Back to news

October 1, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - September 30, 2019

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $2,195,644,813 modification (P00011) to a previously awarded advanced acquisition contract (N00019-18-C-1021). This modification definitizes the production and delivery of 112 F135-PW-100 propulsion systems for the Air Force, 46 F135-PW-600 propulsion systems for the Marine Corps, and 25 F135-PW-100 propulsion systems for the Navy. In addition, this modification definitizes award of long lead components, parts and materials associated with 129 F135-PW-100 and 19 F135-PW-600 propulsion systems for non-U.S. Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67%); Indianapolis, Indiana (26.5%); and Bristol, United Kingdom (6.5%), and is expected to be completed in February 2023. Fiscal 2018 and 2019 aircraft procurement (Air Force, Marine Corps, and Navy); non-U.S. DoD participant; and FMS funds in the amount of $3,561,262,259 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($878,133,063; 40%); the Marine Corps ($619,150,637; 28%); the Navy ($178,828,697; 8%); non-U.S. DoD Participants ($420,087,247; 19%); and FMS customers ($99,445,169; 5%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Sprint Communications Co. L.P., doing business as Sprint, Reston, Virginia (N00244-19-D-0013); and Manhattan Telecommunications Corp., doing business as MetTel, New York, New York (N00244-19-D-0014), are awarded an estimated $993,500,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for wireless services and devices in support of the Navy, Marine Corps, Army, Air Force, other Department of Defense agencies, and federal agencies. The contract will include a base period, Sept. 30-Nov. 7, 2019, due to an on-ramp to the existing Spiral 3 Wireless Services multi-agency contracts with three one-year option periods which if exercised, the total value of this contract will be $993,500,000. The program ceiling amount is $993,500,000. The contract line item numbers (CLIN) amounts are not firm individual ceilings, but are rather representative of the program amount for administrative purposes. Therefore, if the amounts stated on a given CLIN are not utilized in a given year, they shall be available for subsequent option periods if exercised. The whole unobligated program ceiling amount remains available throughout the life of the contract until such time as the amount becomes obligated. Work is expected to be completed by November 2019; if all options are exercised, work will be completed by November 2022. Work will be performed at various locations throughout the U.S. and percentage of work cannot be determined at this time. Annual fiscal year operations and maintenance (Navy) funds in the amount of $10,000 will be obligated ($5,000 on each of the two contracts to fund the contracts' minimum amounts), and funds will expire at the end of the current fiscal year. This contract resulted from a full and open competitive solicitation, with two offers received. Naval Supply Systems Command Fleet Logistics Center San Diego, San Diego, California, is the contracting activity.

Lockheed Martin Space, Titusville, Florida, was awarded a $494,875,260 fixed-price-incentive, cost-plus-incentive-fee and cost-plus-fixed-fee modification (PZ0001) to a previously awarded and announced un-priced letter contract (N0003019C0100) for TRIDENT II (D5) missile production and deployed systems support. Work will be performed in Cape Canaveral, Florida (23%); Kings Bay, Georgia (19.5%); Bangor, Washington (19.4%); Sunnyvale, California (16.7%); Denver, Colorado (8%); Titusville, Florida (4.8%); Magna, Utah (2.7%); Orlando, Florida (1.3%); and other various locations (less than 1% each, 4.6% total). Work is expected to be completed Sept. 30, 2024. The maximum dollar value of the modification, including the base and all option items, if exercised, is $1,226,750,858. Fiscal 2019 weapons procurement (Navy) funds in the amount of $38,341,216; and United Kingdom funds in the amount of $4,165,366 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded an $84,577,989 firm-fixed-price contract for design and construction of the basic training command for Naval Special Warfare Command at Naval Base Coronado. The contract also contains two unexercised options and six planned modifications, which, if exercised, would increase cumulative contract value to $106,789,165. The work to be performed provides for the design and construction of a new basic training command schoolhouse and includes a combat training tank complex. An addition to the existing operational storage and distribution facility is also included, along with renovations to two buildings and demolition of 19 buildings. The options, if exercised, provide for a boat support facility and a medical facility renovation and addition. The planned modifications, if issued, provide for furniture, fixtures, audiovisual equipment, and physical security equipment. Work will be performed in Coronado, California, and is expected to be completed by August 2022. Fiscal 2018 military construction, (defense-wide) contract funds in the amount of $84,577,989 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-C-1238).

The Charles Stark Draper Laboratory (CSDL), Cambridge, Massachusetts, is awarded an $83,424,000 cost-plus-fixed-fee contract N00030-20-C-0004 to provide research into the applications of technologies to meet guidance requirements for the U.S. Trident II (D5) Strategic Weapon System, and provide specialized technical knowledge for the guidance, navigation and control applications that will support Navy programs. Work will be performed in Cambridge, Massachusetts, with an expected completion date of Sept. 30, 2021. Fiscal 2020 research, development, test, and evaluation funds in the amount of $40,239,000 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was a sole source acquisition pursuant to 10 U.S. Code 2304(c)(1). CSDL has been the design agent for Navy Strategic Missile Guidance Systems since the Fleet Ballistic Missile Program inception in the late 1950's. CSDL possesses the unique knowledge of the total Trident Guidance system including its design and use on the Trident II weapon system. The purpose of a MK6 life extension effort also procured under this contract is to provide credible deterrence throughout the TRIDENT II weapon system's extended service life. The unique expertise and experience at CSDL makes them uniquely qualified to perform this life extension effort. No source other than CSDL has the technical capacity, facilities, and critical expertise, including comprehensive knowledge and understanding of design, to provide the engineering, program management, and repair and refurbishment support of deployed TRIDENT II MK6 missile guidance systems or the development of the MK6LE guidance systems. No other known source possesses similar capability, and no other institution possesses the combined, unique system test facilities, receives knowledge and overall experience to understand and resolve the issues associated with the Navy's TRIDENT II guidance and reentry mission. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

RQ Construction LLC, Carlsbad, California, is awarded a $70,864,328 firm-fixed-price contract for design and construction of P5825 Joint Task Force Barracks at Naval Station Guantanamo Bay. The work to be performed provides for the construction of austere standard design barracks. Primary facilities include living and sleeping quarters, information systems, fire protection and alarm systems, and energy monitoring and control system connection. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by March 2022. Fiscal 2018 military construction, (Army) contract funds in the amount of $70,864,328 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-1324).

The Boeing Co., Jacksonville, Florida, is awarded a $70,825,736 modification (P00002) to a previously awarded, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0003). This modification exercises an option to provide F/A-18 E/F and EA-18G aircraft inspections, modifications and repairs as well as F/A-18 E/F and EA-18G inner wing panel (IWP) modifications and repairs. The remanufacturing efforts for the F/A-18 E/F and EA-18G will restore aircraft and IWP service life projections to the new design specifications. Work will be performed in Jacksonville, Florida (77%); St. Louis, Missouri (13%); and Lemoore, California (10%), and is expected to be completed in September 2020. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

EMCube Inc., Alexandria, Virginia, is awarded a $67,371,583 mixed contract type containing both cost-plus-fixed-fee and firm-fixed-price line items to provide services for the U.S. and United Kingdom Trident II D5 Strategic Weapon System programs and the United Kingdom Dreadnought programs. Specifically, this procurement will provide systems engineering and training support; orientation and culture awareness training; security engineering; independent system safety and surety support; Trident training to the United Kingdom Royal Navy; leadership training for Strategic Systems Programs and Field Activities; Ship Submersible Guided Nuclear support and life extension II (LE2) system support. Work will be performed at Alexandria, Virginia (60%); Washington, District of Columbia (20%); Kings Bay, Georgia (5%); Silverdale, Washington (5%); United Kingdom (4%); Pittsfield, Massachusetts (1%); and Baltimore, Maryland (5%), with an expected completion date of Sept. 30, 2024. Subject to the availability of funding, fiscal year 2020 operations and maintenance (Navy) contract funds in the amount of $7,554,770 will be obligated and United Kingdom funds in the amount of $462,785 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, District of Columbia, is the contracting activity (N00030-20-C-0009).

Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N64498-19-D-4038); NDI Engineering Co.,* Thorofare, New Jersey (N64498-19-D-4039); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N64498-19-D-4040); LPI Technical Services Inc.,* Chesapeake, Virginia (N64498-19-D-4041); Continental Tide Defense Systems Inc.,* Reading, Pennsylvania (N64498-19-D-4042); Tecnico Corp.,* Virginia Beach, Virginia (N64498-19-D-4043); and Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N64498-19-D-4044), were each awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with firm-fixed-priced ordering provisions for engineering and technical services to support Naval Surface Warfare Center, Philadelphia Division's (NSWCPD), Hull, Mechanical and Electrical (HM&E) modernization programs. Delphinus Engineering Inc. was awarded a $62,366,080 contract. NDI Engineering Co. was awarded a $55,325,516 contract. Q.E.D. Systems Inc. was awarded a $50,780,791 contract. LPI Technical Services Inc. was awarded a $58,966,325 contract. Continental Tide Defense Systems Inc. was awarded a $62,697,337 contract. Tecnico Corp. was awarded a $56,143,802 contract. Epsilon Systems Solutions Inc. was awarded a $59,386,372 contract. The mission of the NSWCPD HM&E Division is to transition HM&E machinery technology to the Navy active/reserve fleet and to support various sponsors for Navy modernization programs. This requires development and execution of various ship changes (SC), specialty trade industrial and prototype engineering support, and ship alterations to upgrade and maintain in a more cost-effective and timely manner the system/equipment readiness of various Navy HM&E and electronic systems. The Navy modernization program provides a full spectrum of industrial specialty trades and technical support encompassing all phases of the alteration/SC installation process. These services are accomplished in whole or in phases that minimize interruption in ship operating schedules while maximizing the capacity of type commander and Naval Sea Systems Command agencies to upgrade and modernize HM&E and electronic systems. Work will be performed at various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. and overseas. Work performed under this multiple-award contract will contain a five-year ordering period and is expected to be complete by September 2024. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $483,000 will be obligated at time of award and will not expire at the end of the current fiscal year (10 U.S. Code 2410(a) authority will be invoked at time of award for the fiscal 2019 operation and maintenance (Navy) funding.) The total value of all task orders issued under these multiple-award contracts, when combined, shall not exceed the value of the highest proposal received. The guaranteed minimum for each contract awarded is $10,000. These contracts were competitively procured via Federal Business Opportunities website as a total small business set-aside, with seven offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Sept. 27, 2019)

Korte Construction Co., St. Louis, Missouri, was awarded a $55,962,617 firm-fixed-price contract for P-471 design and construction of a new Navy Gateway Inn and Suites (NGIS) and demolition of older lodging facilities at Naval Air Station (NAS) Key West. The contract also contains three unexercised options, which, if exercised, would increase the cumulative contract value to $76,356,204. The work to be performed provides for the design and construction of an NGIS with at least 244 rooms on no more than four floors and demolition of four buildings (A-648, A-649, A-650, and A-727) located on Boca Chica Key, near the main NAS Key West airfield. The new facility, located at Trumbo Point, NAS Key West, will accommodate transient personnel associated with year-round training operations, and will serve as a satellite facility for the adjacent NGIS “Fly Navy” lodging facility. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. The options, if exercised, will add an additional 134 rooms and provide for furniture, fixtures, and equipment. Work will be performed in Key West, Florida, and is expected to be completed by January 2022. Fiscal 2018 military construction, (Navy) contract funds in the amount of $55,962,617 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with six proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-0903). (Awarded Sept. 27, 2019)

