Back to news

October 1, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense – September 30, 2020

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $1,219,170,958 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price and fixed-price-incentive) contract to produce, test and deliver Interim Maneuver Short-Range Air Defense (IM-SHORAD) systems. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0039).

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $131,596,627 modification (P00011) to contract W58RGZ-19-C-0022 for Gray Eagle aircraft, satellite communications air data terminals, program management and government-furnished equipment maintenance and repair. Work will be performed in Poway, California, with an estimated completion date of Dec. 31, 2022. Fiscal 2020 aircraft procurement, Army funds in the amount of $131,596,627 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. (Awarded Sept. 29, 2020)

BAE Systems, York, Pennsylvania, was awarded a $127,588,892 modification (P00026) to contract W56HZV-17-C-0242 for the sole source procurement of M88A2 Heavy Equipment Recovery Combat Utility Lift and Evacuation System vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of July 31, 2023. Fiscal 2020 other procurement, Army funds in the amount of $127,588,892 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Radiance Technologies Inc.,* Huntsville, Alabama, was awarded a $120,784,794 cost-plus-fixed-fee contract for engineering and technical assistance support to the U.S. Army Rapid Capabilities and Critical Technologies Office. Bids was solicited via the internet with six received. Work will be performed at Redstone Arsenal, Alabama; Fort Belvoir, Virginia; and Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 29, 2023. Fiscal 2019 and 2020 research, development, test and evaluation, Army funds in the amount of $2,794,694 were obligated at the time of the award. U.S. Army Rapid Capabilities and Critical Technologies Office, Redstone Arsenal, Alabama, is the contracting activity (W50RAJ-20-F-0014).

Utah State University Space Dynamics Laboratory, North Logan, Utah, was awarded a $64,907,822 cost-plus-fixed-fee contract for engineering, science and technology, analysis, test and fundamental technology research for systems, operations, hardware and software. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-20-D-0060).

A&K Construction Inc., Paducah, Kentucky, was awarded a $56,070,000 firm-fixed-price contract for construction of a middle school at Fort Campbell. Bids were solicited via the internet with eight received. Work will be performed at Fort Campbell, Tennessee, with an estimated completion date of May 18, 2023. Fiscal 2019 military construction, defense-wide funds in the amount of $56,070,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0054).

Purcell Construction Corp., Richmond, Virginia, was awarded a $47,269,234 firm-fixed-price contract for construction of Advanced Individual Training barracks at Fort Eustis. Bids were solicited via the internet with seven received. Work will be performed in Newport News, Virginia, with an estimated completion date of Oct. 10, 2022. Fiscal 2016 and 2020 military construction, Army funds in the amount of $47,269,234 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-2027).

Caterpillar Inc. Government and Defense Products, Peoria, Illinois, was awarded a $40,607,049 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract to return 243 government-owned Caterpillar construction and material-handling vehicles to a like-new condition status. 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. 28, 2022. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-F-0424).

Korte Construction Co., St. Louis, Missouri, was awarded a $36,685,652 firm-fixed-price contract for design and construction of a combined intelligence, surveillance and reconnaissance group and squadron operations facility. Bids were solicited via the internet with two received. Work will be performed in Las Vegas, Nevada, with an estimated completion date of Dec. 8, 2022. Fiscal 2020 military construction, defense-wide funds in the amount of $36,685,652 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-20-C-0021).

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $32,427,632 firm-fixed-price contract for logistics support for H-47 forward and aft blades and associated containers. 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 (W58RGZ-20-F-0625).

Nan Inc., Honolulu, Hawaii, was awarded a $30,867,340 firm-fixed-price contract to repair Building 502 on Fort Shafter. Bids were solicited via the internet with one received. Work will be performed at Fort Shafter, Hawaii, with an estimated completion date of April 28, 2023. Fiscal 2020 operations and maintenance, Army funds in the amount of $30,867,340 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-20-C-0007).

Lockheed Martin, Grand Prairie, Texas, was awarded a $26,960,639 modification (PZ0058) to contract W31P4Q-16-C-0036 for the procurement of last time buy production components for High Mobility Artillery Rocket Systems launchers. Work will be performed in Grand Prairie, Texas; Camden, Arkansas; and Palm Bay, Florida, with an estimated completion date of March 31, 2023. Fiscal 2019 missile procurement, Army funds; and fiscal 2019 and 2020 U.S. Marine Corps funds in the amount of $26,960,639 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

StructSure Projects Inc., Kansas City, Missouri, was awarded a $26,388,053 firm-fixed-price contract for renovation work at the Military Correction Complex at Fort Leavenworth. Bids were solicited via the internet with eight received. Work will be performed at Fort Leavenworth, Kansas, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 civil construction funds in the amount of $26,388,053 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-4021).

General Dynamics Mission Systems Inc., Taunton, Massachusetts, was awarded a $25,917,217 cost-plus-fixed-fee contract to procure engineering and technical support services to execute a pilot program Tactical Network-Transport on the Move systems and equipment. Bids were solicited via the internet with one received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Sept. 29, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-20-F-0286).

SOC LLC, Hawthorne, Nevada, was awarded a $24,000,000 modification (P00012) to contract W52P1J-11-D-0002 W52P1J-20-F-0130 for operation and maintenance of the Hawthorne Army Depot, Nevada. 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, 2021. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Hensel Phelps Construction Inc., was awarded a $22,455,000 firm-fixed-price contract to repair Building 503A on Fort Shafter. Bids were solicited via the internet with three received. Work will be performed at Fort Shafter, Hawaii, with an estimated completion date of Dec. 30, 2022. Fiscal 2020 operation and maintenance, Army funds in the amount of $22,455,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-20-C-0008).

SES Construction and Fuel Services LLC,* Oak Ridge, Tennessee, was awarded a $21,684,441 firm-fixed-price contract for two-phase design, construction and repair of Hangar Building 290 at Tyndall Air Force Base. Bids were solicited via the internet with 12 received. Work will be performed at Tyndall AFB, Florida, with an estimated completion date of Nov. 27, 2021. Fiscal 2020 operations and maintenance, Air Force funds in the amount of $21,684,441 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0038).

Patriot Construction, Dunkirk, Maryland, was awarded a $20,641,702 firm-fixed-price contract for HVAC repairs at Fort Leavenworth. Bids were solicited via the internet with three received. Work will be performed at Fort Leavenworth, Kansas, with an estimated completion date of Sept. 29, 2025. Fiscal 2020 operation and maintenance, Army funds in the amount of $20,641,702 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-4024).

