The contract involves the “testing of cluster munition components” and is “structured to help remove cluster munitions safely,” Northrop CEO Kathy Warden said on her company's quarterly earnings call on Thursday. The company does not make cluster munitions, which are air or ground-launched bombs that contain submunitions that spread indiscriminately over a wide area. Unexploded weapons from wars decades ago are still killing civilians. “We recognize that even supporting an area like cluster munitions for investors is of concern, because safe removal implies that at one point there was an embracing of the use of these products,” she said. “When we look at our portfolio, we are going to continue to recognize, we support our government and our allies in the important work of enabling our troops to do their work, but at the same time, be thoughtful about potential human rights implications, and how these technologies may be used in the future and provides equal consideration to safeguards associated with them.” With Democrats now controlling the White House and Congress, Warden used the earnings call to tout the company's environment, sustainability, and workforce-diversification efforts. “When we look through the lens of sustainability at our portfolio, we look at not only what capability we're providing, but how it's being used, or how we expect the customer to use that capability going forward,” she said. Still, Warden said, she expects no “significant changes” to the company's portfolio. Her comments come as the Biden administration has reportedly frozen several controversial weapons sales to Saudi Arabia and the United Arab Emirates. The Trump administration cleared multibillion-deals to sell F-35 stealth fighters and armed drones to UAE. It also reportedly approved a $500 million deal that would have allowed Raytheon to sell smart bombs to Saudi Arabia. Earlier this week, Raytheon CEO Greg Hayes said he expects the Biden administration to block that deal. “Generally speaking, when it comes to arms sales, it is typical at the start of an administration to review any pending sales to make sure that what is being considered is something that advances our strategic objectives and advances our foreign policy,” Secretary of State Anthony Blinken said Wednesday. “So that's what we're doing at this moment.” Saudi and UAE airstrikes have killed thousands of civilians in Yemen's civil war, according to UN reports.“We already have a portfolio where we have looked through that lens in making decisions about where we invest and what work we undertake,” she said. “This was just one small contract that came to us through the acquisition, and we've made a decision to stop performing in that area.” Northrop's decision to abandon the contract represents “a symbol of the stigma attached to these weapons,” said Jeff Abramson, coordinator of the U.S. Campaign to Ban Landmines and Cluster Munition Coalition. “Investors have gotten a lot of pressure not to invest in companies touching cluster munitions,” he said. Warden said Northrop would walk away from the cluster munition “surveillance” contract by the end of the year. “A stockpile surveillance program is a continuing process of testing of a stockpile to track its reliability as it sits in storage for the balance of its shelf life,” said Mark Hiznay, associate director of the Arms Division of Human Rights Watch. Textron, the last U.S. company to make cluster bombs, announced in 2016 that it would quit producing them, after the Obama administration banned sales to Saidi Arabia. ATK was a supplier to the CBU-87 and Sensor Fuzed Weapon cluster munitions. Warden, who became CEO of Northrop in January 2019, touted Northrop's recently being named in the top 25 of gender-balanced S&P 500 firms as well as being named to DiversityInc's list of Top 50 Companies for Diversity for more than a decade. The Biden administration has assembled what is believed to be the most diverse Cabinet in U.S. history. “In our endeavor to enable global security and human advancement, we recognize the importance of our environmental, social and governance responsibilities, and we expect to continue leading our industry forward,” Warden said. https://www.defenseone.com/business/2021/01/northrop-grumman-says-it-will-walk-away-cluster-bomb-contract/171713/

  • Contract Awards by US Department of Defense - July 30, 2020

    July 31, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 30, 2020

