Back to news

September 18, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - September 17, 2019

AIR FORCE

The Aerospace Corp., El Segundo, California, has been awarded a $1,084,529,525 modification (P00017) to previously awarded contract FA8802-19-C-0001 for systems engineering and integration support for the National Space Community. This contract modification provides for the exercise of Option Year One for fiscal 2020 services being procured under the multiple year contract. Work will be performed at El Segundo, California, and is expected to be completed by Sept. 30, 2020. Total cumulative face value of the contract is $2,158,348,065. Fiscal 2020 research and development funds are being used and no funds are being obligated at the time of the award. The Space and Missile Systems Center, El Segundo, California, is the contracting activity.

Semper Tek Inc., Lexington, Kentucky (FA8501-19-D-A010); Construction Services Group Inc., Charleston, South Carolina (FA8501-19-D-A011); Kmk Construction Inc., Jacksonville, Florida (FA8501-19-D-A012); Charlton Enterprise Inc., Folkston, Georgia (FA8501-19-D-A013); and York-Brawley JV LLC, Yorktown, Virginia (FA8501-19-D-A014), have been awarded a maximum value of $95,000,000, multiple-award, indefinite-delivery/indefinite-quantity, civil engineer multiple award construction contract. This contract supports operational design and construction contract efforts to provide 78th Civil Engineering Group the capability to have design and construction maintained in a short time frame. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by March 30, 2025. This award is the result of a competitive acquisition and 20 offers were received. No funds have been obligated to the contract; task orders will be funded with operations and maintenance funds. The Air Force Material Command Operational Contracting, Robins Air Force Base, Georgia is the contracting activity.

Gulfstream Aerospace, Savannah, Georgia, has been awarded a $31,899,999 firm-fixed-price task order against contract FA8134-19-D-0001 for the Gulfstream aircraft order and contractor logistic support (CLS) for Philippines Air Force. This order is for the purchase of one Gulfstream aircraft, parts, tooling and two years of CLS for sustainment of the aircraft. Work will be performed at Manila, Philippines, and is expected to be completed by May 31, 2022. This award is the result of a sole source acquisition. This contract involves 100% foreign military sales to the Philippines. The total cumulative face value of the contract is $2,070,000,000. Foreign Military Sales funding in the amount of $31,899,999 are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-19-F-2500).

Major Tool and Machine Inc., Indianapolis, Indiana, has been awarded a not-to-exceed $9,339,200 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0013 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Indianapolis, Indiana, and is expected to be complete by April 30, 2020. Fiscal 2019 procurement funds in the amount of $9,339,200 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

General Dynamics – Ordnance and Tactical Systems, Garland, Texas, has been awarded a not-to-exceed $9,691,384 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0015 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Garland, Texas, and is expected to be complete by April 30, 2020. Fiscal 2019 procurement funds in the amount of $9,691,384 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Alliant TechSystems Operations LLC – ATK Tactical Propulsion and Control, Rocket Center, West Virginia, has been awarded a not-to-exceed $8,762,690 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0016 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Rocket Center, West Virginia, and is expected to be complete by April 30, 2020. Fiscal 2019 ammunition procurement funds in the amount of $8,762,690 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Enfield Enterprises Inc., Springfield, Massachusetts, has been awarded a $7,221,081 requirements contract for the replacement of Halon and electrical at Guided Weapons Evaluation Facility. This contract consists of furnishing all plant, labor, materials and equipment, and performing all operations in connection with the replacement of Halon and electrical at Guided Weapons Evaluation Facility, Eglin Air Force Base, Florida, in accordance with the specifications and drawings. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by May 26, 2020. This award was the result of a competitive acquisition and two offers were received. Fiscal 2019 3600 research, development, test and evaluation funds are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2823-19-C-A044).

DEFENSE LOGISTICS AGENCY

Alaska Structures Inc., Scottsdale, Arizona, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial shelters. This is a one-year base contract with three one-year option periods. Locations of performance are Arizona and New Mexico, with a Sept. 25, 2020, performance completion date. Using military services are Army, Air Force, Navy and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1197).

DJ Engineering Inc.,* Augusta, Kansas, has been awarded an estimated $26,174,400 indefinite-delivery/indefinite-quantity contract for A-10 elevators. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Kansas, with a Sept. 16, 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, Ogden, Utah (SPRHA4-19-D-0004).

