Back to news

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

Contract Awards by US Department of Defense - September 13, 2019

ARMY

Raytheon Co., McKinney, Texas, was awarded a $427,298,588 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for procurement of Common Sensor Payload systems, spare parts and engineering and system support services. One bid was were solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 12, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0005).

Honeywell International Inc., Phoenix, Arizona, was awarded a $46,965,295 firm-fixed-price contract for overhaul and repair of the T55-GA-714A engine. Bids were solicited via the internet with one received. Work will be performed in Phoenix, Arizona, with an estimated completion date of Sept. 30, 2020. Fiscal 2010 Army working capital funds in the amount of $46,965,295 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0051).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $24,397,228 modification (P00261) to contract W56HZV-15-C-0095 to provide total package fielding for the Joint Light Tactical Vehicle. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 other procurement, Army funds in the amount of $24,397,228 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Great Lakes Dredge and Dock Co. LLC, Oak Brook, Illinois, was awarded a $15,577,450 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Saint Marys, Georgia, with an estimated completion date of April 15, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $15,580,450 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0029).

Pontchartrain Partners LLC,* New Orleans, Louisiana, was awarded a $9,956,700 firm-fixed-price contract for mobilization and demobilization, clearing and grubbing, stripping, containment dike construction, interior and semi-compacted berm construction, demolition and construction of drop-outlet structure, turfing, and as-built drawings. Bids were solicited via the internet with two received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 civil construction funds in the amount of $9,956,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0016).

PAF Electrical Inc., Portland, Oregon, was awarded a $7,393,100 firm-fixed-price contract for the delivery of four generator step up power transformers and accessories to Fort Randall power plant in Pickstown, South Dakota. Bids were solicited via the internet with eight received. Work will be performed in Pickstown, South Dakota, with an estimated completion date of Dec. 31, 2023. Fiscal 2019 civil construction funds in the amount of $7,393,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0035).

DEFENSE LOGISTICS AGENCY

Philips Healthcare Informatics Inc., Pleasanton, California, has been awarded a maximum $400,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for digital imaging network picture archiving communications system products and maintenance. This was a competitive acquisition with ten offers received. This is the seventh contract competitively awarded under the open solicitation, SPE2D1-15-R-0004. This is a five-year base contract with one five-year option period. Locations of performance are California, and other areas located within and outside the continental U.S., with a Sept. 12, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0036).

Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $92,000,000 firm-fixed-price, 15-month bridge contract for facilities maintenance, repair and operations items. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Hawaii, Guam and New Jersey, with a Dec. 14, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D0015).

AJ Wholesale Produce Inc.,* Sheboygan, Wisconsin, has been awarded a maximum $48,600,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a 54-month contract with no option periods. Locations of performance are Michigan and Wisconsin, with a March 9, 2024, performance completion date. Using customers are Department of Agriculture schools and Reservations. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-S734).

Northrop Grumman Systems Corp., Oklahoma City, Oklahoma, has been awarded a minimum $42,838,512 firm-fixed-price, indefinite-quantity contract for the manufacture of B-2 hot trailing edge production units. This is 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 four-year base contract with one five-year option period. Locations of performance are Oklahoma, Ohio, Missouri, and California, with an Oct. 1, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-19-D-0001).

Moog Inc., Elma, New York, has been awarded a maximum $41,773,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation cylinder assemblies. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is New York, with a Sept. 1, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0121).

Raytheon Co., Andover, Massachusetts, has been awarded a maximum $23,774,837 firm-fixed-price contract for traveling wave tubes. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-time procurement contract with no option periods. Location of performance is Massachusetts, with a Jan. 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-C-0061).

AIR FORCE

ITility LLC, Herndon, Virginia (FA5641-19-DA-006); ValidaTek Inc., McLean, Virginia (FA5641-19-DA-007); and CAE USA Mission Solutions Inc., Tampa, Florida (FA5641-19-DA-008), have been awarded a $95,000,000 indefinite-delivery/indefinite-quantity contract for advisory and assistance services. This contract provides for technical and analytical services to support and improve policy development, decision making, management, administration, and systems operation. Work will be performed primarily at Headquarters U.S. Air Forces in Europe (USAFE), USAFE bases, USAFE geographically separated units, U.S. European Command, U.S. Africa Command, and U.S. Army in Europe, including Installation Management Command and is expected to be completed by Sept. 12, 2026. This contract is the result of a competitive acquisition and eleven offers received. Fiscal 2019 operation and maintenance funds in the amount of $2,500 are being obligated for each awardee at the time of the award. The 764th Specialized Contracting Squadron, Ramstein Air Base, Germany, is the contracting activity.

