Back to news

September 9, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - September 6, 2019

DEFENSE LOGISTICS AGENCY

Science Applications International Corp., doing business as SAIC, Fairfield, New Jersey, has been awarded a maximum $950,000,000 fixed-priced, indefinite-delivery/indefinite-quantity contract for a variety of Federal Supply Group 80 items. This was a competitive acquisition with three offers received. This is a three-year base contract with two, two-year option periods. Locations of performance are Pennsylvania, California, Georgia, Texas, New Jersey and Arizona, with a Sept. 5, 2022, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-19-D-0103).

BOH Environmental LLC, Houston, Texas, has been awarded a maximum $70,000,000 fixed-price with economic-price-adjustment contract for specialized shipping and storage containers. 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 two year base contract with three one year option periods. Location of performance is Texas, with a Sept. 5, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-19-D-0001).

General Electric Co., Lynn, Massachusetts, has been awarded a maximum $14,874,824 firm-fixed-price delivery order (SPRPA1-19-F-QH06) against a five year basic ordering agreement (FA8122-19-G-0001) for engine exhaust frames. This was a sole source acquisition using justification 10 USC 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 43 month contract with no option periods. Location of performance is Massachusetts, with an April 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania 19111-5098.

Pomp's Tire Service Inc., New Berlin, Wisconsin, has been awarded a maximum $11,465,836 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wheel end assemblies. This was a competitive acquisition with two responses received. This is a three year contract with no option periods. Location of performance is Wisconsin, with a Sept. 6, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0159).

NAVY

DLT Solutions LLC, Herndon, Virginia (N66001-19-A-0045); EC America Inc., McLean, Virginia (N66001-19-A-0119); Carahsoft Technology Corp., Reston, Virginia (N66001-19-A-0120); RightStar Systems Inc.,Vienna, Virginia (N66001-19-A-0022); Belarc Inc., Maynard, Massachusetts (N66001-19-A-0118); and Immix Technologies, McLean, Virginia (N66001-19-A-0121), are being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. This BPA provides for purchase of this category's software products and services by the DoD, U.S. intelligence community, and Coast Guard. The overall estimated value of this BPA is $820,450,000. The individual agreements are awarded for multi-reseller and multi-publisher providers of commercial-off-the-shelf information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI in the enterprise software category. The resellers/software publishers are: DLT Solutions (Netscout and Tripwire); EC America (Riverbed, Netscout, Commvault and Microfocus Solutions); Carahsoft Technology (Safenet, Zscaler, Datalocker, Hytrust, Nlyte Microfocus Solutions, Beyond Trust, and Oblong); RightStar (Nlyte); Belarc Inc.; and Immix Technologies (BeyondTrust and Microfocus Solutions). The ordering period will be for a maximum of 10 years from Sept. 6, 2019, through July 11, 2029. The BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Eight offers were received and eight were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $266,203,768 cost-plus-fixed-fee contract special tooling and special test equipment in support of F-35 Lightning II aircraft for the Air Force, Navy, Marine Corps and non-U.S. Department of Defense (DoD) participants. Work will be performed in Fort Worth, Texas (50.30 percent); San Diego, California (13.18 percent); Orlando, Florida (7.30 percent); El Segundo, California (5.45 percent); Samlesbury, United Kingdom (5.23 percent); Papendrecht, Netherlands (3.90 percent); Cheltenham, United Kingdom, (2.49 percent); Rochester, United Kingdom (2.29 percent); Nashua, New Hampshire (1.95 percent); Phoenix, Arizona (1.66 percent); Williston, Vermont (1.47 percent); Marietta, Georgia (1 percent); Palmdale, California (0.73 percent); East Aurora, New York (0.59 percent); Endicott, New York (0.55 percent); Kongsberg, Norway (0.43 percent); Marion, Virginia (0.34 percent); Hauppauge, New York (0.30 percent); Boulder, Colorado (0.24 percent); Owego, New York (0.23 percent); Sylmar, California (0.22 percent); Mississauga, Canada (0.06 percent); Avon, Massachusetts (0.04 percent); Montmorency, Australia (0.02 percent); Garden Grove, California (0.02 percent); and Ontario, California (0.01 percent). Work is expected to be completed by July 2022. Fiscal 2019 aircraft procurement (Air Force, Marine Corps, and Navy); and non-U.S. DoD participant funds in the amount of $266,203,768 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 ($117,424,737; 44 percent); Navy ($80,246,876; 30 percent); Marine Corps ($36,674,989; 14 percent); and non-U.S. DoD participants ($31,857,166; 12 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C0074).

Harris Corp., Roanoke, Virginia, is being awarded a maximum $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of Squad Binocular Night Vision Goggle systems; spare and repair parts; contractor logistics support; and test article refurbishment. Work will be performed in Roanoke, Virginia, and is expected to be complete by September 2024.Fiscal 2019 procurement (Marine Corps) funds in the amount of $328,203 will be obligated at time of award and funds will expire the end of fiscal 2021.This contract was competitively procured via the Federal Business Opportunities website, with six offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1501).