W K Containers Inc.,* Mill Valley, California, has been awarded a maximum $7,007,122 fixed-price contract for commercial shipping and storage containers. This was a competitive acquisition with six offers received. This is a one-year contract with no option periods. Locations of performance are California and Korea, with a March 16, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-19-C-0008).

NAVY

BAE Systems San Diego Ship Repair (BAE), San Diego, California, was awarded an $86,117,104 firm-fixed-price contract for the execution of USS Decatur (DDG 73) fiscal 2019 extended dry-docking selected restricted availability (EDSRA). This availability will include a combination of maintenance, modernization and repair of USS Decatur. This is a Chief of Naval Operations scheduled EDSRA. The purpose is to maintain, modernize and repair USS Decatur. This is a "long-term" availability and was solicited on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair and modernization for USS Decatur. This contract includes options which, if exercised, would bring the cumulative value of this contract to $88,816,552. Work will be performed in San Diego, California, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $86,117,104 was obligated at time of award and funding in the amount of $72,807,997 will expire at the end of the current fiscal year. This requirement was competitively solicited using full and open competition via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4455). (Awarded Sept. 7, 2019)

BAE Systems San Diego Ship Repair (BAE), San Diego, California, was awarded an $84,595,351firm-fixed-price contract for the execution of USS Stethem (DDG 63) fiscal 2019 extended dry-docking selected restricted availability (EDSRA). This is a Chief of Naval Operations scheduled EDSRA. This availability will include a combination of maintenance, modernization, and repair of the USS Stethem. This is a "long-term" availability and was solicited on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair and modernization for USS Stethem. This contract includes options which, if exercised, would bring the cumulative value of this contract to $96,183,466. Work will be performed in San Diego, California, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $84,595,351 was obligated at time of award, and funding in the amount of $72,805,698 will expire at the end of the current fiscal year. This requirement was competitively solicited using full and open competition via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4459). (Awarded Sept. 7, 2019)

CH2M HILL Inc., Englewood, Colorado, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract with a maximum amount of $75,000,000 for A-E services involving preparation of studies, plans, specifications, design, reports, cost estimates and all associated engineering services in support of Navy and other Department of Defense (DoD) environmental compliance programs for Navy, Marine Corps and other DoD installations and federal agencies. No task orders are being issued at this time. The work to be performed provides services for, but not limited to, petroleum storage tank and assets compliance, oil preparedness and planning compliance, air quality and Clean Air Act compliance, Safe Drinking Water Act compliance, Clean Water Act compliance (storm water), Clean Water Act Compliance (wastewater) and waste management. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within, but not limited to, the Naval Facilities Engineering Command, Atlantic area of responsibility including California (20%); Virginia (20%); North Carolina (20%); Europe, Africa, Southwest Asia (15%); Florida (5%); Maryland (5%); Washington (5%); Georgia (5%); and Texas (5%). The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4015).

AH/BC Navy JV LLC, Newport News, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract with a maximum amount of $60,000,000 for compliance with Safe Water Act (SDWA), Clean Water Act (CWA) compliance program and all other environmental media regulations to support Navy, Marine Corps, other Department of Defense (DoD) installations and federal agencies worldwide. The work to be performed provides for support of compliance with the SDWA and CWA compliance program and all other environmental media regulations as required. The intent of this contract is to provide comprehensive A-E services to various Navy and other DoD installations/organizations worldwide in order to meet statutory compliance requirements for all applicable overseas environmental baseline guidance document, final governing standards, DoD, federal, state, local and installation-specific environmental laws, regulations, and guidance. This support includes preparation of studies, plans, specifications, design documents, reports, cost estimates and all associated engineering work including, but not limited to, work in SDWA compliance, storm water pollution prevention plans and CWA compliance, industrial pre-treatment/wastewater treatment plans and permit compliance, laboratory work and other miscellaneous environmental compliance services. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within, but not limited to, the Naval Facilities Engineering Command, Atlantic area of responsibility including, California (15%); Virginia (10%); North Carolina (10%); Florida (10%); Maryland (5%); Washington (5%); Georgia (5%); Far East Asia (5%); and Europe, Africa, Southwest Asia (35%). The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4001).