Rand and Jones Enterprises Co., Inc., Buffalo, New York, has been awarded a $9,500,000 indefinite-delivery/indefinite-quantity contract for a Simplified Acquisition of Base Engineering Requirements (SABER) contract for completion of minor, non-complex construction projects requiring minimum design. This contract consists of a number of general construction disciplines including, but not limited to, plumbing, masonry, electrical, mechanical, carpentry, architectural, painting and HVAC. Work will be performed at Rome, Newport and Stockbridge, New York, and is expected to be completed by Sept. 12, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 research and development funds will be used and no funds are being obligated at the time of the award. The Air Force Research Laboratory Specialized Acquisition & Operational Contracting Branch, Rome, New York, is the contracting activity.

NAVY

Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $57,462,554 cost-plus-fixed-fee modification to a previously awarded contract N00024-17-C-6327 to exercise options for engineering support services for the Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare Increment One Block One (I1B1) Systems full-rate production in support of the Expeditionary Warfare program office. This option exercise is for Engineering Support Services for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) to introduce new technologies; address diminishing material and depot repairs to keep JCREW systems viable for future production; and maintain operational readiness for the field. Work will be performed in San Diego, California, and is expected to be complete by September 2020. Fiscal 2019 research, development, test, and evaluation funding in the amount of $2,971,124; and 2019 other procurement (Navy) funding in the amount of $1,406,871 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.

American Petroleum Tankers LLC, Blue Bell, Pennsylvania, is awarded a $31,548,000 modification under a previously awarded firm-fixed-price contract N62387-15-C-5405 to fund the fourth one-year option period. The option will continue to provide one U.S. flagged Jones Act tanker (M/T Empire State), for the transportation of petroleum product in support of the Defense Logistics Agency–Energy in accordance with the terms of the charter. The vessel is capable of deployment to worldwide locations. The current contract includes a one-year firm period of performance, three one-year option periods and one 11-month final option period. Work will be performed worldwide, and is expected to be completed by Aug. 20, 2020. The option will be funded by transportation working capital funds for fiscal 2019 and 2020. Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N62387-15-C-5405).

University of Washington, Seattle, Washington, is awarded an $11,882,737 cost-plus-fixed-fee contract, which includes one unexercised option task valued at $792,524, for the statement of work, "Backbone Components of an Arctic Mobile Observing System: seagliders, floats, SA and C2." Work will be performed in Seattle, Washington, and is expected to be completed September 2024. Fiscal 2019 research, development, test, and evaluation (Navy) funds for $1,839,015 will be obligated at time of award, none of which will expire at end of current fiscal year. This contract was competitively procured under N00014-19-S-B001, entitled "Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology." Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-2076).

DEFENSE INFORMATION SYSTEMS AGENCY

Iridium Government Services LLC., Tempe, Arizona, was awarded a non-competitive, firm-fixed price contract on Sept. 13, 2019, for unlimited access to Iridium's global commercial satellite network for enhanced mobile satellite airtime communication services. The original solicitation was issued on the basis of other than full and open competition pursuant to 10 U.S. Code 2304(c)(1), only one responsible source and no other type of supplies or services would satisfy agency requirements. The face value of this action is $16,666,666 funded by fiscal 2019 defense working capital funds. The total cumulative face value of the contract is $738,500,000. Performance will be at the contractor's facility. The period of performance is seven years, from Sept. 15, 2019, through Sept. 14, 2026. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-19-C-0006).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Exquadrum Inc., Adelanto, California, has been awarded a $9,810,053 cost-plus-fixed-fee modification (P00003) exercising the option period on previously awarded HR0011-18-C-0138 for a Defense Advanced Research Projects Agency research program. Fiscal 2019 research and development funds in the amount of $2,400,000 are being obligated at the time of award. Work will be performed in Adelanto, California (58%); and Huntsville, Alabama (42%), with an estimated completion date of August 2020. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

U.S. TRANSPORTATION COMMAND

JAR Assets LLC, Mandeville, Louisiana, has been awarded a contract modification, P00026, on contract HTC711-16-C-W001 in the estimated amount of $8,869,099. This modification provides continued transportation of bulk jet fuel and marine diesel fuel by tug and barge for the Defense Logistics Agency. Work will be performed at ports and points along the inland waterways and Gulf Coast locations in the Gulf Region. The option period of performance is from Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 defense working capital funds will be obligated at the start of performance. This modification brings the total cumulative estimated face value of the contract from $35,011,884 to $43,880,983. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1960562/source/GovDelivery/

On the same subject

  • Another Boeing-Airbus tanker war is coming soon

    June 18, 2021 | International, Aerospace

    Another Boeing-Airbus tanker war is coming soon

    The Air Force wants to buy as many as 160 KC-Y tankers after it's finished with KC-46 production. Both Airbus and Boeing are ready to compete.