Hensel Phelps Construction Co., Orlando, Florida, was awarded a $19,249,000 firm-fixed-price contract for construction of facilities for development of nano energetic/explosive technologies and the development, integration, rapid prototyping and fielding of advance munitions. Bids were solicited via the internet with three received. Work will be performed at Eglin Air Force Base, Florida, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 military construction, Air Force funds in the amount of $19,249,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0034).

Greenup Industries LLC,* Kenner, Louisiana, was awarded a $17,915,131 firm-fixed-price contract for excavation and reconstructing an asphalt pavement ramp and other incidental projects. Bids were solicited via the internet with six received. Work will be performed in LaPlace, Louisiana, with an estimated completion date of Oct. 7, 2022. Fiscal 2020 civil construction funds in the amount of $17,915,131 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0077).

Walga Ross Group 3 JV,* Joplin, Missouri, was awarded a $15,120,882 firm-fixed-price contract for design and construction renovations for Buildings 2824 and 2850 at Fort Polk. Bids were solicited via the internet with five received. Work will be performed at Fort Polk, Louisiana, with an estimated completion date of Sept. 24, 2022. Fiscal 2020 operations and maintenance, Army funds in the amount of $15,120,882 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0055).

SOL Engineering Services LLC,* Jackson, Mississippi, was awarded a $15,000,000 firm-fixed-price contract for research, development, test and evaluation and civil activities. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2025. U.S. Army Corps of Engineers' Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-20-D-0006).

V Line Services LLC,* Kingston, Georgia, was awarded a $14,564,000 firm-fixed-price contract to renovate Building 888 at Rickenbacker Air National Guard Base. Bids were solicited via the internet with six received. Work will be performed in Columbus, Ohio, with an estimated completion date of April 14, 2022. Fiscal 2020 Air Guard sustainment, restoration and modernization funds in the amount of $14,564,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Ohio, is the contracting activity (W50S8P-20-C-0010).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $13,400,000 firm-fixed-price contract for maintenance and overhaul of helicopter mechanical transmissions. Bids were solicited via the internet with one received. Work will be performed in Shelton, Connecticut, with an estimated completion date of Aug. 31, 2024. Fiscal 2020 Army working capital funds in the amount of $13,400,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-C-0046).

Lockheed Martin MFC, Grand Prairie, Texas, was awarded a $13,203,134 modification (P00019) to contract W31P4Q-19-C-0101 for last time buy of production parts for High Mobility Artillery Rocket System launchers. Work will be performed in Grand Prairie, Texas; Camden, Arkansas; and Palm Bay, Florida, with an estimated completion date of Feb. 26, 2024. Fiscal 2018 and 2020 missile procurement, Army funding; fiscal 2020 U.S. Marine Corps funding; and 2020 Foreign Military Sales (Finland, Jordan, Romania, Singapore, United Arab Emirates) funds in the amount of $13,203,134 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

SGS LLC,* Yukon, Ohio, was awarded a $12,499,983 firm-fixed-price contract to renovate tactical equipment maintenance facilities at Fort Polk. Bids were solicited via the internet with three received. Work will be performed at Fort Polk, Louisiana, with an estimated completion date of May 23, 2022. Fiscal 2020 operation and maintenance, Army funds in the amount of $12,499,983 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0593).

Speegle Construction Inc.,* Niceville, Florida, was awarded an $11,836,700 firm-fixed-price contract for construction of a 36,800 square-foot high bay facility. Bids were solicited via the internet with eight received. Work will be performed at Hurlburt Field, Florida, with an estimated completion date of Sept. 29, 2022. Fiscal 2024 military construction, defense-wide funds in the amount of $11,836,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0026).

SES Construction and Fuel Services LLC,* Oak Ridge, Tennessee, was awarded a $10,767,743 firm-fixed-price contract to repair Building 9310 at Tyndall Air Force Base. Bids were solicited via the internet with 15 received. Work will be performed in Panama City, Florida, with an estimated completion date of May 30, 2022. Fiscal 2020 operation and maintenance, Air Force funds in the amount of $10,767,743 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0036).

GXM Consulting LLC,* Ashburn, Virginia, was awarded a $10,000,000 firm-fixed-price contract to support the Army Research Laboratory's Sensors and Electron Devices Directorate. 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. 29, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-20-F-0050).

Shiers Communication Specialist Inc.,* Vicksburg, Mississippi, was awarded a $9,950,000 firm-fixed-price contract for labor services, equipment and materials for the voice, video and data communications networks at the U.S. Corps of Engineers Engineer Research and Development Center locations. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2025. U.S. Army Corps of Engineers' Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-20-D-0007).

Milicon Inc.,* Sunrise, Florida, was awarded a $9,727,848 firm-fixed-price contract for roof renovation of Building 54 at the Defense Logistics Agency. Bids were solicited via the internet with five received. Work will be performed in Richmond, Virginia, with an estimated completion date of April 4, 2022. Fiscal 2020 military construction, Army funds in the amount of $9,727,848 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-2004).

Modern American Recycling & Repair Services of Alabama LLC,* Mobile, Alabama, was awarded a $9,562,791 firm-fixed-price contract to keep the Wheeler Dredge Vessel in good working condition to meet inspection requirement from U.S. Coast Guard regulations. Bids were solicited via the internet with two received. Work will be performed in Mobile, Alabama, with an estimated completion date of Dec. 30, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $9,562,791 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0078).

Maverick Constructors LLC,* Lutz, Florida, was awarded a $9,109,257 firm-fixed-price contract for expansion of Quantico National Cemetery. Bids were solicited via the internet with four received. Work will be performed in Triangle, Virginia, with an estimated completion date of April 11, 2022. Fiscal 2017 Veterans Administration minor construction funds in the amount of $9,109,257 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-5024).

Kemron Environmental Services Inc.,* Atlanta, Georgia, was awarded a $9,000,000 firm-fixed-price contract to support technical activities of the U.S. Army Corps of Engineers Sacramento District. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2025. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-D-0003).

Diversified Construction of Oklahoma Inc., Edmond, Oklahoma, was awarded an $8,880,370 firm-fixed-price contract for design and construction of multiple roadway segments and parking lots for ground support equipment and personally owned vehicles at Tinker Air Force Base. Bids were solicited via the internet with two received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of May 17, 2022. Fiscal 2020 military construction, defense-wide funds in the amount of $8,880,370 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-20-F-0165).