L3 Harris Technologies Inc., Anaheim, California, is awarded a cost-plus-fixed-fee $48,747,332 contract modification (P00020) to exercise an option to a previously awarded and announced contract (N00030-18-C-0001), and award two new procurement contract line item numbers (CLIN) to provide support in the acquisition and engineering of both on-board and off-board FTI systems. Work will be performed in Anaheim, California (56%); Cape Canaveral, Florida (27%); Washington, District of Columbia (4%); Bremerton, Washington (3%); Kings Bay, Georgia (3%); Norfolk, Virginia (2%); Laurel, Maryland (2%); Silverdale, Washington (2%); Barrow-In-Furness, England (1%), with an expected completion date of Sept. 30, 2020. Fiscal 2019 other procurement funds in the amount of $1,625,928; fiscal 2019 weapons procurement funds in the amount of $30,109,163; fiscal 2019 United Kingdom funds in the amount of $12,119; and fiscal 2020 United Kingdom funds in the amount of $2,039,000 are being obligated on this award. Strategic Systems Programs, District of Columbia, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $43,889,245 firm-fixed-price delivery order N0002419F5637 under previously awarded contract N00024-15-D-5217 for 281 Technical Insertion Sixteen (TI-16) Common Display System (CDS) Variant A water-cooled and air-cooled production consoles. CDS is a set of watch station consoles designed to support the implementation of Open Architecture in Navy combat systems. The TI-16 CDS is the next evolution in the CDS family and consists of a three-eyed horizontal display console. This delivery order combines purchases for the Navy (64%); Coast Guard (2%); and the governments of South Korea (28%); and Japan (6%). Work will be performed in Johnstown, Pennsylvania, and is expected to be complete by March 2020. Fiscal 2019 other procurement (Navy); fiscal 2019 research, development, test and evaluation (RDT&E) (Navy); fiscal 2019 weapons procurement (Navy); fiscal 2018 other procurement, Navy (OPN); fiscal 2018 weapons procurement (Navy); fiscal 2018 shipbuilding and conversion (Navy); fiscal 2017 shipbuilding and conversion (Navy); fiscal 2016 shipbuilding and conversion (Navy); and governments of South Korea and Japan funding in the amount of $43,356,682, will be obligated at time of award and will not expire at the end of the current fiscal year. Funding: Foreign Military Sales (FMS) (South Korea) $12,650,960 (29%); fiscal 2019 OPN $8,283,690 (19%); fiscal 2017 shipbuilding and conversion, Navy (SCN) $7,752,076 (18%); fiscal 2018 SCN $4,222,532 (10%); fiscal 2016 SCN $2,956,338 (7%); FMS (Japan) $2,612,224 (6%); fiscal 2019 RDT&E $2,057,016 (5%); fiscal 2018 OPN $1,997,434 (5%); fiscal 2019 weapons procurement, Navy (WPN) $561,332 (1%); fiscal 2018 WPN $263,080 (less than 1%). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Vertex Aerospace LLC, Madison, Mississippi, is awarded a $40,277,158 modification (P00039) to a previously awarded firm-fixed-price, cost reimbursable, labor hour indefinite-delivery, requirements contract (N00019-14-D-0011). This modification opens up the ordering period to provide organizational, intermediate, and depot-level maintenance, logistics, and engineering support. The effort involves providing services in support of the T-45 Pilot Production Recovery effort, equipment, tools, direct material, and indirect material required to support and maintain all Navy T-45 aircraft, aircraft systems, and related support equipment to support flight and test and evaluation operations. Work will be performed in Kingsville, Texas (53.6%); Meridian, Mississippi (39.6%) and Pensacola, Florida (6.8%), and is expected to be completed in March 2022. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Rotary and Mission Systems Corp., Baltimore, Maryland, is awarded a $33,594,304 for cost-plus-fixed-fee job order N6339419F0043 under previously awarded blanket order agreement N6339416G0006 for providing in-service engineering; design; integration; test and evaluation; software development, logistics product development and distribution; configuration management and training support of the Littoral Combat Ship, Freedom variant combat system initiatives for Naval Sea Systems Command. Work will be performed in Moorestown, New Jersey (52%); Baltimore, Maryland (20%); Arlington, Virginia (12%); Mechanicsburg, Pennsylvania (7%); Jacksonville, Florida (6%); Orlando, Florida (1%); Berlin, New Jersey (1%); Clearwater, Florida, and Charlottesville, Virginia (combined 1%), and is expected to be complete by September 2022. Fiscal 2019 and 2018 research, development, test and evaluation (Navy); and 2019 and 2018 other procurement (Navy), funding of $3,006,539 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2019 operations and maintenance, (Navy) funding of $928,008 will be obligated at time of 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), this contract was non-competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $30,468,348 modification (P00005) to a previously awarded, cost-plus-incentive-fee contract (N00019-19-C-0004). This modification exercises the option to continue lab infrastructure activities in support of F-35 system integration labs. In addition, this modification provides administration, maintenance and preparation of F-35 labs to test updated or corrected software and hardware configurations across the F-35 platform. Work will be performed in Patuxent River, Maryland (70%); and Eglin Air Force Base, Florida (30%), and is expected to be completed in March 2020. Non-U.S. Department of Defense (DoD) participant funds in the amount of $5,424,586 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DeMaria Building Co., Novi, Michigan, is awarded a $28,729,993 firm-fixed-price contract for construction of the ambulatory care center at Marine Corps Air Station (MCAS) New River. The work to be performed provides for construction of an ambulatory care clinic to incorporate the Marine centered medical home concept for Marine active duty personnel at MCAS New River. Supporting facilities include utilities, site improvements, facility special foundations, parking, anti-terrorism force protection measures, demolition, and environmental protection measures. Existing building AS100 will be demolished. Work will be performed in New River, North Carolina, and is expected to be completed by October 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $28,729,993 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9124).

Asturian-Consigli JV LLC,* Virginia Beach, Virginia, is awarded firm-fixed-price task order N4008519F7139 at $25,737,473 under a small business, design build/design bid build general construction multiple award construction contract for the envelope repair of Building 261 and 1539 at Norfolk Naval Shipyard. The work to be performed provides for envelope repairs to the facility to provide a long-term solution for effective water penetration resistance. The project also includes fire protection upgrades to the facility to comply with applicable criteria and the removal of the existing 165-ton stiff leg derrick, associated support machinery, and associated utilities. Work will be performed in Portsmouth, Virginia, and is expected to be completed by August 2022. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $25,737,473 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-1124).

Chugach Consolidated Solutions LLC,* Anchorage, Alaska (N62473-19-D-4427); TerraNul, LLC,* Pembroke Pines, Florida (N62473-19-D-4428); King and George LLC,* Fort Worth, Texas (N62473-19-D-4429); and Miramar International Group Inc.,* Riverside, Illinois (N62473-19-D-4430), are each awarded an indefinite-delivery/indefinite-quantity, multiple award service contract for facility support and maintenance services at various reserve centers located in California, Arizona, Colorado, Nevada, New Mexico, and Utah. The maximum dollar value including the base and four option periods (60 months) for all four contracts combined is $25,000,000. Chugach Consolidated Solutions LLC is awarded the initial task order (seed project) at $3,049,161 for facility support and maintenance services at various Marine Corps Reserve training centers (Pasadena, Concord, San Bruno, and Pico Rivera) in California. Work for this task order is expected to be completed by September 2024. The work to be performed provides for maintenance, repair, and alteration services for systems and facilities, including minor construction (incidental to services) associated with various support service functions including family housing, bachelor quarters, facility management, facility management (relocatable facility) and facility investment. All work on this contract will be performed primarily within the Naval Facilities Engineering Command Southwest area of responsibility, which includes California (91%); Arizona (5%); Colorado (1%); Nevada (1%); New Mexico (1%); and Utah (1%). The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2020 operation and maintenance (O&M), (Marine Corps Reserve) contract funds in the amount of $231,399 are obligated on this award and will expire at the end of the fiscal 2020. Future task orders will be primarily funded by O&M, (Navy Reserve) and O&M (Marine Corps Reserve). This contract was competitively procured via the Federal Business Opportunities website with five proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command (NAVFAC) Southwest, San Diego, California, is the contracting activity.

Rockwell Collins Inc., a Collins Aerospace Co., Cedar Rapids, Iowa, is awarded a $24,708,215 cost-plus-fixed-fee contract to provide for the engineering and manufacturing development of the Enhanced Visual Acuity (EVA) system. EVA will increase flight safety and mission effectiveness by allowing Department of the Navy rotary-wing and tiltrotor (RW/TR) aircrews to maintain required visual situational awareness down to Very-Low-Light-Level (VLLL) flight operations. In addition, the EVA system will provide a heads up display for pilot and co-pilot viewing of mission specific video imagery generated by the host aircraft. Work will be performed in Cedar Rapids, Iowa (40%); Santa Clara, California (30 %); Westborough, Massachusetts (15%); and Los Gatos, California (15%), and is expected to be completed in March 2023. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $7,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-C-0038).

The Boeing Co., St. Louis, Missouri, is awarded a $17,603,904 cost-plus-fixed-fee order (N0001919F4078) against a previously issued basic ordering agreement (N00019-16-G-0001). This order procures non-recurring engineering support to design, develop, validate and verify the Cabin Pressure and On-Board Oxygen Generation System Monitoring System (CPOMS) kit. In addition, this order provides validation installs and the production and delivery of 112 CPOMS kits for the Navy. Work will be performed in St. Louis, Missouri (90%); and San Antonio, Texas (10%), and is expected to be completed in December 2022. Fiscal 2018 aircraft procurement and research, development, test and evaluation (Navy) funds in the amount of $16,300,077 will be obligated at time of award, $6,540,661 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Whiting-Turner Contracting Co., Greenbelt, Maryland, is awarded a $16,460,896 firm-fixed-price contract for construction of reserve training center complex at Joint Expeditionary Base, Little Creek, Virginia Beach, Virginia. The work to be performed will provide low-rise reinforced concrete and a steel framed building will be of permanent construction with masonry exterior walls and gypsum board interior walls, concrete floors, and pile foundation. The joint reserve center areas include an assembly hall, classrooms, medical exam rooms, conference room, storage, crews lounge, administrative areas, recruiting office, toilets/locker room/showers, janitorial space, and mechanical equipment spaces. The Marine Corps exclusive use areas include active duty administrative offices, unit conference space, administrative space, supply/storage areas, recruiting space, armory, shops for communications equipment maintenance, multi-media/local area network control center, NEXGEN secure and equipment room, firearm training simulator, training aids storage, exercise and double locker room area. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by September 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $16,460,896 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9061).

The Boeing Co., St. Louis, Missouri, is awarded a $15,537,941 modification (P00003) to a cost-plus-fixed-fee delivery order (N0001917F173) against a previously issued basic ordering agreement (N00019-16-G-0001). This modification provides for the design and development of the Environmental Control System (ECS), test article, and associated unique instrumentation and equipment for the F/A-18E/F and EA-18G aircraft. The ECS is a critical capability that will assist in eradicating physiological episodes and improving aircrew safety. Work will be performed in St. Louis, Missouri (60%); and El Segundo, California (40%), and is expected to be completed in December 2020. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $14,305,907 will be obligated at time of award, $9,864,158 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The National Marine Mammal Foundation Inc., San Diego, California, is awarded a $13,317,292 cost-plus-fixed-fee and cost-reimbursement-type contract to provide veterinary care, research support, animal care, and training of marine mammals in the U.S. Navy Marine Mammal Program. This one-year contract includes four one-year option periods which, if exercised, would bring the overall potential value of this contract to an estimated $70,662,266. Work will be performed at government facilities in San Diego, California (92%); at Naval Submarine Base Kings Bay, Georgia (5%); and at Naval Base Kitsap in Bangor, Washington (3%). The period of performance of the base award is from Sept. 30, 2019, through Sept. 29, 2020. If all options are exercised, the period of performance would extend through Sept. 29, 2024. Fiscal 2019 funds will be obligated using Navy working capital funds. Contract funds will not expire at the end of the current fiscal year. This contract is awarded using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1), only one responsible source. The Naval Information Warfare Center Pacific San Diego, California, is the contracting activity (N66001-20-C-0023).