General Dynamics National Steel and Shipbuilding Co., San Diego, California, is awarded a $21,150,803 firm-fixed-price delivery order from multiple-award indefinite-delivery/indefinite-quantity contract N00024-16-D-4418 for a selected restricted availability on USS Stockdale (DDG 106) to execute depot-level maintenance, alterations and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be complete by May 2020. This delivery order includes options, which, if exercised, would bring the cumulative value of this contract to $21,328,830 and be complete by May 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $21,150,803 will be obligated at time of award and expire at the end of the current fiscal year. This delivery order was competitively procured with one request for proposal solicited and three offers received via all eligible multiple award indefinite-delivery/indefinite-quantity contractors in the San Diego, California, area. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded an $11,414,936 modification (P00004) to a previously awarded cost-plus-fixed-fee contract (N00019-18-C-1057). This modification exercises an option for Phase 1 design maturity, analysis and test planning for the Stand-off Land Attack Missile – Expanded Response production for the government of Saudi Arabia under the Foreign Military Sales (FMS) Act. Work will be performed in St. Louis, Missouri (37%); Indianapolis, Indiana (30%); Melbourne, Florida (10%); Pontiac, Michigan (10%); Middletown, Connecticut (7%); Black Mountain, North Carolina (2%); South Pasadena, California (1%); Albuquerque, New Mexico (1%); Stillwater, Oklahoma (1%); and various locations within the continental U.S. (1%). Work is expected to be completed in October 2019. Foreign Military Sales funds in the amount of $11,414,936 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Briartek Inc.,* Alexandria, Virginia (N64498-19-D-4033), was awarded an $11,233,400 indefinite-delivery/indefinite-quantity contract with provisions for cost-plus-fixed-fee services and firm-fixed-price supplies to support Man Overboard Indicators (MOBI) ship installations. Work will be performed in Norfolk, Virginia (30%); San Diego, California (30%); Mayport, Florida (5%), Pearl Harbor, Hawaii (5%); Pascagoula, Mississippi (5%); Marinette, Wisconsin (5%), Everett, Washington (5%); Bremerton, Washington (5%); Yokosuka, Japan (5%); and Sasebo, Japan (5%), and is expected to be completed by September 2024. Fiscal 2019 operation and maintenance (Navy) funding in the total amount of $37,967 was obligated at time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Sept. 13, 2019)

The Boeing Co., Huntington Beach, California, is awarded a $10,849,103 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-6307) for engineering services in support of the Extra Large Unmanned Undersea Vehicle (XLUUV) program. Engineering services under the existing contract will be used to further develop and study additional capabilities, payloads, operational uses, and deployment scenarios for the XLUUV program. Work will be performed in Huntington Beach, California, and is expected to be completed by September 2020. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $374,638 will be obligated at time of award and $192,415 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

United States Marine Inc.,* Gulfport, Mississippi, is awarded a $9,510,838 firm-fixed-price modification to previously awarded contract (N00024-19-C-2226) in support of the Government of the Arab Republic of Egypt for eight 11 meter Naval Special Warfare rigid-hull inflatable boats, eight forward looking infrared systems, ship spare parts and other technical assistance for the Egyptian navy. Work will be performed in Gulfport, Mississippi, and is expected to be completed by December 2020. Foreign Military Sales funding in the amount of $9,510,838 will be obligated at time of award and contract funds will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(4), this contract was not competitively procured: international agreement. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Modern International Inc.,* Barrigada, Guam, is awarded a firm-fixed-price task order (N40192-19-F-4384) at $9,503,702 under an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract to repair the aqueous film forming foam and sprinkler system at Building 2641, North Ramp, on Andersen Air Force Base. The work to be performed provides for the replacement of the fire and foam pumps, pump controllers, risers, sprinkler piping, heads, fittings, foam holding tanks, trench drains and monitor nozzle system, hose reels, fire suppression, discharge containment system, fire alarms, heat and flame detectors, monitors, mass notification system, electrical wiring and conduits, fuel tanks and containment, fuel piping, lighting fixtures, ceiling tiles and abatement of hazardous materials. Work will be performed in Yigo, Guam, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance, (Navy) contract funds in the amount of $9,503,702 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-D-2801).

ARMY

Four Peaks Environmental Science & Data Solutions,* Wenatchee, Washington (W9127N-19-D-0005); Real Time Research Inc.,* Bend, Oregon (W9127N-19-D-0006); Environmental Assessment Services LLC,* Richland, Washington (W9127N-19-D-0007); R2 Resource Consultants Inc.,* Redmond, Washington (W9127N-19-D-0008): and S P Cramer & Associates Inc.,* Portland, Oregon (W9127N-19-D-0009), will compete for each order of the $40,000,000 firm-fixed-price contract for biological and ecological services for studies related to fishery issues. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity.