EA Engineering, Science and Technology Inc. PBC,* Hunt Valley, Maryland, was awarded an $8,252,999 firm-fixed-price contract for environmental remediation services Air Force installations. Bids were solicited via the internet with four received. Work will be performed at Altus Air Force Base, Oklahoma; Tulsa, Oklahoma; Tinker AFB, Oklahoma; Enid, Oklahoma; and Little Rock AFB, Arkansas, with an estimated completion date of Sept. 29, 2030. Fiscal 2020 environmental restoration, defense funds in the amount of $8,252,999 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-20-C-0016).

McCormick Industrial Abatement Services Inc.,* Little Rock, Arkansas, was awarded an $8,060,430 firm-fixed-price contract to paint the tainter gates at Wilber D. Mills Lock and Dam. Bids were solicited via the internet with four received. Work will be performed in Tichnor, Arkansas, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 civil operations and maintenance funds in the amount of $8,060,430 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-20-C-0008).

Vellutini, doing business as Royal Electric, Sacramento, California, was awarded a $7,580,580 firm-fixed-price contract to repair an airfield lighting system at Grissom Air Reserve Base. Bids were solicited via the internet with four received. Work will be performed at Grissom Air Reserve Base, Indiana, with an estimated completion date of Dec. 20, 2021. Fiscal 2020 operations and maintenance, defense-wide funds in the amount of $7,580,580 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0062).

General Constructors Inc. of the Quad Cities,* Betendorf, Iowa, was awarded a $7,427,764 modification (P00005) to contract W912EK-18-C-0036 to demolish an existing guidewall and construct a new one. Work will be performed in Pleasant Valley, Iowa, with an estimated completion date of Nov. 26, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,427,764 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity.

NAVY

Fluor Marine Propulsion LLC, Arlington, Virginia, is awarded a $1,120,460,003 cost-plus-fixed fee modification to previously awarded contract N00024-18-C-2130 to exercise the fiscal 2021 option for naval nuclear propulsion work at the Naval Nuclear Laboratory. Work will be performed in Pittsburgh, Pennsylvania (48%); Schenectady, New York (42%); and Idaho Falls, Idaho (10%), and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $5,996,652 will be obligated at time of award and will not expire at the end of the current fiscal year in accordance with Federal Acquisition Regulations 2410(a). This contract modification was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Space, Titusville, Florida, is awarded a $498,444,190 fixed-price-incentive, cost-plus-incentive-fee, and cost-plus-fixed-fee modification (PZ0001) to previously awarded and announced unpriced letter contract N00030-20-C-0100 for Trident II (D5) missile production and deployed systems support. Work will be performed in Cape Canaveral, Florida (25.9%); Kings Bay, Georgia (20.6%); Bangor, Washington (19.3%); Sunnyvale, California (11.8%); Denver, Colorado (9.8%); Titusville, Florida (5.4%); Magna, Utah (1.6%); Bethesda, Maryland (1.2%); and other various locations (less than 1.0% each, 4.4% total). Work is expected to be completed Sept. 30, 2026. The maximum dollar value of the modification, including the base and all option items, if exercised, is $1,219,882,483. Fiscal 2020 weapons procurement (Navy) funds in the amount of $45,081,348; fiscal 2019 weapons procurement (Navy) funds in the amount of $11,273,190; and United Kingdom funds in the amount of $4,403,914 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, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Charlottesville, Virginia, was awarded a $210,104,000 indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee, and cost type contract for the production of the AN/WSN-7 Ring Laser Gyroscope navigation system, provisioned items and associated technical support, for use on Navy ships and submarines. Work will be performed in Charlottesville, Virginia, and is expected to be completed by December 2022. Fiscal 2020 shipbuilding and conversion (Navy) (66%); and fiscal 2020 research, development, test and evaluation (Navy) (34%) funding in the amount of $19,737,867 will be obligated on the first task order at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-D-5230). (Awarded Sept. 25, 2020)

Alliant Techsystems Operations LLC, Northridge, California, is awarded a $122,306,544 modification (P00013) to previously awarded cost-plus-incentive-fee contract N00019-19-C-0050. This modification provides flight test support in support of the Advanced Anti-Radiation Guided Missile-Extended Range missile for the Navy and test assets for the Air Force. Work will be performed in Northridge, California (98%); and Ridgecrest, California (2%), and is expected to be completed in December 2023. Fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $12,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rogers, Lovelock & Fritz Inc., Orlando, Florida, is awarded a maximum amount of $100,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for multi-discipline projects at various activities in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed includes, but is not limited to, providing architectural design and engineering services for preparation of design-build requests for proposals and design-bid-build construction documents for various project types within the NAVFAC Northwest AOR. No task orders are being issued at this time. Work will be performed at various government installations within the NAVFAC Northwest AOR including, but not limited to Washington (75%); Alaska (22%); Idaho (1%); Montana (1%); and Oregon (1%). The term of the contract is not to exceed 60 months with an expected completion date of September 2025. Fiscal 2020 military construction (MILCON) (Navy) contract funds in the amount of $1,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-20-D-0002).

Chenega Management LLC,* Anchorage, Alaska (N39430-20-D-2261); Red Peak Technical Services LLC,* Anchorage, Alaska (N39430-20-D-2262); Silver Mountain Weston SB JV, LLC,* Idaho Falls, Idaho (N39430-20-D-2263); and Trofholz Technologies Inc.,* Rocklin, California (N39430-20-D-2264), are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for a maximum dollar value of $99,000,000 for all four contracts combined. The work to be performed provides for design, procurement, integration, installation, technology refreshment, testing, initial training, repair and replacement for PS/AC systems to include hardware, firmware and associated software. The types of PS/AC systems covered in this contract include automated vehicle gates, automated pedestrian turnstiles, enclaves, final denial barriers, electronic security systems-intrusion detection systems and physical security information management systems. Trofholz Technologies Inc., is being awarded the initial seed task order in the amount of $388,228 for the replacement of active vehicle barriers and associated construction at Naval Support Activity Orlando, Florida. Work for this task order will be performed in Orlando, Florida, and is expected to be completed by April 2021. Work on this contract will be performed at various locations worldwide depending upon needs of the Navy. Based on historical data, work will be distributed to California (18%); Virginia (16%); Washington (15%); Hawaii (11%); Illinois (11%); Florida (7%), Mississippi (7%); Texas (5%); Connecticut (3%); Georgia (3%); Nevada (2%); and Tennessee (2%). The term of the contract is not to exceed 60 months, with an expected completion date of September 2025. Fiscal 2020 other procurement (Navy) (OPN); and fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $418,228 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OPN and O&M,N funds. This contract was competitively procured via the Federal Business Opportunities website with 16 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia (M95494-20-D-4001); Calibre Systems Inc., Alexandria, Virginia (M95494-20-D-4002); Corps Solutions LLC, Stafford, Virginia (M95494-20-D-4003); Northrop Grumman Systems Corp., McLean, Virginia (M95494-20-D-4004); and Whitney, Bradley & Brown Inc., Reston, Virginia (M95494-20-D-4005), are awarded a combined $97,713,798 hybrid firm-fixed-price and cost only indefinite-delivery/indefinite-quantity, multiple award contract to provide professional support services to the Marine Corps, Pacific, I Marine Expeditionary Force (MEF) and III MEF. Each awardee will be awarded $5,000 (minimum contract guarantee per awardee) at contract award. Work will be performed in Camp H.M. Smith, Hawaii; Camp Pendleton, California; Okinawa, Japan; and Blount Island Command, Florida. Work is expected to be completed September 2025. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $25,000 will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the Federal Business Opportunities website, with seven offers received. The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $79,002,316 for an indefinite-delivery, performance-based logistics requirements contract for repair, replacement and program support covering 10 components, including the tail gearbox assembly, nose gearbox assembly, damper and swashplate in support of the CH-53 and MH-53 aircraft. This contract includes a 27-month base period with no options. Work will be performed in Stratford, Connecticut (77%); and Cherry Point, North Carolina (23%). Work is expected to be completed by December 2022. Working capital funds (Navy) in the amount of $35,112,140 will be obligated for delivery order N00383-21-F-0U00 that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-U001).