    ARMY GlaxoSmithKline LLC, Research Triangle Park, North Carolina, was awarded a $342,000,000 firm-fixed-price contract to procure mass quantities of COVID-19 vaccines from multiple vendors to support military locations and personnel throughout the continental U.S. and outside the continental U.S. Bids were solicited via the internet with one received. Work will be performed in Research Triangle Park, North Carolina, with an estimated completion date of Feb. 28, 2021. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $342,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-20-C-0048). Texas Workforce Commission, Austin, Texas, was awarded a $38,802,551 firm-fixed-price contract for full food services at Fort Bliss, Texas. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2026. U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-20-D-0012). Nugate Group LLC,* San Jose, California, was awarded a $36,074,891 firm-fixed-price contract for custodial services at Fort Hood, including cleaning and trash removal. Bids were solicited via the internet with nine received. Work will be performed in Fort Hood, Texas, with an estimated completion date of July 31, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $598,999 were obligated at the time of the award. U.S. Army 418th Contracting Support Brigade, Fort Hood, Texas, is the contracting activity (W91151-20-C-0013). Inland Dredging Co. LLC,* Dyersburg, Tennessee, was awarded a $24,000,000 firm-fixed-price contract for rental of 24-inch cutterhead pipeline for dredging navigation projects in Alabama, Mississippi and Florida. 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 Sept. 30, 2021. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-D-0071). American Ordnance LLC, Middletown, Iowa, was awarded a $12,744,313 cost-plus-fixed-fee contract to install package boilers at Iowa Army Ammunition Plant. Bids were solicited via the internet with one received. Work will be performed in Middletown, Iowa, with an estimated completion date of Nov. 30, 2022. Fiscal 2019 procurement of ammunition (Army) funds in the amount of $12,744,313 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0005). Schroth Safety Products LLC,* Pompano Beach, Florida, was awarded a $9,847,500 firm-fixed-price contract for safety harnesses to secure Stryker vehicle occupants. 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 Dec. 31, 2024. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0086). JLC Trucking LLC,* Troy, Tennessee, was awarded an $8,353,878 firm-fixed-price contract to furnish all plant, labor and materials for levee gravel resurfacing and any incidental related work according to the specifications and plans along the St. Francis Levee. Bids were solicited via the internet with four received. Work will be performed in Wynne, Arkansas, with an estimated completion date of May 14, 2021. Fiscal 2020 civil operations and maintenance (Recovery Act) funds in the amount of $8,353,878 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-20-C-0010). TSAY/Ferguson-Williams LLC,* San Juan Pueblo, New Mexico, was awarded a $7,294,065 cost-plus-award-fee contract for base operations and maintenance services at Fort Stewart and Hunter Army Air Field. Bids were solicited via the internet with one received. Work will be performed at Fort Stewart, Georgia, with an estimated completion date of Jan. 31, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $2,431,355 were obligated at the time of the award. U.S. Army 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity (W9124M-20-C-0003). NAVY Ultra Electronics Inc., Montreal, Canada, is awarded a $145,375,113 firm-fixed-price contract with options for the delivery of Amphibious Tactical Communications Systems (ATCS). This contract includes a base period of approximately three years and an option period of approximately seven years which, if exercised, will bring the cumulative value to an estimated $145,375,113. Work will be performed in Montreal, Canada, at the contractor's facility. ATCS is a system that leverages the Ultra Orion X500 radio to provide line-of-sight shipboard systems in support of amphibious command, control, communications, computers and intelligence requirements. ATCS supports reliable, high-capacity terrestrial, ship-to-ship and ship-to-shore voice, data and video communications. Work is expected to be completed by July 2023. If all options are exercised, work may continue through July 2030. Spectrum relocation funds in the amount of $26,824,132 were allocated at time of award and will be placed on individual orders issued against this contract. Funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1), with only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-D-0056). L3 Technologies Inc., Camden, New Jersey, is awarded a $47,604,086 cost-plus-incentive-fee, cost-plus-fixed-fee and cost-only contract to design, develop, test, integrate and verify the Navy Wideband Anti-Jam Modem (WAM) and provide engineering support services (ESS). WAM is the Navy's next generation wideband satellite communications modem that will be integrated with the Navy multiband terminal on ships and submarines, as well as the modernization of enterprise terminal on shore for communications over the wideband global satellite communications constellation. This contract includes options for the production of WAM and additional ESS, which if exercised will bring the cumulative value of this contract to an estimated $83,073,894. Work will be performed in Salt Lake City, Utah (55%); Camden, New Jersey (23%); Tempe, Arizona (14%); Hanover, Maryland (4%); San Diego, California (2%); Bonita Springs, Florida (1%); and Chambersburg, Pennsylvania (1%). If all options are exercised, work may continue through August 2027. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $6,470,202 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. The contract was competitively procured via Naval Information Warfare Systems Command (NAVWAR) e-Commerce and Federal Business Opportunities websites and three offers were received. NAVWAR, San Diego, California, is the contracting activity (N00039-20-D-0065). General Atomics, San Diego, California, is awarded a $32,320,871 cost-plus-incentive-fee, indefinite-delivery/definite-quantity contract for submarine demonstration hardware. This contract is for a five-year ordering period and does not include options. Work will be performed in San Diego, California. The contract will provide for the manufacturing design drawings, engineering, fabrication, inspection and assembly of prototype submarine components, as well as the equipment required to support proposed research and development, testing and evaluation. The first task order is expected to be completed by June 2022. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $252,000 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 Contracting Opportunities website, and four offers were received. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-20-D-0013). Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $24,348,775 firm-fixed-price modification to previously awarded contract N00024-17-C-6327 to exercise an option for support equipment and operational level and depot level spares for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment One Block One Systems. This contract option combines purchases for the Navy (12%); and the government of Australia (88%), under the Foreign Military Sales (FMS) program. Work will be performed in San Diego, California. Work is expected to be complete by June 2022. FMS and fiscal 2020 other procurement (Navy) funding in the amount of $3,202,597 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, D.C., is the contracting activity. Heffler Contracting Group,* El Cajon, California, is awarded $24,000,000 maximum amount, indefinite-delivery/indefinite-quantity contract for new electrical work, additions, alterations, maintenance and repairs. No task orders are being issued at this time. Work will be performed at various locations within the Naval Base Coronado, Naval Base Point Loma, Naval Base San Diego, and Marine Corps Air Station Miramar, California. The work to be performed provides for the minimal design, installation, supervision, equipment, material, labor and all means necessary for new work, additions, alterations, maintenance and repairs of electrical systems at various government installations. The term of the contract is not to exceed 60 months with an expected completion date of July 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M, N; and O&M (Marine Corps). This contract was competitively procured via the beta.SAM.gov contract opportunities website and eight proposals were received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-1109). Q.E.D. Systems Inc.,* Virginia Beach, Virginia, is awarded an $18,105,774 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract action in support of engineering services and technical services. Work will be performed at various locations throughout the world as assigned by each task order. The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) engineering, technical, production and subsequent logistic support services (including personnel and facilities) required establishment and maintenance of rotatable pools of steam propulsion plant main steam and auxiliary steam system components and steam boiler appurtenances and associated equipment and spares required by NSWCPD Code 412. Work is expected to be complete by July 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $500,000 will be obligated at time of award on the initial task order and will expire at the end of the current fiscal year. This contract was competitively procured via the contracts opportunities website at beta.SAM.gov and one offer was received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4025). J&J Maintenance Inc., doing business as J&J Worldwide Services, Austin, Texas, is awarded a $17,152,516 indefinite-delivery/indefinite-quantity contract for base operating support services (BOS) at Naval Station Rota, Spain. The maximum dollar value including the base period and nine option periods is $156,375,286. Work will be performed in Rota, Spain. BOS services to be performed include, general information; management and administration; aviation fuel support; housing (family housing and unaccompanied housing); facilities support (facility management, facility investment, custodial, pest control, integrated solid waste management and grounds maintenance and landscaping); transportation; and environmental. Work is expected to be completed by June 2029. No funds will be obligated at time of award. Fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $10,430,309 