Diversified Service Contracting Inc.,* Dunn, North Carolina, is awarded a $13,186,727 indefinite-delivery/indefinite-quantity (IDIQ) modification to extend the period of performance under an IDIQ contract for small base operations support at Patuxent River. After award of this modification, the total cumulative contract value will be $97,003,688. The work to be performed provides for all labor, management, supervision, tools, materials and equipment required to perform pest services, grounds services, janitorial services, and transportation services. Work will be performed in Patuxent River, Maryland. This extension covers the period from October 2019 to September 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy) in the amount of $13,186,727 for recurring and non-recurring work will be obligated on individual task orders issued during the period of the contract extension. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-11-D-3020).

Veterans Northwest Construction LLC,* Seattle, Washington, is awarded a firm-fixed-price task order (N4425519F4418) from the basic contract (N44255-17-D-4015) at $11,226,000 under a multiple award construction contract for the Building 983 controlled industrial facility (CIF) design-bid-build ventilation repair project, Naval Base Kitsap, Puget Sound Naval Shipyard and intermediate maintenance facility (PSNS and IMF), Bremerton, Washington. This project will repair the antiquated structural, mechanical and electrical systems of Building 983, CIF at PSNS and IMF, Bremerton Washington. Architectural work includes demolition, replacement and repairs to insulation, roof penetrations, walkways, flashing, vents, and necessary components that have deteriorated to the point of failure. Mechanical and electrical work includes disconnecting, relocating, reinstalling and testing of heat vent and air conditioning and their associated control systems. Site preparation includes laydown, storage, necessary tools, materials and equipment, and safety features. The work will be completed in Bremerton, Washington, and is expected to be completed by August 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $11,226,000 are obligated on this award and will expire in five years. Five solicitation emails were sent and four proposals were received for this task order. The Naval Facilities Engineering Command (NAVFAC), Northwest, Silverdale, Washington, is the contracting activity for the basic contract (N44255-17-D-4015) and the NAVFAC Bremerton Field Engineering Acquisition Department, Bremerton, Washington, is the contracting activity for the task order.

Harris Corp., Palm Bay, Florida, is awarded a $10,113,048 modification (P00014) to a previously awarded firm-fixed-price contract (N00421-17-C-0024). This modification is for the procurement of 114 Fibre Channel Network Switches for the Navy and government of Kuwait EA-18G, F/A-18E/F, E-2D aircraft, including two units for the Naval Air Warfare Center Aircraft Division's Manned Flight Simulator Laboratory. Work will be performed in Malabar, Florida, and is expected to be completed in December 2021. Fiscal 2019 aircraft procurement (Navy); working capital (Defense); and Foreign Military Sales (FMS) funds in the amount of $10,113,048 are being obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Harris Corp., Palm Bay, Florida, is awarded a $9,959,544 firm-fixed-price contract to procure 23 digital map computers (DMC); and 72 digital video map computers (DVMC) for Naval Supply Systems Command (NAVSUP); 28 DMCs and 24 DVMCs for the Navy; and 13 DMCs for the government of Bahrain. These capabilities will be integrated on the F/A-18E/F, AH-1Z and H-1 aircraft. Work will be performed in Malabar, Florida, and is expected to be completed in August 2021. Fiscal 2018 and 2019 aircraft procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); working capital fund (Navy); and Foreign Military Sales (FMS) funds in the amount of $9,959,544 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for NAVSUP ($6,238,989; 63%); the Navy ($3,088,404; 31%); and the government of Bahrain via the FMS program ($632,151; 6%). This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-C-0039).

Gomez Research Associates Inc.,* Huntsville, Alabama, is awarded a $9,442,774 Small Business Innovative Research (SBIR) Phase III, cost-plus-fixed-fee contract for counter improvised explosive devices and unmanned aerial system technology. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $47,463,250. Work will be performed in Huntsville, Alabama (60%); Sofia, Bulgaria (20%); Belgrade, Serbia (15%); and Kiev, Ukraine (5%); and is expected to be complete in September 2024. Fiscal 2019 operation and maintenance (Army) funding in the amount of $5,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities website and is a sole source award in accordance with Federal Acquisition Regulation 6.302-5 Authorized or Required by Statute – 10 U.S. Code 2304 (c) (5).The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-C-0021).

T&E Technologies LLC,* Anchorage, Alaska, is awarded an $8,945,065 for cost-plus-fixed-fee contract berthing and messing barge organizational level maintenance support services in support of Commander, U.S. Pacific Fleet. The contract will include a one-year base period and four one-year option periods which if exercised, the total value of this contract will be $44,624,743. Work is expected to be completed by November 2020. If all options on the contract are exercised, work will be completed by November 2024. Work will be performed in San Diego, California (33%); Bremerton, Washington (26%); Pearl Harbor, Hawaii (18%); Yokosuka, Japan (9%); Apra Harbor, Guam (8%); and Sasebo, Japan (6%). Fiscal 2020 operation and maintenance (Navy) funds in the amount of $8,945,065 will be obligated at time of award and funds will expire at the end of the current fiscal year. The solicitation for this requirement was issued under authority 10 U.S. Code 2304 (b)(2), with three offers received. Naval Supply Systems Command Fleet Logistics Center San Diego, San Diego, California, is the contracting activity (N00244-19-C-0008).

Raytheon Co., Tewksbury, Massachusetts, is awarded an $8,804,039 firm-fixed-price, and cost-plus-incentive-fee modification to previously awarded contract N00024-17-C-5145 to procure, build, install, and test onboard trainer hardware for DDG 1000 ship class combat systems. 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 (50%); and Tewksbury, Massachusetts (50%), and is expected to be complete by January 2021. Fiscal 2019 other procurement (Navy) funding in the amount of $8,804,039 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.

Valiant Government Services LLC, Hopkinsville, Kentucky, is awarded an $8,765,195 (firm-fixed-price $7,358,383 and indefinite quantity $1,406,812) indefinite-delivery/indefinite-quantity modification for the exercise of Option Number Two under an indefinite-delivery/indefinite-quantity contract for base operations support services in the Naval Facilities Engineering Command Europe, Africa, Southwest Asia (EURAFSWA) area of responsibility. The work to be performed provides for all management and administration, facilities management and investment, janitorial, pest control, integrated solid waste, pavement clearance, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $25,570,646 (firm-fixed-price $21,350,211 and indefinite quantity $4,220,435). Work will be performed at Capodichino, Gaeta and Gricignano, Italy. This option period is from October 2019 to September 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy) contract funds in the amount of $7,358,383 for recurring work will be obligated on individual task orders issued during the second option period. The Naval Facilities Engineering Command, EURAFSWA, Naples, Italy, is the contracting activity (N62470-17-D-4011).

Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, is awarded an $8,170,504 firm-fixed-price modification under an indefinite-delivery/indefinite-quantity contract for the exercise of Option One for naval hospital custodial services at Marine Corps Base Camp Lejeune. The total contract amount after exercise of this option will be $16,179,944. No task orders are being issued at this time. The work to be performed provides for various custodial services including, but not limited to, emptying trash cans, sweeping, dusting, mopping, cleaning toilets, and medical waste disposal for the naval hospital, medical clinics, dental clinics, and wounded warriors' barracks. Work will be performed in Jacksonville, North Carolina, and this option period is from October 2019 to September 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by fiscal 2020 operation and maintenance (Navy), Defense Federal Health Program. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-6161).

Souza Construction Inc.,* Farmersville, California, is awarded a firm-fixed-price task order (N6247319F4901) for $8,100,307 under a multiple award construction contract for design and construction of repair Sky Top substation and circuit five repair at Naval Air Weapons Station China Lake. The work to be performed is to provide material, equipment and labor to repair Sky Top substation and replace existing power poles and cross arms, insulators and disconnects. Work will be performed in China Lake, California, and is expected to be completed by October 2020. Fiscal 2019 Navy working capital fund contract funds in the amount of $8,100,307 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2429).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $8,004,622 modification (P00006) to a previously awarded cost-plus-incentive-fee contract (N00019-19-C-0004). This modification provides additional contractor support to increase the development flight test aircraft capacity for F-35 test. Work will be performed in Patuxent River, Maryland (80%); and Edwards Air Force Base, Florida (20%), and is expected to be completed in March 2020. Fiscal 2019 research, development, test and evaluation (Marine Corps); and non-U.S. Department of Defense (DoD) participant funds in the amount of $8,004,622 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($6,579,479; 82%); and non-U.S. DoD participants ($1,425,143; 18%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Metson Marine Services Inc.,* Ventura, California, is awarded $7,618,818 for modification P00009 to the previously awarded firm-fixed-price contract (N68836-19-C-0002) to exercise Federal Acquisition Regulation 52.217-9 for Option Period One for port operations support services that include maintenance and repairs of government furnished boats, service craft, and waterfront equipment; oil spill response; industrial marine services; docking regular overhauls; ship movement and fleet liaison support services; berth day support; facility response team services; counter-terrorism support; barrier and gate services; and exclusion buoy inventory in support of Commander, Navy Region Southeast. The contract will include a nine-month base period and four one-year option periods which if exercised, the total value of this contract will be $35,545,878. Work is expected to be completed by September 2020. If all options on the contract are exercised, work will be completed by September 2023. Work will be performed in Kings Bay, Georgia (30%); Kingsland, Georgia (28%); Mayport, Florida (18%); Pensacola, Florida (15%); Key West, Florida (4%); Port Canaveral, Florida (3%); Panama City, Florida (1%); and Jacksonville, Florida (1%). Fiscal 2020 operations and maintenance (Navy) funds (98%); and fiscal 2020 operations and maintenance (U.S. Coast Guard) funds (2%) in the amount of $3,398,123 will be obligated at time of award and funds will not expire at the end of the current fiscal year. This contract was competitively procured with the solicitation as a 100% total small business set-aside requirement with five offers received. Naval Supply Systems Command Fleet Logistics Center Jacksonville, Jacksonville, Florida, is the contracting activity.

Insitu Inc., Bingen, Washington, is awarded a $7,497,412 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract procures product and hardware support required to provide rapid response to fielded unmanned aerial systems, unmanned air vehicles and operational personnel. Work will be performed in Bingen, Washington (90%); and China Lake, California (10 %), and is expected to be completed in September 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0026).

