January 14, 2022 | International, Naval
Destroyer Preble to get Lockheed high-energy laser in 2022
Planned HELIOS installation comes amid congressional scrutiny of the tech and tightening contract deadlines.
January 8, 2020 | International, Aerospace
Fort Worth, Texas, January 6, 2020 /PRNewswire/ -- The F-35 Joint Program Office awarded the Lockheed Martin (NYSE: LMT) industry team a $1.9 billion contract to support operations and sustainment of the global F-35 fleet, while improving mission readiness and further reducing costs.
The annual contract funds critical sustainment activities for aircraft currently in the fleet and builds enterprise capacity to support the future fleet of more than 3,000 F-35 aircraft. This includes industry sustainment experts supporting base and depot maintenance, pilot and maintainer training, and sustaining engineering across the globe. It also covers fleet-wide data analytics and supply chain management for part repair and replenishment to enhance overall supply availability for the fleet.
"The F-35 continues to deliver exceptional capabilities to the field, and this contract ensures F-35s are mission ready to meet warfighter needs," said Greg Ulmer, Lockheed Martin vice president and general manager of the F-35 program. "The joint government and industry team continues to make significant progress improving readiness rates and reducing sustainment costs. In 2020, we will continue to optimize and advance the sustainment system. We are confident F-35 sustainment costs will be equal to or less than legacy jets."
The F-35 Joint Program Office, together with each U.S. service, international operator and the F-35 industry team, leads F-35 sustainment and the Global Support Solution. The 2020 annualized sustainment contract will cover industry sustainment activities through December 31, 2020.
Enhancing Readiness and Reducing Cost
Lockheed Martin's sustainment cost per aircraft per year has decreased four consecutive years, and more than 35% since 2015.
The F-35's reliability continues to improve, and the global fleet is averaging greater than 65% mission capable rates, with operational squadrons consistently performing near 75%.
The F-35 enterprise continues to pursue 80% mission capable rates in the near term and reduce the F-35 Cost Per Flight Hour to $25,000 by 2025, which is equal to or less than the cost to sustain legacy, less capable aircraft.
To meet these goals, the enterprise is conducting supply chain competitions and building supply capacity, synchronizing spare buys, improving parts reliability and maintainability, implementing advanced analytics tools, accelerating modifications of earlier aircraft, and supporting the stand-up of government-led regional warehouses and repair depots.
More than 490 aircraft, including 134 in 2019, have been delivered and are operating from 21 bases around the globe. More than 975 pilots and 8,585 maintainers have been trained and the F-35 fleet has surpassed more than 240,000 cumulative flight hours.
For additional information, visit www.f35.com.
About Lockheed Martin
Headquartered in Bethesda, Maryland, Lockheed Martin is a global security and aerospace company that employs approximately 105,000 people worldwide and is principally engaged in the research, design, development, manufacture, integration and sustainment of advanced technology systems, products and services.
View original content to download multimedia:http://www.prnewswire.com/news-releases/pentagon-and-lockheed-martin-sign-2020-f-35-sustainment-contract-300981717.html
SOURCE Lockheed Martin Aeronautics
January 14, 2022 | International, Naval
Planned HELIOS installation comes amid congressional scrutiny of the tech and tightening contract deadlines.