Huntington Ingalls Inc., Newport News Shipbuilding, Newport News, Virginia, is awarded a $53,231,976 cost-plus-fixed-fee option exercise modification to previously awarded contract N00024-20-C-2109 for engineering, technical, design, configuration management, integrated logistics support, database management, research and development, modernization, planning yard for operational nuclear strategic and attack submarines. This contract combines purchases for the Navy (98%); and the government of Great Britain (2%), under the Foreign Military Sales (FMS) program. Work will be performed in Newport News, Virginia (90%); Kings Bay, Georgia (3%); Bremerton, Washington (2%); Pearl Harbor, Hawaii (2%); Kittery, Maine (2%); and Groton, Connecticut (1%), and is expected to be completed by September 2022. If all options are exercised, work will be completed by September 2024. Fiscal 2020 other procurement (Navy; 54%); research, development, test, and evaluation (Navy; 44%); and FMS Great Britain (2%) funding in the amount of $839,295 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-2109).

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $48,580,244 cost-plus-fixed-fee, firm-fixed-priced order (N61340-20-F-7002) against previously issued basic ordering agreement N00019-17-G-0002. This order procures software and hardware upgrades for 24 V-22 flight training devices necessary to integrate V-22 aircraft Tactical Software Suite version 8.1 and 8.2 into 23 MV-22 training devices for the Marine Corps and one CV-22 training device for the Air Force. Work will be performed in Chantilly, Virginia (26%); Broken Arrow, Oklahoma (21%); Fort Worth, Texas (20%); St. Louis, Missouri (9%); Philadelphia, Pennsylvania (9%); Fort Walton Beach, Florida (8%); Orlando, Florida (4%); and Clifton, New Jersey (3%), and is expected to be completed in August 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $42,601,350; and fiscal 2020 aircraft procurement (Air Force) funds in the amount of $5,978,894 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training System Division, Orlando, Florida, is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia (N66604-20-D-K001); Huntington Ingalls Industries Fleet Support Group LLC, Virginia Beach, Virginia (N66604-20-D-K002); Northrop Grumman Systems Corp., Mission Systems, Annapolis, Maryland (N66604-20-D-K003); Oasis Systems LLC, Rockville, Maryland (N66604-20-D-K004); Oceaneering International Inc., Hanover, Maryland (N66604-20-D-K005); Science Applications International Corp., Reston, Virginia (N66604-20-D-K006); and Serco Inc., Herndon, Virginia (N66604-20-D-K007), are awarded a maximum dollar value combined $46,867,283 cost-plus-fixed-fee and firm-fixed-price indefinite delivery/indefinite quantity contract. The work to be performed is to design, develop, fabricate, test, install, analyze, document and deliver rapid prototype solutions associated with payload launch/retrieval systems; payload stowage/handling equipment and payload integration systems; hatches, trunks and closures equipment; payload encapsulation systems; simulators and electronic equipment; and cables, coatings and materials. Work will be performed at the contractors' sites (70%); government sites (15%); and various shipyards, Navy bases and platforms (15%) according to individual orders, and is expected to be complete by September 2025. Overhead funding in the amount of $7,000 (each awardee receives $1,000 minimum guarantee per contract) will be obligated under each contract's initial task order and will not expire at the end of the current fiscal year. This multiple-award contract was competitively procured via the Federal Business Opportunities website with seven acceptable offers received. The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $35,339,953 cost-plus-fixed-fee contract for Reactor Plant Planning Yard support for nuclear-powered submarines and Support Yard for the Navy's Moored Training Ships. Work will be performed in Groton, Connecticut (95%); and Charleston, South Carolina (5%), and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy; 70%); and fiscal 2020 other procurement (Navy; 30%) funding in the amount of $19,726,396 will be obligated at time of award and will not expire at the end of the current fiscal year in accordance with 10 U.S. Code 2410(a). This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-2114).

L3 – Interstate Electronics Corp., Anaheim, California, is awarded a $33,245,905 cost-plus-fixed-fee contract modification (P00034) to exercise options under previously awarded and announced contract N00030-18-C-0001 for engineering and services support for flight test instrumentation (FTI) and readiness instrumentation (RI) systems operated in support of the Trident II D5LE flight test program. Work will be performed in Anaheim, California (56%); Cape Canaveral, Florida (27%); Bremerton, Washington (2%); Kings Bay, Georgia (2%); Washington, D.C. (6%); Norfolk, Virginia (1%); Laurel, Maryland (2%); Silverdale, Washington (2%); and Barrow-in-Furness, United Kingdom (2%), with an expected completion date of Sept. 30, 2021. Fiscal 2020 weapons funds in the amount of $33,245,905, are being obligated to this award, none of which will expire at the end of the current fiscal year. This is not a competitive award. Strategic Systems Programs, Washington, D.C., is the contracting activity.