  • Taiwan hopes delayed F-16s start arriving by end of this year

    September 14, 2024 | International, Aerospace

    Taiwan hopes delayed F-16s start arriving by end of this year

  • Contract Awards by US Department of Defense - August 9, 2019

    August 12, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 9, 2019

    NAVY Lockheed Martin Corp., Moorestown, New Jersey, is awarded a $176,339,634 firm-fixed-priced, performance-based logistics contract for the repair of 1,672 different head-of-family part numbers in support of the AEGIS SPY-1 Weapon System. The contract is a five-year contract with no option periods. Work will be performed in Moorestown, New Jersey, and is expected to be completed by August 2024. No funds are obligated at the time of award. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(c)(1) and in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-VM01). Raytheon Co., Goleta, California, is awarded $29,790,677 for modification PZ0001 to a previously awarded firm-fixed-price contract (N00019-18-C-1055). This modification provides for Lot 14 full-rate production of 82 F/A18 CD-108B/ALE-50(V) Control, Dispenser, Decoy, Countermeasures Integrated Multi-platform Launch Controllers. Work will be performed in Forrest, Mississippi (45%); Andover, Massachusetts (25%); Goleta, California (20%); and various locations within the continental U.S. (10%), and is expected to be completed in February 2022. Fiscal 2017 and 2019 aircraft procurement (Navy) funds in the amount of $29,790,677 will be obligated at time of award, $26,850,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Swift River Versar JV,* Anchorage, Alaska, is awarded a maximum amount $18,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mission sustainment and coastal resilience and related environmental planning services. The work to be performed provides for professional services that will support the study and implementation of mission sustainment and coastal readiness measures, including hardened structures and green infrastructure, which will ensure Navy and Marine Corps readiness of installations, ranges and operation areas. This contract will support environmental, asset management and expeditionary support services that will assist Department of Navy and Department of Defense commands in ensuring mission sustainability. 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 Virginia (28%); North Carolina (22%); South Carolina (22%); Connecticut (7%); Florida (7%); Maine (7%); and Maryland (7%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was procured on a sole source basis pursuant to Federal Acquisition Regulation 19.805-1(b)(2). Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4004). General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded $15,200,000 for delivery order N62789-19-F-0019 under previously awarded, multiple award, indefinite-delivery/indefinite-quantity contract N00024-16-D-4300 for the planning, material procurement, and repair work for USS Washington (SSN 787). Work will be performed in Groton, Connecticut, and is expected to be complete by December 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $7,600,000 will be obligated at time of award and will expire at the end of the current fiscal year. A Fair Opportunity Notice was issued to both multiple award contract indefinite-delivery/indefinite-quantity holders on July 18, 2019, in accordance with 10 U.S. Code 2304(c)(1). The Supervisor of Shipbuilding, Conversion and Repair, Groton, Connecticut, is the contracting activity. MN&DPI JV LLC, Honolulu, Hawaii, is awarded a $15,000,000 firm-fixed-price modification to increase the maximum dollar value of previously awarded indefinite-delivery/indefinite-quantity contract (N62742-18-D-0001) for architect-engineering services for various structural and waterfront projects and other projects under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. The work to be performed provides for design and engineering services for the execution and delivery of engineering studies; plans, specifications, and cost estimates/parametric cost estimates, including preparation of design-build contract documents or design-bid-build contract documents; and post construction award services. After award of this modification, the total cumulative contract value will be $55,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific Area of Responsibility, including Guam (69%); and Hawaii (13%). The term of the contract is not to exceed 60 months, with an expected completion date of December 2022. No funds will be obligated at time of award; funds will be obligated on individual task orders and task order modifications as they are issued. Task orders will be primarily funded by military construction (planning and design). Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. ARMY Federal Contracting Inc., doing business as Bryan Construction Inc., Colorado Springs, Colorado, was awarded a $69,146,753 firm-fixed-price contract for construction of a tactical equipment maintenance facility and ancillary buildings. Bids were solicited via the internet with six received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of April 24, 2021. Fiscal 2019 military construction funds in the amount of $69,146,753 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0029). TekSynap Corp.,* Reston, Virginia, was awarded a $31,657,006 firm-fixed-price contract for general program management, technical, research, analytical, and administrative support. 