Bowhead Mission Solutions LLC,* Springfield, Virginia, was awarded a $33,659,910 modification (KX04) to contract W15P7T-12-D-E010 for software and system engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $16,801,065 modification (P00693) to contract DAAA09-98-E-0006 for engineering and design for the Acetic Acid and Acetic Andhydride and Tank Farm Expansion project at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Jan. 31, 2021. Fiscal 2021 procurement of ammunition, Army funds in the amount of $16,801,065 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

General Dynamics Mission Systems Inc., Huntsville, Alabama, was awarded a $15,001,571 modification (P00036) to contract W58RGZ-18-C-0043 for engineering services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 17, 2023. Fiscal 2020 operations and maintenance, Army funds in the amount of $2,297,086 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Hamilton Sundstrand Corp., Phoenix, Arizona, was awarded a $13,944,038 firm-fixed-price contract for maintenance and overhaul, and upgrade and repair of the flight control computer. 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 Sept. 16, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0032).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1963450/source/GovDelivery/

On the same subject

  • Rheinmetall optimistic for 2023 as defence spending rises

    March 16, 2023 | International, Land

    Rheinmetall optimistic for 2023 as defence spending rises

    Rheinmetall expects a strong 2023 after the German defence contractor reported its highest-ever operating result for last year due to the Ukraine war and increased defence spending in Europe.

  • Canada’s new defence policy has no timeline for hitting NATO’s 2 per cent spending target

    April 8, 2024 | International, Land

    Canada’s new defence policy has no timeline for hitting NATO’s 2 per cent spending target

    Unveiled on Monday, the long-awaited defence policy update projects Canada’s military spending to increase to 1.76 per cent of the national GDP by the end of the decade.

  • Contract Awards by US Department of Defense – September 18, 2020

    September 21, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense – September 18, 2020