L-3 Chesapeake Sciences Corp., Millersville, Maryland, is awarded a $31,119,670 fixed-price incentive fee, cost-plus-fixed-fee and cost reimbursable modification to previously awarded contract N00024-16-C-6251 to exercise for the production of towed arrays. Contract action is a modification to a previously awarded contract in order to exercise options for the production of towed array assemblies. Work will be performed in Liverpool, New York (52%); Millersville, Maryland (28%); and Ashaway, Rhode Island (20%), and is expected to be completed by February 2023. Fiscal 2020 other procurement (Navy); fiscal 2020 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy); and 2018 shipbuilding and conversion (Navy), amount of $31,119,670 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 Navy Yard, Washington, D.C., is the contracting activity.

MA Engineers JV,* San Diego, California, is awarded a maximum $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for mechanical engineering, electrical engineering and plumbing services located in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for preparation of requests for proposals, construction contract packages and support services, mechanical and electrical site investigations and fire protection engineering. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (86%); Arizona, (5%); Nevada (5%); Colorado (1%); New Mexico (1%); and Utah (1%), but may also be available worldwide (1%). The term of the contract is not to exceed 60 months, with an expected completion date of September 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N. This contract was competitively procured via the Federal Business Opportunities website with seven proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-0552).

Technology Trends Group, LLC,* Arlington, Virginia, is awarded a $24,029,195 firm-fixed-price, contract for the modernization efforts at Marine Corps Base (MCB) Quantico. The contractor will be required to engineer, furnish, install, secure, test and make operational a turnkey Base Area Network Transport and Enterprise Unified Communications Voice solution for the modernization of the existing communication infrastructure at MCB Quantico and other Marine Corps facilities as defined by the government to include enterprise integration and convergence. Work will be performed in Quantico, Virginia, and is expected to be complete by March 2022. Fiscal 2020 procurement (Marine Corps) funds in the amount of $24,029,195 will be obligated at the time of award and funds will expire Sept. 30, 2023. This procurement is a direct 8(a) sole-source award to an Alaskan Native Corporation in accordance with Federal Acquisition Regulation 6.302-5, authorized or required by statute. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-20-C-4919).

The University of California, Davis, California, is awarded a $22,030,519 cost reimbursement agreement to develop revolutionary new treatment approaches for spinal cord injuries that integrate injury stabilization, regenerative therapy and functional restoration. This five-year contract includes seven optional tasks which, if exercised, would bring the potential value of this contract to an estimated $36,482,957. Work will be performed at the contractor's facilities in Lausanne, Switzerland (28%); Vancouver, British Columbia, Canada (23%); Davis, California (14%); Richardson, Texas (14%); Geneva, Switzerland (9%); Columbus, Ohio (6%); San Francisco, California (3%); and San Diego California (3%). The period of performance of this award is from Sept. 30, 2020, through Oct. 1, 2025. Optional tasks if exercised will be conducted within this period of performance. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $5,285,258 will be obligated at the time of award. This agreement was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation published on the beta.SAM.gov website. Twelve proposals were received and three were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-20-2-4046).

SOLPAC Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is awarded a $15,767,000 firm-fixed-price task order (N62473-20-F-5350) under a multiple award construction contract for replacement of the ambulatory care center at Marine Corps Base Camp Pendleton, California. The work to be performed provides for the construction of a replacement ambulatory care center that will deliver primary medical and dental care, including specialty clinics, ancillaries and support and administrative departments. The existing building will be demolished. Supporting facilities include utilities, site improvements, facility special foundations, access drives, parking, signage, antiterrorism force protection measures, demolition and environmental protection measures. Work will be performed in San Diego, California, and is expected to be completed by October 2022. Fiscal 2020 Defense military construction, Medical contract funds in the amount of $15,767,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5855).

Johns Hopkins University, Baltimore, Maryland, is awarded a $13,488,956 cost-reimbursement cooperative agreement to develop revolutionary new treatment approaches for spinal cord injuries that integrate injury stabilization, regenerative therapy and functional restoration. This five-year contract includes two optional tasks which, if exercised, would bring the potential value of this agreement to an estimated $14,444,793. Work will be performed at the contractor's facilities in Baltimore, Maryland (63%); Laurel, Maryland (17%); New York, New York (10%); and Bothell, Washington (10%). The period of performance of this award is from Sept. 30, 2020, through Sept. 29, 2025. Optional tasks if exercised will be conducted within this period of performance. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,189,377 will be obligated at the time of award. This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation published on the beta.SAM.gov website. Twelve proposals were received and three were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-20-2-4075).

General Dynamics Mission System Inc., Minneapolis, Minnesota, is awarded a $13,106,623 firm-fixed-price, cost-plus-fixed-fee contract. This contract provides upgrades of Navy owned Type 3 Advanced Mission Computers (AMC) with a fourth general purpose processor (GPP) to create a Type 3 extra processor and upgrade of all the Warfare Management Computer A11 cards with mission system computer equivalent GPPs in support of Advanced Mission Computer and Display. Work will be performed in Minneapolis, Minnesota, and is expected to be completed in September 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $9,961,999; fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $224,616; fiscal 2019 aircraft procurement (Navy) funds in the amount of $2,227,442; and non-Department of Defense participant funds in the amount of $692,566 will be obligated at 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 (N00421-20-C-0047).

General Atomics, San Diego, California, is awarded an $11,196,515 firm-fixed-price order (N00019-20-F-0639) against previously issued basic ordering agreement N00019-16-G-0006. This delivery order provides non-recurring engineering services in support of Electromagnetic Aircraft Launch System (EMALS) modification efforts. Specifically, implementing modifications made to the EMALS baseline during USS John F. Kennedy (CVN 79) production to the USS Gerald Ford (CVN 78) configuration. Work will be performed in San Diego, California (78%); and Waltham, Massachusetts (22%), and is expected to be completed in February 2024. Fiscal 2020 other procurement (Navy) funds in the amount of $11,196,515 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Asturian-Consigli JV LLC,* Virginia Beach, Virginia, is awarded an $11,130,130 firm-fixed-price task order (N40085-20-F-6689) under a multiple award construction contract for the expansion of the demolition training compound at Naval Air Station Oceana, Dam Neck Annex, Virginia. The work to be performed provides for construction of a training facility, grenade trainer, staging area, breaching walls, containment walls, utilities and other associated work. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by August 2022. Fiscal 2020 military construction (Defense-wide) contract funds in the amount of $11,130,130 are obligated on this award and will not expire at the end of fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-1124).