Orbis Sibro Inc., Mount Pleasant, South Carolina (N39040-18-D-0003); Q.E.D. Systems Inc., Virginia Beach, Virginia (N39040-18-D-0004), Delphinus Engineering, Eddystone, Pennsylvania (N39040-18-D-0005); and Oceaneering Intl., Chesapeake, Virginia (N39040-18-D-0006), are being awarded a combined cumulative $37,884,834 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple-award modification to exercise Option Period One to provide non-nuclear production support for U.S. naval submarine projects/repairs. The services under these contracts cover marine electrician, industrial fire watch/laborer, marine pipefitter, outside marine machinist, marine painter, weight handler, marine ship fitter, shipwright, welder, sheet metal, marine insulator, abrasive blaster, deck time setter and sound tile setter for upcoming submarine availabilities. Work will be performed in Kittery, Maine, and is expected to be completed by October 2020. No funding will be obligated at time of award. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity.

QED Systems Inc., Virginia Beach, Virginia (N64498-19-D-4006); and McKean Defense Group LLC, Philadelphia, Pennsylvania (N64498-19-D-4032), are being awarded indefinite-delivery/indefinite-quantity type contracts with cost-plus-fixed-fee and firm-fixed-price line items for engineering and technical services in support of Naval Surface Warfare Center Philadelphia Division (NSWCPD) Hull, Mechanical and Electrical (HM&E) systems Modernization Program. The contract being awarded to QED Systems Inc. (QED) will be awarded for $19,847,942, and the contract being awarded to McKean Defense Group LLC (McKean) will be awarded for $21,458,714. Work under the QED contract will be performed in Virginia Beach, Virginia (20 percent); Philadelphia, Pennsylvania (20 percent); and various Navy port locations worldwide (60 percent). The work under the McKean contract will be performed in Philadelphia, Pennsylvania (40 percent); and various Navy port locations worldwide (60 percent). Work at all locations is expected to be completed by September 2024. Fiscal 2019 Navy working capital funding in the amount of $100,000 ($50,000 per contract) will be obligated at time of award via individual task orders and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(a), these contracts are the result of a full and open competitive procurement via the Federal Business Opportunities portal, in which three offers were received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

American Scaffold, San Diego, California (N55236-16-D-0001); and W.V. Construction Co.,* Jamul, California (N55236-16-D-0002), are each being awarded firm-fixed-price contract modifications to exercise Option Year Four of their respective previously-awarded indefinite-delivery/indefinite-quantity, multiple-award contracts to provide scaffolding services to the Southwest Regional Maintenance Center's Commercial Industrial Services code in support of Navy ships and other government vessels within a 50-mile radius of San Diego, California, which may include Oceanside, California. American Scaffold is being awarded $10,869,649, and W.V. Construction Co. is being awarded $18,892,889. Each contractor shall provide management, administrative and production services, materials, tools, equipment and required support to accomplish scaffolding on board U.S. naval ships and other government vessels within a 50-mile radius of San Diego, which may include Oceanside, California. Scaffolding shall include rolling scaffolds, suspended scaffolds and tube-and-clamp-type scaffolds. Work will be performed in San Diego, California, and is expected to be completed by October 2020. No funding is being obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

AS and D Inc., Beltsville, Maryland, is being awarded a $16,118,830 cost-plus-fixed-fee modification to previously awarded indefinite-delivery/indefinite-quantity contract N00173-14-D-2016 for engineering and operational support for the command, control, data collection and mission management operations at Blossom Point Tracking Facility (BPTF). Work will be performed in Welcome, Maryland, and is expected to be complete by Aug. 26, 2020. Fiscal 2019 working capital funds (Navy) in the amount of $194,791; fiscal 2019 operation and maintenance funds (Navy) in the amount of $322,000; and fiscal 2019 research and development funds (Air Force) in the amount of $486,000, will be obligated at time of award. Contract funds in the amount of $516,791 will expire at the end of the current fiscal year. Contract funds in the amount of $486,000 will not expire at the end of the current fiscal year. The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity.

CORRECTION: The Sept. 5, 2019, announcement of a $9,500,000 delivery order (N68335-19-F-0393) against a previously awarded basic ordering agreement (N68335-16-G-0028) for Oceanit Laboratories Inc.*, Honolulu, Hawaii, included the incorrect contracting activity. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

CORRECTION: The Sept. 5, 2019, announcement of a $107,067,910 contract for Hexagon U.S. Federal Inc., Huntsville, Alabama (N00024-19-D-4114) included an incorrect completion date. The contract's expected completion date is actually September 2024.

ARMY

BAE Systems Inc., York, Pennsylvania, was awarded a $268,990,416 modification (P00015) to contract W56HZV-18-C-0133 for Bradley production. Work will be performed in York, Pennsylvania, with an estimated completion date of March 31, 2021. Fiscal 2018 procurement of weapons and tracked combat vehicles funds in the amount of $268,990,416 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Heritage-M2C1 Joint Venture,* Delta Junction, Alaska, was awarded a $40,000,000 firm-fixed-price contract to execute sustainment, restoration, and modernization projects. 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. 12, 2024. U.S. Army 413th Contracting Support Battalion, Fort Wainwright, Alaska, is the contracting activity (W912D0-19-D-0005).