    DEFENSE LOGISTICS AGENCY EFS Ebrex Sarl, Genève, Switzerland, has been awarded a maximum $250,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE300-17-R-0016 for full-line food distribution. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Locations of performance are throughout the U.S., Europe and North Africa, with a Sept. 15, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-4064). (Awarded Sept. 16, 2020) Theodor Wille Intertrade GbmH, Zug, Switzerland, has been awarded a maximum $220,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE300-17-R-0016 for full-line food distribution. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Locations of performance are throughout the U.S. and Europe, with a Sept. 10, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-4065). (Awarded Sept. 11, 2020) Federal Prison Industries, Inc.,** Washington, D.C., has been awarded a $39,270,400 firm-fixed-price, indefinite-quantity contract for Molle 4000 rucksack carriers. This is a three-year contract with no option periods. Locations of performance are Washington, D.C., North Carolina and South Carolina, with a Dec. 17, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-F065). Zimmer, Warsaw, Indiana, has been awarded a maximum $36,322,721 indefinite-delivery/indefinite-quantity contract for numerous pharmaceutical products. This was a competitive acquisition with 17 responses received. This is a nine-month base contract with eight one-year option periods and one 15-month option period. Location of performance is Indiana, with a June 26, 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 agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0017). EFS Ebrex Sarl, Genève, Switzerland, has been awarded a maximum $22,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE300-17-R-0016 for full-line food distribution. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Locations of performance are throughout the U.S., Europe and West Africa, with a Sept. 15, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-4067). (Awarded Sept. 16, 2020). L3Harris Technologies Inc., North Amityville, New York, has been awarded a maximum $21,685,177 firm-fixed-price contract for P-8 aircraft sonobouy rotary launchers. 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, six-month contract with no option periods. Location of performance is New York, with a March 18, 2024, performance completion date. Using customers are Navy, Australia, South Korea, Norway, New Zealand and United Kingdom. Type of appropriation is fiscal 2020 through 2024 Navy working capital funds; and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-V024). Goodyear Tire and Rubber Co., Akron, Ohio, (SPE7LX-20-D-0215, $20,937,847); and Michelin North America Inc., Greenville, South Carolina, (SPE7LX-20-D-0214, $9,811,994), have each been awarded a firm-fixed-price requirements contract under solicitation SPE7LX-20-R-0159 for High Mobility Multipurpose Wheeled Vehicle tires. These were competitive acquisitions with two responses received. These are four-year contracts with no option periods. Locations of performance are Ohio and South Carolina, with a Sept. 17, 2024, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio. OJH Services Inc., San Antonio, Texas, has been awarded a maximum $16,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical and surgical supplies. This was a competitive acquisition with 63 responses received. This is a five-year contract with no option periods. Location of performance is Texas, with a Sept. 16, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0022). Transhield Inc., Elkhart, Indiana, has been awarded a maximum $7,705,846 firm-fixed-price, indefinite-quantity contract for tarpaulins and fitted vehicular covers. 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 Indiana, with a Sept. 18, 2023, performance completion date. Using military services are Army and Navy. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0218). CORRECTION: The contract announced on Aug. 28, 2020, for Breton Industries Inc.,* Amsterdam, New York (SPE7LX-20-D-0166), was incorrectly announced. The awardee withdrew its offer and the contract was not awarded. NAVY Harper Construction Co. Inc., San Diego, California, was awarded a $96,492,383 firm-fixed-price task order (N62473-20-F-5462) under a multiple award construction contract for the design and construction of Michelson Mission Systems Integration Laboratory at Naval Air Weapons Station, China Lake, California. The work to be performed provides for the design and construction of the Michelson Mission System Integration Laboratory project, which includes the construction of a new building and adjacent vehicle parking lot. The facility will consolidate functions performed in several existing buildings that were damaged by the July 2019 earthquakes. The building will be a consolidated mission system integration laboratory for research, development, testing and evaluation. The options, if exercised, provide for extended contractor warranty, electronic security system requirements and physical security equipment. The planned modifications, if issued, provide for furniture, fixtures and equipment. The task order also contains five unexercised options and two planned modifications, which if exercised, would increase the cumulative task order value to $99,206,940. Work will be performed in Ridgecrest, California, and is expected to be completed by November 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $96,492,383 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5853). (Awarded Sept. 17, 2020) Hiller Measurements Inc.,* Austin, Texas (N64267-20-D-0039); Logisys Technical Services Inc.,* Huntsville, Alabama (N64267-20-D-0042); and Artisan Electronics Inc.,* Odon, Indiana (N64267-20-D-0043), are awarded a $66,300,000 combined firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract with a minimum of award of $1000 each for the Marine Corps Automatic Test Systems program. This contract involves Foreign Military Sales to the Kingdom of Saudi Arabia. Foreign Military Sales (Saudi Arabia) funding in the amount of $3,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. Work is expected to be completed at each awardees facility (Hiller