The Boeing Co., Huntington Beach, California, is awarded an $11,096,697 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-6307 to exercise options for engineering support services in support of the Extra Large Unmanned Undersea Vehicle (XLUUV) program. This option exercise is for engineering services under the existing contract that will be used to further develop and study additional capabilities, payloads, operational uses, and deployment scenarios for the XLUUV program. Work will be performed in Huntington Beach, California (75%); and Cockeysville, Maryland (25%), and is expected to be completed by September 2021. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $4,836,002 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems, Nashua, New Hampshire, is awarded a $10,600,000 firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery-requirements contract. This contract provides engineering support, studies, models and related services and supplies required in support of F-35 Joint Simulation Environment Electronic Warfare system data and data rights. Work will be performed in Nashua, New Hampshire, and is expected to be completed in September 2026. 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, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0046).

The University of Pittsburgh, Pittsburgh, Pennsylvania, is awarded a $10,451,439 cost-reimbursement agreement to develop revolutionary new treatment approaches for spinal cord injuries that integrate injury stabilization, regenerative therapy and functional restoration. This five-year contract includes no options. Work will be performed at the contractor's facilities in Pittsburgh, Pennsylvania (37%); Goose Creek, South Carolina (35%); and Philadelphia, Pennsylvania (28%). The period of performance of this award is from Sept. 30, 2020, through Sept. 29, 2025. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,380,172 will be obligated at the time of award. This agreement was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation published on the beta.SAM.gov website. Twelve proposals were received and three were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-20-C-4050).

Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, is awarded an $8,619,891 indefinite-delivery/indefinite-quantity modification for the exercise of Option Two for custodial services at Naval Medical Center Camp Lejeune, Marine Corps Base Camp Lejeune, North Carolina. The work to be performed provides for various custodial services including but not limited to emptying trashcans, sweeping, dusting, mopping, cleaning toilets and medical waste disposal for Naval Medical Center Camp Lejeune. After award of this option, the total cumulative contract value will be $24,914,030. Work will be performed in Jacksonville, North Carolina. This option period is from October 2020 to September 2021. No funds will be obligated at time of award. Fiscal 2021 operations and maintenance (Navy); and Defense Federal Health Program contract funds in the amount of $8,365,474 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-6161).

Metson Marine Services Inc.,* Ventura, California, is awarded $7, 226,056 for modification P00016 to previously awarded firm-fixed-price contract N68836-19-C-0002, to exercise Federal Acquisition Regulation 52.217-9 for Option Period Two 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 $36,553,373. Work is expected to be completed by September 2021. 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 2021 operations and maintenance (Navy) funds (98%); and fiscal 2021 operations and maintenance funds (Coast Guard; 2%) in the amount of $2,971,239 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 total small business set-aside requirement with five offers received. The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, Jacksonville, Florida, is the contracting activity.

Goodrich Corp., Troy, Ohio, is awarded a $7,177,466 firm-fixed-price order (N00019-20-F-02A2) under previously awarded Defense Logistics Agency indefinite-delivery/indefinite-quantity contract SPE4AX-18-D-9416. This order procures 51 carbon brakes, 50 wheel assemblies and associated part kits in support of the C-130 aircraft for the Marine Corps. Work will be performed in Troy, Ohio, and is expected to be completed in March 2021. Fiscal 2018 National Guard and Reserve equipment (Defense) funds in the amount of $2,822,752; and fiscal 2020 operations and maintenance (Navy) funds in the amount of $4,354,714 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Rotary and Mission Systems, Riviera Beach, Florida, is awarded a $7,131,524 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-6308 to exercise options for engineering support services in support of Unmanned Undersea Vehicle (UUV) subsystem development. This option exercise is for engineering services under the existing contract that will be used to develop and study UUV subsystems and concepts initially developed under the Extra Large Unmanned Undersea Vehicle (XLUUV) program, including navigational capabilities, autonomy and payload deployment. Work will be performed in Riviera Beach, Florida, and is expected to be completed by September 2021. Fiscal 2019 research, development, test and evaluation (Navy); and fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $1,900,987 will be obligated at time of award and funds in the amount of $78,882 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

Global Turbine System Inc., Medley, Florida, has been awarded a not-to-exceed $93,416,530 indefinite-delivery/indefinite-quantity undefinitized contract action for TF33 engine repair. This contract provides for maintenance, repair and overhaul repairs of the TF33 engine. Work will be performed in Medley, Florida, and is expected to be complete by September 2022. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $30,448,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity for contract (FA8124-20-D-0008).

AT&T Corp., Oakton, Virginia, has been awarded an $81,800,000 firm-fixed-price task order using the General Services Administration (GSA) information technology Schedule 70 contract for Tyndall Air Force Base, Florida, supplement communications recovery effort follow-on effort. The purpose of this task order is to sustain commercial network services; implement base-level compute and store solutions; expand the voice over internet protocol telephony solution installed on the remediation contract to tenant units; and provide solutions integration and discovery and planning site surveys for the implementation of future efforts. Contractor support functions will include change management, engineering and onsite project management. Work will be performed at Tyndall AFB, Florida, and is expected to be complete by Sept. 25, 2023. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $11,291,118; and fiscal 2020 other procurement funds in the amount $9,387,842 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8726-20-F-0146).

M1 Support Services LP, Denton, Texas, has been awarded a $79,287,756 firm-fixed-price modification (A00067) to contract FA3002-16-C-0006 for aircraft maintenance services. This modification exercises the fifth option period of a seven-year contract for T-6, T-38 undergraduate pilot training and T-38 Introduction to Fighter Fundamentals (IFF) aircraft maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2021. Fiscal 2021 operations and maintenance funds in the amount of $19,821,939 are being obligated at the time of award for the next option period. Total cumulative face value of the contract is $363,312,131. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

Diversified Technologies Inc., Bedford, Massachusetts, has been awarded a $71,670,595 requirements contract for the Cobra Dane Radar program. This contract provides for the building and factory testing of up to 11 new transmitter groups, installation and check out of the first three production transmitter groups, installation and testing instruction and oversight of second and third production groups and technical support of final eight production transmitter groups. Sufficient engineering extras (installation spares) on hand to support installation of transmitter groups. Work will be performed in Bedford, Massachusetts, and is expected to be complete by Sept. 30, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 procurement funds in the amount of 16,382,581, are being obligated at the time of award. The Air Force Life Cycle Management, Peterson Air Force Base, Colorado, is the contracting activity (FA8723-20-D-0001).