AIR FORCE

United Launch Services (ULS), Centennial, Colorado, has been awarded a $1,175,842,965 firm-fixed-price modification (P00001) to previously awarded contract FA8811-19-C-0002 for National Security Space Launch (NSSL) Delta IV Heavy launch services. This contract modification is for Launch Operations Support (LOPS) services for five NSSL National Reconnaissance Office missions, all of which require ULS's Delta IV Heavy launch vehicle. Work will be performed at Centennial, Colorado; Pueblo, Colorado; Decatur, Alabama; and Harlingen, Texas, with launch facilities at Cape Canaveral Air Force Station, Florida; and Vandenberg Air Force Base, California, and is expected to be completed by Feb. 29, 2024. The total contract value is increased from $467,537,345 to $1,643,380,310 to include five annual options. Fiscal 2019 procurement funds are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

The MITRE Corp., Bedford, Massachusetts, has been awarded a $451,345,707 cost reimbursement option contract for services. This contract provides for support to the Air Force from MITRE as the administrator of the National Security Engineering Center Federally-Funded Research and Development Center. Work will be performed in Bedford, Massachusetts; McLean, Virginia, and various locations throughout the continental U.S. and outside the continental U.S., and is expected to be completed by Sept. 30, 2020. This award is the result of a sole source acquisition. Foreign Military Sales funds in the amount of $327,003 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $200,000,000 indefinite-delivery/indefinite-quantity contract for Small Diameter Bomb II Life Cycle Support Contract III. This contract provides lifecycle support includes, but is not limited to, all efforts related to the SDB II and variants in various support efforts for the Engineering and Manufacturing Development integration, production, sustainment, testing, obsolescence analysis and management, logistics support, testing, training, upgrades, and software updates. Additionally, studies and analysis related to current and future expansion of system performance, simulations, modeling, test hardware, technical support, aircraft integration activities, and procurement of all associated test hardware to support the activities and repair of non-warranted assets will be procured using this contract vehicle. Technical support for the SDB II system provides for engineering, management fielding and logistical tasks required to ensure technical baselines remain current and effective and that future growth requirements remain feasible. Work will be performed at Tucson, Arizona, and is expected to be completed by Sept. 30, 2024. This award is the result of a sole source acquisition. Fiscal 2019 and 2020 Air Force and Navy ammunition procurement; and research and development funds will be used, and no funds are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-19-D-0001).

L-3 Technologies Inc., San Diego, California, contract has been awarded a $92,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price/time and material contract for Telemetry and RF Production and Sustainment Services. This contract provides for miniature cryptographic unit 110B/C and KI-700 hardware and technical support of these products. Work will be performed at San Diego, California, and is expected to be completed by April 30, 2024. This award is the result of a sole source acquisition. Fiscal 2019 space procurement; and fiscal 2019 research and development funds in the amount of $6,195,846 are being obligated at the time of award. The Air Force Life Cycle Management Center, Joint Base San Antonio, Texas, is the contracting activity (FA8307-19-D-0001).

M1 Support Services, Denton, Texas, has been awarded a $71,449,848 modification (A00051) to previously awarded contract FA3002-16-C-0006 for aircraft maintenance services. This modification exercises the fourth option period of a seven-year, firm-fixed-price contract for T-6, T-38 undergraduate pilot training and T-38 Introduction to Fighter Fundamentals aircraft maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2020. The total cumulative face value of the contract is $204,286,163. Fiscal 2020 operations and maintenance funds will be used and no funds will be obligated at the time of the award. The 82d Contracting Squadron, Sheppard Air Force Base, Texas, is contracting activity.

The Boeing Corp., St. Louis, Missouri, has been awarded a $70,000,000 indefinite-delivery/indefinite-quantity contract for the procurement of GBU-57 Massive Ordnance Penetrators. Will be performed at St. Louis, Missouri, and is expected to be complete by Dec. 31, 2022. This award is the result of a sole source acquisition. Fiscal 2018 ammunition procurement funds in the amount of $26,285,280 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-19-D-0008).

Battelle Memorial Institute, Columbus, Ohio, has been awarded a $42,156,000 bilateral, shared ceiling increase modification (P00003) to previously awarded FA8650-15-D-1953 for research and development. The Microelectronics and Embedded Systems Assurance (MESA) contract modification will provide for basic, applied, and advanced research and development to develop, evaluate, and facilitate the transition of technologies to improve the security and reliability of microelectronics and embedded systems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 21, 2022. Total cumulative face value of the contract is $90,877,000. No funds are being obligated at the time of the award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Riverside Research Institute, New York, New York, has been awarded a $42,156,000 bilateral, shared ceiling increase modification (P00003) to previously awarded contract FA8650-15-D-1847 for research and development. The Microelectronics and Embedded Systems Assurance (MESA) contract modification will provide for basic, applied, and advanced research and development to develop, evaluate, and facilitate the transition of technologies to improve the security and reliability of microelectronics and embedded systems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 21, 2022. Total cumulative face value of the contract is $90,877,000. No funds are being obligated at the time of the award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Cubic Defense Applications, San Diego, California, has been awarded a contract valued at $41,100,000 for P5 Air Combat Training System (P5CTS) equipment delivery. This contract provides for the procurement of Air Force and Qatar P5CTS equipment. Work is performed at San Diego, California, and is expected to be complete by October 2021. This contract involves foreign military sales to Qatar. This award is the result of a sole source acquisition. Fiscal 2019 aircraft procurement; and Foreign Military Sales funds in the amount of $31,249,695 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8210-19-C-0002).

AT&T Government Solutions, Vienna, Virginia, has been awarded a $23,615,000 indefinite-delivery/indefinite-quantity contract for Tyndall Air Force Base Supplement Communications Recovery Effort (TSCR). This effort is for relief in rebuilding Tyndall AFB, a disaster area due to Hurricane Michael. The TSCR is to complete the holistic communication infrastructure and IT services restoration effort by delivering a modernized Wide Area Network and Base Area Network delivery solution. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by Sept. 25, 2020. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $23,615,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-19-F-0153).

L3 Technologies Inc., Arlington, Texas, has been awarded a $17,374,120 firm-fixed-price contract for an F-16 A/B Block 15 simulator. This contract provides for one F-16 A/B Block 15 simulator. Work will be performed at Arlington, Texas, and is expected to be complete by Nov. 30, 2023. This contract involves 100% foreign military sales to Thailand. This award is the result of a sole source acquisition. Foreign Military Sales funds in the amount of $17,374,120 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-19-C-0009).

PKL Services Inc., Poway, California, has been awarded $13,143,186 for a modification and a request for equitable adjustment to previously awarded FA4897-18-C-2002 for flight operations and maintenance. The contract modification provides for the exercise of Option Year Two and an increase due to a request for equitable adjustment under 52.222-43(f) pursuant to a collective bargaining agreement. This modification involves foreign military sales to Singapore. Work will be performed at Mountain Home Air Force Base, Idaho, and is expected to be completed by Sept. 30, 2020. The total cumulative value of the contract is $24,972,317. Foreign Military Sales funds in the amount of $13,143,186 are being obligated at the time of the award. The 366 Financial Acquisition Squadron, Mountain Home AFB, Idaho, is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $12,496,295 cost-plus-fixed-fee contract for the Mercury Program, a top secret/special compartmented information special access program. The overall objective of the program is to research electronic warfare. Work will be performed at Linthicum Heights, Maryland, and is expected to be completed by Feb. 28, 2021. This award is being awarded to the subject contractor under limited competition and six offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $5,700,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-7926).

Umyuaq Technology LLC, San Antonio, Texas, has been awarded a $12,000,000 indefinite-delivery/indefinite-quantity contract for fiber optic cabling and infrastructure support services for the 88th Communications Squadron. This contract provides for communications cable installation support services to defense activities at all areas of Wright-Patterson Air Force Base, Ohio. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by March 31, 2025. This award is the result of a directed 8(a) Alaskan Native Corporation (ANC) acquisition. Fiscal 2019 operations and maintenance funds in the amount of $44,238 are being obligated at the time of award. The Air Force Life Cycle Management, Information Technology Contracting, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-19-D-3501).

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded an estimated $10,515,989 delivery order to provide software maintenance updates and engineering support on the C-5M Galaxy weapons system. Work will be performed in Toronto, Canada; and Torrance, California, and is expected to be completed by March 31, 2021. This award is a result of a sole source acquisition. Fiscal 2019 transportation working capital funding in the amount of $10,515,989 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8525-19-F-0034).

Valley Tech Systems Inc.,* Folsom, California, has been awarded a $9,924,238 cost-per-fixed-fee contract for the development and testing of open system signal intelligence framework. This contract will further enhance the body of knowledge in the cyber domain through the research and development of innovative concepts and advancement in the software defined radio state-of-the-art to support signal intelligence related capabilities including real-time collection, geolocation and signal exploitation. Work will be performed at Folsom, California, and is expected to be complete by Sept. 30, 2022. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1531).

Northrop Grumman Systems Corp., doing business as Northrop Grumman Technical Services, Oklahoma City, Oklahoma, has been awarded a $9,374,145 cost-plus-fixed-fee contract for the B-2 Crystal Oscillator Replacement Engineering Services. This contract provides engineering labor services for B-2 Crystal Oscillator replacement. Work will be performed at Oklahoma City, Oklahoma; Heath, Ohio; Redondo Beach, California; Mitchel Field, New York; and Placentia, California, and is expected to be completed by Sept. 29, 2022. This award is the result of a sole source acquisition. Fiscal 2019 working capital funds in the amount of $9,374,145 are being obligated at the time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma City, Oklahoma, is the contracting activity (FA8117-19-C-0007).

Thales Defense and Security Inc., Clarksburg, Maryland, has been awarded an $8,500,000 indefinite-delivery/indefinite-quantity contract for F-16 Helmet Mounted Integrated Targeting System interim contractor support. This contract provides for repairs of the F-16 Helmet Mounted Integrated Targeting System and assistance in starting up the organic depot repair program. Work will be performed at Clarksburg, Maryland, and is expected to be complete by Sept. 30, 2024. This award is the result of a sole source acquisition. Fiscal 2017 and 2018 Air National Guard procurement funds in the amount of $1,067,222 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-19-D-0019).

Multibeam Corp., Santa Clara, California, has been awarded an $8,164,910 cost-plus-fixed-fee contract for research and development. The MEBL-Embedded Chip ID to Assure Traceability and Provenance of All Integrated Circuits contract's objective is to develop technology to address design assurance to ensure that the Department of Defense maintains access to advance and legacy integrated circuit technology nodes through the implementation of assurance technologies embedded within an integrated circuit. Work will be performed at Santa Clara, California, and is expected to be completed by Dec. 31, 2021. This award is the result of a non-competitive acquisition. Fiscal 2019 research and development funds in the amount of $8,164,910 are being obligated at time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-1938).

Classic Site Solutions Inc., Framingham, Massachusetts, has been awarded a not-to-exceed $7,795,409 firm-fixed-price contract for the Repair East Ramp and Taxiway Golf project. This contract provides for the maintenance and repair on primary pavements critical to the mission and operations at Westover Air Reserve Base, Massachusetts. This project will prolong the life of the existing pavements by replacing old joint sealants on Taxiway G, as well as repairing spalls, cracks and selective slab replacements on the East Ramp Parking Apron which is the primary parking apron for the C-5 aircra