Professional Contract Services Inc., Austin, Texas, was awarded a $26,688,913 modification (P00023) to contract W9124L-17-C-0005 for non-personal services to provide labor and supplies necessary to manage and operate the Fort Sill, Oklahoma, Directorate of Public Works. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 operations and maintenance Army funds in the amount of $26,688,913 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sill, Oklahoma, is the contracting activity.

PAE Government Systems Inc., Arlington, Virginia, was awarded a $26,022,182 modification (P00014) to Foreign Military Sales (Afghanistan) W56HZV-17-C-0117 for the National Maintenance Strategy Ground Vehicle Support effort. Bids were solicited via the internet with one received. Work will be performed in Kabul, Afghanistan, with an estimated completion date of March 1, 2020. Fiscal 2019 Afghanistan Security Forces, Army funds in the combined amount of $26,022,182 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Lynxnet LLC,* Suffolk, Virginia, was awarded an $18,207,432 firm-fixed-price contract to operate and maintain the command and control and infrastructure operations for headquarters, U.S. Army Intelligence and Security Command. One bid was solicited with one bid received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Sept. 18, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,490,400 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W911W4-19-C-0010).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $14,986,238 modification (P00071) to contract W56HZV-13-C-0319 to provide labor and vendor costs to furnish and install two new horizontal boring mill machines. Work will be performed in Lima, Ohio, with an estimated completion date of March 7, 2022. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army funds in the amount of $14,986,238 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Northbank Civil and Marine Inc.,* Vancouver, Washington, was awarded a $13,075,000 modification (P00001) to contract W9127N-18-C-0081 for rehabilitation, structural, mechanical, and electrical upgrades to tainter gate. Work will be performed in Detroit, Oregon, with an estimated completion date of May 1, 2022. Fiscal 2019 operations and maintenance, civil funds in the amount of $13,075,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity.

Motorola Solutions Inc., Linthicum Heights, Maryland, was awarded a $10,173,475 modification (P00002) to contract W52P1J-18-D-0036 to upgrade and expand the Pacific Japan and Korea land mobile radio system, connect sites to the current joint Japan land mobile radio system and to upgrade the Army backup core infrastructure in Japan. 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 May 24, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

The Johns Hopkins University Applied Physics Laboratory LLC (JHU/APL), Laurel, Maryland, was awarded a non-competitive, single-award, indefinite-delivery/indefinite-quantity contract for essential engineering, research, and/or development capabilities, in line with the core competencies established by the assistant secretary of defense for research and engineering, which designated JHU/APL as a University Affiliated Research Center (UARC). The place of performance will be at JHU/APL, Laurel, Maryland; and at the Defense Information Systems Agency, Fort Meade, Maryland. The contract ceiling value is $245,000,000, funded by multiple appropriation types. The minimum guarantee of $5,793,933 is satisfied through the issuance of the first task order in conjunction with the contract, which is funded by fiscal 2019 research, development, test and evaluation funds. This is a sole source award, and as such, only one proposal was received. The ordering period is Sept. 30, 2019, through Sept. 29, 2024. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-0001).

Trace Systems Inc., Vienna, Virginia, was awarded a single-award, indefinite-delivery/indefinite-quantity contract in support of providing the full range of Mission Partner Environment (MPE)-compatible support services and associated equipment to design, implement and operate the MPE enterprise. The contract ceiling value is $98,000,000. At the time of award, the minimum guarantee of $500 will be obligated using fiscal 2019 operations and maintenance funding. All other funding will be obligated at the task order level. The places of performance will be at contiguous U.S. and outside continental U.S. designated MPE Services (MPE-S) support sites including Washington, District of Columbia; Fort Meade, Maryland; Air Force facilities in Fairfax, Virginia; U.S. Africa Command, Stuttgart, Germany; U.S. Central Command, Tampa, Florida; Kuwait; Bahrain; Afghanistan; U.S. Southern Command, Miami, Florida; U.S. Northern Command, Colorado Spring, Colorado; U.S. Special Operations Command, Tampa, Florida; Joint Communication Support Element, Tampa, Florida; and U.S. Forces Korea, Youngsan Air Base, Osan Air Base, Kunsan Air Base, and Camp Humphries. Additional places of performance are to be determined based on customer requirements and real world events. The specific place(s) of performance will be specified in individual task orders. A competitive solicitation utilizing full and open competition was the basis for the single-award contract. Proposals were solicited via the Federal Business Opportunities website and four proposals were received. The ordering period is five years from the date of contract award. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-4002).

AIR FORCE

Alliant Techsystems Operations LLC - ATK Tactical Propulsion and Control, Rocket Center, West Virginia, has been awarded a $109,929,339 firm-fixed-price contract for Hard Target Void Sensing Fuzes (HTVSF). This contract provides for the full rate production of Lot 2 and Lot 3 HTVSFs, as well as spares, trainers, and support. Work will be performed in Rocket Center, West Virginia, and is expected to be complete by July 31, 2023. This award is the result of a sole source acquisition. Fiscal 2017, 2018, and 2019 ammunition procurement funds in the amount of $109,929,339 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-C-0038).