Measurements, Dripping Springs, Texas; Artisan Electronics, Odon, Indiana; and Logisys Technical Services Inc., Huntsville, Alabama) according to each individual delivery order and is expected be completed by September 2025. This contract was competitively procured via the beta.sam.gov website, with 10 offers received. The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity. Goodrich Corp., Jacksonville, Florida, is awarded a $64,183,265 combination firm-fixed-price and cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for the manufacture of surface ship sonar domes to support ship classes DDG-51, CG-47, and FFG-7 antisubmarine warfare requirements. This contract combines purchases for the Navy (82%); and the governments of Taiwan (11%); Egypt (3%); Japan (3%); and Spain (1%) under the Foreign Military Sales (FMS) program. Work will be performed in Jacksonville, Florida, and is expected to be completed by September, 2025. If all options are exercised, work will continue through September 2027. Fiscal 2020 shipbuilding and conversion (Navy) (49%); FMS (27%); and fiscal 2020 other procurement (Navy) (24%) funding in the amount of $6,195,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively awarded in accordance with 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulations 6.302-1; only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-20-D-GP57). Raytheon Missile Systems, Tucson, Arizona, is awarded a $60,484,968 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-5431 to exercise options for design agent and engineering support services for the Rolling Airframe Missile (RAM) MK-31 Guided Missile Weapon System improvement program. The MK-31 RAM Guided Missile Weapon System is a cooperative development and production program conducted jointly by the U.S. and the Federal Republic of Germany under memoranda of understanding. The support procured under contract N00024-18-C-5431 is required to maintain current weapon system capability as well as resolve issues through design, systems, software maintenance, reliability, maintainability, quality assurance and logistics engineering services. Work will be performed in Tucson, Arizona (99%); and Louisville, Kentucky (1%), and is expected to be completed by December 2021. Fiscal 2020 operations and maintenance (Navy) (47%); non-Foreign Military Sales, German (17%); fiscal 2017 (12%) and 2018 (9%) shipbuilding and conversion (Navy); fiscal 2020 research, development, test and evaluation (Navy) (8%); fiscal 2020 other procurement (Navy) (5%); fiscal 2019 research, development, test and evaluation (Navy) (1%); and fiscal 2015 shipbuilding and conversion (Navy) (1%) funding in the amount of $4,260,151 will be obligated at time of award, of which funds in the amount of $2,046,931 will expire at the end of the current fiscal year. This contract was not competitively procured under the exception 10 U.S. Code 2304(c)(4), International Agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Orbis Sibro Inc., Mount Pleasant, South Carolina (N39040-18-D-0003); Q.E.D. Systems Inc., Virginia Beach, Virginia (N39040-18-D-0004); Delphinus Engineering, Eddystone, Pennsylvania (N39040-18-D-0005); and Oceaneering International, Chesapeake, Virginia (N39040-18-D-0006), are awarded a combined cumulative $54,535,105 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award modification to exercise Option Period Two to provide non-nuclear production support for Naval submarine projects/repairs. The services under these contracts cover marine electrician, industrial fire watch/laborer, marine pipefitter, outside marine machinist, marine painter, weight handler, marine ship fitter, shipwright, welder, sheet metal, marine insulator, abrasive blaster, deck tile setter, and sound tile setter for upcoming submarine availabilities. Work will be performed in Kittery, Maine, and is expected to be completed by October 2021. No funding is being obligated at time of award. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity. BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, was awarded a $52,157,824 cost-plus-incentive-fee, cost-plus-fixed-fee contract modification (P00046) to previously awarded and announced contract N00030-17-C-0001 to provide services for the U.S. and United Kingdom Trident II D5 strategic weapon system programs, U.S. Guided Missile Submarine (SSGN) attack weapon systems, nuclear weapon surety, and future concepts. Work will be performed at Rockville, Maryland (60.4%); Washington, D.C. (18%); St. Mary's, Georgia (5%); Silverdale, Washington (3%); Rochester, United Kingdom (1.3%); Cape Canaveral, Florida (1.3%); Portsmouth, Virginia (1.3%); Bremerton, Washington (1.3%); Tucson, Arizona (0.7%); Mechanicsburg, PA (0.7%); Wexford, Pennsylvania (0.7%); Groton, Connecticut (0.3%); Miami, Florida (0.3%); Ocala, Florida (0.3%); Rockledge, Florida (0.3%); Clarksburg, Maryland (0.3%); Columbia, Maryland (0.3%); Frederick, Maryland (0.3%); Gaithersburg, Maryland (0.3%); Ijamsville, Maryland (0.3%); Middletown, Maryland (0.3%); North Potomac, Maryland (0.3%); Olney, Maryland (0.3%); Jenison, Michigan (0.3%); Winston Salem, North Carolina (0.3%); Hudson, New Hampshire (0.3%); Buffalo, New York (0.3%); Valatie, New York (0.3%); Plain City, Ohio (0.3%); Downingtown, Pennsylvania (0.3%); Franklin, Tennessee (0.3%); and Plano, Texas (0.3%), with an expected completion date of Sept. 30, 2021. Subject to the availability of funding, fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $40,214,390; and United Kingdom funds in the amount of $11,943,434 will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-17-C-0001). (Awarded Sept. 14, 2020). Ocean Ships Inc., Houston, Texas (N32205-17-C-3100) is awarded a $48,441,377 modification for the fixed-price portion of a previously awarded firm-fixed-price contract to exercise a one-year option period for the operation and maintenance of six oceanographic survey ships (T-AGS 60) and the navigation test support ship USNS Waters (T-AGS 45) in support of the Navy. This contract includes a one-year base period, four one-year option periods, and one six-month option period. Work for this option period will be performed at sea world-wide, and is expected to be completed by Sept. 30, 2021. Fiscal 2021 working capital funds (Navy) in the amount of $48,441,377 are obligated and will not expire at the end of the fiscal year. This contract was issued on an other than full and open competition basis. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-17-C-3100). Lockheed Martin Corp., Orlando, Florida, is awarded a $20,019,391 delivery order N00383-20-F-0QW0 under previously awarded basic ordering agreement N00019-19-G-0029 for the procurement of five infrared receivers and four control processors in support of the F/A-18 Infrared Search and Track System. All work will be performed in Orlando, Florida, and work will be completed by December 2023. Aircraft procurement funds (Navy) in the full amount of $20,019,391 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded a $10,729,836 contract modification (P00027) to previously awarded firm-fixed-price contract N61340-17-C-0014. This modification procures initial spare parts, aircraft common equipment and aerial refueling equipment in support of the E-2D Hawkeye Integrated Training System suite of flight and maintenance trainer devices. Work will be performed in Norfolk, Virginia (95%); and Point Mugu, California (5%), and is expected to be completed in May 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $1,198,491; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $9,531,345 will be obligated at time of award, $1,198,491 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. Colonna's Shipyard Inc., Norfolk, Virginia, is awarded an $8,555,702 firm-fixed-price contract (N32205-20-C-4048) for a 90-calendar day shipyard availability for the mid-term availability of the cable laying, repair ship USNS Zeus (T-ARC 7). The $8,555,702 consists of the amounts listed in the following areas: Category “A” work item costs, additional government requirement, other direct costs and the general and administrative costs. Work will include the furnishing of general services, structural repairs, ships service diesel generator repair and maintenance, switchboard cleaning, ship's whistle repair, repair vent and drain piping, port cable drum and shoe brakes replacement, shower stall replacement, repair fiber and Ethernet cable runs, galley crew and office laundry duct cleaning and rebalancing. The contract includes eight options which, if exercised, would bring the total contract value to $9,456,252. Fiscal 2021 capital working funds (Navy) in the amount of $8,555,702 will be obligated at the time of the award and will not expire at the end of the current fiscal year. Work will be performed in Norfolk, Virginia, and is expected to be completed by Feb. 13, 2021. This contract was competitively procured, with proposals solicited via the beta.sam.gov website and five offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-4084). I.E.-Pacific Inc.,* Escondido, California, is being awarded an $8,261,000 firm-fixed-price task order (N62473-20-F-5233) under a multiple award construction contract for boiler plant repairs onboard Naval Air Weapons Station, China Lake, California. The work to be performed provides for the repair and seismic improvement of Steam Plant 4 Boiler Building 14530. The scope of work includes repair and seismic upgrade of the building structure, as well as repair by replacement of various facility systems due to the severity of the interior and exterior damage. Work will be performed in Ridgecrest, California, and is expected to be completed by October 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $8,261,000 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-17-D-4637). ARMY New Mexico State University, Las Cruces, New Mexico, was awarded a $92,870,000 cost-no-fee contract to support the information operations, vulnerability/survivability assessment and analysis. 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 Sept. 17, 2030. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-20-D-0001). BAE, Kingsport, Tennessee, was awarded a $91,919,386 modification (P00004) to contract W52P1J-19-D-0074 for the production and delivery of explosives. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2023. Army Contracting Command, Rock Island, Illinois, is the contracting activity. ACC Construction Co. Inc., Augusta, Georgia, was awarded a $24,885,638 firm-fixed-price contract to construct training, shower and locker space. Bids were solicited via the internet with six received. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of Sept. 21, 2022. Fiscal 2020 military construction (defense-wide) funds in the amount of $24,885,638 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-20-C-0031). ITES Venture LLC,* Fairfax, Virginia, was awarded a $21,698,218 firm-fixed-price contract to provide support services for the U.S. Army Training and Doctrine Command and the U.S. Army Aviation Center of Excellence. Bids were solicited via the internet with 26 received. Work will be performed at Fort Rucker, Alabama; Fort Eustis, Virginia; and Fort Huachuca, Arizona, with an estimated completion date of Sept. 18, 2020. Fiscal 2020 through 2024 operations and maintenance (Army) funds in the amount of $21,698,218 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911S7-20-F-0425). Lynxnett LLC, Suffolk, Virginia, was awarded a $19,131,298 hybrid (firm-fixed-price, time-and-materials) contract for support of the operations and maintenance of the command and control and infrastructure operations for U.S. Army Intelligence and Security Command. Bids were solicited via the internet with one received. V Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Sept. 18, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $18,091,660 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W50NH9-20-C-0016). Lewis Machine and Tool, Eldridge, Iowa, was awarded a $17,031,520.00 firm-fixed-price contract to order M203/M203A2 grenade launchers and spare parts. 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 Sept. 18, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0107). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $14,305,952 cost-plus-fixed-fee contract for receipt, inspection, diagnosis, repair, testing, storage, issue and unique identification marking to parts for the M1A1/M1A2 Abrams tank, M2A3/M3A3 Bradley fighting vehicle and the M104 Wolverine platforms. Bids were solicited via the internet with two received. Work will be performed in Fort Hood, Texas; Anniston, Alabama; Sterling Heights, Michigan; and Tallahassee, Florida, with an estimated completion date of Sept. 30, 2023. Fiscal 2020 Army working capital funds in the amount of $14,305,952 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity W56HZV-20-C-0216). D. Wheatley Enterprises Inc.,* Belcamp, Maryland, was awarded an $11,500,000 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract to procure modular-powered air-purifying respirator systems and spare components. 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 Sept. 17, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-D-0006). Weeks Marine Inc., Covington, Louisiana, was awarded an $11,143,240 firm-fixed-price contract for beach nourishment. Bids were solicited via the internet with two received. Work will be performed in Bethany Beach, Delaware, with an estimated completion date of March 18, 2021. Fiscal 2020 civil construction funds in the amount of $11,143,240 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-20-C-0045). Koontz Electric Co., Morrilton, Arkansas, was awarded a $7,828,828 firm-fixed-price contract for the installation of transformers at Fort Peck Dam, Montana. Bids were solicited via the internet with two received. Work will be performed in Fort Peck, Montana, with an estimated completion date of Feb. 4, 2022. Fiscal 2020 Western Area Power Administration funds in the amount of $7,828,828 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0045). SSI Technology,* Sterling Heights, Michigan, was awarded a $7,181,000 firm-fixed-price contract to provide auxiliary power units for sustainment of the M88 Tank Recovery Vehicle fleet. 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 Sept. 30, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0106). AIR FORCE One Network Enterprises Inc., Dallas, Texas, has been awarded a $61,861,916 indefinite-delivery/indefinite-quantity contract for the item master logistics capability initiative. This contract provides for commercial off-the-shelf software licenses and related technical support services. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed September 2025. This award is the result of a competitive acquisition and five offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,833,576 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8770-20-D-0004). Vertex Aerospace LLC, Madison, Mississippi, has been awarded an estimated $56,808,158 modification (P00056) to exercise the option on contract FA3002-14-C-0013 for support of T-1, T-6, and T-38 undergraduate pilot training. Work will be performed at Vance Air Force Base, Oklahoma, and is expected to be completed Sept. 30, 2021. No funds are being obligated at the time of award. Air Force Installation Contracting Center, Joint Base San Antonio- Randolph, Texas, is the contracting activity. Industries for the Blind and Visually Impaired Inc., West Allis, Wisconsin, has been awarded a $12,000,000 firm-fixed-price contract for a contractor-operated civil engineering supply store at Vandenberg Air Force Base, California. Work is expected to be completed Oct. 30, 2025. Fiscal 2021 operations and maintenance funds in the amount of $2,400,000 will be obligated during the first base year. The 30th Contracting Squadron, Vandenberg AFB, California, is the contracting activity (FA4610-20-P0070). University of Dayton Research Institute, Dayton, Ohio, has been awarded an $11,499,335, cost-plus-fixed-fee modification (P00037) to contract FA8650-18-C-2808 for Air-Launched Small Unmanned Air Systems (SUAS) services development, including pre-launch, launch and post-launch command and control, system integration, capability development and flight testing to provide additional warfighter capability through air-launched off-board operations. This modification is for within-scope effort for development and integrating autonomy, cooperative control and pointing, navigation and tracking activities, system integration and expansion of SUAS capability development and field testing. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed March 1, 2023. Fiscal 2020 research, development, test and evaluation funds in the amount of $10,000 are being obligated at the time of award. Total cumulative face value of the contract is $26,499,215. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity. Mississippi Department of Rehabilitation Services, Madison, Mississippi, has been awarded a $7,800,476 modification (P00021) to exercise an option on contract FA3010-18-C-0007 for full food services. Work will be performed at Keesler Air Force Base, Mississippi, and is expected to be completed by Sept. 30, 2021. Fiscal 2021 operations and maintenance funds in the full amount will be obligated when they become available. The 81st Contracting Squadron, Keesler AFB, Mississippi, is the contracting activity. DEFENSE HEALTH AGENCY SPN Solutions Inc., Tyson Corner, Virginia, was awarded a $48,831,385 firm-fixed-price contract (HT0014-20-C-0012), for an information management and information technology (IM/IT) initiative that will provide both existing and ongoing comprehensive support to nine task areas: application and web development support services, data center operations support services, IT help desk end user device support services, information assurance support services, network operations support services, telecommunications support services, interagency support, clinical informatics support services and information business operations. The contractor will perform IM/IT related services to support the IT department at Walter Reed National Military Medical Center, Maryland. This contract was a competitive acquisition with 43 proposals received. The base period of performance is Sept. 30, 2020, through April 30, 2021, and two 12 month options. The base year will be funded by fiscal 2020 operations and maintenance funds. The Defense Health Agency, Contract Operations Division, Falls Church, Virginia, is the contracting activity. (Awarded Sept. 11, 2020) *Small business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2353697/source/GovDelivery/

All news