BioFire Defense LLC, Salt Lake City, Utah, has been awarded a $33,133,017 firm-fixed-price contract for BioFire Respiratory 2.1 (RP2.1) panel with SARS-CoV-2 (COVID-19). This contract provides for BioFire RP2.1 panels in support of 73 BioFire FilmArray and 7 Torch analyzers across 42 military treatment facilities in place for Home Station Medical Response programs. BioFire RP2.1 Panels are the only reagents compatible with BioFire FilmArray and/or Torch Analyzers. Work will be performed in Salt Lake City, Utah, and is expected to be complete by Sept. 29, 2021. This award is the result of a sole-source acquisition. Fiscal 2020 Defense Health Program; and fiscal 2020 operations and maintenance in the full amount are being obligated at the time of award. The 773rd Enterprise Sourcing Squadron, Joint Base San Antonio, Texas, is the contracting activity (FA8052-20-C-0018).

QinetiQ Limited, Farnborough, United Kingdom, has been awarded a $27,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for weapons range services. This contract provides fighter pilots from Royal Air Force Lakenheath, United Kingdom; Spangdahlem Air Base, Germany; and Aviano Air Base, Italy, the ability to employ precision guided munitions in a practice environment. Work will be performed in the United Kingdom, and is expected to be complete by Sept. 23, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 European Deterrence Initiative funds in the amount of $544,221 are being obligated at the time of award. The 48 Contracting Squadron, RAF Lakenheath, United Kingdom, is the contracting activity (FA558720D0005).

Communications and Power Industries LLC, Beverly, Massachusetts, has been awarded a $24,500,000 indefinite-delivery/indefinite-quantity contract for electron tubes repair. This contract provides for the teardown, test and evaluation, minor and major repairs and total rebuild of electron tubes. Work will be performed in Beverly, Massachusetts, and is expected to be complete by Sept. 29, 2025. This award was the result of a competitive acquisition and two offers were received. No funds are being obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8250-20-D-0006).

Rand Corp., Santa Monica, California, has been awarded a $19,957,309 cost-plus-need for fee modification (P00009) to previously awarded contract FA7014-16-D-1000 for a ceiling increase. This modification provides for a ceiling increase to the contract for research that will provide the people, tools, facilities, supplies, materials and studies and analysis research disciplines to conduct research, studies, and analyses that best addresses the mission needs of the Department of the Air Force and U.S. Space Force. Work will be performed in Santa Monica, California, and is expected to be complete by May 1, 2021. This modification brings the total cumulative face value of the contract to $256,208,348. No funds are being obligated at the time of award. The Air Force District of Washington, Andrews Air Force Base, Maryland, is the contracting activity.

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2367105/source/GovDelivery/

On the same subject

  • British-Spanish naval team gunning for another go at revamped UK carrier-support program

    May 29, 2020 | International, Naval

    British-Spanish naval team gunning for another go at revamped UK carrier-support program

    By: Andrew Chuter LONDON — Spanish shipbuilder Navantia has formed a joint venture with Northern Ireland's Harland & Wolff to pitch for an upcoming program to build up to three logistics ships to support the Royal Navy's new Queen Elizabeth-class aircraft carriers. The Anglo-Spanish partnership, known as Team Resolute, has been announced as expectations grow that the British Ministry of Defence is preparing to reopen a competition to build two, or maybe three, ships capable of delivering ammunition, dry stores and spares in a requirement known as the Fleet Solid Support program. The MoD pulled the plug on the competition late last year claiming the bids did not represent value for money. With the competition poised to be restarted around September, Team Resolute is the first to show its hand. Navantia, one of Europe's leading shipbuilders, and Harland & Wolff have been working together for a while under a memorandum of understanding but the two have now firmed that up into a joint venture agreement as the MoD prepares to restart with a new procurement strategy. The third player in the Team Resolute line-up is British naval design company BMT. Although not a joint venture member, BMT will participate as a subcontractor providing the design. The company worked with Navantia in the original competition. The design house has built a reputation in recent years of providing designs to navies around the world, including oilers for Britain and multi-role logistics ships for Norway, both based on its AEGIR design. For Harland & Wolff, the Belfast yard famous for building the Titanic, it's the latest move in an effort to revive fortunes after the company almost went out of business last year before current owners InfraStrata acquired the operation. InfraStrata, a small British company looking to develop a huge underground gas storage facility just up the coast from Belfast, plans to use Harland & Wolff to undertake much of the fabrication work required on the energy program as well as seek to build a credible shipbuilding and support business. John Wood, CEO of InfraStrata, said the partnership with Navantia could open up the possibility of challenging a status quo which has seen BAE Systems and Babcock dominate the maritime sector here. “This partnership has the capability to disrupt the UK defence shipbuilding and through-life support duopoly that currently exists, as well as providing much needed competition in the defense sector to ensure optimum value for taxpayer money and guaranteed delivery," said Wood. “The Fleet Solid Support program gives us the opportunity to take the expertise in depth that Navantia and BMT have in order to put together a really strong offering based on a best-value-for-money strategy," he said in a telephone interview with Defense News. The yard only employs 130 people at present but Wood said there was plenty of expertise available not least among the 1,200 skilled staff who were laid off at Harland & Wolff prior to the InfraStrata acquisition. Navantia and a British group calling itself TeamUK – led by Babcock and including BAE Systems, Cammell Laird and Rolls-Royce – were the two contenders competing the final stages of the Fleet Solid Support program when the MoD called a halt to the competition amid a growing controversy over the fact that the competition had been opened to foreign bidders and not reserved for local companies. The British government claimed its was acting under European Union regulations as the support vessels were not warships. Britain has now left the European Union but remains subject to its rules and regulations while the two sides try to negotiate a trade deal. Now the MoD is preparing to recompete the requirement, which could be worth approaching $1.9 billion if all three ships are purchased for the Royal Fleet Auxiliary, the support arm of the Royal Navy. A spokesperson for TeamUK said the group was formed to deliver prosperity benefits for the local economy. “We look forward to understanding the updated requirements when the Ministry of Defence announces their future plans for this procurement process,” said the spokesperson. Babcock and BAE dominate the shipbuilding business in the UK and have significant contracts building the Type 31 and Type 26 frigate programs, respectively. Few outside the government know whether the new invitation to negotiate will leave the door open to foreign bidders and what the requirement will actually look like. Some analysts think the damage the Covid-19 crisis has done to the economy should rule out foreign bidders, giving priority to high local content to boost jobs and skills. The conundrum is, though, that as a result of the virus, the MoD is likely to have less money rather than more in future budget deliberations, putting even greater pressure on finding the best value for money solution. Wood says he is open-minded about which way the MoD jumps on the issue of foreign bidders. “Who knows where this will go. They are looking for value for money. What we are saying is they can have the best of both worlds with some outside influence from Navantia, a leading shipyard that has massive pedigree, and local company BMT supporting H&W, which has the best facilities for this kind of project in the UK. If we gear up for an international competition we are confident we can come through and put a credible bid on the table. If it's UK bidders only, we think we can do the same,” said Wood. Infrastrata's CEO said a manufacturing role for Navanti has not been ruled out. “There could be workshare going to Spain. There could be components or blocks coming from Spain, but the agreement we have is to do the majority of the work in the UK. It's really about coming up with a project that fits the delivery schedule. Until we get the timelines nothing is ruled in and nothing ruled out. The key fundamental is it's a British cooperation, with the ability to reach back into Navantia,” he said. The executive said the plan was to spread the work beyond Harland & Wolff into other parts of the UK. “We are looking at opportunities in the UK on fabrication. We may also look at another acquisition in the UK to spread the work wider,” he said. Save the Royal Navy, a well regarded online group campaigning to reverse the decline of the Britain's naval forces, speculated recently that rather than buying two or three large Fleet Solid Support ships the MoD may look at altering the requirement and buying several smaller, cheaper, multi-role logistics ships as part of a wider update to British maritime support requirements. https://www.defensenews.com/global/europe/2020/05/28/british-spanish-naval-team-gunning-for-another-go-at-revamped-uk-carrier-support-program/