On the same subject

  • Contract Awards by US Department of Defense - December 21, 2018

    December 24, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 21, 2018

    ARMY Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $3,378,834,083 fixed-price-incentive foreign military sales (Kuwait and Saudi Arabia) contract to produce Phased Array Tracking Radar to Intercept on Target Advanced Capability-3 missiles with associated ground support equipment and initial spares. One bid was solicited with one bid received. Work will be performed in Huntsville, Alabama; Camden, Arkansas; Ocala, Florida; Chelmsford, Massachusetts; Grand Prairie, Texas; and Lukin, Texas, with an estimated completion date of Dec. 31, 2024. Fiscal 2019 other procurement Army funds in the amount of $1,808,140,141 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0011). Armed Forces Services Corp., Arlington, Virginia (W15QKN-19-D-0042); Booze Allen Hamilton Inc., McLean, Virginia (W15QKN-19-D-0043); Canvas Inc.,* Huntsville, Alabama (W15QKN-19-D-0044); CTRMG-GAPSI JV II LLC,* Fairfax, Virginia (W15QKN-19-D-0045); Dynamic Systems Technology Inc.,* Fairfax, Virginia (W15QKN-19-D-0046); GAP Solutions Inc., Herndon, Virginia (W15QKN-19-D-0047); Goldbelt Glacier Health Services LLC, Alexandria, Virginia (W15QKN-19-D-0048); HR Services Solutions LLC,* Manassas, Virginia (W15QKN-19-D-0049); Hyperion Biotechnology Inc.,* San Antonio, Texas (W15QKN-19-D-0050); 360 Patriot Enterprises LLC,* Alexandria, Virginia (W15QKN-19-D-0051); Quality Innovation Inc.,* Leesburg, Virginia (W15QKN-19-D-0052); Strategy Consulting Team LLC,* Fairfax, Virginia (W15QKN-19-D-0053); Serco Inc., Reston, Virginia (W15QKN-19-D-0054); Strategic Resources Inc., McLean, Virginia (W15QKN-19-D-0055); Three Wire Systems LLC, Falls Church, Virginia (W15QKN-19-D-0056); Zeiders Enterprises Inc., Woodbridge, Virginia (W15QKN-19-D-0057); and Science Applications International Corp., McLean, Virginia (W15QKN-19-D-0058), will compete for each order of the $2,457,541,083 hybrid (cost, cost-plus-fixed-fee, firm-fixed-price, firm-fixed-price-level-of-effort, and time-and-materials) contract to provide support for enterprise level human resource services for Department of Defense programs and systems. Bids were solicited via the internet with 32 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2028. U.S. Army Contracting Command, New Jersey, is the contracting activity. Leading Technology Composites Inc.,* Wichita, Kansas (W91CRB-19-D-0009); Engense Inc.,* Camarillo, California (W91CRB-19-D-0010); and Florida Armor LLC,* Miami Lakes, Florida (W91CRB-19-D-0011), will compete for each order of the $268,864,369 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for Enhanced Side Ballistic Insert hard armor plates. 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 Dec. 20, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AECOM Technical Services, Los Angeles, California (W912DR-19-D-0001); APTIM Federal Services LLC, Alexandria, Virginia (W912DR-19-D-0002); Bay West LLC,* St. Paul, Minnesota (W912DR-19-D-0003); Cape Environmental Management Inc.,* Norcross, Georgia (W912DR-19-D-0004); EA Engineering, Science, and Technology,* Hunt Valley, Maryland (W912DR-19-D-0005); HydroGeoLogic Inc., Reston, Virginia (W912DR-19-D-0006); Kemron Environmental Services Inc.,* Atlanta, Georgia (W912DR-19-D-0007); Leidos-CDM Solutions LLC, Denver, Colorado (W912DR-19-D-0008); Seres-Arcadis JV LLC,* Mount Pleasant, South Carolina (W912DR-19-D-0009); and Weston Solutions Inc., West Chester, Pennsylvania (W912DR-19-D-0010), will compete for each order of the $230,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for environmental services. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 20, 2023. U.S. Army Corps of Engineers in Baltimore, Maryland, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $127,447,882 modification (P00172) to contract W52P1J-10-C-0062 for Kuwait base operations and security support services. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of March 28, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $127,447,882 were obligated at the time of the award. U.S. Army Contracting Command in Rock Island Arsenal, Illinois, is the contracting activity. International Business Machines, Bethesda, Maryland, was awarded a $92,148,924 modification (P00044) to contract W52P1J-17-C-0008 for services and solutions necessary to support and maintain the Army's General Fund Enterprise Business System. Work will be performed in Bethesda, Maryland, with an estimated completion date of Jan. 15, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $15,159,296 were obligated at the time of the award. U.S. Army Contracting Command in Rock Island Arsenal, Illinois, is the contracting activity. Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $92,000,000 cost-plus-fixed-fee contract to purchase Launcher Integration Network Kit boxes, and associated software development activities. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2023. U.S. Army Contracting Command in Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0016). Parsons-Versar JV, Arlington, Virginia, was awarded a $75,000,000 firm-fixed-price contract for general architect/engineer construction phase support services. One bid was solicited with two bids received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 20, 2023. U.S. Army Corps of Engineers in Louisville, Kentucky is the contracting activity (W912QR-19-D-0008). URS Federal Services Inc., Germantown, Maryland, was awarded a $60,350,545 modification (0002 38) to contract W52P1J-12-G-0028 for logistic support services for Army Preposition Stock-2. Work will be performed in Mannheim, Germany; and Dulmen, Germany, with an estimated completion date of Nov. 20, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $9,375,000 were obligated at the time of the award. U.S. Army Contacting Command in Rock Island Arsenal, Illinois, is the contracting activity. AM General LLC, South Bend, Indiana, was awarded a $20,110,570 modification (P00001) to contract W56HZV-18-C-0177 for recapitalization of High Mobility Multipurpose Wheeled Vehicles for the Army National Guard. Work will be performed in South Bend, Indiana, with an estimated completion date of Sept. 30, 2019. Fiscal 2017 other procurement Army funds in the amount of $20,110,507 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. DCT Inc.,* McAlester, Oklahoma, was awarded a $17,707,507 firm-fixed-price contract for full food service operations to be performed at Fort McCoy, Wisconsin. 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 Dec. 31, 2023. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0005). DynCorp International LLC, Fort Worth, Texas, was awarded a $12,431,031 modification (P00202) to contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Afghanistan, Egypt, Kosovo, and Germany, with an estimated completion date of June 30, 2019. Fiscal 2019 operations and maintenance Army; and aircraft procurement Army funds in the amount of $12,431,031 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. FLIR Systems Inc., Wilsonville, Oregon, was awarded a $10,442,932 modification (P00016) to contract W9113M-15-D-0001 for guaranteed repair and refurbishment of forward looking infrared radar. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2019. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, was awarded a $9,367,994 modification (P00280) to contract W58RGZ-13-C-0042 for aviation field maintenance services. Work will be performed in Fort Hood, Texas, with an estimated completion date of July 31, 2019. Fiscal 2017, 2018 and 2019 operations and maintenance Army; and aircraft procurement Army funds in the combined amount of $9,367,994 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Zodiac-Poettker JVII LLC,* St. Louis, Missouri, was awarded a $8,690,000 firm-fixed-price contract to construct a company headquarters fire station at Fort Leonard Wood, Missouri. Bids were solicited via the internet with eight received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Jan. 24, 2020. Fiscal 2019 military construction funds in the amount of $8,690,000 were obligated at the time of the award. U.S. Army Corps of Engineers in Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4000). CORRECTION: The contract announced on Dec. 20, 2018, to Raytheon Co., Andover, Massachusetts, for the Phased Array Tracking Radar to Intercept on Target missile system, had the incorrect award amount and obligated amount. The contract was awarded a $692,997,550 and $515,192,122 were obligated at the time of the award. All other information in the announcement is correct. AIR FORCE Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $1,310,000,000 indefinite-delivery/indefinite-quantity, firm‐fixed-price, cost-reimbursable contract for sustainment, modernization, production, and development of the LITENING advanced targeting pod. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed Dec. 31, 2023. This contract is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia is the contracting activity (FA8540‐19‐D‐0001). Lockheed Martin Services LLC, Colorado Springs, Colorado, has been awarded a $462,000,000 indefinite-delivery/indefinite-quantity contract for Global Positioning Systems Control-Segment Sustainment II. The contract provides depot-level software maintenance; organizational-level hardware and software maintenance; support to and integration of GPS Acquisition Category III programs onto the operational control system platform; systems engineering; Technical Order Management Agency support; maintenance and sustainment of the consolidated test environment; and non-recurring engineering and studies, as required. Work will be performed in Colorado Springs, Colorado, is expected to be completed by Dec. 31, 2025. This award is the result of a sole-source acquisition and one offer was received. Fiscal 2019 operations and maintenance funds in the amount of $41,524,038 are being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823‐19‐D‐0001). General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $291,391,727 cost-plus-fixed-fee and firm-fixed-price contract for MQ-9 Reaper unmanned aerial systems support and services. This contract provides for program management, logistics support, configuration management, technical manual and software maintenance, contractor field service representative support, inventory control point management, flight operations support, depot repair, and depot field maintenance. Work will be performed in Poway, California, and is expected to be completed by Dec. 31, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $51,481,522 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8528-19-C-0001). Raytheon Corp., McKinney, Texas, has been awarded a $59,211,905 cost-plus fixed-fee and firm-fixed- price contract for Reaper MQ-9 sensors contractor logistics support. This contract provides for program management, contractor-filed service-representative support, depot repair, depot maintenance, sustaining engineering support, supply and logistics support, configuration management, tech data maintenance, software maintenance, inventory control point, and warehouse support for the MQ-9 sensors. Work will be performed in McKinney, Texas; and Jacksonville, Florida, and is expected to be completed by Dec. 31, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds are being obligated in the amount of $37,779,873 at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8528-19-C-0002). Alutiiq Commercial Enterprises LLC, Anchorage, Alaska, has been awarded a $53,895,599 firm-fixed-price, indefinite-delivery/indefinite-quantity contract, for Fort Eustis, Virginia, base operations support services. This contract provides for base and facilities maintenance in support of the 733rd Civil Engineering Division. Work will be performed in Fort Eustis, Virginia, and is expected to be completed by Dec. 31, 2023. This award is the result of a competitive acquisition and six offers were received. Fiscal 2019 operations and maintenance funds in the amount of $2,926,134 are being obligated at the time of award. The 633rd Contracting Squadron, Joint Base Langley Eustis, Virginia, is the contracting activity (FA4800-19-D-0001). Universal Technology Corp., Dayton, Ohio; University of Dayton Research Institute, Dayton, Ohio; and Booz Allen Hamilton Inc., McLean, Virginia, have each been awarded a not-to-exceed $44,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract for the Structures Engineering Research program. This contract provides for basic, applied, advanced, and demonstration/validation research to develop, demonstrate, integrate, and transition new aerospace vehicle structures technologies to the warfighter. These structures' technologies will provide cost-effective, survivable aerospace vehicle platforms capable of accurate delivery of weapons and cargo worldwide. Work will be performed in Dayton, Ohio; and McLean, Virginia, and is expected to be completed by December 2025. This award is the result of a competitive acquisition via a Broad Agency Announcement and three offers were received. No specific funds are obligated on the basic IDIQ, although in conjunction with the basic IDIQ award, the first task order is incrementally funded with fiscal 2019 research and development funds in the amount of $50,000 at time of each award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity. (IDIQ contracts: FA8650-19-D-2241, FA8650-19-D-2242, and FA8650-19-D-2243; initial task orders: FA8650-19-F-2245, FA8650-19-F-2246, and FA8650-19-F-2248) Kratos Technology & Training Solutions Inc., San Diego, California, has been awarded a $20,700,432 modification, (P00113) to contract FA8808-13-C-0008 for Control System Consolidated (CCS-C) Production and Sustainment Contract. These services are required to sustain and provide post-production development for the current CCS-C system for telemetry, tracking and commanding of current and future military satellite communications satellites. Work will be performed in Colorado Springs, Colorado; and Vandenberg Air Force Base, California, and is expected to be completed Dec. 19, 2018. Fiscal 2019 operations and maintenance funds in the amount of $20,700,432 will be obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. Range Generation Next LLC, Sterling, Virginia, has been awarded a $16,782,397 cost-plus-fixed-fee modification (P00220) to previously awarded contract FA8806-15-C-0001 for relocating communications systems to the newly constructed Eastern Range communications facility. Work will be performed primarily at the Eastern Range at Patrick Air Force Base, Florida, and is expected to be completed by Sept. 30, 2021. Fiscal 2019 procurement funds in the amount of $16,782,397 are being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. The Boeing Co., Oklahoma City, Oklahoma, has been awarded an estimated amount of $14,446,683, Option Three modification (P00013) to contract FA8105-16-D-0002 for KC-135 engineering services for sustainment. The contract modification provides for recurring engineering services for sustainment of the KC-135 aircraft. Work will be performed in Oklahoma City, Oklahoma; San Antonio, Texas; Huntsville, Alabama; and Fort Walton Beach, Florida, and is expected to be completed by Dec. 31, 2019. Fiscal 2019 operations and maintenance funds are being obligated at the time of award. Total cumulative face value of the contract is estimated $70,901,530. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Contract was awarded Dec. 20, 2018. General Atomics - Aeronautical Systems Inc., Poway, California, has been awarded a $13,074,090 firm-fixed-price and cost-plus-fixed-fee contract for Block 30 Ground Control Station (GCS), Linux retrofit kits. This contract provides for the production of Linux retrofit kits to retrofit currently fielded Block 30 GCSs. Work will be performed in Poway, California, and is expected to be completed by Sept. 30, 2020. This award is the result of a sole-source acquisition. Fiscal 2017 and 2018 aircraft procurement funds in the amount of $13,074,090 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-2305). BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $12,392,102 firm-fixed-price, indefinite-delivery/indefinite-quantity contract modification (P00002) to contract FA8109-18-D-0005 to exercise Option One. The contract modification extends the contract term for an additional 12 months in order to continue providing diminishing manufacturing sources and material shortages (DMSMS) support for Air Force and non-Air Force users supporting the Air Force, to proactively reduce mission capability impacts to improve logistics support and weapon system sustainability. This effort will help assure all required parts and materials supporting Air Force-managed weapon systems are available within acceptable production lead times and will reduce the overall cost of ownership of the weapon systems by facilitating economical DMSMS resolutions costs, reducing the number of reactive solutions, minimizing any delays in organic depot-level repair, as well as contractor repair, and by improving weapon system availability. Work will be performed at Hill Air Force Base, Utah; Robins Air Force Base, Georgia; and Tinker Air Force Base, Oklahoma, with some work performed at Fort Walton Beach, Florida. The work is expected to be completed by June 20, 2021. Fiscal 2019 and 2020 consolidated sustainment activity group engineering funds will be obligated on any individual task orders issued during the option one performance period. Total cumulative face value of the contract is $24,778,204. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, has been awarded a $9,573,118 firm-fixed-price modification (P00008) to contract FA8675-18-C-0003 for the Advanced Medium Range Air-to-Air Missile program. This modification provides for a life of type procurement of known obsolete components in support of production and sustainment through the program of record and procurement of three guidance section refill stations in support of sustainment efforts. Work will be performed in Tucson, Arizona, and is expected to be completed by Dec. 31, 2019. This contract involves Foreign Military Sales (FMS) to Australia, Indonesia, Japan, Korea, Morocco, Poland, Qatar, Romania, Spain, and U.K. Air Force and Navy fiscal 2017 procurement funds in the amount of $6,367,933 and FMS funds in the amount of $3,205,185 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. NAVY Bath Iron Works, Bath, Maine, is being awarded a $910,723,811 fixed-price incentive firm target modification to previously awarded contract (N00024-18-C-2305) to exercise the fiscal 2019 option for construction of a DDG 51 class ship (DDG 132). This modification also includes options for engineering change proposals, design budgeting requirements, and post-delivery availabilities on the fiscal 2019 option ship which, if exercised, would bring the cumulative value of the fiscal 2019 option ship to $921,990,345. Work will be performed in Bath, Maine (65 percent); Cincinnati, Ohio (5 percent); Atlanta, Georgia (3 percent); York, Pennsylvania (2 percent); Coatesville, Pennsylvania (2 percent); Falls Church, Virginia (2 percent); South Portland, Maine (1 percent); Walpole, Massachusetts (1 percent); Erie, Pennsylvania (1 percent); Charlottesville, Virginia (1 percent); and other locations below 1 percent (collectively totaling 17 percent), and is expected to be completed by May 2026. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $900,723,811 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. Lockheed Martin Corp., Rotary and Mission Systems, Liverpool, New York, is being awarded a $184,114,000 firm-fixed-price modification to previously awarded contract (N00024-16-C-5363) to exercise options for full rate production of Surface Electronic Warfare Improvement Program (SEWIP) Block 2 subsystems (AN/SLQ-32(V)6). SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP Block 2 will expand upon the receiver/antenna group necessary to keep capabilities current with the pace of the threat and to yield improved system integration. Work will be performed in Liverpool, New York (23 percent); Lansdale, Pennsylvania (23 percent); Andover, Massachusetts (21 percent); Frankfort, New York (9 percent); Hamilton, New Jersey (7 percent); Hauppauge, New York (7 percent); Brockton, Massachusetts (3 percent); West Yorkshire, U.K. (2 percent); Minneapolis, Minnesota (2 percent); Huntsville, Alabama (2 percent); Lancaster, Pennsylvania (1 percent), and is expected to be completed by June 2021. Fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $184,114,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is being awarded a $76,581,676 not-to-exceed firm-fixed-price contract for the design, fabrication, installation, test and delivery of two F/A-18E Tactical Operational Flight trainers and two F/A-18E low cost trainers for the government of Kuwait under the Foreign Military Sales (FMS) program. Work will be performed in St. Louis, Missouri (50 percent); New Orleans, Louisiana (30 percent); and Kuwait City, Kuwait (20 percent), and is expected to be completed in February 2022. FMS funds in the amount of $20,490,233 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134019C0005). Raytheon Co., Tewksbury, Massachusetts, is being awarded a $72,117,547 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 (40 percent); San Diego, California (28 percent); Tewksbury, Massachusetts (24 percent); Marlboro, Massachusetts (2 percent); Ft. Wayne, Indiana (2 percent); Bath, Maine (2 percent); St. Petersburg, Florida (1 percent); and Nashua, New Hampshire (1 percent), and is expected to be completed by September 2019. Fiscal 2019 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $81,555,802 will be obligated at time of award, and $8,816,581 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Pacific Architects and Engineers Applied Technologies, Fort Worth, Texas, is being awarded a $47,889,307 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable contract for the development, test, and installation of the SureTrak surveillance system in support of the Naval Air Warfare Center Aircraft Division's SureTrak program office (AIR-5.2). The SureTrak system is a state-of-the-art, fully integrated, multi-sensor, data acquisition and display system used to perform airspace surveillance, waterway clearance, shoreline surveillance, and environmental monitoring functions at several Navy, Air Force and National Aeronautics and Space Administration facilities around the nation, as well as foreign governments. Work will be performed in various locations inside the continental U.S. (CONUS), including Patuxent River, Maryland; Wallops, Virginia; Dahlgren, Virginia; Vandenberg Air Force Base , California; Patrick Air Force Base, California; and Point Mugu, California. Work will also be performed outside CONUS at various locations, including Nigeria, Africa; SaoTome-Prinipe, Africa; Djibouti, Africa; Kenya, Africa; Tunisia, Africa; Congo, Africa; Togo, Africa; and Benin, Africa. Work is expected to be completed in December 2023. No funds are being awarded at time of award, funds will be obligated on individual orders as they are issued. This contract was competitively procured via a request for proposals; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0023). BAE Systems, Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded $38,141,300 for firm-fixed-price delivery order N0001919F0030 against a previously awarded indefinite-delivery/indefinite quantity contract (N00019-17-D-0003). This delivery order provides for the procurement of 14 AN/APX-117A(V) Identification Friend or Foe (IFF) transponders for the government of Bahrain; 969 AN/APX-123A(V) IFF transponders to include 777 for the Navy, 101 for the Army, two for the Coast Guard, 13 for the government of the U.K., nine for the government of Japan, 12 for the government of Norway, 35 for the government of Saudi Arabia, four for the government of Australia and 16 for the government of the United Arab Emirates; 100 mode 4/5 remote control units for the Navy; 62 IFF mounting trays to include 30 for the Navy, 8 for government of the U.K., 12 for the government of Norway, and 12 for the government of Bahrain; seven mode 4/5 Shop Replaceable Assemblies (SRA) with crypto for the Army, 136 signal processors for the Army; 210 Mode 5 change kits to include 100 for the Navy and 110 for the Army; 100 integrations of Mode 5 change kits for the Navy, 40 receiver/transmitters for the Army, 44 SRA power supplies for the. Army; 211 conversion kits to include 201 for the Army and 10 for the government of Australia; one AN/APX-118A(V) IFF transponder repair for the government of South Korea and four AN/APX-123A(V) IFF transponder repairs for the Navy. Work will be performed in Greenlawn, New York (78 percent); and Austin, Texas (22 percent), and is expected to be completed in March 2021. Fiscal 2018 Special Defense Acquisition Fund; working capital (Defense); fiscal 2019 aircraft procurement (Army); fiscal 2017, 2018 and 2019 aircraft procurement (Navy); fiscal 2019 operations and maintenance (Navy); fiscal 2019 other procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2018 and 2019 shipbuilding and conversion (Navy); and foreign military sales funds in the amount of $38,141,300 will be obligated at time of award, $118,601 of which will expire at the end of the current fiscal year. This order combines purchases for the Department of Defense ($26,170,660; 69 percent); Army ($4,799,989; 13 percent); Navy ($3,940,577; 10 percent); the government of Saudi Arabia ($1,166,65; 3 percent); the government of the United Arab Emirates ($533,104; 1 percent); the government of the U.K. ($439,443; 1 percent); the government of Norway ($409,272; 1 percent); the government of Japan ($299,871; 1 percent); the government of Australia ($203,056; 1 percent); the government of Bahrain ($174,966; 0.46 percent), and the government of South Korea ($4,197; 0.01 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Co., Tuscon, Arizona, is being awarded a $37,902,562 cost-plus-fixed-fee modification to previously-awarded contract N00024-16-C-5433 to exercise options in support of Evolved Sea Sparrow Missile (ESSM) design agent, in-service support and technical engineering support services. This contract is to procure ESSM technical engineering support services, design agent and in-service support for calendar years 2016-2020. These requirements support ESSM missile production. The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles. The ESSM provides enhanced ship defense. Work will be performed in Tucson, Arizona, (91 percent); Hengelo OV, Netherlands (2 percent); Raufoss, Norway (2 percent); Ottobrunn, Germany (1 percent); Richmond, Australia (1 percent); and various places below one percent (3 percent), and is expected to be completed by December 2019. Fiscal 2019 other country; fiscal 2018 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); Foreign Military Sales; and fiscal 2019 operations and maintenance funding in the amount of $16,663,004 will be obligated at time of award, and funds in the amount of $208,225 will expire at the end of the current fiscal year. This is a sole-source contract pursuant to an international agreement between the U.S. and nine other countries. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $37,347,581 cost-plus-fixed-fee modification to previously-awarded contract N00024-12-C-2115 to exercise options to procure on-board repair parts for Virginia-class submarines PCU Massachusetts (SSN 798) and PCU Idaho (SSN 799). This option exercise is for Block IV Virginia-class submarines, PCU Massachusetts (SSN 798), and PCU Idaho (SSN 799) mechanical and electronic repair parts that will be stored on the ship while at sea. Work will be performed in Groton, Connecticut, and is expected to be completed by February 2022 for PCU Massachusetts, and August 2022 for PCU Idaho. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $9,498,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Lockheed Martin Corp., Marietta, Georgia, is being awarded a $31,674,573 indefinite-delivery/ indefinite-quantity contract for sustainment engineering and logistics services in support of the C/KC-130J for the Marine Corps, Marine Corps Reserves, Coast Guard and the government of Kuwait. Work will be performed in Marietta, Georgia (66.5 percent); Palmdale, California (18 percent); Abdullah Al-Mubarak Air Base, Kuwait (2.5 percent); Iwakuni, Japan (2.5 percent); Miramar, California (2.5 percent); Cherry Point, North Carolina (2.5 percent); Elizabeth City, North Carolina (2.5 percent); Fort Worth, Texas (2.5 percent), and Greenville, South Carolina (0.5 percent). Work is expected to be completed in December 2023. No funds are being awarded at time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919D0014). Detyens Shipyards Inc., North Charleston, South Carolina, is being awarded a $30,106,818 firm-fixed-price contract for a 120-calendar day shipyard availability for the post shakedown of USNS Hershel ‘Woody' Williams (T-ESB 4). This contract consists of the funds listed in the following areas Category “A” work item cost, additional government requirement, other direct costs, and the general and administrative costs. Work will include furnishing general services for the ship, hull perimeter lighting, high voltage/medium voltage switchboard inspect and clean, expansion of handheld ultra-high frequency radio repeater system, segregate grey and black water transfer line, aft house habitability modifications, temporary sensitive compartment information facility installation - industrial support, additional temporary expandable units, A6 level installation of commercial broadband satellite program and OE-570 antennas, high frequency, ultra-high frequency and very high radio infrastructure, motor gasoline stowage capability, aviation support spaces heating, ventilation and air conditioning upgrade Phase I. This contract also contains options which, if exercised, would bring the cumulative contract value to $38,485,181. Work will be performed in North Charleston, South Carolina, and is expected to be completed by July 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $30,106,818 are obligated at time of award, none of which will expire at the end of the current fiscal year. Funds will be obligated at time of award. Work will be completed by July 9, 2019. This contract was competitively procured via the Federal Business Opportunities website with two proposals received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4150). Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is being awarded a $27,594,541 fixed-price incentive firm-target modification to previously awarded contract (N00024-15-C-5319) to exercise options for the production of two AN/SLQ-32(V)Y Surface Electronic Warfare Improvement Program (SEWIP) Block 3 system low rate initial production units. SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP Block 3 will provide select Navy surface ships a scalable electronic warfare enterprise suite with improved electronic attack capabilities. Work will be performed in Linthicum, Maryland (98 percent); and Los Angeles, California (2 percent), and is expected to be completed by June 2021. Fiscal 2017 and 2018 other procurement (Navy) funding in the amount of $27,594,541 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. Austal USA LLC, Mobile, Alabama, is being awarded a $21,070,175 cost-plus-fixed-fee order (N6931619F4000) against previously awarded basic ordering agreement (N00024-15-G-2304) to accomplish the post shakedown availability (PSA) execution for the littoral combat ship, USS Manchester (LCS-14). This effort encompasses all of the manpower, support services, material, non-standard equipment, and associated technical data and documentation required to prepare for and accomplish the USS Manchester (LCS-14) PSA. The work to be performed will include correction of government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in Seattle, Washington, and is expected to be completed by July 2019. Fiscal 2013 and 2019 shipbuilding and conversion (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $21,070,175 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. Fincantieri Marine Systems North America Inc., Chesapeake, Virginia, is being awarded a $17,220,420 for modification N55236-17-D-0009 to exercise option year two of previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity to provide maintenance support for the mine countermeasure-1 class main propulsion diesel engines and ship service diesel generators. Work will be performed in the homeports of San Diego, California; Sasebo, Japan; Manama, Bahrain; and ports-of-call as required, and are scheduled to be completed by January 2020. No funding is being obligated at time of award. In accordance with 10 U.S. Code 2304(c)(1) this contract was not competitively procured. The independent contractor, under the direction of the regional maintenance center and not an agent of the government, shall provide diesel engine technical, engineering, and field service support for Mine Countermeasure-1 class ships homeported in San Diego, California, and forward deployed in Japan and Bahrain. Obligated funding will cover preventive maintenance services and travel in the base year and subsequent option years in accordance with work item specifications and work item plans, drawings, other references, the delivery schedule, and all other terms and conditions set forth in the contract. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Daylight Defense LLC, San Diego, California, is being awarded a $16,306,540 modification (P00012) to a previously awarded firm-fixed-price contract (N00019-16-C-0036). This modification provides for the procurement of Distributed Aperture Infrared Countermeasure Light Amplification by Stimulated Emission of Radiation and Fiber Optic Cable Assemblies. This modification exercises an option for the production and delivery of 24 lasers and 26 fiber optic cable assemblies in support of the Air Force and the Navy. Work will be performed in San Diego, California, and is expected to be completed in July 2020. Fiscal 2018 and 2019 aircraft procurement (Navy and Air Force) funds in the amount of $16,306,540 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($10,799,888; 66 percent) and the Navy ($5,506,652; 34 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Cianbro Corp., Pittsfield, Maine, is being awarded an $11,169,941 firm-fixed-price modification for construction of the dry dock one refueling facility at Portsmouth Naval Shipyard, Kittery, Maine. The work to be performed provides for all changes not previously accounted for in changing the facility from a defueling facility to a refueling facility, including, but not limited to, trailer relocation, commissioning, testing and demonstrations, scaffolding, concrete installation, metal installation, insulation installation, metal wall panels, roof hatches, compression seals, doors and hardware, ceiling system, flooring, coatings, electrical, heating, Ventilation, and Air Conditioning, fire protection, controls, and testing and balancing. After award of this modification, the total cumulative contract value will be $50,526,989. Work will be performed in Kittery, Maine, and is expected to be completed by May 2021. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $11,169,941 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-C-5002). DMR Consulting Inc,* Panama City Beach, Florida, is being awarded a $9,426,737 firm-fixed–price, indefinite-delivery/indefinite-quantity contract for depot level repair, overhaul, and modification for the MK-105 magnetic minesweeping gear. This contract supports the depot level repair and maintenance of the MK105 magnetic minesweeping gear. The MK105 Magnetic Influence Minesweeping system, better known as the “sled”, is a high speed catamaran hydrofoil platform which is towed behind the MH-53E helicopter and is used to sweep magnetic influence mines. This contract includes options which, if exercised, would bring the cumulative value to $48,318,732. Work will be performed in Panama City, Florida, and is expected to be completed by December 2019. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Panama City Division is the contracting activity. (N61331-19-D-0002) MISSILE DEFENSE AGENCY The Boeing Co., Huntsville, Alabama, is being awarded a five-year, sole-source, cost-plus-award-fee contract (HQ0147-19-C-0001). The total value of this contract is $240,204,960. Under this follow-on contract, the contractor will provide the Missile Defense Agency support by performing highly complex technical systems engineering and integration requirements related to the Ballistic Missile Defense system. The work will be performed in Huntsville, Alabama. The period of performance is from Dec. 15, 2018, through Dec. 14, 2023. One offer was solicited and one offer was received. Fiscal 2019 research, development, test and evaluation funds will be used to incrementally fund this award in the amount of $54,900,000. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-C-0001). DEFENSE LOGISTICS AGENCY SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $80,000,000 firm-fixed-price, 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. This is a one-year contract with no option periods. Location of performance is the north central region of the U.S. with a Dec. 18, 2019, 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-D0003). Michelin North America Inc., Greenville, South Carolina, is awarded an estimated $11,838,003 fixed-price, indefinite-delivery, requirements contract for various types of tires supporting the Global Tire program. This was a competitive acquisition with five responses received. A total of three contracts are awarded as a result of the subject solicitation. This is a three-year contract with no option periods. Location of performance is South Carolina, with a Dec. 20, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0034). Goodyear Tire and Rubber Co., Akron, Ohio, is awarded an estimated $10,786,368 fixed-price, indefinite-delivery, requirements contract for various types of tires supporting the Global Tire program. This was a competitive acquisition with five responses received. A total of three contracts are awarded as a result of the subject solicitation. This is a three-year contract with no option periods. Location of performance is Ohio, with a Dec. 20, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0033). Consumer Fuels Inc.,* Huntsville, Alabama, has been awarded a $7,433,117 firm-fixed-price contract for the 105mm Light Towed Howitzer's MVSS sensor head kit. This is a five-year contract with no option periods. This was a competitive small business set-aside acquisition with five offers received. Location of performance is Alabama, with a May 29, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0022). Mast Technologies Inc.,* San Diego, California, has been awarded a $7,718,000 firm-fixed-price contract for rubber tiles that support the Navy's Passive Counter Measure Material systems. 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 two-year contract with no option periods. Location of performance is California, with a Jan. 4, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is Defense Logistics Agency, Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-19-C-HA10). UPDATE: Clark Equipment Company, Statesville, North Carolina, (SPE8EC-19-D-0036) has been added as an awardee to the multiple award contract for commercial portable power equipment, issued against solicitation SPE8EC-17-R-0010, announced May 31, 2017. DEFENSE FINANCE AND ACCOUNTING SERVICE Ernst and Young, Washington, District of Columbia, has been awarded a labor-hour contract option with a maximum value of $36,467,951 to provide financial statement audit services for the Navy. Work will be performed in Alexandria, Virginia, with an expected completion date of Dec. 31, 2019. The contract option has a 12-month option period with two individual one-year option periods remaining. Fiscal 2019 operations and maintenance Navy funds are being obligated at the time of the award. The cumulative value of the contract, including the option is $73,632,391. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0101). KPMG LLP, McLean, Virginia, has been awarded a fixed-price contract option with a maximum value of $11,647,639 for audit services of the U.S. Army Corps of Engineers (USACE) Civil Works (CW) and suballotted funds financial statements. Work will be performed in McLean, Virginia, with an expected completion date of Dec.31, 2019. This contract is the result of a competitive acquisition for which three quotes were received. The contract had a 12-month base period plus four individual one-year option periods, with a maximum value of $57,693,820. This award brings the total cumulative value of the contract to $21,440,433. Fiscal 2019 USACE CW revolving funds in the amount of $11,647,639 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0039). DEPARTMENT OF DEFENSE EDUCATION ACTIVITY Sumitomo Mitsui Auto Service Co. Ltd., Japan (HE1254-19-D-2000), is awarded an indefinite-delivery/indefinite-quantity, multiple-award contract for lease bus and maintenance services for daily student transportation in the amount of $33,702,302. The location of performance is mainland Japan. The award is for a five-year base period ending July 31, 2024; and a five-year option period ending July 31, 2029. Fiscal 2019 operations and maintenance funds will be used to fund the initial task order. This contract was competitively procured via request for proposal HE1254-18-R-2001, with two offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia. U.S. TRANSPORTATION COMMAND Phoenix Air Group Inc., Cartersville, Georgia, was awarded task order,HTC71119FR019, exercising option period three, on contract HTC71116DR001 in the amount of $8,797,654. The task order provides headquarters U.S. Africa Command (AFRICOM) continued Charter Air Transportation services. Work will be performed in Stuttgart Army Airfield, Germany, to various points throughout Africa and Europe. The period of performance is from Jan. 1 to Dec. 31, 2019. Fiscal 2019 AFRICOM operation and maintenance funds were obligated at award. The total cumulative face value of the contract value increased from $39,352,268 to $48,149,922. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1720584/source/GovDelivery/