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 Aug. 8, 2024. U.S. Army Mission Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0015). Digital Management LLC, Bethesda, Maryland, was awarded an $19,141,206 modification (P00007) to contract W52P1J-17-F-4020 for interactive Personnel Electronic Record Management System. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 9, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Dumey Contracting Inc.,* Benton, Missouri, was awarded a $14,714,782 firm-fixed-price contract for construction, and degrading an existing levee and levee with berms and ditches. Bids were solicited via the internet with seven received. Work will be performed in Hornersville, Missouri, with an estimated completion date of Dec. 1, 2021. Fiscal 2019 civil works funds in the amount of $14,714,782 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0008). Manson Construction, Seattle, Washington, was awarded a $13,655,300 firm-fixed-price contract for unrestricted procurement for Houston Ship Channel hopper dredging. Bids were solicited via the internet with three received. Work will be performed in Galveston, Texas, with an estimated completion date of March 27, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,655,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0008). RLB Contracting Inc.,* Port Lavaca, Texas, was awarded a $13,584,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Port Arthur, Texas, with an estimated completion date of March 10, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,584,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0011). Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded a $10,437,490 firm-fixed-price contract for Norfolk Harbor Channel maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Norfolk, Virginia, with an estimated completion date of Jan. 11, 2020. Fiscal 2019 civil construction funds in the amount of $10,437,490 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0019). Yaeger Architecture Inc.,* Lenexa, Kansas, was awarded a $10,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 8, 2025. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4011). Morrish-Wallace Construction Inc.,* Cheboygan, Michigan, was awarded an $8,243,527 firm-fixed-price contract for repairs and stone revetment along Lake Erie. Bids were solicited via the internet with two received. Work will be performed in Hamburg, New York, with an estimated completion date of April 30, 2021. Fiscal 2010 civil construction funds in the amount of $8,243,527 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-19-C-0019). AIR FORCE Radiant Geospatial Solutions LLC,* Ypsilanti, Michigan, has been awarded a $14,226,474 cost-plus-fixed-fee contract for Red Wing Next Generation Geospatial Intelligence (GEOINT) Cloud. The objective of this effort is to deliver an automated and efficient workflow for National System of GEOINT analysis by reducing latency for product generation, exploitation and intelligence gathering. This effort will expand the use of Amazon managed services through careful assessment of emerging offerings with the goal of improving resiliency, reducing cost and reducing exposure to cyber threats. Work will be performed at Ypsilanti, Michigan; and Herndon, Virginia, and is expected to be completed by Aug. 7, 2021. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation in the amount of $3,713,188 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1502). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $13,031,667 firm-fixed-price contract for advisory and assistance services support for the Air Force Warfighting Integration Capability missions. This contract will provide for future and concepts analysis, design blueprints, capability development strategic integration, capability development implementation analysis, assessment of opportunities for new capability, workflow management, strategic communication, special access program integration, simulation studies, war gaming support, decision analytics and strategy, planning, programming, budgeting and execution analysis. Work will be performed at Washington, District of Columbia, and is expected to be completed by Aug. 8, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,994,101 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-F-A162). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $9,620,685 firm fixed price contract modification (P00005) to previously awarded contract FA7014-18-F-1022 for the exercise of Option Period One for advisory and assistance services to support Total Force analysis. This contract modification includes capability and capacity analysis of Air Force mission areas; linking results to the strategy, planning, and programming process; performing planning, programming, and budgeting study excursions; analytically supporting Total Force initiatives, strategy review and assessment and planning support. Work will be performed at Arlington, Virginia, and is expected to be completed by July 31, 2020. Fiscal 2019 operations and maintenance funds in the amount of $9,237,252 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. Midwest Air Traffic Control Service Inc., Overland Park, Kansas, has been awarded an $8,410,622 cost-plus-fixed-fee modification (P00013) to previously awarded contract N65236-14-D-4984 for aviation command and control operations and maintenance services. The contract modification adds five months and 20 days to the current task order. Work will be performed in the Air Force Central Command's area of responsibility and expected to be completed by Feb. 29, 2020. Fiscal 2019 operations and maintenance funds are being obligated in the amount of $8,410,622 at the time of the award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. *Small Business

All news