Bowhead Cybersecurity Solutions & Services LLC, Alexandria, Virginia, has been awarded a $19,689,460 firm-fixed-price contract for the Air Force National Tactical Integration Program. This contract provides for real-time, two-way interactive information exchange among the combined/joint force air component commander, other joint and Air Force customers, and the national intelligence community. Work will be performed at Lackland Air Force Base, Texas; Fort Meade, Maryland; Wright Patterson Air Force Base, Ohio; Scott Air Force Base, Illinois; Barksdale Air Force Base, Louisiana; Tyndall Air Force Base, Florida; Davis-Monthan Air Force Base, Arizona; Fort Gordon, Georgia; Shaw Air Force Base, South Carolina; Langley Air Force Base, Virginia; Cape Canaveral Air Force Station, Florida; Hurlburt Field, Florida; Hickam Air Force Base, Hawaii; and Creech Air Force Base, Nevada. The performance period includes four option periods with expected completion by Jan. 30, 2024. This award is the result of a sole source set-aside acquisition. Fiscal 2019 operations and maintenance funding in the amount of $1,446,615 are being obligated at time of the award. The Acquisition Management & Integration Center-Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA7037-19-C-A009).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1954307/source/GovDelivery/

On the same subject

  • Embraer sells A-29 Super Tucano to the Uruguayan Air Force

    August 27, 2024 | International, Aerospace

    Embraer sells A-29 Super Tucano to the Uruguayan Air Force

    Uruguay becomes the sixth nation to operate the A-29 Super Tucano in South America along with Brazil, Chile, Colombia, Ecuador and Paraguay.