  • HII is awarded $79 Million Missile Defence Agency technical services contract

    October 31, 2023 | International, Land

    HII is awarded $79 Million Missile Defence Agency technical services contract

    The HII-led team will support MDA leadership on strategic, technical, programmatic, operational, policy and organizational matters regarding the integrated, layered missile defense system

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

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

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

    ARMY General Dynamics Mission Systems, Orlando, Florida, was awarded an $883,000,000 order-dependent contract for the enhancement and maintenance of the Live Training Transformation (LT2) product line, including software architecture, LT2 framework, and individual products associated with the LT2 product line. 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 Jan. 31, 2028. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0007). PAE Professional Services, LLC, Falls Church, Virginia, was awarded a $90,000,000 firm-fixed-price contract to provide temporary construction security infrastructure, equipment, services and security surveillance services to support secure construction projects to support the Yongsan Relocation Program in the Far East District, South Korea. 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 Jan. 29, 2025. U.S. Army Corps of Engineers, Far East District, South Korea, is the contracting activity (W912UM-20-D-0002). Lockheed Martin Corp., Missiles and Fire Control, Dallas, Texas, was awarded a $77,064,274 Foreign Military Sales (Bahrain, Republic of Korea, Germany, Japan, Kuwait, Netherlands, Poland, Qatar, Romania, Saudi Arabia, Sweden, United Arab Emirates) contract for Phased Array Tracking Radar to Intercept on Target, Advanced Capability-3. Bids were solicited via the internet with one received. Work will be performed in Dallas, Texas, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 and 2020 aircraft procurement, Army funds in the amount of $77,064,274 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-F-0003). Aerojet Rocketdyne, Camden, Arkansas, was awarded a $76,874,368 modification (P00005) to contract W31P4Q-18-D-0027 for procurement of Stinger flight motors. 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. 30, 2021. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Trade West Construction,** Mesquite, Nevada, was awarded a $52,672,800 firm-fixed-price contract to deepen the upstream approach to the locks in the north canal at the Soo Locks complex in Sault Ste. Marie, Michigan. Bids were solicited via the internet with three received. Work will be performed in Sault Ste. Marie, Michigan, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 civil construction and State of Michigan contributed funds in the amount of $52,672,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-20-C-0002). Schutt Industries Inc.,** Clintonville, Wisconsin, was awarded a $51,492,774 firm-fixed-price contract for procurement of four models of a 2.5-ton single-axle chassis trailer. 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 Jan. 28, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0023). Hensel Phelps Construction Co, Tysons Corner, Virginia, was awarded a $34,227,105 firm-fixed-price contract for the design and construction of a new warehouse facility of approximately 44,000 gross square foot with associated office space. Bids were solicited via the internet with 10 received. Work will be performed at Fort Meade, Maryland, with an estimated completion date of July 8, 2022. Fiscal 2016, 2017, 2018 and 2019 military construction, Army funds in the amount of $34,227,105 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0004). Applied Visual Technology Inc.,** Orlando, Florida, was awarded a $31,000,000 firm-fixed-price contract to design, develop, integrate, manage, deliver, install, test, document and support construction equipment virtual trainers. 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, 2025. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0008). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $29,886,655 modification (P00096) to contract W56HZV-17-C-0067 for Abrams Systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Jan. 29, 2021. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles, Army; operations and maintenance, Army; and Kuwait Foreign Military Sales funds in the amount of $29,886,655 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $26,321,249 firm-fixed-price contract for information technology services to support the mission of the 2nd Theater Signal Brigade/U.S. Army Europe. Bids were solicited via the internet with two received. Work will be performed in APO AE, Germany, and APO AE, Italy, with an estimated completion date of Jan. 31, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $26,321,249 were obligated at the time of the award. U.S. Army Contracting Command, Fort Huachuca, Arizona, is the contracting activity (W91RUS-17-C-0010). Marton Technologies Inc.,** Newport News, Virginia, was awarded a $9,090,390 modification (000191) to contract W52P1J-14-G-0021 for continued performance of logistics support services at Fort Riley, Kansas. Work will be performed in Fort Riley with an estimated completion date of Jan. 31, 2121. Fiscal 2020 operations and maintenance, Army funds in the amount of $9,090,390 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. SGS LLC, Yukon, Oklahoma, was awarded an $8,996,222 contract to design and construct a single story, 13,838 square foot blood donor center at Fort Bliss, Texas. Bids were solicited via the internet with five received. Work will be performed at Fort Bliss, Texas, with an estimated completion date of Nov. 2, 2021. Fiscal 2016 military construction, Army funds in the amount of $8,996,222 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0009). AIR FORCE Israel Aerospace Industries Ltd., Lod, Israel, has been awarded a $240,000,000 estimated ceiling indefinite-delivery/indefinite-quantity contract for the acquisition of T-38 Wings. Work will be performed in Lod, Israel, and is expected to be complete by Jan. 2033. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 consolidated sustainment activity group working capital funds in the amount of $34,426,532 are being obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8208-20-D-0001). Gulfstream Aerospace Corp., Savannah, Georgia, has been awarded a delivery order in the amount of $127,430,000 firm-fixed‐price contract for the acquisition of two C-37B aircraft. Work will be performed in Savannah, Georgia, and is expected to deliver by September 2021. This award is the result of a sole-source acquisition. Fiscal 2020 procurement funds in the amount of $127,430,000 are being obligated at the time of award. The cumulative face value of the contract order is $127,430,000. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8134‐20-F‐3100). The Boeing Co., St. Louis, Missouri, has been awarded an $84,108,947 contract modification (P00007) to the previously awarded contract FA8634-18-C-2698 for the F-15 Advanced Display Core Processor (ADCP) II Low-Rate Initial Production 4. This contract modification exercises an option that provides the production and integration of the ADCP II boxes and related equipment into the F-15 platform. Work will be performed in St. Louis, Missouri, and is expected to be completed by July 22, 2022. This award is the result of a sole-source acquisition. Fiscal 2018, 2019 and 2020 procurement and working capital funds in the full amount are being obligated at the time of award. Total cumulative face value of the contract is $260,932,155. Fiscal 2018, 2019 and 2020 procurement funds in the amount of $74,346,630; and fiscal 2020 working capital funds in the amount of $9,762,318 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Global Connections to Employment Inc., Pensacola, Florida, has been awarded a $28,683,615 firm-fixed-price contract for custodial services. The contractor will provide non-personal services for continued operational support. Work will be performed at MacDill Air Force Base, Florida, and is expected to complete by Jan. 31, 2027. This award is to a mandatory source under the AbilityOne program (41 U.S. Code 85 and 41 Code of Federal Regulations 51). Fiscal 2020 operations and maintenance funds in the amount of $5,657,808 will be obligated under multiple task orders at the time of award. The 6th Contracting Squadron, MacDill Air Force Base, Florida, is the contracting activity (FA4814-20-D-0003). Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $19,999,836 modification to previously awarded contract FA8750-18-C-0116 for Operational Resilient Cyber Advancements. The contract modification allows the performer to design and develop Microservice Architectures for defensive cyber operations technology in addition to utilizing a cloud-based orchestration engine to automate processes and develop Artificial Intelligence/Machine Learning technology thrusts. Work will be performed in McLean, Virginia, and is expected to be completed by Aug. 5, 2023. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,528,884 are being obligated at the time of award. The total cumulative face value of the contract is $67,435,795. The Air Force Research Laboratory, Rome, New York, is the contracting activity. NAVY Lockheed Martin Corp., Rotary and Mission Systems, Manassas, Virginia, is awarded an $81,645,285 cost-plus-incentive-fee contract modification to a previously awarded contract (N00024-17-C-6259) to exercise and fund options for naval production, engineering services and required materials for the government of Canada under the Foreign Military Sales (FMS) program. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by June 2026. FMS (Canada) funding for $79,584,238 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. Northrop Grumman Mission Systems, Linthicum, Maryland, is awarded a $45,479,156 modification for the firm-fixed-price portion of a previously awarded contract (M67854-19-C-0043). This modification is for the purchase of two Gallium Nitride full rate production systems and spares in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Linthicum, Maryland, and is expected to be complete by April 4, 2023. Fiscal 2020 procurement (Marine Corps) funds in the amount of $45,479,156 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract modification was not competitively procured. The base contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Jacobs Ewingcole JV, Pasadena, California, is awarded a firm-fixed-price task order N62473-20-F-4247 at $21,627,696 under an indefinite-delivery/indefinite-quantity contract for design-bid-build construction packages at Naval Air Weapons Station, China Lake, California. The work to be performed provides for preparation of design-bid-build construction packages consisting of full plans, specifications, cost estimates and other services. Work will be performed in Ridgecrest, California, and is expected to be completed by March 2021. Fiscal 2020 military construction (Navy) contract funds for $21,000,000 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801). URS Group Inc., Morrisville, North Carolina, is awarded a $7,000,000 modification on a firm-fixed-price task order under a multiple award construction contract for phase one of Hurricane Michael repairs for stabilization and repairs to multiple buildings at Naval Support Activity, Panama City, Florida. After award of this modification, the total task order value will be $69,246,764. The work to be performed provides for construction, alteration and repair of real property and utilities because of Hurricane Michael. Work also includes any and all ancillary and incidental mechanical and electrical support services needed to accomplish required work including, but not limited to, disconnects, temporary reconnects, removals, extensions, modifications, alterations, reinstalls, new components and permanent reconnects necessary for functional operation. Work will be performed in Panama City, Florida, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance (Navy) contract funds for $7,000,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N62470-13-D-6022). DEFENSE LOGISTICS AGENCY Pinnacle Petroleum Inc.,* Huntington Beach, California, (SPE605-20-D-4516, $63,570,797); Falcon Fuels Inc.,** Paramount, California, (SPE605-20-D-4509, $57,497,366); Brad Hall and Associates Inc., Idaho Falls, Idaho, (SPE605-20-D-4505, $55,451,197); Petroleum Traders Corp.,** Fort Wayne, Indiana, (SPE605-20-D-4515, $18,411,287); Merrimac Petroleum Inc.,* Long Beach, California, (SPE605-20-D-4514, $16,596,199); Mansfield Oil Company of Gainesville Inc., Gainesville, Georgia, (SPE605-20-D-4513, $9,251,400) and Foster Fuels Inc.,** Brookneal, Virginia, (SPE605-20-D-4510, $7,238,675) have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE605-20-R-0200 for various types of fuel. These were competitive acquisitions with 39 offers received. These are 54-month contracts with a six-month option period. Locations of performance are Arizona, California, Georgia, Idaho, Indiana, Nevada, Utah and Virginia, with a Sept. 30, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Federal Resources Supply Co., Stevensville, Maryland, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 102 responses received. This is a five-year contract with no option periods. Location of performance is Maryland, with a Jan. 29, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0028). Minburn Technology Group LLC,** Great Falls, Virginia, has been awarded an $18,191,117 firm-fixed-price delivery order (SP4701-20-F-0029) against a 10-year Department of Defense Enterprise Services Initiative blanket purchase agreement (N66001-19-A-0006) and General Services Administration Federal Supply Schedule (GS-35F-309AA) for a Microsoft enterprise licensing agreement. This was a competitive acquisition with five responses received. This is a one-year delivery order with two one-year option periods. Location of performance is Virginia, with a Jan. 31, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania. Robertson Fuel Systems LLC, Tempe, Arizona, has been awarded an $8,899,105 firm-fixed-price, indefinite-delivery requirements contract for fuel tank assemblies. 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 four-year contract with no option periods. Location of performance is Arizona, with a Jan. 31, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0012). DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY ASRC Federal Professional Services LLC, Beltsville, Maryland, was awarded an estimated $54,757,914 firm-fixed-price contract (HS0021-20-C-0002) for the Defense Counterintelligence and Security Agency (DCSA). The contract provides for case processing and overall operation center support services in support of the background investigation process. Work will be performed at Boyers, Pennsylvania, and St. Louis, Missouri. This contract is funded with fiscal 2020 DCSA working capital funds with $13,577,188 obligated at time of award. The anticipated period of performance includes one 12-month base period and four 12-month option periods. The estimated lifecycle award value is $276,794,547. This requirement was synopsized on the Federal Business Opportunities website as a single-award, small business set-aside on Nov. 20, 2018. As a result, all small businesses were solicited and six offers were received. The Contracting Office, Quantico, Virginia, is the contracting activity. *Woman-owned small business **Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2070367/source/GovDelivery/

All news