September 10, 2020 | International, Aerospace, Naval, Land, C4ISR, Security
NAVY Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $126,934,433 cost-plus-incentive-fee and cost only contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy engineering services, materials and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by December 2021. Fiscal 2020 operations and maintenance, Navy (63%); and fiscal 2020 research development test and engineering, Navy (37%) funding in the amount of $1,400,676 will be obligated at time of award, of which $882,426 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Harper Construction Co., Inc., San Diego, California (N62473-16-D-1881); Hensel Phelps Construction Co., Irvine, California (N62473-16-D-1882); M. A. Mortenson Co. doing business as Mortenson Construction, Minneapolis, Minnesota (N62473-16-D-1883); R. A. Burch Construction Co., Inc.,* Ramona, California (N62473-16-D-1884); RQ Construction LLC, Carlsbad, California (N62473-16-D-1885); Solpac Construction, doing business as Soltek Pacific Construction Inc., San Diego, California (N62473-16-D-1886); and Straub Construction Inc., Fallbrook, California (N62473-16-D-1887), are awarded $92,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The maximum dollar value including the base year and four option years for all seven contracts combined is increased from $332,000,000 to $424,000,000. The contracts are for new commercial and institutional building construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility, including but not limited to California (90%); Arizona (6%); Colorado (1%); Nevada (1%); New Mexico (1%); and Utah (1%). All work will be performed at various federal sites within the NAVFAC Southwest area of responsibility. No funds are being obligated on this award and no funds will expire. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (O&M) (Navy); O&M (Marine Corps); and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website, with 21 proposals received. The NAVFAC Southwest, San Diego, California, is the contracting activity. Core Services Group Inc.,* Virginia Beach, Virginia, is awarded a $29,000,000 commercial firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide test and evaluation support services for Commander, Operational Test and Evaluation Force Aviation Warfare Division. The contract will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8. The option to extend services, if exercised, will bring the total value to $32,000,000. The base ordering period is expected to be completed by November 2025; if the option is exercised, the ordering period will be completed by May 2026. All work will be performed in Norfolk, Virginia. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.sam.gov as a service-disabled veteran-owned small business set-aside using commercial items procedures, with four offers received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-20-D-0020). Science Application International Corp., Reston, Virginia, is awarded a $17,816,869 single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide advanced technical training of shipboard communication and network systems in support of the Water Front Training Delivery Program for the Center for Information Warfare Training, Pensacola, Florida. The contract will include a five-year base ordering period with no options. Work will be performed in Pensacola, Florida (52%); San Diego, California (22%); Virginia Beach, Virginia (19%); and Groton, Connecticut (7%). Work is expected to be completed by September 2025. Fiscal 2021 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract resulted from a full and open competitive solicitation through the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-20-D-Z032). Bell Textron Inc., Fort Worth, Texas, is awarded an $8,941,785 firm-fixed-price modification (P00018) to previously awarded fixed-price-incentive-firm-target contract N00019-17-C-0030. This modification increases the total contract value to produce, deliver, install and integrate, in country, a fully assembled AH-1Z flight training device for the government of Bahrain. Work will be performed in Broken Bow, Oklahoma (50%); Fort Worth, Texas (30%); and St. Louis, Missouri (20%), and is expected to be completed in May 2022. Foreign Military Sales funds in the amount of $8,941,785 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. Life Cycle Engineering Inc., North Charleston, South Carolina, is awarded an $8,364,504 firm fixed price modification to task order N32253-19-F-3000 against previously issued SeaPort-e multiple award contract N00178-07-D-4077. This modification exercises Option Period One for the accomplishment of the technical, engineering, management, programmatic and education support services at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility. Work will be performed in Hawaii, and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $8,364,504 will be obligated at time of modification award and expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. Sabre Systems, Inc.,* Warrington, Pennsylvania, is awarded an $8,174,314 cost-plus-fixed-fee order (N68335-20-F-0212) against previously issued basic ordering agreement N68335-16-G-0022. This order provides support for the rapid research, development, maturation, procurement, integration, training and sustainment of cyber resilient and full spectrum cyber warfighting capabilities for the Digital Analytics, Infrastructure and Technology Advancement Group. These solutions support various systems within the Naval Air Systems Command portfolio throughout all phases of acquisition, operational field demonstrations, prototyping, experiments, operational assessments, extended user evaluations and fleet/force deployments. Work will be performed in Patuxent River, Maryland, and is expected to be completed in September 2025. Fiscal 2020 research, development, test and evaluation (Defense wide) funds in the amount of $667,721; and fiscal 2020 operations and maintenance (Navy) funds in the amount of $52,000 will be obligated at time of award, $52,000 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. AIR FORCE Raytheon Missiles Systems, Tucson, Arizona, has been awarded a ceiling $125,000,000 four-year, indefinite-delivery/indefinite-quantity contract (FA8675-20-D-0002) for the Advanced Medium Range Air-to-Air Missile (AMRAAM) system improvement program. This contract provides for delivery of software updates to the AMRAAM inventory. Software development activities are expected to use a recognized agile framework consisting of government/Prime collaboration through repeatable increments of study, development, integration, test and capability demonstration. Work will be performed in Tucson, Arizona, and is expected to be completed Sept. 30, 2026. An initial task order (FA8675-20-F-1026) will be awarded concurrently with the basic contract, for a total cost-plus-fixed-fee face value of $1,192,809. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $678,402 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. FPM Remediations Inc., Oneida, New York, has been awarded a ceiling $60,000,000 indefinite-delivery/indefinite-quantity contract for base realignment and closure (BRAC) environmental construction optimization services to support the Air Force Civil Engineer Center (AFCEC) Installations Directorate (CIB). These performance-based remediation efforts support the AFCEC BRAC mission and enhance BRAC program capabilities within AFCEC/CIB. The requirements support a variety of environmental restoration services and construction necessary to maintain regulatory selected remedies, implement optimization to enhance remedial progress and advance sites to completion in a cost-effective manner. The efforts will be executed in accordance with technical and regulatory requirements to ensure protection of human health and the environment. Work will be performed at the following deactivated Air Force bases: Bergstrom Air Force Base, Texas; Brooks AFB, Texas; Carswell AFB, Texas; Eaker AFB, Arkansas; England AFB, Louisiana; Kelly AFB, Texas; Myrtle Beach AFB, South Carolina; Reese AFB, Texas; Buckley Annex, Colorado; and Lowry AFB, Colorado. Work is expected to be completed Sept. 30, 2030. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 BRAC funds in the amount of $2,466,636 are being obligated at the time of award. Air Force Installation Contracting Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-20-D-0003). DEFENSE LOGISTICS AGENCY Valneva USA Inc.,* Gaithersburg, Maryland, has been awarded a maximum $60,601,800 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Japanese Encephalitis vaccines. This is a one-year base contract with two one-year option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Maryland and United Kingdom, with a Sept. 8, 2021, ordering period end date. Using military services are Army, Marine Corps, Navy and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-20-D-0005). Vinyl Technology, Monrovia, California, has been awarded a maximum $10,996,200 modification (P00011) exercising the first one-year option period of a one-year base contract (SPE1C1-19-D-1188) with three one-year option periods for Advanced Technology Anti-G Suits. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is California, with a Sept.16, 2021, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. ARMY Battelle Memorial Institute, Columbus, Ohio, was awarded a $49,525,698 modification (P00006) to contract W9132V-19-F-0005 for geospatial research, development, technology and evaluation of current and emerging geospatial technologies that will help characterize and measure phenomena within the physical and social environments encountered by the Army. Work will be performed in Washington, D.C., with an estimated completion date of Sept. 28, 2023. Fiscal 2020 revolving funds in the amount of $1,038,309 were obligated at the time of the award. The U.S. Army Corps of Engineers, Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity. Moog Inc., Elma, New York, was awarded a $46,659,837 firm-fixed-price contract to overhaul and upgrade cylinder assembly actuators for UH-60 Blackhawk helicopters. 