  • Contract Awards by US Department of Defense - September 09, 2019

    September 10, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 09, 2019

    AIR FORCE Solid State Scientific Corp., Hollis, New Hampshire, has been awarded a $59,000,000 firm-fixed-price and cost-plus-fixed-fee hybrid contract for Air Force Weather Enterprise (AFW) Product-as-a-Service/Infrastructure-as-a-Service. This contract provides the migration to the cloud for the Air Force Weather Branch and is to design and build an Air Force Weather Virtual Private Cloud. It is required to expand to support the cloud migration and operations for all AFW applications. Work will be performed at and is expected to be completed by May 9, 2020, with two one-year options. This sole source award is a result of a Small Business Innovative Research Phase III follow-on. Fiscal 2019 operations and maintenance funds in the amount of $777,351 are being obligated at the time of award. The Aerospace Management Systems Division, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-19-C-0041). BlackHorse Solutions Inc.,* Herndon, Virginia, has been awarded a $48,843,831 cost-plus-fixed-fee contract for CDI2E software/hardware prototypes. This contract will advance global vigilance, global reach, and global power in the information environment through the application, research, development, and transition of emerging technologies and next-gen solutions. This includes rapid tool development, development of electronic warfare/cyber network attack software and hardware systems, analytical processing, cyber threat avoidance and cyber threat defense, test and evaluation, and to manage the development to ensure projects move forward at a rapid pace, that technical and process innovations incorporated into successive rounds of development. Work will be performed at Herndon, Virginia, and is expected to be completed by Sept. 9, 2024. 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 $300,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity. (FA8750-19-C-1528). ECSC LLC, Columbus, Mississippi, has been awarded a $45,000,000 indefinite-delivery/indefinite-quantity contract for Columbus Air Force Base paving and civil works. This contract provides for repair and construction of asphalt and concrete pavements including sub-base and base course, installation of associated utilities, drainage structures, sidewalks, curb and gutters, rubber removal and painting of runways, taxiways, and aprons, and turf. Work will be performed at Columbus Air Force Base, Mississippi and Auxiliary Field, Shuqualak, Mississippi, and is expected to be complete by Aug. 31, 2026. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $621,000 are being obligated at the time of award. The 14th Contracting Squadron, Columbus Air Force Base, Mississippi, is the contracting activity (FA302219-D-A002). ajc architects, Salt Lake City, Utah (FA8201-19-D-A003); Architectural Nexus, Salt Lake City, Utah (FA8201-19-D-A005); CRSA, Salt Lake City, Utah (FA8201-19-D-A008); Design West Architects, Salt Lake City, Utah (FA8201-19-D-A010); GSBS, Salt Lake City, Utah (FA8201-19-D-A012); HDR, Salt Lake City, Utah (FA8201-19-D-A011); Jacobs Engineering Group Inc., Taylorsville, Utah (FA8201-19-D-A009); Michael Baker International Inc., Midvale, Utah (FA8201-19-D-A007); Stanley Consultants Inc., Murray, Utah (FA8201-19-D-A006); and Stantec Consulting Services Inc., Salt Lake City, Utah (FA8201-19-D-A004) have been awarded a not-to-exceed $36,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for architectural and engineering services to support the 75th Civil Engineering Group mission. Work will be performed at Hill Air Force Base, Utah, or other geographically separated areas under their jurisdiction to include Little Mountain Test Annex, Utah Test and Training Range, and Boulder Seismic Station, and is expected to be completed by Sept. 8, 2024. This award is the result of a competitive, multiple award acquisition and 15 offers were received. Fiscal 2019 operations and maintenance funds in the amount of $500 are being obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity. General Electric Aviation, Cincinnati, Ohio, has been awarded a $19,429,512 firm-fixed price, indefinite-delivery/indefinite-quantity contract for F138 sustaining engineering, program management, and field service representative support. This contract provides the Air Force with the expertise required to support trending, diagnosis, analysis, and warranty administration for the F138 engine. Work will be performed at Dover Air Force Base, Delaware; Lackland Air Force Base, Texas; Robins Air Force Base, Georgia; Tinker Air Force Base, Oklahoma; Travis Air Force Base, California; Scott Air Force Base, Illinois; and Westover Air Force Base, Massachusetts, and is expected to be completed by Sept. 5, 2024. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $1,831,638 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. (FA8124-19-D-0005). Lockheed Martin Corp., Orlando, Florida, has been awarded a $14,958,516 task order against contract FA8533-18-D-0002 for the execution of a baseline change request/engineering change proposal which upgrades 99 common organizational level testers and accessory kits to the new baseline removing obsolescence issues. Work will be performed in Orlando, Florida, and is expected to be completed by Sept. 8, 2022. This award is the result of a sole source acquisition. Fiscal 2017 aircraft procurement funds in the amount of $14,958,516 will be obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8533-19-F-0091). DEFENSE LOGISTICS AGENCY TEK Precision Co. Ltd.,* Deer Park, New York, has been awarded a maximum $17,638,194 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation servo coupling assemblies. This was a competitive acquisition with one offer received. This is a five year contract with no option periods. Location of performance is New York, with a June 24, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0124). York Precision Machining and Hydraulics LLC,* York, Pennsylvania, has been awarded a maximum $13,681,333 indefinite-delivery/indefinite-quantity contract for sliding and fixed cones for the Intercontinental Ballistic Missile system. 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 five-year base contract with no option periods. Location of performance is Pennsylvania, with a Sept. 5, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA2-19-D-0001). ARMY Alberici Constructors Inc., St. Louis, Missouri, was awarded a $14,610,600 firm-fixed-price contract for Miter Gate installation at Marseilles and Starved Rock Locks on the Illinois River Basin. Bids were solicited via the internet with two received. Work will be performed in Ottawa, Illinois, with an estimated completion date of Nov. 30, 2020. Fiscal 2019 civil construction funds in the amount of $14,610,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-19-C-0035). Winkler-NNAC JV,* Newman Lake, Washington, was awarded an $8,555,103 firm-fixed-price contract to repair drainage failures. Bids were solicited via the internet with four received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Oct. 7, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,555,103 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-19-C-0035). NAVY DONJON Marine Co. Inc., Hillside, New Jersey, is being awarded a $12,499,201 modification to previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract N00024-18-D-4307 deliver order N00024-19-F4D02 for continuation of emergency floodwater pumping operations in Puerto Rico under Army Corps of Engineers (ACOE) mission assignment. Work will be performed in Puerto Rico and is expected to be complete by June 2020. Non-expiring ACOE funding in the amount of $11,440,916 will be obligated at the 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. BAE Systems Norfolk Ship Repair, Norfolk, Virginia, was awarded an $11,945,242 firm-fixed-price modification to previously-awarded contract N00024-18-C-4403 for additional growth requirements, including actions taken during Hurricane Florence, identified during the execution of the USS Tortuga (LSD 46) Fiscal 2018 Modernization Period (MODPRD) Chief of Naval Operations availability. Work will be performed in Norfolk, Virginia, and is expected to be completed by November 2019. Upward obligation of expired fiscal 2018 operation and maintenance (Navy) funding in the amount of $11,945,242 was used to fund this action in accordance with fiscal law. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. (Awarded Sept. 5, 2019) The University of California, Berkeley, California, is being awarded a $9,477,951 cooperative research agreement to study learning mechanisms to create computational models and enhance artificial intelligence approaches to learning, such as deep learning and reinforcement learning. All work will be performed at the University of California, Berkeley, California. This four-year agreement has no option periods. The period of performance is from Sept. 9, 2019, through Sept. 8, 2023. Fiscal 2019 research, development, test and evaluation funds (Defense Advanced Research Projects Agency) in the amount of $1,477,559 will be obligated at the time of award. This research agreement was competitively procured via broad agency announcement (HR001119S0005) and publication on the Federal Business Opportunities website. Forty-two offers were received and nine were selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-2-4034). DEFENSE INFORMATION SYSTEMS AGENCY CORRECTION: The Sept. 6, 2019, announcement of a contract award to Trace Systems Inc., Vienna, Virginia (HC1047-19-D-4002), in support of providing the full range of Mission Partner Environment (MPE)-compatible support services and associated equipment to design, implement and operate the MPE enterprise, included the incorrect ceiling value. The award's actual ceiling value is $998,000,000. All other information in the announcement is correct. CORRECTION: The contract announced on Sept. 6, 2019, to The Johns Hopkins University Applied Physics Laboratory, LLC (JHU/APL), Laurel, Maryland (HC1047-19-D-0001), for essential engineering, research, and/or development capabilities, in line with the core competencies established by the assistant secretary of defense for research and engineering, has not yet been awarded. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1955489/source/GovDelivery/