  • General Electric wins $517 million contract to build engines for Army’s next generation helicopters

    February 4, 2019 | International, Aerospace

    General Electric wins $517 million contract to build engines for Army’s next generation helicopters

    By: Valerie Insinna WASHINGTON — General Electric Aviation beat the Advanced Turbine Engine Company — a Honeywell and Pratt & Whitney team — to win the $517 million award for the engineering, manufacturing and development phase of the Improved Turbine Engine Program, or ITEP. “We are honored to be chosen by the Army to continue powering their Black Hawks and Apaches for decades to come,” said Tony Mathis, president and CEO of GE Aviation's military business. “We've invested the resources and infrastructure to execute immediately, and our team is ready to get to work on delivering the improved capabilities of the T901 to the warfighter.” The fierce competition started more than a decade ago, and its outcome will influence Army rotorcraft for decades to come. GE's T901 engine is now set to replace the T700 used by the Army's legacy utility and attack helicopters, but could also potentially outfit the Army's next generation reconnaissance helicopter in the Future Vertical Lift family of systems. “The requirements documents for the [Future Attack Reconnaissance Aircraft] specifiesTHE ITEP engine. It has got the FVL stamp of approval,” Jim Thomson, Jr., acting deputy director for the Army's future vertical lift cross functional team, told Defense News in a recent interview. ITEP answers a number of problems that emerged as the Army operated Apaches and Black Hawks during combat in Afghanistan and Iraq. The AH-64 and UH-60 became heavier as the service added armor and other upgrades during wartime, and they flew in hotter conditions and higher altitudes than would normally be optimal. “The helicopters were originally designed to work at 4,000 feet on a 95-degree day, and they were flying them much higher than that,” Mike Sousa, GE's business development leader for advanced turboshaft engines, told Defense News in December 2018. “When you do that, you just don't have as much power from the engine.” The Army's requirements for ITEP were clear throughout the process: Design a 3,000 shaft horsepower engine that reduces fuel consumption by 25 percent and increases its service life by 20 percent compared to the T700, a 2,000 shaft horsepower engine. Both companies were awarded risk reduction contracts in August 2016, with ATEC getting $154 million and GE Aviation getting $102 million to further refine their designs. Both companies had already spent years conceptualizing new engines and developing novel tech. GE, the incumbent manufacturer of the T700, offered a single spool engine. Sousa said that configuration would help the company meet weight requirements while removing cost and complexity from the design. “Our fundamental approach there was how do we keep this engine as affordable as possible and as low weight as possible,” he told Defense News in 2018. “Helicopters are unique in that they fly into very dirty environments, very austere environments, unprepared landing strips, unprepared surfaces,” added Ron Hutter, GE's executive director of the T901 program. “They generate a lot of dust. You really want to look at the simplicity of the architecture in terms of maintainability. That's another aspect that drove us to stick with the single-spool configuration.” GE estimates that it's spent $9 billion in testing technologies relevant to the T901. ATEC had proposed a double spool engine it dubbed the T900. “We were disappointed to learn that the U.S. Army did not select our offering,” said Craig Madden, president of ATEC. “We believe that we offered the most advanced, capable and lowest risk engine for ITEP for the Army to improve the overall performance of its Apache and Black Hawk fleets.” https://www.defensenews.com/air/2019/02/02/general-electric-wins-517-million-contract-to-build-engines-for-armys-next-generation-helicopters

  • French Drone Firm Scores Major Military Contract

    September 16, 2019 | International, Aerospace

    French Drone Firm Scores Major Military Contract

    Posted By: Jason Reagan French drone company Novadem announced delivery this week of its latest model of micro-drone as the centerpiece of a $2.2 million contract with French armed forces. The Ministère des Armées purchased 55 micro-drones from Novadem's NX70 model line to provide security surveillance and reconnaissance over 24-hour periods. “For several years, we have put in place all necessary processes and documentations to be able to face, when the day arrives, this increase of the production rate,” Novadem CEO Pascal Zunino. “This major contract has allowed us to refine and validate our organization in order to make it replicable in the future and to reach the quality standards expected by the [ministry].” The contract includes training of more than a dozen users from France's 61st Artillery Regiment with a total of 100 or more trained operators expected to be trained in the future. Last year, Novadem introduced the first iteration of the NX70 under contract with France's national police agency, Gendarmerie Nationale. “Their feedback as well as feedback of other customers in France and abroad allowed us to continue research and development to develop the ‘Block 2' model of today,” Zunino said. “This marks a new step compared to the first generation.” Zunino added, the next generation of the NX70 drone improves image stabilization and night vision capabilities. “Radiofrequency links have also evolved to meet military requirements: defense frequency bands, data encryption and a radio range increased to more than 5 kilometers,” he added. French defense officials tested the micro-drones in June at the Mourmelon military camp. Earlier this year, Novadem launched a new tethered UAV platform, the NXWIRE 2.0 during AUVSI XPONENTIAL, the world's largest UAS trade show. The drone model offers a ground-based power supply that can be connected to a main supply or auxiliary power unit and a 50-meter cable to sustain electrical power from the ground to the drone. The company also produces LPS technology using terrestrial beacons much in the same way that GPS uses satellites to create a local positioning network. https://dronelife.com/2019/09/13/french-drone-firm-scores-major-military-contract/

All news