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. 9, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0032). Lockheed Martin, Orlando, Florida, was awarded a $22,335,977 modification (P00035) to contract W31P4Q-19-C-0071 for engineering services in support of the Hellfire and Joint-Air-to-Ground missiles. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 2, 2022. Fiscal 2018 and 2020 missile procurement (Air Force) funds; 2019 research, development, test and evaluation (Navy) funds; 2020 operations and maintenance (Army) funds; and 2018 and 2020 missile procurement (Army) funds in the amount of $22,335,97 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Optimal GEO Inc.,* Athens, Georgia (W912P9-20-D-0027); and Surdex Corp., Chesterfield, Missouri (W912P9-20-D-0026), will compete for each order of the $16,000,000 firm-fixed-price contract for photogrammetric and lidar surveying and mapping. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 3, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity. David Boland Inc.,* Titusville, Florida, was awarded a $15,472,000 firm-fixed-price contract for renovation of Building 546 at Missile Command Headquarters. Bids were solicited via the internet with four received. Work will be performed at Minot Air Force Base, North Dakota, with an estimated completion date of Aug. 25, 2023. Fiscal 2020 operations and maintenance (Army) funds in the amount of $15,472,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0036). Speegle Construction,* Niceville, Florida, was awarded a $13,214,700 firm-fixed-price contract to construct a two-story, 39,500 square-foot facility with reinforced concrete foundation and floor slab, steel structure, masonry walls, metal roof, heating, ventilation, air conditioning, fire detection and protection and mass notification system. Bids were solicited via the internet with six received. Work will be performed at Hurlburt Field, Florida, with an estimated completion date of Sept. 16, 2022. Fiscal 2024 military construction (Defense-wide) funds in the amount of $13,214,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0028). BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $10,457,946 modification (P00143) to contract W56HZV-15-C-0099 for Bradley Fighting Vehicle current fleet sustainment logistics management. Work will be performed in San Jose, California, with an estimated completion date of Dec. 9, 2022. Fiscal 2018 procurement (Defense-wide) funds in the amount of $10,457,946 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Limno-Tech Inc.,* Ann Arbor, Michigan, was awarded a $9,900,000 fixed-price-level-of-effort contract for research and development services for water quality and contaminant modeling. 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. 8, 2025. The U.S. Army Corps of Engineers, Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-20-D-0004). Accenture Federal Services, Arlington, Virginia, was awarded an $8,293,896 modification (P00001) to contract W52P1J-20-C-0005 for unified enterprise resource planning capability support services. Work will be performed at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 8, 2026. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,293,896 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. CORRECTION: The contract announced on Sept. 8, 2020, for Amentum Services Inc., Germantown, Maryland (W56HZV-20-F-0396), for $29,034,547, was announced with an incorrect award date. The correct award date is Sept. 9, 2020. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2341844/source/GovDelivery/
May 29, 2020 | International, Aerospace, Naval, Land, C4ISR, Security
ARMY Ad Hoc Research Associates LLC,* Havre De Grace, Maryland (W91CRB-20-D-0017); Beshenich Muir and Associates LLC,* Leavenworth, Kansas (W91CRB-20-D-0018); Digiflight Inc.,* Columbia, Maryland (W91CRB-20-D-0019); Integrated Defense Applications LLC,* El Paso, Texas (W91CRB-20-D-0020); Joint Research and Development Inc.,* Stafford, Virginia (W91CRB-20-D-0021); Man-Machine Systems Assessment Inc.,* El Paso, Texas (W91CRB-20-D-0022); and Science and Technology Corp.,* Hampton, Virginia (W91CRB-20-D-0023), will compete for each order of a $249,000,000 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract to provide engineering and test support services across all directorates and divisions within the U.S. Army Evaluation Center, Aberdeen Proving Ground, Maryland. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of May 27, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. James Construction, Baton Rouge, Louisiana, was awarded a $55,050,170 firm-fixed-price contract for the Comite River Diversion Project. Bids were solicited via the internet with three received. Work will be performed in East Baton Rouge, Louisiana, with an estimated completion date of Dec. 31, 2021. Fiscal 2018 civil construction funds in the amount of $55,050,170 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0023). Jabez-Absher Small Business JV,* Orting, Washington, was awarded a $42,743,158 firm-fixed-price contract for a 22 Special Tactics Squadron operations facility at Joint Base Lewis-McChord (JBLM), Washington. Bids were solicited via the internet with two received. Work will be performed at JBLM with an estimated completion date of July 7, 2022. Fiscal 2020 military construction, defense-wide funds in the amount of $42,743,158 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-20-C-0005). PRIDE Industries, Roseville, California, was awarded a $20,281,403 firm-fixed-price contract to provide repair and maintenance support to the real property assets of the Joint Readiness Training Center and Fort Polk, Louisiana. Bids were solicited via the internet with one received. Work will be performed in Leesville, Louisiana, with an estimated completion date of May 31, 2021. No funds were obligated at the time of the award. The U.S. Army 418th Contract Support Brigade, Fort Hood, Texas, is the contracting activity (W91247-18-C-0011). General Electric Co., Lynn, Massachusetts, was awarded a $9,451,807 firm-fixed-price contract for maintenance and overhaul of the Stage 1 Nozzle. 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 27, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0036). NAVY R.A. Burch Construction Co. Inc.,* Ramona, California (N62473-17-D-4626); Bristol Design Build Services LLC,* Anchorage, Alaska (N62473-17-D-4627); I.E.-Pacific Inc.,* Escondido, California (N62473-17-D-4628); Barnhart-Reese Construction Inc.,* San Diego, California (N62473-17-D-4629); and Bilbro Construction Co. Inc.,* Escondido, California (N62473-17-D-4630), are awarded $58,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The maximum dollar value including the base year and four option years for all five contracts combined is increased from $240,000,000 to $298,000,000. The contracts are for new construction, renovation and repair of general building construction projects at various government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico. All work will be performed at various federal sites within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility. No funds are being obligated on this award and they will not expire. Future task orders will be primarily funded by military construction (Navy) funds; operations and maintenance (O&M) (Navy) funds; O&M (Marine Corps) funds; and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website and 20 proposals were received. The NAVFAC Southwest, San Diego, California, is the contracting activity. Metron Inc.,* Reston, Virginia, is awarded a $32,199,767 ceiling increase and 36-month period of performance extension modification to previously awarded, cost-plus-fixed-fee contract N65236-17-C-8000 for research and development of a mission planning and execution aid tool to support strategic fleet operations. Work will be performed in Reston, Virginia (81%); and San Diego, California (19%), and is expected to be complete by May 2023. This modification brings the total cumulative value of the contract to $52,574,968. Fiscal 2020 research, development, testing and evaluation (Navy) funds in the amount of $4,362,374 will be obligated at time of award and will not expire at the end of the fiscal year. The Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Kings Bay Support Services LLC, Alexandria, Virginia, is awarded a $23,589,660 indefinite-delivery/indefinite-quantity modification (N69450-11-D-7578) for the exercise of the option to extend services for base operations support services at Naval Submarine Base Kings Bay, Georgia. The work to be performed provides for all labor, facilities management, supervision, tools, materials, equipment, incidental engineering, environmental services and transportation to effectively execute base operations support services. Work is expected to be complete by November 2020. After award of this option, the total cumulative contract value will be $365,830,721. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $15,831,705 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity. Vectrus-J&J Facilities Support LLC, Colorado Springs, Colorado, is awarded a $23,274,230 indefinite-delivery/indefinite-quantity contract (N62470-20-D-0011) for base operations support (BOS) services at Naval Support Activity, Annapolis, Maryland, to include services at the U.S. Naval Academy. Work will be performed in Anne Arundel County, Maryland. The BOS services to be performed include general information, management and administration, facility management, facility investment, pest control, integrated solid waste management, pavement clearance, special events, utility management, electrical, natural gas, wastewater, steam, water, chiller plant and transportation. Work is expected to be complete by August 2027. The maximum dollar value, including the base period and six option periods, is $154,100,049. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $15,172,106 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, and nine proposals were received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. Sikorsky, a Lockheed Martin Co., Stratford, Connecticut, is awarded a $17,916,867 modification (P00286) to previously awarded cost-plus-incentive-fee contract N00019-06-C-0081. This modification provides logistics, program management, training, configuration management and sustaining engineering support for the H-53K system demonstration and test article aircraft. Work will be performed in Shelton, Connecticut (57%); New River, North Carolina (35%); Patuxent River, Maryland (5%); and Bohemia, New York (3%). This modification includes pre-initial operational test and evaluation scheduled and unscheduled maintenance and software updates as well as product support packages, repair of repairable analysis and identification and interim supply support provisioning. Additionally, various pieces of peculiar support equipment and common support equipment may be identified and procured under this modification. Work is expected to be complete by December 2024. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $7,500,000 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. Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $15,827,023 indefinite-delivery/indefinite-quantity (IDIQ) modification (N62742-16-D-3552) for the exercise of Option Two under an IDIQ contract for base operations support services at Naval Station Guantanamo Bay, in the Naval Facilities Engineering Command Southeast area of responsibility (AOR). Work will be performed in Guantanamo Bay, Cuba. The work to be performed provides for base operations support services to include facility investment, other (swimming pools), utilities management, electrical, wastewater, steam, water, base support vehicles and equipment, and environmental. Work is expected to be complete by November 2020. After award of this option, the total cumulative contract value will be $61,744,502. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy); fiscal 2020 operations and maintenance (Army); and fiscal 2020 Defense Health Program contract funds in the amount of $12,228,731 for recurring work will be obligated on modifications to the task order during the option period. The Naval Facilities Engineering Command Southeast, Guantanamo Bay, Cuba, is the contracting activity. BAE Systems Land and Armaments LP, Sterling Heights, Michigan, is awarded an $11,038,019 modification for cost-plus-fixed-fee Contract Line Item Number 8101 to previously awarded contract M67854-16-C-0006 for Phase Two of the design and development for the Amphibious Combat Vehicle (ACV) medium caliber cannon mission role variant. The ACV program is managed within the portfolio of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in York, Pennsylvania (85%); and Aiken, South Carolina (15%), and is expected to be complete by March 2021. Fiscal 2020 research, development, test and evaluation (Marine Corps) funds in the amount of $3,885,873 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. This contract modification was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $9,885,077 indefinite-delivery/indefinite-quantity (IDIQ) modification (N62470-14-D-6012) for the exercise of bridge Option Two under an IDIQ contract for base operations support services at Isa Air Base, Kingdom of Bahrain. Work will be performed at Isa Air Base, Kingdom of Bahrain, and provides for but is not limited to all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform galley services, bachelor quarters and laundry services, facility management, emergency service requests, urgent service, routing service, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles, environmental, fire emergency services and explosive safety officer services. Work is expected to be complete by August 2020. After award of this bridge option, the total cumulative contract value will be $181,834,599. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $9,885,077 for recurring and non-recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command Europe, Africa and Central, is the contracting activity. DynCorp International, Fort Worth, Texas, is awarded an $8,774,725 modification (P00007) to previously awarded firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract N61340-19-D-0905. This modification increases the flight hour capacity on base year two of this contract by 1,100 flight hours per month, increasing the total flight hours from 6,500 hours per month to 7,600 hours per month in support of the TH-57 aircraft. Work will be performed in Milton, Florida, and is expected to be complete by May 2023. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Training Systems Division, Orlando, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY Interior Fusion LLC, Largo, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a May 27, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0041). Varec Inc., Norcross, Georgia, has been awarded a maximum $9,584,428 firm-fixed-price task-order (SP4702-20-F-0048) against a four-year blanket purchase agreement (SP4702-19-A-0504) for FuelsManager defense deployments and on-site support. This was a sole-source acquisition as stated in Federal Acquisition Regulation 8.405-6 (a)(1)(i)(B). This is a one-year contract with no option periods. Locations of performance are inside and outside the continental U.S., with a May 31, 2021, performance completion date. Using military services are Army, Marine Corps, Navy and Air Force. Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio. Genesis Vision,* doing business as Rochester Optical, Rochester, New York, has been awarded a maximum $9,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for optical frames. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Location of performance is New York, with a May 27, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0013). Varec Inc., Norcross, Georgia, has been awarded a maximum $8,829,339 firm-fixed-price task order (SP4702-20-F-0049) against a four-year blanket purchase agreement (SP4702-19-A-0505) for FuelsManager defense software maintenance services. This was a sole-source acquisition as stated in Federal Acquisition Regulation 8.405-6 (a)(1)(i)(B). This is a one-year contract with no option periods. Locations of performance are Georgia and Virginia, with a May 31, 2021, performance completion date. Using military services are Army, Marine Corps, Navy and Air Force. Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio. AIR FORCE Thomas Instrument, Brookshire, Texas, was awarded a $25,334,400 five-year, indefinite-delivery/indefinite-quantity contract for remanufacture of B-1B left/right-hand hydraulic heat exchanger. Work will be performed in Brookshire, Texas, and is expected to be completed by Sept. 21, 2025. This award is the result of a competitive acquisition and two offers were received. Fiscal 2020 working capital funds in the amount of $1,679,680 will be obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-20-D-0010). Northrop Grumman Systems Corp., has been awarded a $19,354,527 firm-fixed-price requirements contract for the repairs, spares and engineering services relating to the electronic systems test set, ALQ-155 power management system, ALQ-161 defensive avionics system (DAS) and Band 6/7/9 of B-1B ALQ-161 DAS. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed by Sept. 9, 2028. This award is the result of a non-competitive acquisition. Fiscal 2020 defense working capital funds are being used and no funds are being obligated at the time of the award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-20-D-0011). M1 Support Services L.P., Denton, Texas, has been awarded a $12,533,445 firm-fixed-price modification (P00101) to contract FA8106-13-C-0008 for C-21 contractor logistics support services. This modification provides for the exercise of Option Seven, which includes maintenance and repair support of the C-21 fleet. Work will be performed at various locations worldwide, and is expected to be completed by Dec. 31, 2020. This modification brings the total cumulative face value of the contract to $138,119,030. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Dynetics Inc., Huntsville, Alabama, has been awarded a $10,452,506 indefinite-delivery/indefinite-quantity (IDIQ) contract for the Laboratory Intelligence Validated Emulator (LIVE) Virtual Constructive (LVC) production and sustainment. The work involved with this effort includes production, test and delivery of LIVE LVC test systems and sustainment of those systems for the Electronic Warfare and Avionics Integration Support Facility, Robins Air Force Base, Georgia, and other Department of Defense agencies. Work will be performed in Huntsville, Alabama, and is expected to be completed by May 27, 2030. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $824,186; and fiscal 2020 aircraft procurement funds in the amount of $3,191,926 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins AFB, Georgia, is the contracting activity (FA8523-20-D-0004). Northrop Grumman Systems Corp., Azusa, California, has been awarded a $7,304,322 firm-fixed-price and cost-reimbursement modification (P00013) to contract FA8823-17-C-0001 for Defense Meteorological Satellite Program sensor sustainment. This contract modification provides for the exercise of an option for sensor sustainment of the Defense Meteorological Satellite Program on-orbit constellation being provided under the basic contract. Work will be performed in Azusa, California; Baltimore, Maryland; Boulder, Colorado; and Dallas, Texas, and is expected to be completed May 31, 2021. The total cumulative face value of the contract is $29,309,850. Fiscal 2020 operations and maintenance funds are being obligated at the time of award. The Space and Missiles Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Leidos Inc., Reston, Virginia (H92238-20-C-0001) was awarded a $22,699,935 cost-plus-fixed-fee contract for a De Havilland Canada Dash 8 aircraft, with modifications in support of U.S. Special Operations Command (USSOCOM) requirements. The contract is multi-year and funded with fiscal 2020 procurement, defense-wide appropriations. The majority of the work will be performed in Bridgewater, Virginia. This is a non-competitive award and in accordance with Federal Acquisition Regulation 6.302-1. USSOCOM, Tampa, Florida, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2200874/source/GovDelivery/