  • Contract Awards by US Department of Defense - February 21, 2019

    February 25, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 21, 2019

    DEFENSE THREAT REDUCTION AGENCY Booz Allen Hamilton, McLean, Virginia (HDTRA1-19-D-0002); General Dynamics Information Technology, Fairfax, Virginia (HDTRA1-19-D-0003); Leidos Inc. Reston, Virginia (HDTRA1-19-D-0004); Next Tier Concepts Inc. Vienna Virginia (HDTRA1-19-D-0005); and Science Applications International Corp., Reston, Virginia (HDTRA1-19-D-0006), are each awarded indefinite-delivery/indefinite-quantity (ID/IQ) contracts. These contracts provide Defense Threat Reduction Agency (DTRA)-wide information technology support services for IT service design. The not-to-exceed aggregate ceiling for all contracts is $535,000,000, with the contractors having an opportunity to compete for individual orders. This is a five-year base contract with one five-year option period. The bids were solicited through the Federal Business Opportunities website, with five offers received. Work will be performed at Fort Belvoir, Virginia, however, DTRA maintains a global mission, and contractor personnel may be required to work at locations other than Fort Belvoir. Performance is expected to be completed March 2029. No funds are being obligated at time of ID/IQ award; funds will be obligated on individual orders as they are issued. Task Order 1 is being awarded to Leidos Inc. at $18,058,969 for IT solution engineering and systems test support. Task Order 2 is being awarded at $22,113,142 for knowledge management solutions and support. Task Orders 1 and 2 will have a one-year base and four one-year options. The contracting activity is the Defense Threat Reduction Agency, Fort Belvoir, Virginia. AIR FORCE Tapestry Solutions Inc., a Boeing Co., San Diego, California, has been awarded a not-to-exceed $259,000,000 indefinite-delivery/indefinite-quantity contract for Weapon Planning Software (WPS). This contract provides for the development, enhancement, and support of the WPS suite, which is a common component within the Joint Mission Planning System architecture. Work will be performed predominately in St. Louis, Missouri; and Niceville, Florida. Work is expected to be complete by February 2029. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $355,878 are being obligated on an initial delivery order at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-19-D-0006). Honeywell Aerospace, Phoenix, Arizona, has been awarded a not-to-exceed $150,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission (ATTAM)-Capability Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in Phoenix, Arizona, and is expected to be completed by Feb. 20, 2027. This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $340,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-2058). The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $24,100,000 undefinitized cost-plus-fixed-fee and firm-fixed-price modification (P00012) to previously awarded contract FA8634-17-C-2650 for F-15 Eagle Passive Active Warning Survivability System engineering and manufacturing development and initial operational test and evaluation. This modification provides for the procurement of hardware and systems engineering program management for the F-15E Operational Test and Evaluation jets. Work will be performed in St. Louis, Missouri, and is expected to be completed by June 1, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $11,066,185 will be obligated at the time of award. ARMY Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $173,679,405 modification (P00059) to contract (W15QKN-13-C-0074) for Precision Guidance Kit M1156. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Nov. 14, 2022. Fiscal 2019 other procurement, Army funds in the amount of $173,679,405 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. Great Lakes Environmental & Infrastructure,* Rocklin, California, was awarded a $34,974,509 firm-fixed-price contract for levee improvements. Bids were solicited via the internet with two received. Work will be performed in Sacramento, California, with an estimated completion date of Jan. 29, 2021. Fiscal 2018 and 2019 general construction; and Sutter Butte County flood control funds in the combined amount of $34,974,509 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-19-C-0008). FourFront Design Inc.,* Rapid City, South Dakota (W9128F-19-D-0001); Calibre Engineering Inc.,* Highlands Ranch, Colorado (W9128F-19-D-0002); and Alliance Consulting Group Seven Generations,* Alexandria, Virginia (W9128F-19-D-0003), will compete for each order of the $20,000,000 firm-fixed-price contract for architect, engineer, analysis and design services. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 19, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $16,513,206 modification (0005) to contract W56HZV-16-D-0060 for Stryker wholesale supply, performance-based, logistics services. One bid was solicited with one bid received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 and 2019 other procurement Army funds in the amount of $16,513,206 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity Longbow LLC, Orlando, Florida, was awarded a $10,487,182 modification (P00075) to contract W31P4Q-16-C-0035 for Laser and Longbow HELLFIRE engineering services. Work will be performed in Orlando, Florida, with an estimated completion date of Feb. 20, 2020. Fiscal 2018 other procurement, Army funds in the amount of $10,487,182 were obligated at the time of the award. U.S Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded a $10,284,475 firm-fixed-price contract for maintenance dredging and lower harbor dredging. Bids were solicited via the internet with three received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Oct. 29, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $4,673,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-19-C-0001). Alutiiq General Contractors LLC, Tacoma, Washington, was awarded a $10,149,245 modification (P00003) to contract W911S8-17-D-0007 for maintenance, repair and minor construction work on vehicle roadways and airfield paving projects at Joint Base Lewis-McChord, Washington. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2020. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity. Mississippi State University, Mississippi State, Mississippi, was awarded a $7,200,000 cost contract for test and validation of emerging propulsion technologies for unmanned aircraft systems. Bids were solicited via the internet with one received. Work will be performed in Mississippi State, Mississippi, with an estimated completion date of Feb. 20, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $7,200,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-C-C002). Skookum Educational Programs, Bremerton, Washington, was awarded a $7,132,509 modification (P00002) to contract (W911S8-18-D-0004) for regularly-scheduled custodial services to a multitude of federal facilities at Joint Base Lewis-McChord, Washington. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2023. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity. NAVY Harris Corp., Clifton, New Jersey, is being awarded a $168,801,314 modification (P00012) to a previously awarded firm-fixed-price contract (N00019-17-C-0090). This modification exercises an option for the procurement of 78 full-rate production Lot 16 Integrated Defensive Electronic Countermeasures AN/ALQ-214 A(V)4/5 Onboard Jammer systems for the F/A-18C/D/E/F aircraft for the Navy. In addition, the option provides for the procurement of 16 weapon replacement assembly (WRA) 1A(V)4 receiver/processors and 27 WRA2 A(V)4 modulators. Work will be performed in Clifton, New Jersey (59 percent); San Jose, California (14 percent); San Diego, California (7 percent); Rancho Cordova, California (5 percent); Mountain View, California (3 percent), and various locations throughout the continental U.S. (12 percent), and is expected to be completed in May 2022. Fiscal 2018 and 2019 aircraft procurement Navy funds in the amount of $168,801,314 are being obligated at time of award, none of which expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $90,503,763 indefinite-delivery/indefinite-quantity contract for up to 1,008,710 man-hours of operational systems customization and engineering and technical services for implementation from concept through deployment of mobile deployable command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance systems products. These systems are comprised of special operations forces and consequence management vehicles, small craft, transportable communication systems, enroute communication systems, and intra-platform systems. These services are in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division. Work will be performed in St. Inigoes, Maryland (42 percent); Little Creek, Virginia (42 percent); and Fayetteville, North Carolina (16 percent), and is expected to be completed in February 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposals; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0033). VT Halter Marine Inc., Pascagoula, Mississippi, is awarded a $39,808,087 modification to previously awarded firm-fixed-price contract N00024-18-C-2230 to exercise an option for the detail design and construction of an Auxiliary Personnel Lighter – Small (APL(S)). The initial contract was for the detail design and construction of the lead and second craft in the APL(S) 67 class; this option is for the first of four additional craft. The contract also includes options for associated support efforts related to the craft design and construction for deployment spare parts, crew familiarization, international delivery, and production-level technical data package including data rights. Work will be performed in Pascagoula, Mississippi (59 percent); the remaining 42 percent will be performed in the following areas: Mandeville, Louisiana; Metairie, Louisiana; Gautier, Mississippi; Billerica, Massachusetts; and Boca Raton, Florida; and is expected to be completed by November 2020. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $39,808,087 is being 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., Orlando, Florida, is awarded $33,373,999 for cost-plus-fixed-fee modification P00044 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0035). This modification provides for the redesign, integration and test of radio frequency sensors as part of a cost reduction initiative in support of the Long Range Anti-Ship Missile. Work will be performed in Wayne, New Jersey (40 percent); Nashua, New Hampshire (40 percent); and Orlando, Florida (20 percent), and is expected to be completed in February 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $16,687,000 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. BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $23,249,314 cost-plus-award-fee contract for the accomplishment of post shakedown availability (PSA) for USS Thomas Hudner (DDG 116), with an option for the accomplishment of PSA for the future USS Paul Ignatius (DDG 117). The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the 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. This contract includes options which, if exercised, would bring the cumulative value of this contract to $55,413,437. Work will be performed in Mayport, Florida, and is expected to be complete by May 2020 if all options are exercised. Fiscal 2019 and 2012 shipbuilding and conversion, (Navy) funding in the amount of $16,154,677 will be obligated at time of award. Fiscal 2012 shipbuilding and conversion, (Navy) funding in the amount of $3,727,786 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2317). ACE Maintenance and Services Inc.,* Austin, Texas, is awarded a $17,558,315 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-15-D-0305) to exercise Option Year Four for the janitorial services at Naval Support Activity Bethesda, Maryland. The work to be performed provides for all labor, management supervision, tools, materials and equipment required to base janitorial services. After award of this option/modification, the total cumulative contract value will be $79,798,015. Work will be performed in Bethesda, Maryland, and is expected to be completed February 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy and Army); working capital funds (Navy); and fiscal 2019 Defense Health Program funds in the amount of $17,558,315 for recurring work will be obligated on individual task orders issued during the option/extension period. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. Harris Corp., Palm Bay, Florida, is awarded a $14,650,764 modification to a previously awarded firm-fixed price contract (N00039-14-C-0041) to exercise priced options for Commercial Broadband Satellite Program (CBSP) Unit Level Variant (ULV) hardware production units. The CBSP ULV provides terminal-to-shore, space and terrestrial connectivity to significantly increase throughput for commercial satellite communication and to provide redundancy for military satellite communications. This contract combines purchases for the Navy (93.2 percent); and the government of New Zealand (6.8 percent) under the Foreign Military Sales program. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $132,617,683. Work will be performed in Palm Bay, Florida, and is expected to be completed by July 2019. Fiscal 2019 other procurement (Navy); fiscal 2018 and 2019 shipbuilding and conversion (Navy); and Foreign Military Sales funds in the amount of $14,650,764 will be placed on contract and obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through full and open competition via the Commerce Business Daily's Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with three offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. Konecranes Nuclear Equipment and Services LLC, New Berlin, Wisconsin, is awarded a $14,350,370 firm-fixed-price delivery order N6247019F4034 under a previously awarded single award indefinite-delivery requirements contract (N62470-16-D-2013) for procurement of one 25-ton portal crane at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Washington. The work to be performed provides for design, fabrication, assembly, delivery, installation, and testing of one 25-ton portal crane. The crane will be equipped with a rotating superstructure, luffing boom, main hoist and a single line whip hoist. The crane will be capable of simultaneous hoisting, slewing and luffing with rated load at rated speeds on curved tracks. Work will be performed in New Berlin, Wisconsin (90 percent); and Bremerton, Washington (10 percent), and is expected to be completed by March 2021. Fiscal 2019 other procurement (Navy) contract funds in the amount of $14,350,370 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. Environmental Chemical Corp., Burlingame, California, is awarded a $13,327,995 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract (N62470-13-D-6020) for the hurricane recovery efforts at Marine Corps Base Camp Lejeune, North Carolina. The work to be performed provides for removal of damaged roofs and installation of new ice and water membrane, standing seam roof, gutters, downspouts, fascia, and soffits for 38 facilities. After award of this modification, the total cumulative contract value will be $20,427,995. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by October 2019. Fiscal 2019 operations and maintenance, (Marine Corps) contract funds in the amount of $13,327,995 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. DEFENSE LOGISTICS AGENCY Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a maximum $30,493,800 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for extreme cold/wet weather jackets. This is an 18-month base contract with one, one-year option period. This was a competitive acquisition with seven responses received. Location of performance is Florida and Tennessee, with an Aug. 20, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019, through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1136). Dairy Foods, Springfield, Missouri, has been awarded a maximum $15,527,183 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh milk and dairy products. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Locations of performance are Oklahoma, Missouri, and Kansas, with a March 19, 2022, performance completion date. Using military services are Air Force, Navy, and Army. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-V321). UPDATE: M-B Companies Inc., New Holstein, Wisconsin (SPE8EC-19-D-0037), has been added as an awardee to the multiple-award contract for commercial snow removal equipment issued against solicitation (SPE8EC-17-R-0005) announced May 22, 2017. MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, has been awarded a $14,000,000 cost-plus-incentive-fee modification (P00317) to a previously awarded contract HQ0276-10-C-0001. Under this modification, the contractor will perform efforts necessary to support Aegis Ballistic Missile Defense (BMD) capability insertion under Contract Line Item Number 0160 for the Aegis BMD Program Office. This modification increases the total cumulative face value of the contract from $2,936,754,846 to $2,950,754,846. Work will be performed in Moorestown, New Jersey, with an expected completion date of Oct. 31, 2019. Fiscal 2018 research, development, test, and evaluation funds in the amount of $4,928,481 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. DEFENSE HEALTH AGENCY LOUi Consulting Group Inc., Warner Robins, Georgia, was awarded a firm-fixed-price General Service Administration (GSA) task-order (HT0015-19-F-0034) off of GSA Federal Supply Schedule (GS-35F-437CA) on Feb. 8, 2019, for $7,157,444. The task-order provides Essentris support, a mission-critical comprehensive clinical documentation system that is deployed to a total of 36 Air Force, Navy and Army medical treatment facilities. As a fully deployed application, Essentris is in a sustainment mode and requires system support services such as system administrators and database analysts. Essentris is designed to maintain a complete record of patient encounters that deliver to Military Medicine the ability to provide enhanced quality and continuity of health care to the mobile population and clinical base. The Military Health Program's electronic health record was implemented in response to the President's Executive Order 13335 of April 27, 2004. The period of performance is Feb. 28, 2019, to Dec. 27, 2020. Work is being performed in Falls Church, Virginia, and San Antonio, Texas. The contract was procured on a competitive basis. The Health Information Technology Contracting Division is the contracting activity. Fiscal 2019 operations and maintenance funds are obligated for this contract. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. * Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1763812/

All news