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Federal Business Opportunities website and seven proposals were received. The Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0012). Catalyst Engineering Inc.,* Foothill Ranch, California, is awarded a $15,000,000 indefinite-delivery/indefinite-quantity contract for fencing construction projects at various government installations within the metro San Diego, California area. No task orders are being issued at this time. Work will be performed at the Naval Bases San Diego, Coronado and Point Loma; and Marine Corps Air Station Miramar. The work to be performed provides for the design, construction, supervision, equipment, material, labor and all means necessary for fencing construction, repairs, renovations and new construction projects. The term of the contract is not to exceed 60 months with an expected completion date of July 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $2,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M, N; and O&M (Marine Corps). This contract was competitively procured via the beta.SAM.gov contract opportunities website and five proposals were received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-1118). Bilbro Construction Co. Inc.,* Escondido, California, is awarded a $10,580,888 firm-fixed-price task order (N62473-20-F-5112) under a multiple award construction contract for the repair of a firefighting operations facility at Marine Corps Logistics Base Barstow, California. The task order also contains two planned modifications, which if issued, will increase the cumulative task order value to $10,624,688. Work will be performed in Barstow, California. The work to be performed provides for the renovation of the existing facility (Building 322) to accommodate firefighting operations. It will be renovated into a fire station to house a consolidated headquarters and satellite fire station with the emergency vehicle fleet and equipment for the Nebo Annex. The renovated facility will create administrative spaces, meeting spaces, equipment storage, vehicle maintenance bay spaces and bunkrooms for firefighting personnel. The work will include seismic retrofit upgrades in preparation for natural disaster operations. The planned modifications, if issued, provide for furniture, fixtures and audiovisual equipment. Work is expected to be completed by February 2022. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $10,580,888 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-17-D-4630). Schuyler Line Navigation Co. (SLNC), Annapolis, Maryland, is awarded $10,420,750 for a firm-fixed-price contract. The option is with reimbursable elements to support Military Sealift Command's sealift program for employment in worldwide trade for the transportation and/or prepositioning of cargo by the shallow draft tanker MT SLNC Pax. This is Option One of the current contract. The current contract includes a one-year firm period of the performance, three one-year options periods and one 11-month option period. The cumulative value of this contract, if all options are exercised, is $51,436,350. Work will be performed in the Western Pacific Ocean (intentions of Japan or Republic of Korea), and is expected to be completed, if all options are exercised, by June 2024. Working capital funds (Navy) in the amount of $10,420,750 for Option One are obligated for fiscal 2020 and fiscal 2021 and are currently available for performance under this contract action. This contract was a small business set-aside with more than 50 companies solicited via the Federal Business Opportunities website and three offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-3504). Advanced Acoustic Concepts LLC, Hauppauge, New York, is awarded a $9,599,727 firm-fixed-price contract. This contract procures updates to the common acoustic simulation environment fidelity implementation software and associated hardware for airborne anti-submarine warfare (ASW) training systems under Small Business Innovation Research Topic N03-074 titled, “Development of a Supportability Performance Assessment System for Training Systems.” Work will be performed in Hauppauge, New York (82%); and Lemont Furnace, Pennsylvania (18%). These updates will correct known deficiencies, provide capability upgrades and resolve obsolescence issues for installation and integration into ASW training systems for the Navy's P-8A Poseidon weapons and tactics trainers, part task trainers and tactical operational flight trainers. These improvements will narrow the gap between the physics-based ocean environmental simulation and those seen during real world at-sea operations enabling a marked improvement in trainer fidelity and training effectiveness. Work is expected to be completed by March 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $8,103,485; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,496,242 will be obligated at time of award, $8,103,485 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-C-0028). Public Works Contractor Inc., doing business as PWC Inc.,* Spring Valley, California, is awarded a $9,586,249 firm-fixed-price task order (N62473-20-F-5110) under a multiple award construction contract for the repair of boiler buildings 1577E1, 1577E2 and 1577E3 at the Marine Corps Air Ground Combat Center, Twentynine Palms, California. Work will be performed at Twentynine Palms, California. The work to be performed provides for essential repairs to three natural gas/diesel fuel-fired water tube boilers, which provide hot water to the heating and cooling, domestic hot water and steam utilization systems of approximately 170 facilities. This project will include hydro testing, boiler inspections, emissions testing and provisions for the cyber security of facility-related control systems. Work is expected to be completed by November 2021. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $9,586,249 are obligated on this award and will 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 (N62473-19-D-2418). Amentum Services Inc., Germantown, Maryland, is awarded a $9,209,590 cost-plus-fixed-fee modification to previously awarded contract N64267-20-C-0058 for operations, maintenance, engineering and management services in support of combined tactical training range systems and equipment. Work will be performed in Fallen, Nevada (30%); Havelock, North Carolina (15%); Virginia Beach, Virginia (14%); Yuma, Arizona (14%); Altoona, Florida (5%), Beaufort, South Carolina (4%); Key West, Florida (4%); Manns Harbor, North Carolina (3%); Jacksonville, Florida (3%); Whidbey Island, Washington (3%); El Centro, California (2%); Miramar, California (2%); and Lemoore, California (1%). Work is expected to be completed by August 2020. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $5,818,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity. AIR FORCE AC Inc., Huntsville, Alabama, has been awarded a $27,403,200 firm-fixed-price contract for Standoff Precision Guided Munitions (SOPGM) shipping containers. This contract provides for manufacture and delivery of SOPGM containers to various locations for various munitions. Work will be performed in Huntsville, Alabama, and is expected to be completed July 30, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 procurement research, development, test and evaluation funds in the amount of $5,265,600 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-20-D-0023). Becton, Dickinson and Co., Sparks, Maryland, has been awarded a $24,281,829 contract for Veritor point-of-care COVID-19 test kit production expansion initiative to establish additional domestic manufacturing capabilities. Work will be performed in Sparks, Maryland, and is expected to be completed Feb. 28, 2021. This award is the result of a sole-source acquisition. The Paycheck Protection Program and Health Care Enhancement Act under the Coronavirus Aid Relief and Economic Security Act funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-20-C-0025). Applied Research Associates, Albuquerque, New Mexico, has been awarded a $17,600,000 indefinite-delivery/indefinite-quantity contract for the Lethality, Vulnerability and Survivability (LVS) 2020 effort. This contract provides for research and development for new LVS models and methodologies, thus allowing analysts to assess concept weapons against existing and developing targets. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed July 30, 2025. Fiscal 2020 research, development, test and evaluation funds in the amount of $100,000 are being obligated at the time of award. Air Force Research Laboratory, Eglin AFB, Florida, is the contracting activity (FA8651-20-D-0041). Lockheed Martin Corp., Sunnyvale, California, has been awarded an $8,093,513 fixed-price-incentive-firm modification (P00095) to contract FA8808-12-C-0010 for the delivery of two Advanced Extremely High Frequency (AEHF) space vehicles. The contract modification is to modify the On-Orbit Test Process of Space Vehicle 6 under the basic contract. Work will be performed in Sunnyvale, California, and is expected to be completed by December 2020. Fiscal 2018 and 2019 Space procurement funds in the amount of $8,093,513 are being obligated at the time of award. Total cumulative face value of the contract is $2,074,959,632. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. DEFENSE LOGISTICS AGENCY Fresenius Kabi USA LLC, Lake Zurich, Illinois, has been awarded a maximum $39,209,282 indefinite-delivery/indefinite-quantity contract for numerous pharmaceutical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Illinois, with a July 29, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0009). US Foods Inc., Livermore, California, has been awarded a maximum $33,298,080 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a two-year base contract with one one-year option period and one two-year option period. Location of performance is California, with a July 23, 2022, ordering period end date. Using customers are Air Force, Army, Navy, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3276). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2294813/source/GovDelivery/

All news